Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Item P2
P2 BOARD OF COUNTY COMMISSIONERS COUNTY of MONROE Mayor James K.Scholl,District 3 The Florida Keys Mayor Pro Tern Michelle Lincoln,District 2 Craig Cates,District 1 David Rice,District 4 Holly Merrill Raschein,District 5 Board of County Commissioners Meeting January 15, 2025 Agenda Item Number: P2 2023-3517 BULK ITEM: Yes DEPARTMENT: Administration TIME APPROXIMATE: STAFF CONTACT: Lindsey Ballard n/a AGENDA ITEM WORDING: Ratification of nine (9) small contracts signed by the County Administrator. ITEM BACKGROUND: The County Administrator pursuant to Monroe County Code and the Monroe County Purchasing Policy executed eight small contracts where the total cumulative value was less than $100,000.00. The contracts were between Monroe County and Grader Mike LLC, Guardian Fence CO, Mikes Painting & Repair, Katherine Stein, Drums of Polynesia, A Plus Roofing, Tarkett Contractors, and Precision Contractors. PREVIOUS RELEVANT BOCC ACTION: n/a INSURANCE REQUIRED: No CONTRACT/AGREEMENT CHANGES: n/a STAFF RECOMMENDATION: Staff recommends approval. DOCUMENTATION: Small Contract m Grader Mike, LLC 12.02.2024.pdf Small Contract m Guardian Fence Co. 12.3.2024.pdf Small Contract m Mike°s Painting & Repair 12.05.2024.pdf Small Contract Katherine Stein 12.9.2024.pdf Small Contract m Drums of Polynesia.pdf Small Contract m A Plus Roofing 12.11.2024.pdf 2040 Small Contract - Tark-ett 12.12.2024.pdf Small Contract - Precision Contractors 12.16.2024.pdf Small Contract - Tark-ett Contract 12.18.2024.pdf FINANCIAL IMPACT: n/a 2041 Monroe County Purchasing Policy and Procedures ATTACHMENT D.5 COUNTY ADMINISTRATOR CONTRACT.SUMMARY FORM FOR CONTRACTS $100,000.00 and Under Grader Mike LLC Effective Date: See notes below Expiration Date: Contract Purpose/Description: Big Pine Senior Center Demolition-Big Pine Senior Center(Former)390 Key Deer Blvd.Big Pine Key,FL 33043 ' Contractor shall commence performance within 10 calendar days of the date of issuance of a Notice to Proceed,Purchase Order, or Task Order. Once commenced, Contractor shall diligently continue performance until completion of Project. Contractor shall accomplish Final Completion of Project within 30 days,thereafter,unless an extention of time is granted by the County. Contract is Original Agreement Contract Amendment/Extension Renewal Contract Manager: William DeSantis 4307 + Facilities Maintenance/Stop 9C CONTRACT COSTS Total Dollar Value of Contract: $ 18,000.00 Current Year Portion: $ (must be$100,000.00 or less) (If multiyear agreement then requires BOCC approval,unless the iot411 ainni.hliir v is 1 00.000.00 or links). Budgeted? Yes■❑ No ❑ Grant: $ 18,000.00 County Match: $ N/A Fund/Cost Center/S end Cate o : 125-06067-00061 l GNT-00000205 PROJ-00000187 ADDITIONAL COSTS Estimated Ongoing Costs: $ /yr For: (Not included in dollar value above) (e.g.maintenance,utilities,janitorial,salaries,etc.) Insurance Required: YES 0 NO ❑ See page 47 of RFS for COI approved by RISK Managememt CONTRACT REVIEW Reviewer Date In Department Head Signature: William DeSantis Patricia Eables Digitally signed by Patricia Eables County Attorney Signature: Date''2024 112618''55'.44-05'00' Jaclyn Platt Digitally signed by Jaclyn Platt Risk Management Signature: Date''2024'112708''05'.30-05'00' Purchasing Signature: Lisa Abreu Digitally 20241127ned yLisa Abreu Date'.2024.11.27 10'.23'.15-05'00' John Quinn Digitally signed by John Quinn OMB Signature: Date'.2024.11.2711'.34'.11-05'00' Comments: Revised BOCC 4/19/2023 Page 84 of 105 2042 MONROE COUNTY BOARD OF COUNTY COMMISSIONERS REQUEST FOR SERVICES FOR BIG PINE SENIOR CENTER DEMOLITION 77 w.. _:,.;,.. BOARD OF COUNTY COMMISSIONERS Mayor James K. Scholl, District 3 Mayor Pro Tem Michelle Lincoln, District 2 Craig Cates, District I David Rice, District 4 Holly Merrill Raschein, District 5 COUNTY ADMINISTRATOR Christine Hurley Clerk of the Circuit Court Facilities Maintenance Director Kevin Madok William DeSantis 11/20/2024 PREPARED BY: Monroe County Facilities Maintenance Department Page 1 of 54 2043 Monroe County Facilities Maintenance General Scope of Work Job Name: BIG PINE SENIOR CENTER DEMOLITION Job Location: Big Pine Senior Center(Former) 390 Key Deer Blvd. Big Pine Key, FL 33043 Contact: Chrissy Collins - Facilities Maintenance crrllirr „ e,IDu;rissY;C lum,r m r cr ur ,,,;,,,, -gr;y 305-304-9711 ....... ............. ............. ............ ............... ......... ............ ................................................. ................................................ PROJECT OVERVIEW PROJECT INTENT AND SCOPE GENERAL REQUIREMENTS 1. Project Overview A) Monroe County ("Owner" or "County") shall enter into a contract with a qualified Contractor for the demolition of the former Big Pine Senior Center, located at 390 Key Deer Blvd., Big Pine Key, Florida 33043. The term of this contract shall commence upon approval and execution of the contract by Monroe County and will terminate upon final completion of the Project as noted herein. Contractor shall commence performance under the contract, which includes signing on to the existing Monroe County permit, within Ten (10) calendar days of the date of issuance to the undersigned by Owner of a Notice to Proceed,Purchase Order,or Task Order. Once commenced,the undersigned shall diligently continue performance until completion of the Project. The undersigned shall accomplish Final Completion of the Project within Thirty(30) days,thereafter,unless an extension of time is granted by the County. The Contractor shall be required to sign on to all required permits and approvals to perform the work which may include: Monroe County Building Department and any other permitting or regulatory agencies, if applicable. B) All quotes are due by Monday, November 25, 2024, at 12:00 P.M., via email to collins-chrissy@monroecounty-fl.gov„„All Quotes must state they will be good for ninety (90) calendar days from submittal due date. Page 2 of 54 2044 2. Project Intent and Scope Scope of Work: The Contractor shall provide the following Scope of Work and provide all labor and materials to complete the demolition of the former Big Pine Senior Center located at 390 Key Deer Blvd., Big Pine Key, Florida 33043: I.Mobilize all equipment as required to complete the demolition work as described. 2. Set-up and maintain all Maintenance of Traffic ("M.O.T.") procedures as may be required throughout the duration of the job. 3. Completely demolish existing wood and concrete structure as required including the following: a. Wood and metal roofing system. b. CBS and reinforced concrete walls of structure. c. Reinforced concrete floor slab. d. Concrete pilings and foundation structure to an elevation not to exceed 2'0" below existing finish grade. e. ADA concrete ramp and stairs including supporting columns. f. Adjacent concrete sidewalks and platforms. 4. Haul out and dispose of all generated debris. 5. Rough grade and level cleared site to match surrounding existing grades. 3. General Requirements A) The Contractor shall coordinate all activities with the Monroe County Facilities Maintenance Department contact: Chrissy Collins at 305-304-9711 B) The Contractor is required to provide protection for all existing surfaces including, but not limited to: i. Existing fixtures ii. Personal Items iii. Floors iv. Vehicles and Personal Property V. Landscaping C) The Contractor shall ensure that all non-exempt employees for this effort are compensated in accordance with all State and Local Laws. Page 3 of 54 2045 D) The Contractor shall load, haul, and properly dispose of all construction debris and materials. E) The Contractor shall provide and maintain appropriate (OSHA required) construction warning signs and barriers. F) The Contractor shall furnish all required work site safety equipment. G) The Contractor shall furnish and maintain on-site material safety data sheets (MSDS) for all materials used in the construction. H) Construction work times shall be limited to: Specified by the County I) All materials must be approved by submittal prior to commencement of work. J) The Contractor shall provide a lump sum price by Monday, November 25, 2024, at 12:00p.m., via email as noted herein. K) The Contractor needs to be aware of weather and location and plan accordingly. L) The Contractor needs to be aware of the facility, its residents, and staff with unusual schedules and plan accordingly. M) The Contractor shall provide a safety lift plan for any crane/hoist work. N) If applicable, Contractor shall provide paper or electronic copies of all original device specifications, warranties, maintenance schedules, shop drawings, permits, repair and maintenance contacts, and any other information necessary for the proper function and maintenance of the equipment. O) The Contractor shall provide a schedule for all phases of the project. P) The Contractor shall coordinate all activities with concurrent site work being performed, if any. Q) Insurance Requirements: Workers Compensation Statutory Limits Employers' Liability $100,000 Bodily Injury by Accident $500,000 Bodily Injury by Disease,policy limits $100,000 Bodily Injury by Disease, each employee General Liability $200,000 per Person $300,000 per Occurrence $200,000 Property Damage Page 4 of 54 2046 or $300,000 Combined Single Limit Vehicle: $200,000 per Person (Owned, non-owned, $300,000 per Occurrence and hired vehicles) $200,000 Property Damage or $300,000 Combined Single Limit Builders Risk Not Required Construction Bond Not Required The Monroe County Board of County Commissioners, its employees and officials, 1100 Simonton Street, Key West, Florida 33040, shall be named as Certificate Holder and Additional Insured on General Liability and Vehicle policies. A "Sample" Certificate of Insurance is attached,which may not be reflective of the insurance amounts required for this project but is provided for"informational purposes" only. R) The Contractor is required to have all current licenses necessary to perform the work and shall submit the Contractor's License and Monroe County Business Tax Receipt along with its Proposal. If the Contractor is not a current registered Monroe County Vendor, then it shall also submit a properly completed and executed W-9 Form. S) INDEMNIFICATION, HOLD HARMLESS, AND DEFENSE. Notwithstanding any minimum insurance requirements prescribed elsewhere in this agreement, the Contractor 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 parry by reason of, or in connection with, (A)any activity of the Contractor or any of its employees, agents, contractors or other invitees during the term of this Agreement, (B) the negligence or recklessness, intentional wrongful misconduct, errors or other wrongful act or omission of the Contractor or any of its employees, agents, sub-contractors or other invitees, or(C)the Contractor's default in respect of any of the obligations that it undertakes under the terms of this Agreement, except to the extent the claims, actions, causes of action, litigation, proceedings, costs or expenses arise from the intentional or sole negligent acts or omissions of the County or any of its employees, agents, contractors or invitees (other than the Contractor). The monetary limitation of liability under this contract 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 as set forth in the insurance requirements included in Paragraph 3 Q. herein. Insofar as the claims, actions, causes of action, litigation, proceedings, costs or expenses relate to events or circumstances that Page 5 of 54 2047 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 Contractor's failure to purchase or maintain the required insurance, the Contractor 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 Contractor,the Contractor agrees and warrants that the Contractor 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. United States Department of the Treasury Indemnification To the fullest extent permitted by law, the Contractor shall indemnify and hold harmless the United States Department of the Treasury and its officers and employees, from liabilities, damages, losses and costs, including, but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness or intentional wrongful misconduct of the Contractor and persons employed or utilized by the Contractor in the performance of this Contract. This indemnification shall survive the termination of this Contract. Nothing contained in this paragraph is intended to nor shall it constitute a waiver of the sovereign immunity of the United States or the County. T) NON-COLLUSION. By signing this proposal, the undersigned swears, according to law on his/her oath, and under penalty of perjury, that their firm executes this proposal with prices arrived at independently without collusion, consultation, communication, or agreement for the purpose of restricting competition,as to any matter relating to such prices with any other bidder or with any competitor. Unless otherwise required by law,the prices which have been quoted in this proposal have not been knowingly disclosed by the proposer and will not knowingly be disclosed by the proposer prior to proposal opening, directly or indirectly,to any other proposer or to any competitor.No attempt has been made or will be made by the proposer to induce any other person, partnership or corporation to submit, or not to submit a proposal for the purpose of restricting competition. The statements contained in this paragraph are true and correct, and made with the full knowledge that Monroe County relies upon the truth of the statements contained in this paragraph in awarding contracts for this project. U) EMPLOYMENT OR RETENTION OF FORMER COUNTY OFFICERS OR EMPLOYEES. By signing this proposal, the undersigned warrants that he/she/it has not employed, retained or otherwise had act on his/hers/its behalf any former County officer or employee in violation of Section 2 of Ordinance No. 010-1990 or any County officer or Page 6 of 54 2048 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. V) CODE OF ETHICS. 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 112.313,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. W) DRUG-FREE WORKPLACE.By signing this proposal,the undersigned certifies that the Contractor complies fully with, and in accordance with Florida Statute, Section 287.087, the requirements as follows: 1) They will publish a statement notifying employees that the unlawful manufacture, distribution, dispensing,possession, or use of a controlled substance is prohibited in the workplace and specify 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) Impose 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. ADDITIONAL CONTRACT PROVISIONS I) Nondiscrimination/Equal Employment Opportunity. The Contractor 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. Page 7 of 54 2049 Contractor agrees 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 VII of the Civil Rights Act of 1964 (PL 88-352) which prohibits discrimination in employment on the basis of race, color, religion, sex, or national origin; 2) Title IX of the Education Amendment of 1972, as amended (20 USC ss. 1681-1683, and 1685-1686), 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 disability; 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 II, 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 11) Any other nondiscrimination provisions in any Federal or state statutes which may apply to the parties to, or the subject matter of, this Agreement. During the performance of this Agreement, the Contractor, in accordance with Equal Employment Opportunity (30 Fed. Reg. 12319, 12935, 3 C.F.R. Part, 1964-1965 Comp., p. 339) as amended by Executive Order 11375, Amending Executive Order 11246 Relating to Equal Employment Opportunity, and implementing regulations at 41 C.F.R. Part 60 (Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor), see 2 C.F.R. Part 200, Appendix II, ¶ C, agrees as follows: 1) The Contractor will not discriminate against any employee or applicant for employment because of race, color,religion, sex, sexual orientation, gender identity, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated equally during employment, without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer, recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be Page 8 of 54 2050 provided by the contracting officer setting forth the provisions of this nondiscrimination clause. 2) The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color,religion, sex, sexual orientation, gender identity, or national origin. 3) The Contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee, who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions, discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information,unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the Contractor's legal duty to furnish information. 4) The Contractor will send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, a notice to be provided by the agency contracting officer, advising the labor union or workers' representative of the Contractor's commitments under section 202 of Executive Order 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. 5) The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules,regulations, and relevant orders of the Secretary of Labor. 6) The Contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. 7) In the event of the Contractor's non-compliance with the nondiscrimination clauses of this contract or with any of such rules, regulations, or orders, this contract may be canceled, terminated, or Page 9 of 54 2051 suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. 8) The Contractor will include the portion of the sentence immediately preceding paragraph(1) and the provision of paragraphs (1)through(8) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for non-compliance; provided, however, that in the event a contractor becomes involved in, or is threatened with,litigation with a subcontractor or vendor as a result of such direction by the administering agency the Contractor may request the United States to enter into such litigation to protect the interests of the United States. Title VI of the Civil Rights Act of 1964. The Contractor and any subcontractor, successor, transferee, and assignee shall comply with Title VI of the Civil Rights Act of 1964, which prohibits recipients of federal financial assistance from excluding from a program or activity, denying benefits of, or otherwise discriminating against a person on the basis of race, color, or national origin (42 U.S.C. § 2000d et seq.), as implemented by the Department of the Treasury's Title VI regulations, 31 CFR Part 22, which are herein incorporated by reference and made a part of this contract (or agreement). Title VI also includes protection to persons with "Limited English Proficiency"in any program or activity receiving federal financial assistance,42 U.S.C. § 2000d et seq., as implemented by the Department of the Treasury's Title VI regulations, 31 CFR Part 22, and herein incorporated by reference and made a part of this contract or agreement. II) Termination Provisions. A. In the event that the Contractor shall be found to be negligent in any aspect of service, the County shall have the right to terminate this agreement after five (5) days' written notification to the Contractor. B. Either of the parties hereto may cancel this Agreement without cause by giving the other parry sixty (60) days' written notice of its intention to do so. C. Termination for Cause and Remedies: In the event of breach of any contract terms, the County retains the right to terminate this Agreement. The County may also terminate this agreement for cause with Contractor should the Contractor fail to perform the covenants herein contained at the time and in the manner herein Page 10 of 54 2052 provided. In the event of such termination, prior to termination, the County shall provide Contractor with five (5) calendar days' notice and provide the Contractor with an opportunity to cure the breach that has occurred. If the breach is not cured, the Agreement will be terminated for cause. If the County terminates this agreement with the Contractor, County shall pay Contractor the sum due the Contractor under this agreement prior to termination,unless the cost of completion to the County exceeds the funds remaining in the contract; however, the County reserves the right to assert and seek an offset for damages caused by the breach. The maximum amount due to Contractor shall not in any event exceed the spending cap in this Agreement. In addition, the County reserves all rights available to recoup monies paid under this Agreement, including the right to sue for breach of contract and including the right to pursue a claim for violation of the County's False Claims Ordinance, located at Section 2-721 et al. of the Monroe County Code. D. Termination for Convenience: The County may terminate this Agreement for convenience, at any time, upon seven (7) days' notice to Contractor. If the County terminates this agreement with the Contractor, County shall pay Contractor the sum due the Contractor under this agreement prior to termination, unless the cost of completion to the County exceeds the funds remaining in the contract. The maximum amount due to Contractor shall not exceed the spending cap in this Agreement. In addition, the County reserves all rights available to recoup monies paid under this Agreement, including the right to sue for breach of contract and including the right to pursue a claim for violation of the County's False Claims Ordinance, located at Art. IX, Section 2-721 et al. of the Monroe County Code. E. Scrutinized Companies: For Contracts of any amount, if the County determines that the Contractor/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 Contractor/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. III) Maintenance of Records. The Contractor shall maintain all books, records, and documents directly pertinent to performance under this Agreement in accordance with generally accepted accounting principles consistently applied. Records shall be retained as applicable for 1) a period of five (5) years after all funds have been expended or returned to the Department of the Treasury, whichever is later; or 2) for a period of seven (7) years from the termination of this Agreement or for a period of five (5) years from the submission of the final expenditure report as per 2 CFR §200.33, whichever is greater. Each party to this Agreement or its authorized representatives shall have reasonable and timely access to such records of each other party to this Agreement for public records purposes during the term of the Agreement and for seven (7)years following the termination of Page 11 of 54 2053 this Agreement. If any auditor employed by Monroe County or County Clerk determines that monies paid to Contractor pursuant to this Agreement were spent for purposes not authorized by this Agreement, or were wrongfully retained by the Contractor, the Contractor shall repay the monies together with interest calculated pursuant to Sec. 55.03,Florida Statutes, running from the date the monies were paid by the County. Further, the Contractor is subject to the following: 1) The Contractor shall maintain records and financial documents sufficient to evidence compliance with Sections 602(c)and 603(c)of the Social Security Act, Treasury's regulations implementing that section, and guidance issued by the Department of the Treasury regarding the foregoing. 2) The Department of the Treasury Office of Inspector General and the Government Accountability Office, or their authorized representatives, shall have the right of access to records (electronic and otherwise) of the Contractor in order to conduct audits or other investigations. IV) Right to Audit. Availability of Records. The records of the parties to this Agreement relating to the Project,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); back charge logs and supporting documentation; general ledger entries detailing cash and trade discounts earned, insurance rebates and dividends; any other supporting evidence deemed necessary by Owner 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 Owner'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 open to inspection and subject to audit and/or reproduction by Owner's representative and/or agents of Owner or the County Clerk. Owner 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 interviews and written confirmations with employees, subcontractors, suppliers, and contractors' representatives. All records shall be kept for ten (10) years after Final Completion. 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 Contractor pursuant to this Agreement were spent for purposes not Page 12 of 54 2054 authorized by this Agreement, or were wrongfully retained by the Contractor, the Contractor shall repay the monies together with interest calculated pursuant to Sec. 55.03,Florida Statutes,running from the date the monies were paid to Contractor. The right to audit provisions survive the termination or expiration of this Agreement. V) Payment of Fees /Invoices. County shall pay pursuant to the Florida Local Government Prompt Payment Act, Fla. Stat., Sec. 218.70,upon receipt of a Proper Invoice from the Contractor. Payments due and unpaid under the Contract shall bear interest pursuant to the Florida Local Government Prompt Payment Act. The Contractor is to submit to the County invoices with supporting documentation that are 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. Invoices shall be submitted to Monroe County Facilities Maintenance Department, Attention: Chrissy Collins via email at ea F.I.s �°,,,h issY;P !um,oriroe r�,uritY,,,,,,, „, raw. The County is exempt from sales and use taxes. A copy of the tax exemption certificate will be provided upon request. Final payment shall be made by the County, as the Owner, to the Contractor when the Contract has been fully performed by the Contractor and the work has been accepted by the County. VI) Public Records Compliance. The Contractor must comply with Florida public records laws,including but not limited to Chapter 119, Florida Statutes and Section 24 of article I of the Constitution of Florida. The County and Contractor shall allow and permit reasonable access to, and inspection of, all documents, records,papers, letters or other"public record"materials in its possession or under its control subject to the provisions of Chapter 119, Florida Statutes, and made or received by the County and Contractor in conjunction with this contract and related to contract performance. The County shall have the right to unilaterally cancel this contract upon violation of this provision by the Contractor. Failure of the Contractor to abide by the terms of this provision shall be deemed a material breach of this contract and the County may enforce the terms of this provision in the form of a court proceeding and shall, as a prevailing parry, 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 Contractor 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 Contractor is required to: Page 13 of 54 2055 (1) Keep and maintain public records that would be required by the County to perform the service. (2) Upon request 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 contractor 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 Contractor or keep and maintain public records that would be required by the County to perform the service. If the Contractor transfers all public records to the County upon completion of the contract,the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for 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 Contractor of the request, and the Contractor must provide the records to the County or allow the records to be inspected or copied within a reasonable time. If the Contractor does not comply with the County's request for records, the County shall enforce the public records contract provisions in accordance with the contract, notwithstanding the County's option and right to unilaterally cancel this contract upon violation of this provision by the Contractor. A Contractor who fails to provide the public records to the County or pursuant to a valid public records request within a reasonable time may be subject to penalties under Section 119.10, Florida Statutes. The Contractor shall not transfer custody, release, alter, destroy or otherwise dispose of any public records unless or otherwise provided in this provision or as otherwise provided by law. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS, BRIAN BRADLEY AT PHONE NO. 305- 292-3470, BRADLEY-BRIAN(a,MONROECOUNTY-FL.GOV, MONROE COUNTY ATTORNEY'S OFFICE, 1111 12TH Street, SUITE 408, KEY WEST, FL 33040. Page 14 of 54 2056 VII) E-Verify System. Beginning January 1,2021,in accordance with Fla. Stat., See. 448.095,as may be amended from time to time,the Contractor 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 Contractor 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 Contractor shall maintain a copy of such affidavit for the duration of the contract. The Contractor shall comply with and be subject to the provisions of Fla. Stat., See. 448.095. Pursuant to Section 448.095: 1. A public agency, Bidder, or subcontractor who has a good faith belief that a person or an entity with which it is contracting has knowingly violated s. 448.09(1) shall terminate the contract with the person or entity. 2. A public agency that has a good faith belief that a subcontractor knowingly violated this subsection, but the Bidder otherwise complied with this subsection, shall promptly notify the Bidder and order the Bidder to immediately terminate the contract with the subcontractor. 3. A contract terminated under this paragraph is not a breach of contract and may not be considered as such. If a public agency terminates a contract with a Bidder under this paragraph,the Bidder may not be awarded a public contract for at least I year after the date on which the contract was terminated. A Bidder is liable for any additional costs incurred by a public agency as a result of the termination of a contract. VIII) Notice Reguirement. Any written notices or correspondence given pursuant to this contract shall be sent by United States Mail, certified, return receipt requested, postage prepared, or by courier with proof of delivery. Notice is deemed received by Contractor 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. 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 shall be sent to the following persons: For Contractor: For Owner: Facilities Maintenance Department Attention: Chrissy Collins 123 Overseas Highway.-- Rockland Key Key West, Florida 33040 Page 15 of 54 2057 And Monroe County Attorney's Office 1111 12th Street Suite 408 Key West, Florida 33040 IX) Uncontrollable Circumstance. Any delay or failure of either Party to perform its obligations under this Agreement will be excused to the extent that the delay or failure was caused directly by an event beyond such Party's control, without such Party's fault or negligence and that by its nature could not have been foreseen by such Party or, if it could have been foreseen, was unavoidable: (a) acts of God; (b) flood, fire, earthquake, explosion, tropical stone, hurricane or other declared emergency in the geographic area of the Project; (c) war, invasion, hostilities (whether war is declared or not), terrorist threats or acts, riot, or other civil unrest in the geographic area of the Project; (d) government order or law in the geographic area of the Project; (e) actions, embargoes, or blockades in effect on or after the date of this Agreement; (f) action by any governmental authority prohibiting work in the geographic area of the Project;(each, a "Uncontrollable Circumstance"). Contractor's financial inability to perfonu, changes in cost or availability of materials, components,or services,market conditions,or supplier actions or contract disputes will not excuse performance by Contractor under this Section. Contractor shall give County written notice within seven (7) days of any event or circumstance that is reasonably likely to result in an Uncontrollable Circumstance, or as soon as possible after such Uncontrollable Circumstance has occurred if reasonably anticipated, and the anticipated duration of such Uncontrollable Circumstance. Contractor shall use all diligent efforts to end the Uncontrollable Circumstance, ensure that the effects of any Uncontrollable Circumstance are minimized and resume frill performance under this Agreement. The County will not pay additional cost as a result of an Uncontrollable Circumstance. The Contractor may only seek a no cost Change Order or Amendment for such reasonable time as the Owner's Representative may determine. X) Adjudication of Disputes or Disagreements. County and Contractor agree that all disputes and disagreements shall be attempted to be resolved by meet and confer sessions between representatives of each of the parties. If the issue or issues are still not resolved to the satisfaction of the parties, then any parry shall have the right to seek such relief or remedy as may be provided by this Agreement or by Florida law. This Agreement is not subject to arbitration. This provision does not negate or waive the provisions of Section I, Nondiscrimination, or Section 11, concerning Termination or Cancellation. 4. FEDERAL CONTRACT REQUIREMENTS Page 16 of 54 2058 The Contractor and its subcontractors must follow the provisions, as applicable, as set forth in 2 C.F.R. §200.326 Contract provisions and Appendix II to C.F.R. Part 200, as amended, including but not limited to: A) Clean Air Act (42 U.S.C. "7401-7671q.) and the Federal Water Pollution Control Act (33 U.S.C. "1251-1387), as amended. CONTRACTOR agrees to comply with all applicable standards, orders, or regulations issued pursuant to the Clean Air Act, as amended, (42 U.S.C. §§7401-7671q) and the Federal Water Pollution Control Act, as amended (33 U.S.C. §§1251-1387) and will report violations to the Department of the Treasury and the appropriate Regional Office of the Environmental Protection Agency (EPA). The Clean Air Act (42 U.S.C. §§7401-7671q) and the Federal Water Pollution Control Act (33 U.S.C. §§1251- 1387), as amended, applies to Contracts and subgrants of amounts in excess of $100,000.00. The contractor agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal assistance provided by the American Rescue Plan Act funding. The Contractor agrees to report each violation to the COUNTY, understands, and agrees that the COUNTY will, in turn, report each violation as required to assure notification to the Department of Treasury/Federal Agency and the appropriate EPA Regional Office. B) Contract Work Hours and Safety Standards Act (40 U.S.C. "3701-3708). Where applicable, which includes all FEMA grant and cooperative agreement programs, all contracts awarded by the County in excess of$100,000 that involve the employment of mechanics or laborers must comply with 40 U.S.C._�§3702 and 3704,as supplemented by Department of Labor regulations(29 CFR Part 5). Under 40 U.S.C. §3702 of the Act, each Contractor must compute the wages of every mechanic and laborer on the basis of a standard work week of forty (40) hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of forty (40) hours in the work week. The requirements of 40 U.S.C. §3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous, or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. Compliance with the Contract Work Hours and Safety Standards Act. (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work,which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. Page 17 of 54 2059 (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in Paragraph (b)(1) of this section,the Contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated Damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in Paragraph(b)(1) of this section, in the sum of $27 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in Paragraph(b)(1) of 29 C.F.R. §5.5. (3) Withholding for unpaid wages and liquidated damages. The Federal agency shall, upon its own action or upon written request of an authorized representative of the Department of Labor, withhold or cause to be withheld from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally- assisted contract subject to the Contract Work Hours and Safety Standards Act,which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in Paragraph (b)(2) of 29 C.F.R. §5.5. (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in 29 C.F.R. §5.5, Paragraphs (b)(1)through(4), and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in 29 C.F.R. §5.5, Paragraphs (1)through (4). C) Rights to Inventions Made Under a Contract or Agreement. If the Federal award meets the definition of"funding agreement" under 37 CFR §401.2 (a) and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that"funding agreement,"the recipient or subrecipient must comply with the requirements of 37 CFR Part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," and any implementing regulations issued by the awarding agency. Page 18 of 54 2060 D) Debarment and Suspension (Executive Orders 12549 and 12689) A contract award under a "covered transaction" (see 2 CFR §180.220) must not be made to parties listed on the government-wide exclusions in the System for Award Management(SAM), in accordance with the OMB guidelines at 2 C.F.R. Part 180 that implement Executive Orders 12549 (3 C.F.R. Part 1986 Comp., p. 189) and 12689 (3 C.F.R. Part 1989 Comp., p. 235), "Debarment and Suspension" and the Department of Homeland Security's regulations at 2 C.F.R. Part 3000 (Nonprocurement Debarment and Suspension). SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. SAM exclusions can be accessed at ww sa .:.-=c�v. Contractor is required to verify that none of the contractor's principals (defined at 2 C.F.R. §180.935) or its affiliates (defined at 2 C.F.R. §180.905) are excluded (defined at 2 C.F.R. §180.940) or disqualified (defined at 2 C.F.R. §180.935). The Contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. This certification is a material representation of fact relied upon by the County. If it is later determined that the contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the County,the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. Bidders or Proposers agree to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. Pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The Bidder or Proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions, including that the award is subject to 2 C.F.R. Part 180 and the Department of the Treasury's implementing regulation at 31 C.F.R. Part 19. E) Byrd Anti-Lobbying Amendment(31 U.S.C. 0352). Contractors that apply or bid for an award exceeding $100,000 must file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. §1352. Each tier must also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient who in turn will forward the certification(s) to the awarding agency. If the award exceeds $100,000, the attached certification must be signed and submitted by the Contractor to the County. F) Compliance with Procurement of Recovered Materials as set forth in 2 CFR 200.323. The Contractor must comply with Section 6002 of the Solid Waste Disposal Act, as amended, by the Resource Conservation and Recovery Act. The Page 19 of 54 2061 requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 C.F.R. Part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition,where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines.In the performance of this contract,the Contractor shall make maximum use of products containing recovered materials that are EPA-designated items unless the product cannot be acquired 1. Competitively within a timeframe providing for compliance with the contract performance schedule; 2. Meeting contract performance requirements; or 3. At a reasonable price. Information about this requirement, along with the list of EPA-designated items, is available at EPA's Comprehensive Procurement Guidelines website, Q.Z/51 111Z/�.gj a ehetisivc ��c�,����c������t g��;jd J' � ,cpg::: The Contractor also agrees to comply with all other applicable requirements of Section 6002 of the Solid Waste Disposal Act. G) Prohibition on certain telecommunications and video surveillance services or equipment as set forth in 2 CFR�200.216. Recipients and subrecipients and their contractors and subcontractors may not obligate or expend any federal funds to (1)Procure or obtain; (2) Extend or renew a contract to procure or obtain; or (3) Enter into a contract (or extend or renew a contract) to procure or obtain equipment services, or systems that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. As described in Public Law 115-232, section 889, covered telecommunications equipment is telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities) (i) For the purpose of public safety, security of government facilities, physical security surveillance of critical infrastructure, and other national security purposes, video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities). (ii) Telecommunications or video surveillance services provided by such entities or using such equipment. Page 20 of 54 2062 (iii) Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, in consultation with the Director of the National Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled by, or otherwise connected to, the government of a covered foreign country. H) Domestic Preference for Procurements as set forth in 2 C.F.R. V00.322. The County and Contractor should, to the greatest extent practicable, provide a preference for the purchase, acquisition, or use of goods, products, or materials produced in the United States (including but not limited to iron, aluminum, steel, cement, and other manufactured products). These requirements of this section must be included in all subawards including contracts and purchase orders for work or products under federal award. For purposes of this section: (1) "Produced in the United States" means, for iron and steel products, that all manufacturing processes, from the initial melting stage through the application of coatings, occurred in the United States. (2) "Manufactured products" means items and construction materials composed in whole or in part of non-ferrous metals such as aluminum; plastics and polymer- based products such as polyvinyl chloride pipe; aggregates such as concrete; glass, including optical fiber; and lumber. I) Copeland "Anti-Kickback" Act (2 C.F.R. 200, Appendix II (D); 40 U.S.C. 3145). This section applies if the contract is in excess of$2,000 and pertains to construction or repair, and further, if required by Federal program legislation. Contractor shall comply with the Copeland "Anti-Kickback" Act (40 U.S.C. §3145), as supplemented by Department of Labor regulations (29 C.F.R. Part 3), "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States"). The Act provides in part that Contractor shall be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which it is otherwise entitled. The County shall report all suspected or reported violations to the Department of the Treasury. 5. Other Federal and/or Department of the Treasury Requirements (as applicable) Section 602(b) of the Social Security Act (the Act), as added by Section 9901 of the American Rescue Plan Act(ARPA), Pub. L. No. 117-2 (March 11, 2021), authorizes the Department of the Treasury (Treasury)to make payments to certain recipients from the Coronavirus State Fiscal Recovery Fund and the Coronavirus Local Fiscal Recovery Fund (Fiscal Recovery Funds). Monroe County shall not enter into a Contract or make any distributions of funds to Contractor using monies from the Fiscal Recovery Funds absent Contractor's agreement and adherence to each term and condition contained herein. The Page 21 of 54 2063 Contractor and its sub-contractors must follow the provisions set forth herein, as applicable, including but not limited to: A) Americans with Disabilities Act of 1990 (ADA), as amended. The Contractor will comply with all the requirements as imposed by the ADA, the regulations of the Federal government issued thereunder, and the assurance by the Contractor pursuant thereto. B) Disadvantaged Business Enterprise (DBE) Policy and Obligation. It is the policy of the County that DBE's, as defined in C.F.R. Part 26, as amended, shall have the opportunity to participate in the performance of contracts financed in whole or in part with County funds under this agreement. The DBE requirements of applicable federal and state laws and regulations apply to this Agreement. The County and its Contractor agree to ensure that DBE's have the opportunity to participate in the performance of the Agreement. In this regard, all recipients and contractors shall take all necessary and reasonable steps in accordance with 2 C.F.R. §200.321 (as set forth below), applicable federal and state laws and regulations to ensure that DBE's have the opportunity to compete and perform contracts. The County and Contractor and subcontractors shall not discriminate on the basis of race, color, national origin, or sex in award and performance of contracts, entered pursuant to this Agreement. C.F.R. § 200.321 CONTRACTING WITH SMALL AND MINORITY BUSINESSES, WOMEN'S BUSINESS ENTERPRISES, AND LABOR SURPLUS AREA FIRMS a. If the Contractor, with the funds authorized by this Agreement, seeks to subcontract goods or services then, in accordance with 2 C.F.R. §200.321, the CONTRACTOR shall take the following affirmative steps to assure that minority businesses, women's business enterprises, and labor surplus area firms are used whenever possible. b. Affirmative steps must include: (1) Placing qualified small and minority businesses and women's business enterprises on solicitation lists; (2) Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources; (3) Dividing total requirements,when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business enterprises; (4) Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority businesses, and women's business enterprises; (5) Using the services and assistance, as appropriate, of such Page 22 of 54 2064 organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce. (6) Requiring the Prime contractor, if subcontracts are to be let, to take the affirmative steps listed in paragraph(1)through(5)of this section. C) Access to Records. Contractor and its successors, transferees, assignees, and subcontractors acknowledge and agree to comply with applicable provisions governing the access to records, accounts, documents, information, facilities and staff by the United States Department of the Treasury. Contractors must: (1) Cooperate with any compliance review or complaint investigation conducted by the Department of the Treasury; (2) Give the Department of the Treasury access to and the right to examine and copy records, accounts, and other documents and sources of information related to the grant and permit access to facilities, personnel, and other individuals and information as may be necessary, as required by the Department of the Treasury regulations and other applicable laws or program guidance; and (3) Submit timely, complete, and accurate reports to the appropriate Department of the Treasury officials and maintain appropriate backup documentation to support the reports. D) Changes to Contract. The Contractor understands and agrees that any cost resulting from a change or modification, change order, or constructive change of the Agreement must be within the scope of any Federal grant or cooperative agreement that may fund this Project and be reasonable for the completion of the Project. Any contract change or modification, change order or constructive change must be approved in writing by both the County and Contractor. E) Executive Compensation. As required by 2 C.F.R. Part 170, Appendix A, the Contractor must report the names and total compensation of its five most highly compensated executives and the names and total compensation of the five most highly compensated executives of its subcontractors for the preceding completed fiscal year if: (a) the total federal funding authorized to date under the award funding this Agreement equals or exceeds $30,000.00 as defined in 2 C.F.R. §170.320; (b) the Contractor received 80 percent or more of its gross revenues from federal procurement contracts (and subcontracts) and federal financial assistance subject to the Transparency Act, as provided by 2 C.F.R. §170.320 (and subcontracts); (c) the Contractor received $25,000,000.00 or more in annual gross revenues from federal procurement contracts (and subcontracts) and federal financial assistance subject to the Transparency Act, as defined in 2 C.F.R. §170.320 (and subcontracts); and (d) the public does not have access to information about the compensation of the executives through periodic reports filed under Section 13(a) or 15(d) of the Page 23 of 54 2065 Securities Exchange Act of 1934 (15 U.S.C. 78m(a), 78o(d)) or Section 6104 of the Internal Revenue Code of 1986. To determine if the public has access to the compensation information, see U.S. Security and Exchange Commission total compensation filings at liqp:�L�yE�y,,5��,ggy/atisNvers/execoi-Y pJani. ........ ... ....................... F) No Obligation by Federal Government. The Federal Government is not a party to this contract and is not subject to any obligations or liabilities to the County/non- Federal entity, contractor or any other party pertaining to any matter resulting from the contract. G) Program Fraud and False or Fraudulent Statements or Related Acts. The contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the Contractor's actions pertaining to this contract. The Contractor understands that making false statements or claims in connection with this award is a violation of federal law and may result in criminal, civil, or administrative sanctions, including fines, imprisonment, civil damages and penalties, debarment from participating in federal awards or contracts, and/or any other remedy. H) The Contractor shall utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the Contractor 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 employment eligibility of all new employees hired by the subcontractor during the Contract term. 1) The Contractor will be bound by the terms and conditions of the Federally Funded State & Local Fiscal Recovery Fund Financial Assistance Agreement between the County and the United States Department of Treasury attached hereto as Attachment A and made a part of this Agreement. J) The Contractor shall hold the United States and County harmless against all claims of whatever nature arising out of the Contractor's performance of work under this Agreement, to the extent allowed and required by law. K) Energy Efficiency. If applicable, the Contractor will comply with the Energy Policy and Conservation Act (P.L. 94-163; 42 U.S.C. §§6201-6422) and with all mandatory standards and policies relating to energy efficiency and the provisions of the state Energy Conservation Plan adopted pursuant thereto. L) Conflicts of Interest. The Contractor understands and agrees it must maintain a conflict-of-interest policy consistent with 2 C.F.R. § 200.318(c) and that such conflict-of-interest policy is applicable to each activity funded under the federal award as set forth in Attachment A. The Contractor and subcontractors must disclose in writing to Treasury or the pass-through entity, as appropriate, any Page 24 of 54 2066 potential conflict of interest affecting the awarded funds in accordance with 2 C.F.R. § 200.112. M) Remedial Actions. In the event of the Contractor's noncompliance with Section 602 of the Act, other applicable laws, Treasury's implementing regulations, guidance, or any reporting or other program requirements, Treasury may impose additional conditions on the receipt of a subsequent tranche of future award funds, if any, or take other available remedies as set forth in 2 C.F.R. § 200.339. In the case of a violation of Section 602(c) of the Act regarding the use of funds,previous payments shall be subject to recoupment as provided in Section 602(e) of the Act and any additional payments may be subject to withholding as provided in Sections 602(b)(6)(A)(ii)(III) of the Act, as applicable. N) Compliance with Federal Law, Regulations and Executive Orders. This is an acknowledgment that Department of the Treasury (Treasury) financial assistance will be used to fund the contract only. The Contractor agrees to comply with the requirements of Sections 602 and 603 of the Act, regulations adopted by Treasury pursuant to Sections 602(f) and 603(f) of the Act, and guidance issued by Treasury regarding the foregoing. The Contractor also agrees to comply with all other applicable federal statutes, regulations, and executive orders, and the Contractor shall provide for such compliance by other parties in any agreements it enters into with other parties relating to this award. Federal regulations applicable to this Department of Treasury award include, without limitation, the following: i. Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards, 2 C.F.R. Part 200, other than such provisions as Treasury may determine are inapplicable to this award and subject to such exceptions as may be otherwise provided by Treasury. Subpart F —Audit Requirements of the Uniform Guidance, implementing the Single Audit Act, shall apply to this award. ii. Universal Identifier and System for Award Management(SAM), 2 C.F.R. Part 25,pursuant to which the award term set forth in Appendix A to 2 C.F.R. Part 25 is hereby incorporated by reference. iii. Reporting Subaward and Executive Compensation Information, 2 C.F.R. Part 170,pursuant to which the award term set forth in Appendix A to 2 C.F.R. Part 170 is hereby incorporated by reference. iv. OMB Guidelines to Agencies on Governmentwide Debarment and Suspension (Nonprocurement), 2 C.F.R. Part 180, including the requirement to include a term or condition in all lower tier covered transactions (contracts and subcontracts described in 2 C.F.R. Part Page 25 of 54 2067 180, subpart B)that the award is subject to 2 C.F.R. Part 180 and Treasury's implementing regulation at 31 C.F.R. Part 19. V. Recipient Integrity and Performance Matters,pursuant to which the award term set forth in 2 C.F.R. Part 200, Appendix XII to Part 200 is hereby incorporated by reference. vi. Governmentwide Requirements for Drug-Free Workplace 31 C.F.R. Part 20. vii. New Restrictions on Lobbying, 31 C.F.R. Part 21. viii. Uniform Relocation Assistance and Real Property Acquisitions Act of 1970 (42 U.S.C. §§ 4601-4655) and implementing regulations. ix. Generally applicable federal environmental laws and regulations. O) Hatch Act. The Contractor agrees to comply, as applicable, with requirements of the Hatch Act(5 U.S.C. §§ 1501-1508 and 7324-7328),which limit certain political activities of State or local government employees whose principal employment is in connection with an activity financed in whole or in part by this federal assistance. P) False Statements. The Contractor understands that making false statements or claims in connection with this award is a violation of federal law and may result in criminal, civil, or administrative sanctions, including fines, imprisonment, civil damages and penalties, debarment from participating in federal awards or contracts, and/or any other remedy. Q) Publications. Any publications produced with funds from the federal award as set forth in Attachment A must display the following language: "This project[is being] [was] supported, in whole or in part,by federal award number [enter project FAIN] awarded to [name of Recipient] by the U.S. Department of the Treasury." R) Debts Owed the Federal Government. a. Any funds paid to the Contractor (1) in excess of the amount to which Contractor is finally determined to be authorized to retain under the terms of this award as set forth in Attachment A; (2) that are determined by the Treasury Office of Inspector General to have been misused; or (3) that are determined by Treasury to be subject to a repayment obligation pursuant to Sections 602(e) and 603(b)(2)(D) of the Act and have not been repaid by Contractor shall constitute a debt to the federal government. b. Any debts determined to be owed the federal government must be paid promptly by Contractor. A debt is delinquent if it has not been paid by the date specified in Treasury's initial written demand for payment,unless other satisfactory arrangements have been made or if the Contractor knowingly or improperly retains funds that are a debt as defined in Paragraph 14(a) of Page 26 of 54 2068 the federal award as set forth in Attachment A. Treasury will take any actions available to it to collect such a debt. S) Disclaimer. a. The United States expressly disclaims any and all responsibility or liability to the Contractor or third persons for the actions of Contractor or third persons resulting in death, bodily injury, property damages, or any other losses resulting in any way from the performance of this award or any other losses resulting in any way from the performance of services funded under the federal award as set forth in Attachment A or any other losses resulting in any way from the performance of services pursuant to any contract, or subcontract under this award. b. The acceptance of these funds provided by the federal award as set forth in Attachment A by the Contractor does not in any way establish an agency relationship between the United States and the Contractor. T) Protections for Whistleblowers. a. In accordance with 41 U.S.C. § 4712, the Contractor may not discharge, demote, or otherwise discriminate against an employee in reprisal for disclosing to any of the list of persons or entities provided below, information that the employee reasonably believes is evidence of gross mismanagement of a federal contract or grant, a gross waste of federal funds, an abuse of authority relating to a federal contract or grant, a substantial and specific danger to public health or safety, or a violation of law, rule, or regulation related to a federal contract (including the competition for or negotiation of a contract) or grant. b. The list of persons and entities referenced in the paragraph above includes the following: i. A member of Congress or a representative of a committee of Congress; ii. An Inspector General; iii. The Government Accountability Office; iv. A Treasury employee responsible for contract or grant oversight or management; v. An authorized official of the Department of Justice or other law enforcement agency; vi. A court or grand jury; or vii. A management official or other employee of Recipient, contractor, or subcontractor who has the responsibility to investigate, discover, or address misconduct. c. The Contractor shall inform its employees in writing of the rights and remedies provided under this section, in the predominant native language of the workforce. Page 27 of 54 2069 U) Increasing Seat Belt Use in the United States.Pursuant to Executive Order 13043, 62 FR 19217(Apr. 18, 1997),the Contractor is encouraged to adopt and enforce on-the-job seat belt policies and programs for its employees when operating company-owned, rented, or personally owned vehicles and encourage its subcontractors to adopt and enforce on-the-job seat belt policies and programs for their employees when operating company-owned, rented, or personally owned vehicles. V) Reducing Text Messaging While Driving. Pursuant to Executive Order 13513, 74 FR 51225 (Oct. 6, 2009), the Contractor should encourage its employees, subrecipients, and subcontractors to adopt and enforce policies that ban text messaging while driving, and the Contractor should establish workplace safety policies to decrease accidents caused by distracted drivers. Page 28 of 54 2070 PROPOSAL FORM PROPOSAL TOE: Monroe County Facilities Maintenance 123 Overseas Highway—Rockland Key Key West, FL 33040 PROPOSAL FROM: �2 1' The undersigned, having carefully examined the Work and reference Drawings, Specifications, Proposal, and Addenda thereto and other Contract Documents for the construction of: BIG PINE SENIOR CENTER DEMOLITION, 390: KEY DEER BLVD., BIG PINE KEY, FL 33043 and having carefully examined the site where the Work is to be performed, having become familiar with all local conditions including labor affecting the cost thereof, and having familiarized himself with material availability, Federal, State, and Local laws, ordinances, rules and regulations affecting performance of the Work, does hereby propose to furnish all labor, mechanics, superintendents, tools, material, equipment, transportation services, and all incidentals necessary to perform and complete said Work and work incidental hereto, in a workman-like manner,in conformance with said Drawings, Specifications,and other Contract Documents including Addenda issued thereto, The undersigned further certifies that he/she has personally inspected the actual location of where:the Work is to be performed,together with the local sources of supply and that he/she understands the conditions under which the Work is to be performed. The proposer shall assume the risk of any and all costs and delays arising from the existence of any subsurface or other latent physical condition which could be reasonably anticipated by reference to documentary information provided and made available, and from inspection and examination of the site, The undersigned agrees to commence performance of this Project within Ten (10) calendar days after the date of issuance to the undersigned by Owner of the Notice to Proceed/Purchase Order/Task Order. Once commenced, undersigned shall diligently continue performance until completion of the Project. The undersigned shall accomplish Final Completion of the Project within Thirty(30) days, thereafter, unless an extension of time is granted by the County. Page 29 of 54 2071 The Base Proposal shall be furnished below in words and numbers. If there is an inconsistency between the two,the Proposal in words shall control. (Tat Basesal-w�N) $ YO .0 1)I') Dollars. (Total B sneProposal—numbers) I acknowledge Alternates as follows: N/A I acknowledge receipt of Addenda No.(s) or None No. Dated No. Dated Page 30 of 54 2072 In addition, Proposer states that he/she has Provided or will provide the County, along with this Proposal, a certified copy of Contractor's License, Monroe County Business Tax Receipt, and Certificate of Insurance showing the minimum insurance requirements for this project. Execution by the Contractor must be by a person with anthority to bind the entity® By signing this agreement below,the Contractor has read and accepts the terms and conditions set forth by the Monroe County General Requirements for Construction found at the link on the Monroe County web page: 'h-ftj2://fl-monroecQgnbL civic Dlu—s—c-o—m/B ids.aspx?CatlD=18; AND accepts all of the terms and conditions and all Federal required contract provisions herein. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed by their duly authorized representatives,as follows: Contractor: Mailing Address: Phone Number: E.I.N.: Email: Date: Signed: fld:m Contractor's Witness signatu lll � re: I A�) u4z4�J f �- Witness name: ' A� —L,41, Date: The County accepts the above proposal: MONROE COUNTY,FLORIDA Date: By: County Administrator or Designee MONACC COUNTY ArfORNEV S OFPICE Page 31 of 54 PAT AICIA FABLES ASStSTA)T NFY DAM 2073 , NON-COLLUSION AFFIDAVIT of the city of acco, ing to law n my oath, and under penalty of p ury, depose and say that: a. I am of the the bidder making the Proposal or e project described in the Request for Proposals for and that I executed the said proposal withjuirauthority to do so; . 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 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 projects ( i nature of Proposer) ( ate) STATE OF: �' `. COUNTY OF: Subscribed and sworn to or affirmed before me,� ) y sans of physical presence or online notarization, on (date)(date) by (name of affiant). e0 She is pars k 02 hgr, produced (type of identification) as identification, N {IIBBllllfllle r7 o�t ®�r n "",*s .... NOTARYMe PUBLIC 1 014 1 Myco mission expires: V St27- nJ, � � "� (SEAL) of fV&.'dy, a Page 3 . . 2074 LOBBYING AND CONFLICT OF INTEREST CLAUSE SWORN STATEMENT UNDER ORDINANCE NO. 010-1990 MONROE COUNTY, FLORIDA ETHICS CLAUSE ®B (Company) 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. 010-1990 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". (Signature) Date: STATE OF: COUNTY OF: Subscribed and sworn to (or fflorn d) bqfor�me, b means of hysical presence or 9�D y me ��Mr�e �1 0 online notarization, on /)e ysi 20 (date) by (name of affiant). He/She is PeZa—aally KaQ#n to me or has produced as Wen-flification o identification) P40TARP PUBLIC My commission expires: L2_ e---- WY % (SEAL) N'COA4ft, 0jV 28 OF F03; .......... * ge 33 of 54 2075 DRUG-FREE WORKPLACE FORM Th t e undersigned vendor in aeff d Flo S tote, Sec. 287.087 hereby certifies that: (Name of Business) 1® Publish a statement notifying employees that the unlawfid manufacture, distribution, dispeming,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. P oposer's Signare ate STATE OF. COUNTY OF: Subscribed and sw to or ,1 e before me,by means of physical presence or 0 online notarization,on ZA! ) (date)by (name of affiant). He/She is perso ly to me or llas produded (�je'of id fication as iden,W1%c,a (o n. er 0 CRY PUBLIC (SEAL) _Cj My Commission Expires: --- .4 pk� cool'; - Page 34 of 54 2076 PUBLIC ENTITY CRIME STATEMENT "A person or affillate 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, proposals, or replies 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." h e "Aah b v and state that r e 0 s t a' e (Respondent's name) nor any Affiliate e p- 1_' placed 0 vict vendor has%ben la d n the vend is w�lthin the last thirty-six(36) months. (Signature) Date: Ile STATE OF: COUNTY OF; Subscribed and sworn to (or affirmed) before me,�bmea, s of hysical presence or I p nli !on h e f ork 0 & 0 onli e notarization, or the of LNYT 20 (date), by (name of afflant). He/4Se is personally known to me or as -------------- (type of identification)as identifl ion. NOTARY PUBLIC N Rof, My Commission Expires: WY A4Y ComwsloAf EXPIRES 12.7.202, j. F FU ............... Page 35 of 54 ...........- 2077 VENDOR CERTIFICATION 1NIZED COMPANIES LISTS Project®escription(s); Respondent Vendor Nerve: r VenderFEIN: " Vendor's Autho 'zed represent tive Name and Title: Address* � City: State: Phone Number 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 237.135, 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 Terrorism Sectors 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 Terrorism Sectors 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 Terrorism Sectors List or been engaged in business operations in Cuba or Syria. Vendor has reviewed Section 237.135, Florida Statutes,and in accordance with such provision of Florida law, is eligible to bid on,submit a proposal for,or enter into or renew a contract with Monroe County for goods or services. Certified By: _ who is authorized to sign on behalf of�e above referenced co any. authorized Signatures tea_.__ Print Name: Title; Note:The List are available at the following Department of Management Services Site: {w.ht. i_CekNB.,..6m k d ftSl4P,lt__b,_kM g.eN . Q . o .I.t.. ap cl...t.:,,... ml`re ..... n' an n..l.a..wom.,n. i t" r V ended C& fr1r t in vendor IIIi g Page 36 of 54 2078 AFFIDAVIT ATTESTING TO C CI CONDUCT E R LA VICES Entity/Vendor Na Vendor F'EIN: " m. Vendor's.Authorize Re presentative: (Name and Title) � Address: City: State. Zip: Phone N er, , Email.Address: As a nongovernmental entity executing, renewing, or extending a contract with a goverritnent entity, Vendor is required to.provide an affidavit under penalty of perury attesting that Vendor does not use coercion for labor or services in accordance with Section 77.06,Florida Statutes. As defined in Section 7 7.06(2)(a), coercion means: 1. Using or threating to use physical force against any person; 2. Restraining, isolating, or confining or threating to restrain, isolate, or confine any person without lawful authority and against her or his will; 3. Using lending orother credit methods to establish a debt by any person when labor or services are pledged as a security for the debt, if the value of the labor or services as reasonably assessed is not applied toward the liquidation of the debt,the length and nature of the labor or service are not respectively limited and defined; 4, Destroying, concealing, removing, confiscating, withholding, or possessing any actual or purported passport,visa, or other immigration document, or any other actual or purported government identification document,of any person; 5. Causing or threating to cause financial harm to any person; 6. Enticing or luring any person by fraud or deceit;or 7. Providing a controlled substance as outlined in Schedule I or Schedule 11 of Section 893.03 to any person for the purpose of exploitation of that person. As a person authorized to sign on behalf of Vendor,I certify under penalties ofpczury that Vendor does not use coercion for labor or services in accordance with Section 787.06. Additionally, Vendor has reviewed Section 787.06,FloridaStatutes,and agrees to abide by same. Certified By: ( /�°° who is authorized to sr on behalf of e above reference corn arty. Authorized Si at re: Print Name: Title: Page 37 of 54 2079 (7'o be sub fitted with sash bid or offer eanceeding 1 ,000) 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 orwill be paid to any person for influencing or atterripting to influence an officer or employee of an y ny 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 Forrn-LLL,"Disclosure Form to Report Lobbying,"in accordance with its instructions. 3. The undersigned shall require that the language of this certificationbe 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. If any 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 commitment providing for the United States to insure or guarantee a loan,the undersigned shall complete and submit Standard Form-LLL, "Disclosure of Lobbying Activities,"in accordance with its instructions. Submission of this statement is a prerequisite for making or entering into this transaction imposed by section 1352,title 3 1,U.S.Code.Any person who fails to file the required statement shall be subject to a civil penalty of not less than$10,000 and not more than$100,000 for each such failure, ,I f The Contractor, certifies or affirms the truthfulness and accuracy of each statement of Aits certification i 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 of Contractor's Authorized Official AA W44a-li�-W-v Namel nil Title'i)r7ontractor's A flio i zed O ici I Date Page 38 of 54 2080 DISCLOSURE OFLOBBYIING ACTVITIES Approved tvy OMB Complete this formi to d-lii s c"I'0"s"I""iobbying activities pursuant to 31 U.S.C. 1352 D348-0046 (See reverse for public IbUrdeun disclosuire, ) 1. Type of Federal Action:! 2. Status of IFederall Action: I Report Type: Llb. grant b. initial'awaird —1 a. initilal flilli�ng a. contract LI a. bidloffeirlapplicationi L �13. material change c. cooperative agreiefneM c. post-inward For IMateriial Change Only: d. lb a n year q LIZ Her e. ljoan guaraintee date of last report f. loan insurance 4. Narneain,d Address of Reporting Enitity!: 5. If Reportiling Einlity !in No is SLibiawairldlee, Enter Nair ❑P'riime Q Sulbawardee and Address of Prilme: Tiler—:, if kno. ....................Y. ....... Congressional District, if,ki.l.g.m. Congiressionall Dis,trict, if ko. w.p. ........... 6. Federal DepartifTnentlAgiency: T. Feiderall Program Namieffiescriiptioin: CFDA INUmbef, if a P IF eide ra I Aicti'loin N ui m bleir, if kn.awn.; Award Amount, ifkn.o..wrt .......................... ......................... 10. a., Name andl Address of Lolbhyiin, IRegistrainit b. Indliviliduals Performing Services (0cluding address if (if mdwiduaV, last name, first name, &j.Y.:): different from No. l0q) ........... ....: (iast name, first name, Mf): 11. Iffunwirm eqw ml ffirmuqfi )hfi' Signature: I'M 7hfi,i afi cbvjre af Lbbyinq wlki a It a rm9vral I.F.PresuflMmIcA 1,30 upmn vAkh iefiarr,.!vav�plmrd b,,d KWnr firr Axwe mher:LMstmmmclhwv?n nuvAe �Pirint Name: Mjjb,jrFj i1jr,, lhfim dindunkre k re4piimd wwwouf"A"' 21 1352 lhk for pubfic in""pecriarr Any peman PA'm 0,�ho,jg M hp iequired dkk�,hM ahal lw THIle: A ixfl arho ruire ffian:51000DO for Arai %xh:h1dure Telelphoine,No.: Date: Federal Use Only: Autlijorized for Local Reprodijci ............... 7)Standard Form L.LL(Rev.7-9 tl Page 39 of 54 2081 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 a covered Federal action,or a material change to aprevious filing,pursuant to title 31 U.S.C. section 1352.The filing of a form is required for each payment or agreement to make payment to any 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.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. 1. 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 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 reportby 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 Ist 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 organizational 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 identified in item I (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 commitment 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 registrant under the Lobbying Disclosure Act of 1995 engaged by the reporting entity identified in item 4 to influence 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). 11.The certifying official shall sign and date the form,print his/her name,title,and telephone number. According to the Paperwork Reduction Act,as amended,no persons are required to respond to a collection of information unless it displays a valid OMB Control Number.The valid OMB control number for this information collection is OMB No.0348-0046.Public reporting burden for this collection of information is estimated to average 10 minutes per response,including time for reviewing instructions,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,DC 20503. Page 40 of 54 2082 INSURANCE REQUIREMENTS AND FORMS MONROE COUNTY, FLORIDA RISK MANAGEMENT POLICY AND PROCEDURES General Insurance Requirements For Other Contractors, Subcontractors and Professional Services As a pre-requisite of the work and services governed, or the goods supplied under this contract (including the pre-staging of personnel and material), the Contractor shall obtain, at his/her own expense, insurance as specified in any attached schedules, which are made part of this contract. The Contractor will ensure that the insurance obtained will extend protection to all Subcontractors engaged by the Contractor. Alternatively, the Contractor may require all Subcontractors to obtain insurance consistent with the attached schedules. The Contractor will not be permitted to commence work governed by this contract (including pre- staging of personnel and material) until satisfactory evidence of the required insurance has been furnished to the County as specified below. Delays in the commencement of work,resulting from the failure of the Contractor to provide satisfactory evidence of the required insurance, shall not extend deadlines specified in this contract and any penalties and failure to perform assessments shall be imposed as if the work commenced on the specified date and time, except for the Contractor's failure to provide satisfactory evidence. The Contractor shall maintain the required insurance throughout the entire term of this contract and any extensions specified in the attached schedules. Failure to comply with this provision may result in the immediate suspension of all work until the required insurance has been reinstated or replaced. Delays in the completion of work resulting from the failure of the Contractor to maintain the required insurance shall not extend deadlines specified in this contract and any penalties and failure to perform assessments shall be imposed as if the work had not been suspended,except for the Contractor's failure to maintain the required insurance. The Contractor will be held responsible for all deductibles and self-insured retentions that may be contained in the Contractor's Insurance policies. The Contractor shall provide,to the County, as satisfactory evidence of the required insurance, either: • Certificate of Insurance or •A Certified copy of the actual insurance policy. The County, at its sole option, has the right to request a certified copy of any or all insurance policies required by this contract. All insurance policies must specify that they are not subject to cancellation, non-renewal, material change,or reduction in coverage unless a minimum of thirty (30)days prior notification is given to the County by the insurer. The acceptance and/or approval of the Contractor's insurance shall not be construed as relieving the Contractor from any liability or obligation assumed under this contract or imposed by law. Page 41 of 54 2083 The Monroe County Board of County Commissioners, its employees and officials, at 1100 Simonton Street, Key West, Florida 33040, will be included as "Additional Insured" on all policies, except for Workers' Compensation. Any deviations from these General Insurance Requirements must be requested in writing on the County prepared form entitled"Request for Waiver of Insurance Requirements" and approved by Monroe County Risk Management Department. Page 42 of 54 2084 PROPOSER'S INSURANCE AND INDEMNIFICATION STATEMENT INSURANCE REQUIREMENTS Workers Compensation Statutory Limits Employers Liability $100,0001$500,0001$100,000 Bodily Injury by Accident/Bodily Injury by Disease,policy limits/Bodily Injury by Disease each employee General Liability $200,000 per Person $300,000 per Occurrence $200,000 Property Damage or $300,000 Combined Single Limit Vehicle $200,000 per Person (Owned, non-owned, and hired vehicles) $300,000 per Occurrence $200,000 Property Damage or $300,000 Combined Single Limit Builders Risk Not Required Construction Bond Not Required The Monroe County Board of County Commissioners, its employees and officials, 1100 Simonton Street, Key West, Florida 33040, shall be named as Certificate Holder and Additional Insured on General Liability and Vehicle policies. INDEMNIFICATION,HOLD HARMLESS,AND DEFENSE.Notwithstanding any minimum insurance requirements prescribed elsewhere in this agreement,Contractor 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 parry by reason of, or in connection with, (A) any activity of Contractor or any of its employees, agents, contractors or other invitees during the term of this Agreement, (B)the negligence or recklessness, intentional wrongful misconduct, errors or other wrongful act or omission of Contractor or any of its employees, agents, sub-contractors or other invitees, or (C) Contractor's default in respect of any of the obligations that it undertakes under the terms of this Agreement, except to the extent the claims, actions, causes of action, litigation, proceedings, costs or expenses arise from the intentional or sole negligent acts or omissions of the County or any of its employees, agents, contractors or invitees (other than Contractor). The monetary limitation of liability under this Page 43 of 54 2085 contract shall be equal to the dollar value of the contract andnot less than$1 million per occurrence pursuant to Section 725.06, Florida Statutes. The limits of liability shall be as set forth in the insurance requirements included in Paragraph 3.Q. herein. Insofar as the claims, actions, causes of action, litigation, proceedings, costs or expenses relate to events or circumstances that occur during the to of this Agreement, this section will survive the expiration of the to 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 Contractor's failure to purchase or maintain the required insurance, the Contractor 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 Contractor,the Contractor agrees and warrants that the Contractor 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. United States lDl 3artment of t e Treasu Ian amnification To the fullest extent pen-nitted by law,the Contractor shall indemnify and hold harmless the United States Department of the Treasury and its officers and employees,from liabilities,damages,losses and costs, including, but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness or intentional wrongful misconduct of the Contractor and persons employed or utilized by the Contractor in the performance of this Contract. This indemnification shall survive the termination of this Contract- Nothing contained in this paragraph is intended to nor shall it constitute a waiver of the sovereign immunity of the United States or the County. The extent of liability is in no way limited to,reduced,or lessened by the insurance requirements contained elsewhere within this Agreement. LROPOSEWS STATEMENT I understand the insurance that will be mandatory if awarded the contract and will comply in full with all of the requirements herein. I fully accept the indemnification and hold harmless and duty to defend as set out in this proposal. A NA PROPOSER Signature Page 44 of 54 ...................- 2086 INSURANCE AGENT'S STATEMENT I have reviewed the above requirements with the proposer named above. The following deductibles apply to the corresponding policy. POLICY DEDUCTIBLES General Liability 2,000,000 1,000,000/ 2,000,000 Liability policies area Occurrence Claims Made PGI of West Central Florida, LLC. IKM-a-ot � Xa&zg�� Insurance Agency Signature Page 45 of 54 2087 MONROE COUNTY, FLORIDA REQUEST FOR WAIVER OF INSURANCE REQUIREMENTS It is requested that the insurance requirements, as specified in the County's Schedule of Insurance Requirements,be waived or modified on the following contract. Contractor/Vendor: Project or Service: Contractor/Vendor Address & Phone #: General Scope of Work: Reason for Waiver or Modification: Policies Waiver or Modification will apply to: Signature of Contractor/Vendor: Date: Approved Not Approved Risk Management Signature: Date: County Administrator appeal: Approved: Not Approved: Date: Board of County Commissioners appeal: Approved: Not Approved: Meeting Date: Page 46 of 54 2088 A`co" CERTIFICATE OF LIABILITY INSURANCE FDATE(MM/DD/YYYY) 11/25/2024 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Amanda Katullch PGI of West Central Florida,LLC PHONE FAX 941-242-9619 PHONE Ext): (A/C,No): 941-242-9621 608 15th St W ADDRESS: amanda@pgiofwestcentralflorida.com INSURER(S)AFFORDING COVERAGE NAIC# Bradenton FL 34205 INSURERA: National Trust Insurance Company 20141 INSURED INSURER B: FCCI Insurance Company 10178 Grader Mike,LLC. INSURERC: 2 Bay Dr. INSURER D: INSURER E: Key West FL 33040 INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE LTR INSD WVD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE OCCUR PREMISES(Ea occurrence) $ 100,000 MED EXP(Any one person) $ 5,000 A Y GL10007180103 08/23/2024 08/23/2025 PERSONAL&ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 X POLICY❑ JECT PRO ❑ LOC PRODUCTS-COMP/OP AGG $ 2,000,000 OTHER: Employee Benefits $ 1,000,000 AUTOMOBILE LIABILITY (Ea accident) $ 500,000 x ANY AUTO BODILY INJURY(Per person) $ B AUUTOSS AUTOS A O SCHEDULED Y CA10005902804 08/23/2024 08/23/2025 BODILY INJURY(Per accident) $ NON-OWNED FRuFERTY DAMAGE $ HIRED AUTOS AUTOS (Per accident) UMBRELLA LAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED RETENTION$ $ WORKERS COMPENSATION X STATUTE ERIH- AND EMPLOYERS'LIABILITY Y/N ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ 1,000,000 B OFFICER/MEMBEREXCLUDED? ❑Y N/A WC0100059029-04 08/01/2024 08/01/2025 (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 B Schedule Equipment CM10007415403 08/23/2024 08/23/2025 Limit:$215,704 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Monroe County Board of County Commissioners is listed as additional insured on a blanket basis as required by written contract in regards to General Liability and Automobile Liability. T �_. 11.25`2"4 A - - �— CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Monroe County BOCC 1100 Simonton St. AUTHORIZED REPRESENTATIVE Key West FL 33040 �T9�'Zl,PCt? 7 @ 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD 2089 ATTACHMENT A CORONAVIRUS STATE AND LOCAL FISCAL RECOVERY FUNDS FINANCIAL ASSISTANCE AGREEMENT Page 48 of 54 2090 ON]B Appro,,ed No. 1505-0271 Expif ation Date: 11,30,202 1 C(-',)R(-')NAVIRt-.S STATF AND Lt)CAL FISCAL RECOVERY Fl..'\DS Recipient narne and address: DUM Number 07387(5757 Monroe Countv Board of Commissioners Taxpayer ldeiitificationNuniber, 596000749 1100 Sillronton Street. Room 2�213 Assimance Listing Niunber and'Firlo:21 key'West,florida 33040 Sections 602(b)and 003(b)ofthe Social Security Act(the Act)as added by section 9901 of the American Rescue Plan Act,PUb. 1_- 1 17-2(.1daich 11,2021.)authorizes the Department ofthc Treasury iTicasury)to make payments to certain recipicnts fi-orn the Coronavuris Mate FiscA Recovery Fund and the Coronavirus Local 1"iscal Recovery Fund. Recipients hereby agrees,as a condition to receiving such payment fi-orn Freasurv,agrees to the terms,attached hereto Rocipient� TDigitally signed by Tina Boan ina Boan Data 2022.08.02 09:11:02 -04'00' Authorized Representative Sigflai[LIVC(above) Authorized Representative Naine firm 13oan Authorized Represcirtativc Title: Senior Director Budget&Finaoce Date Slgreed. (.',S Department of"the'I rcasm-y: _7 Aulhorized Signature(aboNre) Authorized Representative'Narne Jacob Leibeffluft Authorized Representative Title: Chief Recoverti,0411cer, Office o(Recovery Programs Date Signed: May 14.,2021 P!',PERWORK REDUCT10\1 ACT NOTICE The int'onvustion kx)VIevtf.d A ill tW Med for the U.S ("wernment to pmcess requests foe suppokt.'Tlw estimated buiden mmiated vIfli this Mlection of nfonnation is 15 minutes pet iespmse.Cortunents ovncerinng the RUCUracy ofthis burden estimHte and m.5ggemiom For l-ed06ngthis hLij-den S111)Uld N,dirvoted to the Office of Privacy,Tiiimrarvnoy and Rem-&Depm-twerit of the Treasury-1500 PennsyhanigAve,If W,Mashmpton,D C.20220 DO NOT rwd the hmn to this addi,ess."m agency may not conduct 01 SPIAISOI,aild a tru'soit is n,A Tcquired v)ruspondto,n uifless it(,hspkt/s a valid corti-ol nutnber assigncd by O 413, Page 49 of 54 2091 U.S.DEPARTMENT OF THE TREASURY CORONAVIRUS STATE FISCAL RECOVERY FUND AWARD TERMS AND CONDITIONS 1.Use of Funds. a. Recipient understands and agrees that the funds disbursed under this award may only be used in compliance with sections 602(c)and 603(c)of the Social Security Act(the Act)and Treasury's regulations implementing that section and guidance. b. Recipient will determine prior to engaging in any project using this assistance that it has the institutional,managerial,and financial capability to ensure proper planning,management,and completion of such project. 2.Period of Performance.The period of performance for this award begins on the date hereof and ends on December 31,2026.As set forth in Treasury's implementing regulations,Recipient may use award funds to cover eligible costs incurred during the period that begins on March 3,2021 and ends on December 31,2024. 3.Reporting_Recipient agrees to comply with any reporting obligations established by Treasury,as it relates to this award. 4.Maintenance of and Access to Records a. Recipient shall maintain records and financial documents sufficient to evidence compliance with sections 602(c)and 603(c),Treasury's regulations implementing those sections,and guidance regarding the eligible uses of funds. b. The Treasury Office of Inspector General and the Government Accountability Office,or their authorized representatives, shall have the right of access to records(electronic and otherwise)of Recipient in order to conduct audits or other investigations. c. Records shall be maintained by Recipient for a period of five(5)years after all funds have been expended or returned to Treasury,whichever is later. 5.Pre-award Costs.Pre-award costs,as defined in 2 C.F.R. §200.458,may not be paid with funding from this award. 6.Administrative Costs.Recipient may use funds provided under this award to cover both direct and indirect costs. 7.Cost Sharing.Cost sharing or matching funds are not required to be provided by Recipient. 8 Conflicts of Interest Recipient understands and agrees it must maintain a conflict of interest policy consistent with 2 C.F.R. § 200.318(c)and that such conflict of interest policy is applicable to each activity funded under this award.Recipient and subrecipients must disclose in writing to Treasury or the pass-through entity,as appropriate,any potential conflict of interest affecting the awarded funds in accordance with 2 C.F.R. §200.112. 9.Compliance with Al2plicable Law and Regulations. a. Recipient agrees to comply with the requirements of sections 602 and 603 of the Act,regulations adopted by Treasury pursuant to sections 602(f)and 603(f)of the Act,and guidance issued by Treasury regarding the foregoing.Recipient also agrees to comply with all other applicable federal statutes,regulations,and executive orders,and Recipient shall provide for such compliance by other parties in any agreements it enters into with other parties relating to this award. b. Federal regulations applicable to this award include,without limitation,the following: i. Uniform Administrative Requirements,Cost Principles,and Audit Requirements for Federal Awards,2 C.F.R.Part 200,other than such provisions as Treasury may determine are inapplicable to this Award and subject to such exceptions as may be otherwise provided by Treasury. Subpart F—Audit Requirements of the Uniform Guidance, implementing the Single Audit Act,shall apply to this award. ii. Universal Identifier and System for Award Management(SAM),2 C.F.R.Part 25,pursuant to which the award term set forth in Appendix A to 2 C.F.R.Part 25 is hereby incorporated by reference. iii. Reporting Subaward and Executive Compensation Information,2 C.F.R.Part 170,pursuant to which the award term set forth in Appendix A to 2 C.F.R.Part 170 is hereby incorporated by reference. iv. OMB Guidelines to Agencies on Governmentwide Debarment and Suspension(Nonprocurement),2 C.F.R.Part I80,including the requirement to include a term or condition in all lower tier covered transactions(contracts and subcontracts described in 2 C.F.R.Part 180,subpart B)that the award is subject to 2 C.F.R.Part 180 and Treasury's implementing regulation at 31 C.F.R.Part 19. Page 50 of 54 2092 v. Recipient Integrity and Performance Matters,pursuant to which the award term set forth in 2 C.F.R.Part 200, Appendix XII to Part 200 is hereby incorporated by reference. vi. Governmentwide Requirements for Drug-Free Workplace,31 C.F.R.Part 20. vii. New Restrictions on Lobbying,31 C.F.R.Part 21. viii. Uniform Relocation Assistance and Real Property Acquisitions Act of 1970(42 U.S.C. §§4601-4655)and implementing regulations. ix. Generally applicable federal environmental laws and regulations. c. Statutes and regulations prohibiting discrimination applicable to this award,include,without limitation,the following: i. Title VI of the Civil Rights Act of 1964(42 U.S.C. §§2000d et seq.)and Treasury's implementing regulations at 31 C.F.R.Part 22,which prohibit discrimination on the basis of race,color,or national origin under programs or activities receiving federal financial assistance, ii. The Fair Housing Act,Title VIII of the Civil Rights Act of 1968(42 U.S.C. §§3601 et seq.),which prohibits discrimination in housing on the basis of race,color,religion,national origin,sex,familial status,or disability, iii. Section 504 of the Rehabilitation Act of 1973,as amended(29 U.S.C. §794),which prohibits discrimination on the basis of disability under any program or activity receiving federal financial assistance; iv. The Age Discrimination Act of 1975,as amended(42 U.S.C. §§6101 et seq),and Treasury's implementing regulations at 31 C.F.R.Part 23,which prohibit discrimination on the basis of age in programs or activities receiving federal financial assistance,and v. Title II of the Americans with Disabilities Act of 1990,as amended(42 U.S.C. §§12101 et seq.),which prohibits discrimination on the basis of disability under programs,activities,and services provided or made available by state and local governments or instrumentalities or agencies thereto. 10.Remedial Actions.In the event of Recipient's noncompliance with sections 602 and 603 of the Act,other applicable laws, Treasury's implementing regulations,guidance,or any reporting or other program requirements,Treasury may impose additional conditions on the receipt of a subsequent tranche of future award funds,if any,or take other available remedies as set forth in 2 C.F.R. §200.339.In the case of a violation of sections 602(c)or 603(c)of the Act regarding the use of funds,previous payments shall be subject to recoupment as provided in sections 602(e)and 603(e)of the Act. 11.Hatch Act.Recipient agrees to comply,as applicable,with requirements of the Hatch Act(5 U.S.C. §§1501-1508 and 7324-7328),which limit certain political activities of State or local government employees whose principal employment is in connection with an activity financed in whole or in part by this federal assistance. 12.False Statements.Recipient understands that making false statements or claims in connection with this award is a violation of federal law and may result in criminal,civil,or administrative sanctions,including fines,imprisonment,civil damages and penalties,debarment from participating in federal awards or contracts,and/or any other remedy available by law. 13.Publications.Any publications produced with funds from this award must display the following language:"This project[is being] [was]supported,in whole or in part,by federal award number[enter project FAIN]awarded to Monroe County Board of Commissioners by the U.S.Department of the Treasury." 14.Debts Owed the Federal Government. a. Any funds paid to Recipient(1)in excess of the amountto which Recipient is finally determined to be authorized to retain under the terms of this award;(2)that are determined by the Treasury Office of Inspector General to have been misused;or (3)that are determined by Treasury to be subject to a repayment obligation pursuant to sections 602(e)and 603(e)of the Act and have not been repaid by Recipient shall constitute a debt to the federal government. b. Any debts determined to be owed the federal government must be paid promptly by Recipient.A debt is delinquent if it has not been paid by the date specified in Treasury's initial written demand for payment,unless other satisfactory arrangements have been made or if the Recipient knowingly or improperly retains funds that are a debt as defined in paragraph 14(a). Treasury will take any actions available to it to collect such a debt. Page 51 of 54 2093 15.Disclaimer. a. The United States expressly disclaims any and all responsibility or liability to Recipient or third persons for the actions of Recipient or third persons resulting in death,bodily injury,property damages,or any other losses resulting in any way from the performance of this award or any other losses resulting in any way from the performance of this award or any contract, or subcontract under this award. b. The acceptance of this award by Recipient does not in any way establish an agency relationship between the United States and Recipient. 16.Protections for Whistleblowers. a. In accordance with 41 U.S.C. §4712,Recipient may not discharge,demote,or otherwise discriminate against an employee in reprisal for disclosing to any of the list of persons or entities provided below,information that the employee reasonably believes is evidence of gross mismanagement of a federal contract or grant,a gross waste of federal funds,an abuse of authority relating to a federal contract or grant,a substantial and specific danger to public health or safety,or a violation of law,rule,or regulation related to a federal contract(including the competition for or negotiation of a contract)or grant. b. The list of persons and entities referenced in the paragraph above includes the following: i. A member of Congress or a representative of a committee of Congress; ii. An Inspector General, iii. The Gov ernmentAccountability Office; iv. A Treasury employee responsible for contract or grant oversight or management; v. An authorized official of the Department of Justice or other law enforcement agency, vi. A court or grand jury;or vii. A management official or other employee of Recipient,contractor,or subcontractor who has the responsibility to investigate,discover,or address misconduct. c. Recipient shall inform its employees in writing of the rights and remedies provided under this section,in the predominant native language of the workforce. 17.Increasing Seat Belt Use in the United States.Pursuant to Executive Order 13043,62 FR 19217(Apr. 18, 1997),Recipient should encourage its contractors to adopt and enforce on-the-job seat belt policies and programs for their employees when operating company-owned,rented or personally owned vehicles. 18.Reducing Text Messaging While Driving.Pursuant to Executive Order 13513,74 FR 51225(Oct.6,2009),Recipient should encourage its employees,subrecipients,and contractors to adopt and enforce policies that ban text messaging while driving,and Recipient should establish workplace safety policies to decrease accidents caused by distracted drivers. Page 52 of 54 2094 OMB Approved No. 1505-0271 Expiration Date: 11/30/2021 ASSURANCE OF COMPLIANCE WITH CIVIL RIGHTS REQUIREMENTS ASSURANCE OF COMPLIANCE WITH TITLE VI OF THE CIVIL RIGHTS ACT OF 1964 As a condition of receipt of federal financial assistance from the Department of the Treasury,the Monroe County Board of Commissioners(hereinafter referred to as"the Recipient")provides the assurances stated herein.The federal financial assistance may include federal grants,loans and contracts to provide assistance to the recipient's beneficiaries,the use or rent of Federal land or property at below market value,Federal training,a loan of Federal personnel,subsidies,and other arrangements with the intention of providing assistance.Federal financial assistance does not encompass contracts of guarantee or insurance,regulated programs,licenses,procurement contracts by the Federal government at market value,or programs that provide direct benefits. This assurance applies to all federal financial assistance from or fiords made available through the Department.of the Treasury, including any assistance that the Recipient may request in the future. The Civil Rights Restoration Act of 1987 provides that the provisions of this assurance apply to all of the recipient's programs, services and activities,so long as any portion of the recipient's program(s)is federally assisted in the manner proscribed above. 1. Recipient ensures its current and future compliance with Title VI of the Civil Rights Act of 1964,as amended,which prohibits exclusion from participation,denial of the benefits of,or subjection to discrimination under programs and activities receiving federal funds,of any person in the United States on the ground of race,color,or national origin(42 U.S.C. §2000d et seq.),as implemented by the Department of the Treasury Title VI regulations at 31 CFR Part 22 and other pertinent executive orders such as Executive Order 13166,directives,circulars,policies,memoranda and/or guidance documents. 2. Recipient acknowledges that Executive Order 13166,"Improving Access to Services for Persons with Limited English Proficiency,"seeks to improve access to federally assisted programs and activities for individuals who,because of national origin,have Limited English proficiency(LEP).Recipient understands that denying a person access to its programs, services,and activities because of LEP is a form of national origin discrimination prohibited under Title VI of the Civil Rights Act of 1964 and the Department of the Treasury's implementing regulations.Accordingly,Recipient shall initiate reasonable steps,or comply with the Department of the Treasury's directives,to ensure that LEP persons have meaningful access to its programs,services,and activities.Recipient understands and agrees that meaningful access may entail providing language assistance services,including oral interpretation and written translation where necessary,to ensure effective communication in the Recipient's programs,services,and activities. 3. Recipient agrees to consider the need for language services for LEP persons during development of applicable budgets and when conducting programs,services and activities.As a resource,the Department of the Treasury has published its LEP guidance at 70 FR 6067.For more information on LEP,please visit http://www.len.2ov. 4. Recipient acknowledges and agrees that compliance with this assurance constitutes a condition of continued receipt of federal financial assistance and is binding upon Recipient and Recipient's successors,transferees and assignees for the period in which such assistance is provided. 5. Recipient acknowledges and agrees that it must require any sub-grantees,contractors,subcontractors,successors, transferees,and assignees to comply with assurances 1-4 above,and agrees to incorporate the following language in every contract or agreement subject to Title VI and its regulations between the Recipient and the Recipient's sub-grantees, contractors,subcontractors,successors,transferees,and assignees: The sub-grantee, contractor,subcontractor,successor, transferee,and assignee shall comply with Title VI of the Civil Rights Act of 1964, which prohibits recipients offederal financial assistance from excluding from a program or activity, denying benefits of, or otherwise discriminating against a person on the basis of race, color, or national origin(42 U.S.C.§2000d et seq.), as implemented by the Department of the Treasury's Title 11 regulations, 31 CFR Part 22, which are herein incorporated by reference and made a part of this contract(or agreement). Title VI also includes protection to persons with "Limited English Proficiency"in any program or activity receiving federal financial assistance, 42 U.S.C.§2000d et seq.,as implemented by the Department of the Treasury's Title 11 regulations, 31 CFR Part 22, and herein incorporated by reference and made a part of this contract or agreement 6. Recipient understands and agrees that if any real property or structure is provided or improved with the aid of federal financial assistance by the Department of the Treasury,this assurance obligates the Recipient,or in the case of a subsequent transfer,the transferee,for the period during which the real property or structure is used for a purpose for which the federal financial assistance is extended or for another purpose involving the provision of similar services or benefits.If any Page 53 of 54 2095 personal property is provided,this assurance obligates the Recipient for the period during which it retains ownership or possession of the property; 7. Recipient shall cooperate in any enforcement or compliance review activities by the Department of the Treasury of the aforementioned obligations.Enforcement may include investigation,arbitration,mediation,litigation,and monitoring of any settlement agreements that may result from these actions.That is,the Recipient shall comply with information requests, on-site compliance reviews,and reporting requirements. 8. Recipient shall maintain a complaint log and inform the Department of the Treasury of any complaints of discrimination on the grounds of race,color,or national origin,and limited English proficiency covered by Title VI of the Civil Rights Act of 1964 and implementing regulations and provide,upon request,a list of all such reviews or proceedings based on the complaint,pending or completed,including outcome.Recipient also must inform the Department of the Treasury if Recipient has received no complaints under Title VI.. 9. Recipient must provide documentation of an administrative agency's or court's findings of non-compliance of Title VT and efforts to address the non-compliance,including any voluntary compliance or other agreements between the Recipient and the administrative agency that made the finding.If the Recipient settles a case or matter alleging such discrimination,the Recipient must provide documentation of the settlement.If Recipient has not been the subject of any court or administrative agency finding of discrimination,please so state. 10. If the Recipient makes sub-awards to other agencies or other entities,the Recipient is responsible for ensuring that sub-recipients also comply with Title VI and other applicable authorities covered in this document State agencies that make sub-awards must have in place standard grant assurances and review procedures to demonstrate that that they are effectively monitoring the civil rights compliance of sub-recipients. The United States of America has the right to seek judicial enforcement of the terms of this assurances document and nothing in this document alters or limits the federal enforcement measures that the United States may take in order to address violations of this document or applicable federal law. Under penalty of perjury,the undersigned official(s)certifies that he/she has read and understood its obligations as herein described,that any information submitted in conjunction with this assurance document is accurate and complete,and that the Recipient is in compliance with the aforementioned nondiscrimination requirements. Recipient Date Tina Boan ��g'Pa����g��a�eu g'�4B.'3 L Signature of Authorized Official: PAPERWORK REDUCTION ACT NOTICE The information collected will be used for the U.S.Government to process requests for support.The estimated burden associated with this collection of information is 15 minutes per response.Comments conceming the accuracy of this burden estimate and suggestions for reducing this burden should be directed to the Office of Privacy,Transparency and Records,Department of the Treasury,1500 Pennsylvania Ave.,N.W.,Washington,D.C.20220.DO NOT send the form to this address.An agency may not conduct or sponsor,and a person is not required to respond to,a collection of information unless it displays a valid control number assigned by OMB. Page 54 of 54 2096 ATTACHMENT B PROPOSAL: GRADER MIKE, LLC FOR BIG PINE SENIOR CENTER DEMOLITION 2097 GRADER MIKE, LLC Estimate 2 BAY DRIVE KEY WEST, FL 33040 Date Estimate# 11/20/2024 27455 Name/Address Monroe County Facilities Maintenance Attn:Willy Project Description Qty Cost Total Demo and clearing nursing home on Big Pine Key,haul away 1 18,000.00 18,000.00 concrete-leaving wood for county to pick up. Sales Tax 7.50% 0.00 Total $18,000.00 Customer Signature 2098 ATTACHMENT C PROPOSAL: KEY IRON WORKS, INC. FOR PROPOSED DEMOLITION OF EXISTING BUILDING — DALLAS MacDONALD SENIOR CENTER 2099 KEY IRON WORKS,INC. 5551 2,d Avenue Key West,Florida 33040 Phone 305.294.0277 Laws/,;Ik nw;w;e..st.,..coa nn, State Certified Licensed Contractor CGC047345 Certificate of Competency License ENGI 222A November 21, 2024 Mr. William DeSantis Monroe County Facilities Maintenance 1100 Simonton Street Mobile 305.797.1250 Office 305.292.4436 Email; �eSartjs Willxalri 1. ou.fit .......................................................11 Gov, ; r RE: Proposed Demolition of Existing Building — Dallas MacDonald Senior Center 390 Key Deer Blvd. Big Pine Key,Florida 33043 Dear Mr.William DeSantis, We of Key Iron Works,Inc.agree to furnish all equipment and labor to complete the following site work per details more specifically described below. Schedule of Bid Documents: 1. None at the time of Bid. 2. Site meeting and walk through of October 28, 2024. 3. Building pictures Exhibits Al-4 attached. Scope of Work: 1. Mobilize all equipment as required to complete the demolition work as described. 2. Set-up and maintain all M.O.T.procedures as may be required throughout the duration of the job. 3. Completely demolish existing wood and concrete structure as required including the following. a. Wood and metal roofing system. b. CBS and reinforced concrete walls of structure. c. Reinforced concrete floor slab. d. Concrete pilings and foundation structure to an elevation not to exceed 2'0"below existing finish grade. e. ADA concrete ramp and stairs including supporting columns. f. Adjacent concrete sidewalks and platforms. Special Note(s): 1. All wood and steel debris generated by work under the scope of this proposal will be stockpiled on-site for removal and disposal by others. 2. All concrete debris haul out and disposal is included in work required under this proposal. Page 1 of 2 2100 Mr. William Desantis ofMonroe County Facilities Maintenance Proposed Demolition of Existing Building—Dallas MacDonald Senior Center 390 Key Deer Blvd Big Pine Key,Florida 33043 3. CBS building scheduled to be demolished will be stripped of all electrical, plumbing, drop ceilings, tile, sheet rock and furring strips prior to start of work under this proposal. 4. Attached woodshed will be demolished and disposed of by others. 5. Site will be rough graded and leveled to match surrounding existing grades. Specific Deletions: 1. Permits and Fees. 2. Engineering and Testing. 3. Existing Utility Disconnects including removal of existing sewer lift station. 4. Hazardous material handling and disposal. 5. Fill material of any type. Total Proposed Cost: $39,730.00 Should you have questions or require further clarification,please contact Mr. Steve R. Henson 305.304.1088. Respectfully submitted, Steve R.Henson,President Page 2 of 2 2101 ATTACHMENT D 2024 / 2025 MONROE COUNTY BUSINESS TAX RECEIPT GRADER MIKE, LLC 2102 2024 / 2025 MONROE COUNTY BUSINESS TAX RECEIPT EXPIRES SEPTEMBER 30, 2025 RECEIPT# 30140-107454 Business Name: GRADER MIKE LLC Owner Name: MICHAEL AND KELLY ANSON, TRAVIS Business Location: 121 W T, 1 Mailing Address: LIVENGOOD QUALIFIER KEY WEST, FL 33040 2 BAY DR Business Phone: 305-797-3051 KEY WEST, FL 33040 Business Type: CONTRACTOR (EXCAVATING AND GRADING) Employees 8 COMP CARD: ENG II 294E Tax Amount Transfer Fee Sub-Total Penalty Prior Years Collection Cost Total Paid 25.00 0.00 25.00 0.00 0.00 0.00 25.00 Paid WRB-23-00078998 07/15/2024 25 . 00 THIS BECOMES A TAX RECEIPT Sam C. Steele, CFC,Tax Collector THIS IS ONLY A TAX. WHEN VALIDATED PO Box 1129, Key West, FL 33041 YOU MUST MEET ALL COUNTY AND/OR MUNICIPALITY PLANNING, ZONING AND LICENSING REQUIREMENTS. MONROE COUNTY BUSINESS TAX RECEIPT P.O. Box 1129, Key West, FL 33041-1129 EXPIRES SEPTEMBER 30, 2025 Business Name: GRADER MIKE LLC RECEIPT# 30140-107454 121 US HWY 1 Business Location: KEY WEST, FL 33040 Owner Name: MICHAEL AND KELLY ANSON, TRAVIS Mailing Address: LIVENGOOD QUALIFIER Business Phone: 305-797-3051 2 BAY DR Business Type: CONTRACTOR (EXCAVATING AND GRADING) KEY WEST, FL 33040 Employees 8 COMP CARD: ENG II 294E Tax Amount Transfer Fee Sub-Total Penalty Prior Years Collection Cost Total Paid 25.00 0.00 25.00 0.00 0.00 0.00 25.00 Paid WRB-23-00078998 07/15/2024 25 . 00 2103 ATTACHMENT E 2024 FLORIDA LIMITED LIABILITY COMPANY ANNUAL REPORT GRADER MIKE, LLC 2104 2024 FLORIDA LIMITED LIABILITY COMPANY ANNUAL REPORT FILED DOCUMENT#L05000069873 Feb 04, 2024 Entity Name: GRADER MIKE, LLC Secretary of State 9972846807CC Current Principal Place of Business: 2 BAY DRIVE KEY WEST, FL 33040 Current Mailing Address: 2 BAY DRIVE KEY WEST, FL 33040 FEI Number: 20-3170521 Certificate of Status Desired: No Name and Address of Current Registered Agent: ANSON, MICHAEL L 2 BAY DRIVE KEY WEST, FL 33040 US The above named entity submits this statement for the purpose of changing its registered office or registered agent,or both,in the State of Florida. SIGNATURE: Electronic Signature of Registered Agent Date Authorized Person(s) Detail : Title MGRM Title AUTHORIZED REPRESENTATIVE Name ANSON, MICHAEL L Name LIVENGOOD,TRAVIS L Address 2 BAY DRIVE Address 50 PALMETTO DRIVE City-State-Zip: KEY WEST FL 33040 City-State-Zip: BIG PINE KEY FL 33043 1 hereby certify that the information indicated on this report or supplemental report is true and accurate and that my electronic signature shall have the same legal effect as if made under oath;that I am a managing member or manager of the limited liability company or the receiver or trustee empowered to execute this report as required by Chapter 605,Florida Statutes;and that my name appears above,or on an attachment with all other like empowered. SIGNATURE:MICHAEL ANSON MANAGING MEMBER 02/04/2024 Electronic Signature of Signing Authorized Person(s)Detail Date 2105 Monroe County Purchasing Policy and Procedures ATTACHMENT D.5 COUNTY ADMINISTRATOR CONTRACT SUMMARY FORM FOR CONTRACTS LESS THAN $50,000.00 Contract with:Guaran Fence Co., Contract# Effective Date: Expiration Date: Contract Purpose/Description: Work shall include removal and Draper disposal'of the existing fencing, Replace approxir0 160 feet from existing deuble ate towards Wilkinson Point. Replace approximately, 133 feet from existing existibg double gate towards Beach Road. Using Gauge Galvanized chain, link fence fabric with trap rails. Contract is Original Agreement Contract Amendment/Extension Renewal Contract Manager: Tammy Acevedo 8776 Parks and Beaches-.... Name Ext. De artment/Sto # CONTRACT COSTS Total Dollar Value of Contract: $ tct 575.54 Current Year Portion: $ (must be less than$50,000) (If multiyear agreement then requires BOCC approval,unless the u�Aall cisnili'HLOkv M111011 nub u,IIa ;sfllimi fir.;0(, (dl"p. Budgeted? Yes■❑ No ❑ Grant: $ County Match: $ Fund/Cost Center/Spend Category: 147-2050,10006 ADDITIONAL COSTS Estimated Ongoing Costs: $ /yr For: operaidns ahc1 M lntenante (Not included in dollar value above) (e.g. maintenance,utilities,janitorial,salaries,etc.) Insurance Required: YES W NO ❑ CONTRACT REVIEW Reviewer Date In Department Head Signature: John Allen Digitally signed by John Allen-0 Date'.2024.11.25 11'.33'.07-OS'00' Nathalia M.Archer Digitally signed by Nathalia M Archer County Attorney Signature: Date''2024 112714''30''08-05'00' 7� Jaclyn Flatt Digitally signed by Jaclyn Flatt Risk Management Signature: Date''2024'12'0208''5528-05'00' Digitally Lisa Abreu Purchasing Signature: Lisa Abreu Date'.2024.12.02 10'.08'.07-OS'00' John Quinn Digitally signed by John Quinn OMB Signature: Date'.2024.12.0210'.49'.41-05'00' Comments: Revised BOCC 2/15/2023 Page 85 of 106 2106 Agreement Between, Owner and Contractor Where the basis of payment is a STIPULATED SUM AGREEMENT Made as of this November_: L 2024 BETWEEN the Owner. Monroe County Board of County Commissioners 5001 Whitehead Street Key West, Florida 33040 And the Contractor: Guardian Fence Co. P.O. Box 378646, Key Largo, FL 33070. For the following Project: FENCE REPLACEMENT AT HARRY HARRIS PARK WILKINSON POINT AND BEACH ROAD Scope of the Work The Scope of Work shall include, but not be limited to all labor, supervision, materials, power, tools, equipment, supplies, permits, and any other means of construction necessary or proper for performing and completing the Scope of Work, unless otherwise specifically stated. Work shall include removal and proper disposal of the existing damaged fencing. Replace approximately 160 feet from existing double gate towards Wilkinson Point. Replace approximately 133 feet from existing double gate towards Beach Road. Using 9 Gauge Galvanized chain link fence fabric With 4" End posts SS 401, 2-1/2" line post SS 40 and 1-5/8"' Top rail SS 40. See quote on Exhibit"B" Scope of work shall include the following: 1. The Contractor shall obtain all necessary permits, including any fees, as a part of the Proposal. Page I cat'30 2107 :........ mc-s-- 2. The Contractor shall provide labor,equipment, and all of the needed materials and hardware to complete the project and property dispose of debris. See General Conditions. 3. The Contractor shall provide storage containers for material, as needed. 4. The Contractor shall provide necessary waste disposal and daily clean up. 5. The Contractor shall provide adequate security to protect delivered products from theft, vandalism, or damage during the installation. 6. Installation shall commence upon delivery and proceed without interruption until complete. Contractor Responsibilities: A) The Contractor shall coordinate all activities with the Monroe County Parks and Beaches Department. Contact: Scott Atkins at 3,05-783-7244 B) The Contractor is required to provide protection for all existing surfaces including, but not limited to: i. Vehicles and Personal Property ii. Landscaping C) The Contractor shall ensure that all non-exempt employees for this effort are compensated in accordance with all State and Local Laws. D) The Contractor shall load,haul,and property dispose of all construction debris and materials. E) The Contractor shall provide and maintain appropriate (OSHA required) construction warning signs and barriers. F) The Contractor shall furnish all required work site safety equipment, G) The Contractor shall furnish and maintain on-site material safety data sheets(MSDS)for all materials used in the construction. H) Construction work times shall be limited to: Times specified by Monroe County Parks and Beaches 1) All materials must be approved by submittal prior to commencement of work. J) The Contractor needs to be aware of weather and location and plan accordingly. K) The Contractor needs to be aware of the facility, its residents, and staff with unusual schedules and plan accordingly. L) The Contractor shall provide a safety lift plan for any crane/hoist work. M) If applicable, Contractor shall provide paper or electronic copies of all original device specifications, warranties, maintenance schedules, shop drawings, permits, repair and Page 2 of 30 2108 maintenance contacts, ands any other information necessary for the proper function and maintenance of the equipment. N) The Contractor shall provide a schedule for all phases of the project. 0) The Contractor shall coordinate all activities with concurrent site work being performed, if any. ARTICLE I The Contract Documents The Contract Documents consist of this Agreement, Conditions of the Contract (General, Supplementary and other Conditions), , Specifications, and all required insurance documentation, and Modifications issued after execution of this Agreement. The Contract represents the entire and integrated agreement between the parties hereto and supersedes prior negotiations, representations or agreements, either written or oral. An enumeration of the Contract Documents, other than Modifications, appears in Article 10. In the event of a discrepancy between the documents, precedence shall be determined by the order of the documents as just listed. ARTICLE 2 The Work of this Contract The Contractor shall execute the entire Work described'in the Contract Documents, except to the extent specifically indicated in the Contract Documents to be the responsibility of others, or as follows: N/A ARTICLE 3 Date of Commencement and Substantial Completion 3.1 The date of commencement is the date to be fixed in a Notice to Proceed issued by the Owner. The Contractor shall achieve Substantial Completion of the entire Work not later than Thirty (30) calendar days after the date of commencement or issuance of a Notice to Proceed. The time or times stipulated in the contract for completion of the work of the contract or of specified phases of the contract shall be the calendar date or dates listed in the milestone schedule. Liquidated damages will be based on the Substantial Completion Date for all work, modified by all approved extensions in time as set forth by the Director of Parks and Beaches signature of approval on the Certificate of Substantial Completion. The liquidated damages table below shall be utilized to determine the amount of liquidated damages. FIRST SECOND 31 ST DAY& CONTRACT AMOUNT 15 DAYS 15 DAYS THEREAFTER Under$50,000.00 $50.00/Day $100.001Day $250.00/Day $50,000.00-99,999�.00 1 00.00/Day 200�.001Day 750.00/Day $100,000.00-499,999.00 200.001Day 500.00/Day 2,000.00/Day $500,000.00 and Up 50,0.00/Day 1,000.001Day 3,500.00/Day The Contractor's.,.,recoveEy of dama-ges and sole remedy for an delay caused Iy,the Owner shall be an extension of time on the Contract. Page 3 of 30 2109 Uncontrollable Circumstance. Any delay or failure of either Party to perform its obligations under this Agreement will be excused to the extent that the delay or failure was caused directly by an event beyond such Party's control,without such Party's fault or negligence and that by its nature could not have been foreseen by such Party or, if it could have been foreseen,was unavoidable: (a)acts of God; (b)flood, fire,earthquake, explosion, tropical storm, hurricane or other declared emergency in the geographic area of the Project; (c)war, invasion, hostilities (whether war is declared or not), terrorist threats or acts, riot, or other civil unrest in the geographic area of the Project; (d) government order or law in the geographic area of the Project, (a)actions, embargoes, or blockades in effect on or after the date of this Agreement; (f) action by any governmental authority prohibiting work in the geographic area of the Project; (each, a "Uncontrollable Circumstance"). Contractor's financial inability to perform, changes in cost or availability of materials, components, or services, market conditions, or supplier,actions or contract disputes will not excuse performance by Contractor under this Section. Contractor shall give County written notice within seven (7) days of any event or circumstance that; is reasonably likely to result in an Uncontrollable Circumstance, and the anticipated duration of such Uncontrollable Circumstance. Contractor shall use all diligent efforts to end the Uncontrollable Circumstance, ensure that the effects of any Uncontrollable Circumstance are minimized and resume full performance under this Agreement. The County will not pay additional cost as a result of an Uncontrollable Circumstance. The Contractor may only seek additional time at no cost to the County as the Owner's Representative may determine. The Contractor may only seek a no oast Change Order for such reasonable time as the Owner's Representative may determine.. ARTICLE 4 Contract unti 4.1 The Owner shall pay the Contractor in current funds for the Contractor's performance of the Contract the Contract Sum, of Ten Thousand, Five Hundred, Seventy- Five Dollars and 50/100 ($10,575.5II), subject to additions and deductions as provided in the Contract Documents. 4.2 The Contract Sum is based upon the following alternates, if any, which are described in the Contract Documents and are hereby accepted by the Owner: N/A ARTICLE 5 Progress Payments (blot Used] ARTICLE Final Payment Final payment,constituting the entire unpaid balance of the Contract Sum, shall be made by the Owner to the Contractor when (1)the Contract has been fully performed by the Contractor and the work has been accepted by the Owner except for the Contractor's responsibility to correct nonconforming Work as provided in Subparagraph 12.2.2 of the General Conditions and to satisfy other requirements, if any, which necessarily survive final payment, and (2) a final approval for payment has been issued by the Director of Parks and Beaches. Such final payment shall be made by the Owner not more than twenty (20) days after the issuance of the final approval for payment. Page 4 of 30 2110 The following documents (Samples in Section 01027, Application for Payment)are required for Final Payment: A. Warranties, bond and guarantees. B. Operating and maintenance data, instructions to the Owner's personnel. C. Spare parts and maintenance materials. D. Proof of pen-nit closure. E. Evidence of release of liens, if any. ARTICLE 7 Miscellaneous Provisions 7.1 Where reference is made in this Agreement to a provision of the General Conditions or another Contract Document,the reference refers to that provision,as amended or supplemented by other provisions of the Contract Documents. 7.2 Payment shall be made according to the Florida Local Government Prompt Payment Act and Monroe County Code. 7.3 Temporary facilities and, services: As described in Section 01500, Temporary Facilities, of the General Conditions. 7.4 Annual Appropriation. Monroe County's performance and obligation to pay under this contract 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 Contractor beyond that already incurred by the termination date. 7.5 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 to supply 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, proposals,or replies on leases of real property to 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. 7.6 The following items are included in this contract: a) Maintenance of Records. Contractor shall maintain all books, records, and documents directly pertinent to performance under this Agreement in accordance with generally accepted accounting principles consistently applied. Records shall be retained for a period, of seven (7)years from the termination of this Agreement or in accordance with the State of Florida retention schedules (hftps-1/dos.fl.gov/library-,archivesireco,rds- managiement/generaikewrds-scheduies/), whichever is greater. . Each party to this Agreement or their authorized representatives shall have reasonable and timely access to such records of each other party to this Agreement for public records purposes during the term of the Agreement and for seven(7)years following the termination of this Agreement. Page 5 of 30 2111 11,1°m111.1111 b) Right to Audit(Availabilit-y of Records). The records of the parties to this Agreement relating to the, Project, 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 file's (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 Owner or by 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 Owners 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 open to inspection and subject to audit and/or reproduction by Owner's representative andlor agents of Owner or the County Clerk. Owner 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, interviews and written confirmations with employees, Subcontractors, suppliers, and contractors' representatives. All records shall be kept for ten (10) 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 an auditor employed by the County or County Clerk determines that monies paid to Contractor pursuant to this Agreement were spent for purposes not authorized by this Agreement, or were wrongfully retained by the Contractor,the Contractor shall repay the monies together with interest calculated pursuant to Section 55.03, Florida Statutes, running from the date the monies were paid to Contractor. The Right to Audit provisions survive the termination or expiration of this Agreement c) Governing Law, Venue, and Interpretation. This Agreement shall be governed by and construed in accordance with the laws of the State of Florida applicable to contracts 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 Contractor agree that venue will lie exclusively with 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 Contractor 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. d) Severability. If any term, covenant, condition or provision of this Agreement (or the, application,thereof to any circumstance or person),shall be declared invalid or unenforceable to any extent by a court of competent jurisdiction, the remaining terms, covenants, conditions and provisions of this Agreement, shall not be affected thereby; and each remaining term,covenant, condition and provision of this Agreement shall be valid and shall be enforceable to the fullest extent permitted by law unless the enforcement of the remaining terms, covenants, conditions and provisions of this Agreement wouldi prevent the accomplishment of the original intent of this Agreement. The County and Contractor agree to reform the Agreement to replace any stricken provision with a valid provision that comes as close as possible to the intent of the stricken provision. Page 6 of 30 2112 11111111111.1111 Op C-S-n-r e) Attorney's Fees and Costs. The County and Contractor 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 and court costs as an award against the non-prevailing party and shall include attorney's fees and courts costs in appellate proceedings. 9 Binding Effect. The terms, covenants, conditions, and provisions of this Agreement shall bind and inure to the benefit of the County and Contractor and their respective legal representatives, successors, and assigns. g) Authority. Each,party represents and warrants to the other that the execution, delivery and performance of this Agreement have been duly authorized by all necessary County and corporate action, as required by law. Each party agrees that it has had ample opportunity to submit this Contract to legal counsel of its choice and enters into this agreement freely, voluntarily and with advice of counsel. hi) Claims for Federal or State Aid. Contractor 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.Any conditions imposed as a result of the funding that affect the Project will be provided to each party. i) Adjudication, of Disputes or Disagreements. County and Contractor agree that all disputes and disagreements shall be attempted to be resolved by meet and confer sessions between representatives of each of the parties. If the issue or issues are still not resolved to the satisfaction of the,parties, then any party shall have the right to seek such relief or remedy as may be provided by this Agreement or by Florida law. This Agreement is not subject to arbitration. This provision does not negate or waive the provisions of Section 7.4, Section 7.6 or Article 9 concerning termination or cancellation. j) Cooperation. In the event any administrative or legal proceeding is instituted against either party relating to the formation, execution,performance, or breach of this Agreement, County and Contractor agree to participate, to the extent required by the other party, in all proceedings, hearings, processes, meetings, and other activities related to the substance of this Agreement or provision of the services under this Agreement. The County and Contractor specifically agree that no party to this Agreement shall be required to enter into any arbitration proceedings related to this Agreement. k) NondiscriminationlEqual Employment Opportunity. The parties 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. The parties 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) 1-ifle 1l"11 of the Civil Rights Act of 11964 (PL 88-352), which prohibit discrimination in employment on the basis of race, color, religion, sex, and national origin; 2)Title IX of the Education Amendment of 1972,, as amended (20 US C §§ 1681-1683, and 1685-1686), which prohibits discrimination on the basis of sex; 3)Section 504 of the Rehabilitation Act of 1973, as amended (20 USC § 794), which prohibits discrimination on the basis,of disability;4)The Age Discrimination,Act of 1975, as amended(42 USC§§ 6101- 6107). which prohibits discrimination on the basis of age. 5) The Drug Abuse Office and Page 7 of 30 2113 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 91-6,16), as amended, relating to nondiscrimination on the basis of alcohol abuse or alcoholism; 7)The Public Health Service Act of 1912, §§ 523 and 527 (42 USC §§690d'd-3 and 290ee-3), as amended, relating to confidentiality of alcohol and drug abuse patient records; 8)Title Vill of the Civil Rights Act of 1968 (42 USC §§ 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,§ 12101 Note), as may be amended from,time to time, relating to nondiscrimination in employment 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 11)Any other nondiscrimination provisions in any federal or state statutes which may apply to the parties to, or the subject matter of, this Agreement. During the performance of this Agreement, the Contractor, in accordance with Equal Employment Opportunity(30 Fed. Reg. 123191, 1293,5, 3 C.F.R. Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11375,Amending Executive Order 11246 Relating to Equal Employment Opportunity, and implementing regulations at 41C.F.R. Part 60 (Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor). age 2 C.F.R. Part 200, Appendix 11,1 C, agrees as follows: 1. The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin.The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer,recruitment or recruitment advertising;layoff or termination; rates of pay or other forms of compensation,; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. 2. The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. 3. The Contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about,discussed,or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information,, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action,including an investigation conducted by the employer, or is consistent with the contractor's legal duty to furnish information. Page 8 of 30 2114 4. The Contractor will send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, a notice to be provided, advising the said labor union or workers' representative of the contractors commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. 5. The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. 6. The Contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by the rules, regulations, and, orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. 7. In the event of the Contractor's, non-compliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, tenninated or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in, accordance with procedures authorized in Executive Order 11246 of September 24, 1965,, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. 8,. The Contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (8) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will! take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for non- compliance; provided, however,that in the event a contractor becomes involved inn, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. 1), Covenant of No Interest. The County and Contractor covenant that neither presently has any interest and shall not acquire any interest,which would conflict in any manner or degree With its performance, under this Agreement, and that only interest of each is to perform and receive benefits as recited in this Agreement. m), Code of Ethics. The County agrees that officers and employees of the County recognize and will be requiired to comply with the standards of conduct for public officers and employees as delineated in Section 11 12.313, 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. n) No Solicitation/Payment. The County and Contractor warrant that, in respect to itself, it has neither employed nor retained any company or person, other than a bona fide employee Page 9 of 30 2115 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 Contractor 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. o) Employment or Retention of Former County Officers or Employees.The Contractor warrants that it has not employed, retained or otherwise had act on its behalf any former County officer or employee in violation of Section 2-149, Monroe County Code of Ordinances or any County officer or employee in violation of Section 2-150. Monroe County Code of Ordinances. Fair breach or violation of this provision the County may, In its discretion, terminate this contract without liability and may also, in its discretion, deduct from the contract 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 pursuant to Subsection,2-152(b), Monroe County Code of Ordinances. p,) Public Records Compliance.The Contractor must comply with Florida public records laws, including but not limited to Chapter 119, Florida Statutes and Section 24 of Article I of the Constitution of Florida.The County and Contractor shall allow and permit reasonable access to, and inspection of, all documents, records, papers, letters or other "public record" materials in its possession or under its control subject to the provisions of Chapter 119, Florida Statutes, and made or received by the County and Contractor in conjunction with this contract and, related to contract performance. The County shall have the right to unilaterally cancel this contract upon violation of this provision by the Contractor. Failure of the Contractor to abide by the terms of this provision shall be deemed a material breach of this contract and the County may enforce the terms of this provision in the form of a court proceeding and shall,, as a prevailing party, be entitled to reimbursement of all attorney's fees and costs associated with that proceeding. This provision shall survive any termination or expiration of the contract. a. The Contractor is encouraged to consult with its advisors about Florida Public Records Law in order to comply with this provision. b- Pursuant to Section 119.0701, Florida Statutes and the terms and conditions of this contract, the Contractor is required to: (1) Keep and maintain public records that would be required by the County to perform the service. (2) Upon, request 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 contractor does not transfer the records to the County. Page 10 of 30 2116 (4) Upon completion of the contract, transfer,at no cost,to the County all public records in possession of the Contractor or keep and maintain public records that would be required by the County to perform, the service. If the Contractor transfers all public records to the County upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps, and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for 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 Contractor of the request, and the Contractor must provide the records to the County or allow the records to be inspected or copied within a reasonable time. If the Contractor does not comply with the County's request for records, the County shall enforce the public records contract provisions in accordance with the contract, notwithstanding the County's option and right to unilaterally cancel this contract upon violation of thiis provision by the Contractor. A Contractor who fails to provide the public records to the County or pursuant to a valid public records request within a reasonable time may be subject to penalties under Section 119.10, Florida Statutes. The Contractor shall not transfer custody,release,alter,destroy or otherwise dispose of any public records unless or otherwise provided in this provision or as otherwise provided by law. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS, BRIAN BRADLEY AT PHONE# 305-292-3470 BRADLEY-BRIAN@MONROECOUNTY-FL.GOV,, MONROE COUNTY ATTORNEY'S OFFICE, 1111 12TH STREET, SUITE 408, KEY WEST, FL 33040. q) Non-Waiver of Immunity.Notwithstanding the provisions of Section 76,8.28, Florida Statutes, the participation of the Contractor and the County 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 contract entered into by the County be required to contain any provision for waiver. r) Privileges andi 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 Page 11 of 30 2117 extent to the performance of such functions and duties of such officers, agents, volunteers, or employees outside the territorial limits of the County. s) Legal Obligations and Responsibilities* This Agreement is not intended to relieve, nor shall it be construed as relieving, any participating entity from any obligiation 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. Q Non-Delegation of Constitutional or Statutory Duties: This Agreement is not intended to authorize, 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. u) Non-Reliance by Non-Parties. No person or entity shall be entitled to rely upon the terms, or any of them, of this Agreement to enforce or attempt to enforce any third-party claim or entitlement to,or benefit of any service or program contemplated hereunder,and the County and the Contractor agree that neither the County nor the Contractor or any agent,officer, or employee of either shall have the authority to inform,counsel,or otherwise indicate that any particular individual or group of individuals, entity or entities, have entitlements or benefits under this Agreement separate and apart,inferior to,or superior to the community in general or for the purposes contemplated in this Agreement. v) Attestations. The Contractor 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. w) 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. x) Execution in Counterparts.This Agreement may be executed in any number of counterparts, each of which shall be regiarded as an original, alit of which taken together shall constitute one and the same instrument and any of the parties hereto may execute this Agreement by signing any such counterpart. If any signature is delivered by email delivery of a".pdf format data file, such signature will create a valid and binding obligation of the party executing (or on whose behalf such signature is executed)with the same force and effect as if the*.pdf" signature was an original signature. The Contractors transmitting an electronic signature will provide the inked original to the County,at the County's request. y) Hold Harmless, Indemnification, and Defense. Notwithstanding any minimum insurance requirements prescribed elsewhere in this Agreement, and/or to the,fullest extent permitted by law, Contractor shall defend, indemnify andi 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, (A) any activity of Contractor or any of its employees, agents, Page 12 of 30 2118 contractors or other invitees during the term of this Agreement, (B) the negligence or recklessness, intentional wrongful misconduct, errors or other wrongful act or omission of Contractor or any of its employees, agents, sub-contractors or other invitees, or (C) Contractors default in respect of any of the obligations that it undertakes under the terms of this Agreement, except to the extent the claims, actions, causes of action, litigation, proceedings,costs or expenses arise from the intentional or sole negligent acts or omissions of the COUNTY or any of its employees, agents, contractors or invitees (other than Contractor).The monetary limitation of liability under this contract 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 as set forth In the insurance requirements included in this Agreement. 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. z) In the event that the completion of the project (to include the work of others) is delayed or suspended as a result of the Contractor's failure to purchase or maintain the required insurance, the Contractor 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 Contractor, the Contractor agrees and warrants that the Contractor 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. aa)The extent of liability is in no way limited to, reduced, or lessened: by the insurance requirements contained elsewhere within this Agreement bb)Agreements with Subcontractors. in the event that the Contractor subcontracts any or all of the work in this project to any third party, the Contractor speccally agrees to identify the COUNTY as an additional insured on all insurance policies required; by the County. In addition, the Contractor specifically agrees that all agreements or contracts of any nature with its subcontractors shall include the COUNTY as additional insured. cc) Independent Contractor. At all times and for all purposes under this Agreement,Contractor is an independent contractor and not an: employee of the Board of County Commissioners of Monroe County. No statement contained in this Agreement shall be construed so as to find the Contractor or any of its employees, subcontractors, servants, or agents to be employees of the Board of County Commissioners of Monroe County, dd) E-Verify System. Beginning January 1, 2021, in accordance with Section 448-095, Florida Statutes, the Contractor 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 Contractor 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 Contractor shall comply with and be subject to the provisions of Section 448.095, Florida Statutes., Page 13 of 30 2119 11,1111�111.1111 PR�mS-- ee) Entire Agreement. This writing embodies the entire agreement and understanding between the parties hereto, and there are no ether agreements and understandings, oral or written, with reference to the subject matter hereof that are not merged herein and superseded hereby. Any amendment to this Agreement shall be in writing,approved by the Board of County Commissioners, and signed by both parties before it becomes effective.. ff) Florida Green Building Coalition Standards.Monroe County requires its buildings to conform. to Florida Green Building Coalition standard's. gg) Section Headings. Section headings have been inserted in this Agreement as a matter of convenience of reference only, and it is agreed that such section headings are not a part of this Agreement and will not be used in the interpretation of any provision of this Agreement. 7.7 Any written notices or correspondence given pursuant to this contract shall be sent by United States Mail, certified, return receipt requested, postage prepaid, or by courier with proof of delivery and delivery pre-paid. The plane 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 Contractor 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 Contractor: Guardian Fence Co. P.O. Box 378646 Key Largo, FI 33037. For Owner: Director of Parks and Beaches Assistant County Administrator, PWW& F 1100 Simonton St., Room 2-216 1100 Simonton St. Suite 2-205 Key West, Florida 33040, Key West, Florida 33040 County Attorney 1111 12", Street, Suite 408 Key West, Florida 33040, ARTICLE 8 Insurance 8.1 The Contractor shall obtain insurance as specified and maintain the required insurance at all times that this Agreement is in effect. in the event the completion of the project (to include the work of others), is delayed or suspended as a result of the Contractor's failure to purchase or maintain the required insurance, the Contractor shall indemnify the County from any and all increased expenses resulting from such delay. 8.2 The coverage provided herein shall be provided by an insurer with an A.M, Best rating of A; VI. or better,that is licensed to business in the State of Florida and that has an agent for service of process withiin the State of Florida. The coverage shall contain an endorsement providing sixty (601) days` notice to,the County prior to any cancellation of said coverage. Said coverage shall Page 14 of 30 2120 ' S O - be written by an insurer acceptable to the County and shall be in a form acceptable to the County. 8.3 Contractor shall obtain and maintain the following policies: A. Workers' Compensation insurance as required by the State of Florida, sufficient to respond to Chapter 440, Florida Statutes. B. Employers" Liability Insurance with limits of$100,000 per Accident, $500,000 Disease, policy limits, $100,0100 Disease each employee. C. Comprehensive Business Automobile and Vehicle Liability Insurance covering claims for injuries to members of the public and/or damages to property of others arising from use of motor vehicles, including onsite and offsite operations, and owned, hired or non- owned vehicles, with $200,000 per person, $300,000 per Occurrence, $200,000 Property Damage or$300,000,combined single limit. D. Commercial General Liability Insurance, including Personal Injury Liability, covering claims for injuries to members of the public or damage to property of others arising out of any covered act or omission of the Contractor or any of its employees, agents or subcontractors, including Premises and/or Operations, Products and Completed, Operations, Independent Contractors; Broad Form Property Damage and a Blanket Contractual Liability Endorsement with$300,000 Combined Single Limit E. An Occurrence Farm policy is preferred. If coverage is changed to or provided on a Claims Made policy, its provisions, should include coverage for claims filed on or after the effective date of this contract. In addition,the period for which claims may be reported must extend for a minimum of 48 months following the termination or expiration of this contract. F. County shall be named as an additional insured with respect to Contractoes liabilities hereunder in insurance coverages identified in Paragraphs C and D. G. Contractor shall require its subcontractors,to be adequately insured at least to the limits prescribed above, and to any increased limits of Contractor if so required by County during the term of this Agreement. County wild not pay for increased limits of insurance for subcontractors. H. Contractor shall provide to the County certificates of insurance or a copy of all insurance policies including those naming the County as an additional insured. The County reserves the right to require a certified copy of such policies upon request. 1. If the Contractor participates in a self-insurance fund, a Certificate of Insurance will be required. In addition, the Contractor may be required to submit updated financial statements from the fund upon request from the County. ARTICLE 9 Termination or Suspension, 9.1 The Contract may be terminated by the Owner as provided in Article 14 of the General Conditions. Page 25 of 30 2121 9.2 In the event that the Contractor shall be found to be negligent in any aspect of service, the County shall have the right to terminate this Agreement after five (5) calendar days' written notification to the Contractor. 9.3 Either of the parties hereto may cancel this Agreement without cause by giving the other party sixty(60)days'written notice of its intention to do so. 9.4 Termination for Cause and Remedies: In the event of breach of any contract terms,the County retains the right to terminate this Agreement. The County may also terminate this Agreement for cause with Contractor should Contractor fail to perform the covenants herein contained at the time and in the manner herein provided. In the event of such termination,prior to termination, the County shall provide Contractor with seventy-two(72) hours'written notice and provide the Contractor with an opportunity to cure the breach that has occurred. If the breach is not cured, the Agreement will be terminated for cause. If the County terminates,this Agreement with the Contractor, County shall,pay Contractor the sum due the Contractor under this Agreement prior to termination, unless the cost of completion to the County exceeds the funds remaining in the contract; however, the County reserves the right to, assert and seek an offset for damages caused by the breach. The maximum amount due,to Contractor shall not in any event exceed the spending cap in this Agreement. In addition, the County reserves all rights available to recoup monies paid under this Agreement, including the right to sue for breach of contract and in,cluding the right to pursue a claim for violation of the County's False Claims Ordinance,located at Section 2-721 et al. of the Monroe County Code. 9-5 Termination for Convenience: The County may terminate this Agreement for convenience, at any time, upon thirty (301) days' written notice to Contractor. If the County terminates this Agreement with the Contractor, County shall pay Contractor the sum due the Contractor under this Agreement prior to termination, unless the cost of completion to the County exceeds the funds remaining in the contract. The maximum amount due to Contractor shall not exceed the spending cap in this Agreement. 9.6 For Contracts of any amount, if the County determines that the Contractor/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 Contractor/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. 9.7 For Contracts of$1,000,000 or more: (1) If the County determines that the Contractor/Consultant submitted a false certification under Section 287.135(5), Florida Statutes, the County shall,have the option of(1) immediately terminating the Agreement after it has given the Contractor/Consultant written notice and an opportunity to demonstrate the agenicy's determination of false certification was in error pursuant to Section 287.135(5)(a), Florida Statutes, or (2) maintaining the Agreement, at the Country's option, if the conditions of Section 287.135(4), Florida Statutes, are met. (2) If the Contractor/Consultant has been placed on the Scrutinized Companies with Activities in the Sudan List, or if the Contractor/Consultant has been placed on a, list created Page 16 of 30 2122 pursuant to Section 215.473, Florida Statutes relating to scrutinized active business operations in Iran, or been engaged in business operations in Cuba or Syria, the County shall have the option of (1) terminating the Agreement, or (2) maintaining the Agreement, at the County's option, If the conditions of Section 287.135(4), Florida Statutes, are met. ARTICLE 10 Enumeration of Contract Documents 10,1 The Contract Documents, except for Modifications issued after execution of this Agreement, are enumerated as follows; N/A 1o.1.1 The Agreement is this executed Standard Form of Agreement Between Owner and Contractor. 10.1.2 The General Conditions are the General Conditions of the Contract for Construction. By signing this Agreement, the Undersigned has read and accepts the terms and conditions set forth by the Monroe County General Requirements for Construction, found at the following link on the Monroe County webpage: ,htto:/Ifl-monroecoUnly.civigplu,s.com/Bids.aspx?CatlD=18 10.1.3 Not Used. 1,0.1.4 The Addenda, if any, are as follows: NIA This Agreement is entered into as of the day and year first written above. BALANCE OF PAGE INTENTIONALLY LEFT BLANK SIGNATURE PAGE TO FOLLOW Page 17 of 30 2123 I Execution by the Contractor must be by a person with authority to bind the entity. SIGNATURE OF THE PERSON EXECUTING THE DOCUMENT MUST'BE NOTARIZED. BOARD OF COUNTY COMMISSIONERS OF II ONROE COUNTY, FLORIDA APPROMAR To YORK&LZOAL BUMMENCT Unty Attorney's Mee -A By: A Q41,UVJ County Ad — *ministrator or Designee A2==7Amber. Attamey CONTRACTOR'S Witnesses Attest: CONTRACTOR: Guardi ce Co.. Contractor must provide two witnesses Signatures Signature: Signatu Print Name: Print Name: >no C-J Title:I Date:— -z LA Date: and Signature: Print Name: I a-A Date: z . STATE OF COUNTY OF On this oU day of A)'&// 204�z, before me, the undersign d notary public, by means of Vphysical presence or 0 online, personally appeared— Xeizl" /7 __.,(na a of affiant) known to me to be the person whose name is subscribed above or who produced )':�4 N.I. as identification, and acknowledged that he/she is the person who executed the above contract with Monroe County for the,FENCE REPLACEMENT AT HARRY HARRIS PARK VVILKINSQ 7D BEACH ROAD for the purposes therein contained, Notary Public, [- *+;DNAyYN CCA R%Y R1IZ'11000 NNA L#0%JHi1HIA-1GU 5E11 (0R , Print Name txpIRWN1tzja'st20,43202p ti * L0:� 0 ' My commission expires: (Seal) Page 28 of 30 2124 GENERAL REQUIREMENTS Where Parks and Beaches Is Not a Constructor Section 00750 General Conditions Section 00970 Project Safety and Health Plan Section 00980 Contractor Quality Control Plan Section 0101'5 Contractor's Use of the Premises Section 01027 Application for Payment Section 01030 Alternates Section 0100 Project Coordination Section 01045 Cutting and Patching Section 01050 Field Engineering Section 01200 Project Meetings Section 0101 Submittals Section 01310 Progress Schedules Section 013,70 Schedule of Values Section 01385 Daily Construction Reports Section 01395 Request for Information—(RFI) Section 01410 Testing Laboratory Services Section 01421, Reference Standards and Definitions Section 01500 Temporary Facilities Section 01520 Construction Aids Section 01550 Access Roads and Parking Areas Section 01560 Temporary Controls Section 01590 Field Offices and Sheds Section 01505 Construction Cleaning Section 01600 Material and Equipment Section 01630 Post-Proposal Substitutions Section 01640 Product Handling Section 01700 Contract Closeout Section 01710 Final Cleaning Section 01720 Project Record Documents Section 01730 Operation and Maintenance Data Section 01740 Warranties Page 19 of 30 2125 EXHIBIT A Required County Farms Exhibit A Page 20 of 30 2126 DRUG-FREE WORKPLACE FORM The undersigned vendor in accordance with Florida Statute 287.087 hereby certifies tlhat: �" r . (Dame of Business) 1. Publishes 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. Informs 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. Gives each employee engaged in providing the commodities or contractual services that are under proposal a copy of the statement specified)in subsection(1�). 4. In the statement specified in subsection (1), notifies the employees that, as a condition of working on the commodities or contractual services that are under proposal, 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 contenders to,any violation of Chapter 893 (Florida; Statutes) or of any controlled substance law of the United States or any state, for a violation marring 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,or any employee who is so convicted. 6. Makes 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 firrn com "rth,the above Proposers Signature Date STATE OF: COUNTY OF: Subscribers and sworn to(or affirmed)before by means of 0 physical presence or 0 online notarization,on 1 " �-)P'(date)by ✓J":00 /r �� (name of aftiant). He/She is personally known to me or has produced (type of ntificatio as identification. NOTARY PUBLIC (S My commission expires: L,ee&!'�'�-�DAMARY RIZO ALMAGUER rYCRMI' SO0 41 N H43509 rE . . g 2 ,20 027 , M Exhibit A Page 21 of aft 2127 ,,1�11,.,1,11 00Ca Sc LOBBYING AND CONFLICT OF INTEREST CLAUSE SWORN STATEMENT UNDER ORDINANCE NO. 0104990 IW ONROE COUNTY, FLORIDA ETHICS CLAUSE (Company) ",.. warrants that he/it has not employed, retained or otherwise had act on his/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 Grd'inance No.010-1990. For breach or violation of this provision the County may, in its discretion, terminate this contract without liability and may also, in its discretion, deduct from the contract 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". (Signature) Gate_ A 2, � STATE dF G' " .. COUNTY OF: ., Subscribed and sworn to (or affirmed) before me, by means of 9'physical presence or 0 online notarization, on � (date) by ' (name of affiant). He/She is personally known to me or has produced (type of ill, wca n)as identification. ' DAtAR'/RIZ47 ALMAGUER SIN'COMMK'oON O HH 351i�w NOTARY PUBLIC w;xPa. 6,'jgusc eta,2027 ; (SEAL) My commission expires: Exhibit A Page 22 of 30 2128 NON-COLLUSION AFFID"IT of the city- according to law on my oath, and penalty under f perjury, depode"aridsay that: . , P of the firm of the proposer making the Proposal for the project described in the notice for calling for proposals 01 for: 411— gQ11 ' 4 "J ev'41/and that I executed the said proposal with full autfiority to do so; oe'/. 2. The prices in this proposal have been arrived at independently without collusion, consultation, communication or agreement for the purpose of restricting competition, as to any matter relating to such prices with any other proposer or with any competitor, and 3. Unless otherwise required by law, the prices which have been quoted in this proposal have not been knowingly disclosed by the proposer and will not knowingly be disclosed by the proposer prior to proposal opening, directly or indirectly,to any other proposer or to any competitor, and 4. No attempt has been made or will be made by the proposer to incluce any other person, partnership or corporation to submit, or not to submit,a proposal for the purpose of restricting competition; and 5. The statements contained in this affidavit are true and correct,and made with full knowledge of said project. 4 (Sig of Proposeff W a',e' STATE OF: COUNTY OF: Z z 2, Subscribed and sworn to (or affirmed) before me, by means of OYp"hysical presence or 0 online notarization, on (date) by�J '47 (name of affiant). HeJShe is personally known to me or has produced (type of i i"Ca dent as identification. 142 — NOTARY PUBLIC (SEAL) My commission expires: DAMARY RIZO ALMAGUER MY COMM 1,"CON 4 H11435109 I �M�11�01�N'� 'S_ EXPIRES, agust�E'XPJRE "g.st"2 0,i O�2 7 Exhibit A Page 23 of 30 2129 AFFIDAVIT ATTESTING TO NONCOERCIVE CONDUC'I FOR LABOR OR SERVICES Entity/Vendor Name: Vendor FEfN:- Vendor's Authorized Representative* (Name and Title) Address: 41 City: 2,/L4,f,2 -state: Zip:.- 3-0 3 Phone Number: 3K- -?W 2c—r� EmailAdd,rcss, As a nongovernmental entity executing,renewing,or extending a contract with a government entity,Vendor is required to provide an affidavit under penalty of pedury attesting that Vendor does not use coercion for labor or services in accordance with Section 787.06,Florida Statutes, As defined in Section 787.06(2)(a),coercion means: I. Using or threating to use physical force against any person; 2. Restraining, isolating, or confining or threating to restrain, isolate, or confine any person without lawful authority and against her or his will; 3. Using lending or other credit methods to establish a debt by any person when labor or services are pledged as a security for the debt, if the value of the labor or services as reasonably assessed is not applied toward the liquidation of the debt,the length and nature of the labor or service are not respectively limited and defined; 4. Destroying,concealing, removing, confiscating, withholding,or possessing any actual or purported passport, visa,or other immigration document,or any other actual or purported government identification document, of any person; 5. Causing or threating to cause financial harm to any person; 6. Enticing or luring any person by fraud or deceit; or 7. Providing a controlled substance as outlined in Schedule I or Schedule 11 of Section 893.03 to any person for the purpose of exploitation of that person. As a person authorized to sign on behalf of Vendor,I certify under penalties of perjury that Vendor does not use coercion for labor or services in accordance with Section 787.06.Additionally, Vendor has reviewed Section 787.06, Florida Statutes,and agrees to abide by s e 7M Certified By: ezjiv who is authorized to sign on behalf of the above referenced co4any. Authorized Signature: Print Name: Title: V4-e.5 Exhibit A Page 24 of 30 2130 1-11,111.1111 poc-s--, 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 on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids, proposals, or replies on leases of real property to public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or CONTRACTOR 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 36 months from the date of being placed on the convicted vendor list." I have read the above and state that neither (Proposer's name)nor any Affiliate has been placed on the convicted vendor list within the last thirty-six(36)months. (Signature) Date: A STATE OF: COUNTY OF: Subscribed and sworn to (or affirmed) before me, by means of Vphysical presence or 0 online notarization, on (date) 151 .1 ........ (name of affiant). He]She is personally known to me or has produced J, (type of i& on s identification. NOTARY PUBLIC (SEAL) My commission expires: [e*,2"%_ DAM:ARY RIZO ALMAGUER MYC0MNV'zc10:N0 IIH43510914 V_XPj !S� gust 20,202:7 1 't 2: F-XP Exhibit A Page 25 of 30 2131 VENDOR CERTIFICATIO REGARDING SCRUTINIZED CD ANIES LISTS Project Description(s); ry e +" xr� l � °.// �„rC-3 a+ Respondent Vendor Name; Vendor FEIN - 12511 Vendor's Authorized Representative ame and Title: °. a Address: . -3 d' City: z State: 2i y Phone Num er - Z4 1r E=rrwal Address: rt, , .,�, 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 goods or services of$1,000,000 or more,that are on either the Scrutinized Companies with Activities in Sudan List or the Scrutinizer) Companies with Activities in the Iran Terrorism Sectors List which were created pursuant to s.215.473, Florida Statutes,or is engaged to 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 Terrorism Sectors gist,or engaged in. business operations in Cuba or Syria. I understand that pursuant to Section 257.135, Florida Statutes, the submission of a false certification may subject company to civil penalties,attorney's fees,and/or costs.1 further understand that any contract with the County may be terminated immediately, 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 Terrorism Sectors List or been engaged in business operations in Cuba or Syria. Vendor has reviewed Section 287.135,Florida Statutes,and in accordance with such provision of Florida law,is eligible to bid on, submit a proposal for, or enter into or renew a contract with Monroe County for goods or services. Certified By: ,who is authorized to sign on behalf of the above referenced company. Authorized Signature: Print Name: Title: Note:The List are available at the following Department of Management Services Site: h!!P://www,dms.myflo,rida.com/busines,s operations/state urchasin /vendor information/convicted suspended discr iminatory� complaints vendor lists Exhibit A Page 26 of 30 2132 Nlinorlty.Owned Busine s Declaration ; -� a sub-contractor engaged by Monroe County during the completion of work associated with the below indicated project ( :7ils, a minority business enterprise,as defined in Section 288.703,Florida Statutes or is not a minority business enterprise,as defined in.Section 288.703,Florida Statutes. F.S.288.703(3) -Minority business enterprise"means any small business concern as defined in subsection(6)(sce below)which is organized to engage in commercial transactions,which is domiciled in Florida,and which is at least 51-percent-owned by minority persons who are members of an insular group that is of a particular racial,ethnic,or gender makeup or national origin, which has been subjected historically to disparate treatment due to identification in and with that group resulting in an undearepresentation of commercial enterprises under the group"s control,and whose management and daily operations are controlled by such persons.A minority business enterprise may primarily involve the practice of a profession.Ownership by a. minority person does not include ownership which is the result of a transfer from a nonminority person to a minority person within a related immediate family group if the combined total net asset value of all members of such family group exceeds$1 million.For purposes of this subsection,the term"related immediate family group"means one or more children under 16 years of age and a parent of such children or the spouse of such parent residing in the same house or living unit. RS 288.703(6)`"Small business""means an independently owned and operated business concern that employs 204 or fewer permanent full-time employees and that,together with its affiliates,has a net worth of not more:than$5 million or any firm based in this state which has a Small Business Administration 8(a)certification.As applicable to sole proprietorships,the$5 million nct worth requirement shall include both personal and business investments. C9n_MctoI M#Xreferto F.S.2 8.703 for more' # lion. ontractar Sub-Rccipient: Monroe County Signature Signature Print Name: )K i' _ Printed.Name: Title: rs r rrls� Title/CMl3 Department: Verified via: htt s: sd.dms,m loritda.coM directories Address:_ Q� 2.e,�,, DEM Contract: City/State/Zip ,. ,u V— Date: 'Z F'EMA Project Number Exhibit A Page 27 of 30 2133 EXHIBIT B ONTRAOTO R PF''OPCIS4!_ Exhibit B Page 28 of 30 2134 ��F r 1 °;ria P,OI Box 370M • Key Largo„FL 33037 U,S SM-8449 ke n arrtence.co Lim rn PEKE SDI Cl"at ADDRE33 ESTMATE 0 3187 John Men DATE 1MV2024 Morwoo Corenty Parks 8, Beeches Key Largo Peek 10,16MOVSKW KWaW,FL 33037 ACT I T OTY PATE AMOU14T Pernit 1 700.00, 700.00 144onsoe county prenrk Imes Locaton:Barry 4 a nis Park Chain.Little 2M 31.00 9,875,50 Remove 293'of existing fence ChWn Lkk Inslall: 29T LF of V tal gahranizad chain lac fence 9 ga core chain fink,no herb 4'End poste SS 40 2-1 O rirra post SS 40 1-Sr Top rarl SS 40 TOT& $10,5,75.50 Accepted8y Accepted Date Gird Bess lhank you for you bu ,enr Exhibit B Page 29 of 30 2135 41:lzl.1 DATE(MWUDWYYY) CERTIFICATE OF LIABILITY INSURANCE 1/ 024 1 IiIS3 CERTIFICATE is ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER.THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE iSSUiNG iNSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Inc an ADDITIONAL INSURED,the Ilollcy(lee)must have ADDITIONAL INSURED Provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the pollcy,certain policies may require an endorsement, A statement On this certificate does not confer rights,to the certificate holdor In lien of such ondomement(al. PRODUCER CONTACT MIG1 Morgan Insurance Group 3, LLC dba The Mor ON VIMurMessa smith g P PHONE o.Ball (305)451-4788 � ,w„1 (305 t51 153tI 102481 Overseas Highway Key Largo, FL 33'037 ADDRESS:. vawnit-a!I fla.com IT_ AFFORD1140 COVERAGE NAIL 0 - _... ....._.. _. -- ----- III�A ...._—Owd.6 rf�I fai ►fa_If� ul cl _... .. _ _. .. _..®_ INSURED UNSIUSIER B Guardian Fence DBA: Ronnies Fencing 8m Fence ._.--._�__ 238 2nd Rd Key Largo, FL 33037 INaURER e _...._... _..... . ..... INSURER F COVERAGES CERTIFICATE NUMBER: 00005979-241105113804 REVISION'NUMW BER: 3 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. Irani _ I)E 14 bUt__..._.. _..._... _ oucy OFF r+d5dy"E%P LZI TYPE OFINSURANCE VWD POLICY NUMBER LIMITS A X COMMERCIAL GENERAL L.IAB4JTY y MPT7243V 215/2024 21512025 EACH Oq_CURRCNCE $ 1.00�I,000 CLAIiMS-MADE,OCCUR Pi AGETiSItEIIrEC _. ._ 500 000 9' I�uISES(I ILIImr I _.._..... MED EXrm).°�° . ) m 10 000 R PERSONAL A ADV INJURY $ 1,000,0010 GENT..AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE s 2000,000 ,I POLICY JERC Cl LOC PRODUCTS-CQMMPKYP AGG s 2000000 OTHER: �," AUTOMOBILE LIABI FTY COMBINEDSINGLEM $ ® ANY AUTO 117n�� BODILY INJURY(Per person) $ OWNED SCHEDULEO BODILY INJURY(Poracddanl) $ AUTOS ONLY AUTOS DA HIRED NON-OWNED mAR-FOOEWWDAMAGE AUTOS ONLY _.. AUTOS ONLY -Lew aw n 1 S UMBRELLA.LIAR OCCUR EACH OCCURRENCE $ EXCESS LIAR GLA.IMS-MADE AGGREGATE S OED7'RETENTIt'ON$ $ 'NERSCOMPENSALtON tPER TH- ANP IF,.W�MPLOYERW LIAWLITY YIN `�" R,_ ANY PROPRIiErOWPARTNERIEXECU I I E Lj E.L]EACH ACCIDENT S rOFFIICER✓MEh1BER EXCLUDED? NIA .-- (Mandatory InNH) E.L.BISEASSE-EAEMPLOY S I'm I yyooa,descobe under DESCRIPTION'OF OPERATIONS beMaw E.L DISEASE-POLICY'LIMIT I S DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached It more apace Is required) Certificate Holder is listed as Addition al Insured CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED?POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN Monroe County BOCC ACCORDANCE WITH THE POLICY PROVISIONS. 1110 Simonton St Key West,FL 33040 AUTOO o REPRESENTATIVE XS AVOCA 4 Inji, 0 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016103) Tito ACORD name and logo are registered marks of ACORD Printed by VXS on 11121/2024 at 07:47AM 2136 b ,rywvvwµu> py�� A«CC>R& w►ro�pw� rr"n CERTIFICATE OF LIABILITY INSURANCE 11105=4 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHT'S UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THIS,POLICIES BELOW THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTli0 RtZ1EO REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER.. IMPORfiANfi [f the certificate holder Is an ADOITK)NAL.INSURED,the policy(lets)must haw ADDITIONAL INSURED provisions or be endorsed. M SUBROGATION IS WAIVED,subod to the terms and conditions of the pwlllcy,certain policies may rewire an erklorsemenL A statement on this Certificate does not confer rights to the cartilka to holder in Rou of such a orsenaent(s)„ CONTA PROGUCIM NAUArE: Sapana Patel Brown&Brawn of Florida.Ine. PHONE (954)820-7937 ( )TT6-4448 1201 W Cypress Crook Rd ADDRESS; sapana.patel@cbrawn,rxlna Fort Lauderdale. FL 33309 StSUREN A. PropressNo insurance ConTpenay 10193 rMs A ersURER a, B Ems Insurance 10335 Guardian Fence Co INSURER C s 238 2rrd Road INSURER a I SURER E t Key FL 3303 (INSURER F, COVERAGES CERTIFICATE NUMBER. 24-25 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POUCIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REOUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO M41 CH 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,. LTR TYrE OF�E', POLICY NUMBERL 1IE COMMERCIAL GENERAL L14AN JTY �r EACH OCCURRENOE DXV=TO FEWCLAIMS4NACE El OCCUR � r\� PREMISCS EA 0000` r Y By' MEDEJIP Vjw wwreerra $ 1 ,20 24 PERSONAL 6 AOV INIURY S GENLAGGREGATE LNUTTAP'PLIES POI: '.., GEHEM AGGREGATER 0 PRo- Ej � POLICY JECT IOC W PROOU1CtS-COMPfOPAGG 5 OTHER.. 5 AUT0004W-E LIABILITY COWINEn SINGLE L s 1,000 000 fEs r ANY AalTC) BODILY VMURY War PWIMl, ; A OWNEDY AUTOS Y '96 12Q 40249 02108 4 sooty rmuRY lPw&=*do*l A roN044DWNMs AMOS ONLY AUTOS OWY i UMORtU YUAR OCCUR EACH ONCE 8 VICES3 LIAa ..K AGCREGAT'E S OEa RETEMTkM15 wClklw(EakBcm f. Amod �.. PER, TH- Ea ANK)E101jOYI 'LW�RY Yam TA TVrED NY A XECUTTIYE � NrA 83055262 0212 D24 0226J2025 EL�EACH ACCI CT i 1D0,tltl0 Or"rICERAMENMER EXCLUDED? lwrw+ar rw wrry E L.DISEASE-E++ENIIII.OYEE s 100,000 e VMS, urKrs EL,DISEASE-POLICY ICY Lear i 5W.000 DESCRIPTION OIL OPERATIONS bwMarr wscai no"of Om"TIONB I tll)cAT1aw s I VEHICLES IAco"Lei."Mai a Ra RW"setook&,M"he aftw amw a owe"W"Is n*rlrtiMdl Monrce County BOCC is an additional Insured with rasped bAuatarrrab8e it required by written carrir a CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POIJCIEB BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED Ba Monroe County BOCC ACCORDANCE WITH THE POLICY PROVISIONS. 1100 Simonton St.. REa'rCEBEaarATTYE Key West FL 33040 "r ',,.ry; '� ■.w" 0 tllfum i 5 ACORD CORPORATION, AM r1oft resented. ACORD 25(20116M13) The ACORD name and S"o are registered marks of ACORD 2137 Policy number: 966040249 Guardian Fence Co Page 2 of 3 ......................................................... ..........................*.........*..........*...................... ......2. Frank Leegian ..................................... ......*.......*..................................... ............................*.......*...... ...................3. Michael Williams 4. R'igobert'o'Pere*z.........*......*................ Auto coverage schedule 1. 2007 CHEVROLET TILT MASTER W35042 Stated Amount:*$20,001 (including Permanently Attached Equip) VIN:4KBB4BI U57JS02630, Garaging Zip Code:33037 Radius:50 miles Personal use:N Body type: Pickup Truck Liability Um PIP Med Pay Liability Pr T rn Premium Premium Premium .......................... ................ .........�rt�7........-................ ................. ...... Premium $3497 $723 $84 $21 Camp Comp Collision Collision Physical Damage Deductible Premium Deductible Premium ................ AutoToWl Premium 1'"0"0*0'............$'1"3"4...............$'1"0-0-0...*....... ...........*................................ ......... $4,651 2. 2002 CHEVROLET SILVERADO Stated Amount:*$20,001 (including Permanently Attached Equip) VIN:1G0JK34172E160941 Garaging Zip Code:33037 Radius:50 miles Personal use:N Body type:Pickup Truck Liability um PIP Med fay Liability Premium .........Premium--... �Ptemi.UM�..........Premium..... ............ ...............--.............................. Premium $3626 $723 3 $21 Comp comp collision collision Physical Damage Dedudb,le Premium Deducible Fierniton Auto Total —.......... ....... .....I.........--........ ........ Premium 1*0"0'0'........... '0"0'*0* ...$"2*1-1- ........ $4,848 *A vehide!s stated amount should indicate its current retail value,including any special or permanently attached equipment. In the event of a total loss,the maximum amount payable is the lesser of the Stated Amount or Actual Cash Value,less deductible. Be sure to(heck stated amount at every renewal in order to receive the best value from your Progressive Commercial Auto policy. Premium discounts Policy ..... ........................ ......... .............. ....................... 966040249 Electronic Funds Transfer Vehicle .................... ..........................I........................ ...... 2007 CHEVROLET TILT MASTER W35042 Ant-Theft Device Standard 2002 CHEVROLET SILVERADO Airbag and Anti-Theft Device Standard Additional insured information Blanket Additional Insured applies. Waiver of Subrogation information Blanket Waiver of Subrogation applies, COMM Form 6489 FL It Intl) 2138 Pdicy nuimbei: 966040249 Guardian Few co Page 3 of 3 Reimbursement of Surcharge In accordance with Florida Statute§626.9541,you are entitled to reimbursement of the surcharge imposed for the accidents)mentioned in the Driving History section if YOU demonstrate that the operator involved in the accident was: • Lawfully parked; • Reimbursed by,or on behalf of,a person responsible for the accident or has a judgment against such person; Driving a vehicle which was struck in the rear by another vehicle headed in the same direction and was not convicted of a moving traffic violation in connection with the accident, Hit by a'hit-and-run'driver, if the accident was reported to the proper authorities within 24 hours,after discovering the accident, Not convicted of a moving traffic violation in connection with the accident, but the operator of the other automobile involved in such accident was convicted of a moving traffic violation; • Finally adjudicated not to be liable by a court of competent jurisdiction; • In receipt of a traffic citation which was dismissed or nolle prossed;or Not at fault as evidenced by a written statement from the insured establishing facts demonstrating lack of fault which are not rebutted by information in the insurer's file from which the insurer in good faith determines that the insured was substantially at fault. Agent signature 'f J, A.oA-7- OV4*4fWIIAMO�.. Company officers, a'.Secretary ram 6489 R 0 1120) 2139 �p`�� ✓��i t i I N I � �� fr � ar d 9y if I 'a4f"n + 7 yy �o III d f l r II 1 ^ I loom N � o I Exhibit B Page 30 of 30 2140 m BOARD OF COUNTY COMMISSIONERS County MonroeMayor Holly Merrill Raschein,District 5 The Florida Keys Mayor Pro Tem James K.Scholl,District 3 Craig Cates,District 1 Michelle Lincoln,District 2 David Rice,District 4 Monroe County Parks & Beaches 2798 Overseas Hwy, Suite 400 Marathon, FL 33050 To: Julie Cuneo, Assistant Purchasing Director Digitally signed by John Allen From: John Allen, Director Parks and Beaches John AllenDate:2024.11.05 13:33:59-05'00' Date: November 4, 2024 RE: Justification to proceed with fencing project at Harry Harris Park MEMORANDUM I am formally requesting authorization to proceed with the new fencing project at Harry Harris Park. On October 18, 2024, we issued a request for proposals to multiple fencing contractors in the area but received only one response. Guardian Fence Co. was the sole contractor to attend the pre-bid site visit,as noted in the invitation email,and they submitted a quote shortly afterward. Since our department was unable to receive an adequate number of responses, I have verified that we attempted to contact multiple contractors in the area to encourage additional quotes as requested per policy. I can provide proof of the emails sent to the various contractors if needed. Please let me know if you require any additional information. Your approval of this request is greatly appreciated. Kind regards, John Allen 2141 04 04 LE 21 pliq Cl E L E E 2 2 ce 211 u 2 E ID E ID as V, FIly"VR ca 7E E 0 0 0 C) 0 ............ bqb ........... ............... ................. ............... ...................... © 2 > CL 0 -W -W CL cu 2 .c2 .�2 cis E wx wx ass u E E kA E E 6 Cc) w V) co f.,; O w =5 as as IM: %M W as as o o m L[V� < co Pq Monroe County Purchasing Policy and Procedures ATTACHMENT D.5 COUNTY ADMINISTRATOR CONTRACT SUMMARY FORM FOR CONTRACTS $1,00,000 00 and Under Mike's Painting & Re ai Effective Date: See notes below. Expiration Date: Contract Purpose/Description: Exterior Painting of Marathon Jail-3981 Ocean Terrace Marathon,FL 33050 Contractor shall commence performance within 10 calendar days of the date of issuance of a Notice to Proceed,Purchase Order, or Task Order. Once commenced, Contractor shall diligently continue performance until completion of Project. Contractor shall accomplish Final Completion of Project within 30 days,thereafter,unless an extention of time is granted by the County. Contract is Original Agreement Contract Amendment/Extension Renewal Contract Manager: William DeSartis 4307 Facilities Maintenance/Stop 9C CONTRACT COSTS Total Dollar Value of Contract: $ 39,500.00 Current Year Portion: $ (must be$100,000.00 or less) (If multiyear agreement then requires BOCC approval,unless the iot411 ainni.hliir c is 1 00.000.00 or I ss). Budgeted? Yes■❑ No ❑ Grant: $ 39,500.00 County Match: $ N/A Fund/Cost Center/Spend Cate o : 125-06067-00061 l GNT-00000205 PROJ-00000187 ADDITIONAL COSTS Estimated Ongoing Costs: $ /yr For: (Not included in dollar value above) (e.g.maintenance,utilities,janitorial,salaries,etc.) Insurance Required: YES W NO ❑ CONTRACT REVIEW Reviewer Date In Department Head Signature: William DeSantis Patricia Eables Digitally signed by Patricia Eables County Attorney Signature: Date.2024.112618.55'.04-05'00' Jaclyn Flatt Digitally signed by Jaclyn Platt Risk Management Signature: Date.2024.112708.04'.34-05'00' Purchasing Signature: Lisa Abreu Digitally 20241127ned yLisa Abreu Date'.2024.11.27 09'.45'.43-05'00' John Quinn Digitally signed by John Quinn OMB Signature: Date.2024.11.2710.53'.11-05'00' Comments: Revised BOCC 4/19/2023 Page 84 of 105 2143 ON .OE COUNTY BOARD OF COUNTY COMMISSIONERS REQUEST FOR SERVICES FOR EXTERIOR PAINTING - MARATHON JAIL BOARD OF COUNTY COMMISSIONERS Mayor James K. Scholl, District 3 Mayor Pro Tem Michelle Lincoln, District 2 Craig Cates, District I David Rice, District 4 Holly Merrill Raschein, District 5 COUNTY ADMINISTRATOR Christine Hurley Clerk of the Circuit Court Facilities Maintenance Director Kevin Madok 11/20/2024 William DeSantis PREPARED BY: Monroe County Facilities Maintenance Department Page 1 of 54 Monroe County Facilities Maintenance General Scope of Work Job Name: Exterior Painting of Marathon Jail Job Location: Marathon Jail 3981 Ocean Terrace Marathon, Florida 33050 Contact: Chrissy Collins -Facilities Maintenance Collius-Ch dssl(d:mon roecoy ty-ti 305-304-01 PROJECT OVERVIEW PROJECT INTENT AND SCOPE GENERAL REQUIREMENTS 1. Project Overview A) Monroe County ("Owner" or "County") shall enter into a contract with as clualified Contractor for the extel-mr paiw I ing of tllc ,\/laralhoi,i - ail, 3981 Ocean 1"curace, Mara t ho n,1- orida 3050. The teini 01,thi contract shall comnience upon approval and exectili(,gi the contract byMOT11-0c County and will terminate ul-.)on f-111,11 corrIplk.,lion of tile pro, ot Ject as noted herein, Contractor Shall co "ID-lence Performance under the Contract, which tnay include ,"POY41J, tbr a per'llit if Onc is required fior tile Pao act, witilin 1.1 en (10) calendar days, ofthe date, of I'SSUancc to the undersigned by Owner off Notice to Prciceecl, Purchase Order, or Task Order. Once commenced, the undersigned shall diligently continue perl"ormance until completion ofthe Project. The undersigned shall accomplish Final Completion of the Project within Thirty (30) days, thereafter unless an extension of tune is granted by the County. e , 11 rn The Contractor shall be required to sign on to all required permits and approvals to perform the work which may include, Monroe County Building Department and any other permitting or regulatory agencies, if applicable. B) All quotes are due by Tuesday, November 26, 2024, at 12:00 P.M., via email to C011ins-chrissy( monroecounty-fl-gov. All Quotes must state they will be good for ninety (90) calendar days from submittal due date. Page 2 of 54 2. Project Intent and Scope Scope of Work: The Contractor shall provide the following Scope of Work and provide all labor and materials to complete the exterior painting of the Marathon Jail, 3981 Ocean Terrace, Marathon, Florida 33050: I. Complete exterior of building shall be power washed, and concrete patched as needed. 2. Trim shall be sanded and primed as needed and concrete siding shall be treated, where rust has stained concrete, with an oil base primer. 3. Building shall be caulked as needed. 4. Trim, doors, and windows shall be sanded and painted, color to be matched to existing color. 5. Concrete portion of building shall be painted with Sherwin Williams Latitude Latex, color White. 6. Parking lot shall be cleaned and re-striped, including handicap spots. All yellow curbs shall be re-painted. 3. General Requirements A) The Contractor shall coordinate all activities with the Monroe County Facilities Maintenance Department contact: Chrissy Collins at 305-304-9711 B) The Contractor is required to provide protection for all existing surfaces including, but not limited to: i. Existing fixtures ii. Personal Items iii. Floors iv. "Vehicles and Personal Property V. Landscaping C) The Contractor shall ensure that all non-exempt employees for this effort are compensated in accordance with all State and Local Laws. D) The Contractor shall load, haul, and properly dispose of all construction debris and materials. E) The Contractor shall provide and maintain appropriate (OSHA required) construction warning signs and barriers. Page 3 of 54 N .p rn F) The Contractor shall furnish all required work site safety equipment. G) The Contractor shall furnish and maintain on-site material safety data sheets (MSDS) for all materials used in the construction. H) Construction work times shall be limited to: Specified by the County I) All materials must be approved by submittal prior to commencement of work. J) The Contractor shall provide a lump sum price by Tuesday, November 26, 2024, at 12:00p.m., via email as noted herein. K) The Contractor needs to be aware of weather and location and plan accordingly. L) The Contractor needs to be aware of the facility, its residents,and staff with unusual schedules and plan accordingly. M) The Contractor shall provide a safety lift plan for any crane/hoist work. N) If applicable, Contractor shall provide paper or electronic copies of all original device specifications, warranties, maintenance schedules, shop drawings, permits, repair and maintenance contacts, and any gather- information necessary for the proper function and maintenance of the equipment. O) The Contractor shall provide a schedule for all phases of the project. P) The Contractor shall coordinate all activities with concurrent site work being performed, if any, Q) Insurance Requirements: Workers Compensation Statutory Limits Employers' Liability $100,000 Bodily Injury by Accident $500,000 Bodily Injury by Disease, policy l°imits. $100,000 Bodily Injury by Disease, each employee General Liability $200,000 per Person $300,000 per Occurrence $200,000 Property Damage or $300,000 Combined Single Limit Vehicle: $200,000 per Person (Owned, non-owned, $300,000 per Occurrence and hired vehicles) $200,000 Property Damage Page 4 of 54 N .p 4 or $300,000 Combined Single Limit Builders Risk Not Required Construction Bond Not Required The Monroe County Board of County Commissioners, its employees and officials, 1100 Simonton Street, Key West, Florida 33040, shall be named as Certificate Holder anti Additional Insured on General Liability and Vehicle policies, A "Sample" Certificate of Insurance is attached, which may not be reflective of the insurance amounts required for this project but is provided for"informational purposes"only. R) The Contractor is required to have all current licenses necessary to perform the work and shall submit the Contractor's License and Monroe County Business Tax Receipt along with its Proposal. If the Contractor is not a current registered Monroe County Vendor, then it shall also submit a properly completed and executed W-9 Form. S) INDEMNIFICATION,, f1OLD HARMLESS, AND DEFENSE. Notwithstanding any minimum insurance requirements prescribed elsewhere in this agreement, the Contractor shall defend, indemnify and hold the County and the County's elected and appointed officers and employees harmless from and against (i) a y claims, actions or causes of action, (ii) any litigation, administrative proceedings,1 11 appellate proceedings, or other proceedings relating to any type of injury (including death), loss, darnage, 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, (A) any activity of the Contractor or any of its employees, agents, contractors or other Invitees during the term of this Agreement, (B) the negligence or recklessness, intentional wrongful misconduct, errors or other wrongful act or ornisslion of the Contractor or any of its employees, agents, sub-contractors or other invitees, or(C) the Contractor's default in respect of any of the obligations that it undertakes under the terms of this Agreement, except to the extent the claims, actions, causes of action, litigation, proceedings, costs or expenses arise from the intentional or sole negligent acts or omissions of the County or any of its employees, agents, contractors or invitees (other than the Contractor). The monetary limitation of liability tinder this contract 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 as set forth in the insurance requirements included in Paragraph 3 herein. Insofar as the claims, actions, causes of action, litigation, proceedings, costs or expenses relate to events or circumstances that occur during the terns 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 Contractor's failure to purchase or maintain the required insurance, the Contractor shall indemnify the County fi-om any and all increased expenses resulting front such delay. Should any claims be asserted against the County by virtue of Page 5 of 54 oo any deficiency or ambiguity in the plans and specifications provided by the Contractor, the Contractor agrees and warrants that the Contractor 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. United States Department of the Treasury Indemnification To the fullest extent permitted by law, the Contractor shall indemnify and hold harmless the United States Department of the Treasury and its officers and employees, from liabilities, damages, losses and costs, including, but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness or intentional wrongful misconduct of the Contractor and persons employed or utilized by the Contractor in the performance of this Contract. This indemnification shall survive the termination of this Contract. Nothing contained in this paragraph is intended to nor shall it constitute a waiver of the sovereign immunity of the United States or the County. T) NON-COLLUSION. By signing this proposal, the undersigned swears, according to law on his/her oath, and under penalty of perjury, that their firm executes this proposal with prices arrived at independently without collusion, consultation, communication, or agreement for the purpose of restricting competition,as to any matter relating to such prices with any other bidder or with any competitor. Unless otherwise required by law,the prices which have been quoted in this proposal have not been knowingly disclosed by the proposer and will not knowingly be disclosed by the proposer prior to proposal opening, directly or indirectly,to any other proposer or to any competitor.No attempt has been made or will be made by the proposer to induce any other person, partnership or corporation to submit, or not to submit a proposal for the purpose of restricting competition. The statements contained in this paragraph are true and correct, and made with the full knowledge that Monroe County relies upon the truth of the statements contained in this paragraph in awarding contracts for this project. U) EMPLOYMENT OR RETENTION OF FORMER COUNTY OFFICERS OR EMPLOYEES. By signing this proposal, the undersigned warrants that he/she/it has not employed, retained or otherwise had act on his/hers/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. Page 6 of 54 N .p to V) CODE OF ETHICS. 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 112.313,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. W) DRUG-FREE WORKPLACE.By signing this proposal,the undersigned certifies that the Contractor complies fully with, and in accordance with Florida Statute, Section 287.087, the requirements as follows: 1) They will publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specify 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) Impose 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. ADDITIONAL CONTRACT PROVISIONS I) NondiscriminationlE ual Employment Opportunily. The Contractor 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. Contractor agrees 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 VII of the Civil Rights Act of 1964 (PL 88-352) which prohibits discrimination in employment on the basis of race, color, religion, sex, or national origin; 2) Title IX of the Education Amendment of 1972, as amended (20 USC ss. 1681-1683, and 1685-1686), which prohibits discrimination on the basis of sex; 3) Page 7 of 54 N v, 0 Section 504 of the Rehabilitation Act of 1973, as amended (20 USC s. 794), which prohibits discrimination on the basis of disability; 4) 'I"he 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. 12 101 Note), as may be amended frorn tinic to time, relating to nondiscrimination on the basis of disability; j()) Monroe County Code (,',Iial,)ter 14, Article U, 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 11) Any other nondiscrimination provisions in any Federal or state statutes which may apply to the parties to, or the subject matter of, this Agreement. During the performance of this Agreement, the Contractor, in accordance with Equal F,rnpIqymenI QPI?Ortunit)� (30 Fed. Reg. 12319, 12935, 3, C.F.] . Part, 1964-1965 Cornp., p. 339) as amended by Executive Order 11375, Amending Executhie ot'CIe,- r 1124 elatin g F,,q to ual Emplqyrnenl Opj)ortunity, and Impletnenting regulations at 41 6R C.F.R. Part 60 (Office of Federal Conti-act Compliance Programs, Equal Employment Opportunity, Department of Labor), see 2 C.F.R. Part 200, Appendix 11, J� C, agrees as follows- 1) The Contractor will not discriminate against any employee or applicant for employment because of race, color,religion, sex, sexual orientation, gender identity, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated equally during employment, without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer, recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. 2) The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to Page 8 of 54 race, color, religion, sex, sexual orientation, gender identity, or national origin. 3) The Contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee, who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions, discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation; proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the Contractor's legal duty to furnish information. 4) The Contractor will send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, a notice to be provided by the agency contracting officer, advising the labor union or workers' representative of the Contractor's commitments under section 202 of Executive Order 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. 5) The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules,regulations, and relevant orders of the Secretary of Labor. 6) The Contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. 7) In the event of the Contractor's non-compliance with the nondiscrimination clauses of this contract or with any of such rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by Page 9 of 54 N v, N rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. 8) The Contractor will include the portion of the sentence immediately preceding paragraph(1) and the provision of paragraphs (1)through(8) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for non-compliance; provided, however, that in the event a contractor becomes involved in, or is threatened with,litigation with a subcontractor or vendor as a result of such direction by the administering agency the Contractor may request the United States to enter into such litigation to protect the interests of the United States. Title VI o�the Civil Rights Act of 1964. The Contractor and any subcontractor, successor, transferee, and assignee shall comply with Title VI of the Civil Rights Act of 1964, which prohibits recipients of federal financial assistance from excluding from a program or activity, denying benefits of, or otherwise discriminating against a person on the basis of race, color, or national origin (42 U.S.C. § 2000d et seq.), as implemented by the Department of the Treasury's Title VI regulations, 31 CFR Part 22, which are herein incorporated by reference and made a part of this contract (or agreement). Title VI also includes protection to persons with "Limited English Proficiency"in any program or activity receiving federal financial assistance,42 U.S.C. § 2000d et seq., as implemented by the Department of the Treasury's Title VI regulations, 31 CFR Part 22, and herein incorporated by reference and made a part of this contract or agreement. II) Termination Provisions. A. In the event that the Contractor shall be found to be negligent in any aspect of service, the County shall have the right to terminate this agreement after five (5) days' written notification to the Contractor. B. Either of the parties hereto may cancel this Agreement without cause by giving the other party sixty(60) days' written notice of its intention to do so. C. Termioatiort for Catise and Remedies: In the event of breach of any contract terms, the County retains the right to terminate this Agreement. The County may also terminate this agreement for cause with Contractor should the Contractor fail to perform the covenants herein contained at the time and in the manner herein provided. In the event of such termination, prior to termination, the County shall provide Contractor with five (5) calendar days' notice and provide the Contractor with an opportunity to cure the breach that has occurred. If the breach is not cured, the Agreement will be terminated for cause. If the County terminates this agreement with the Contractor, County shall pay Contractor the sum due the Page 10 of 54 N v, w Contractor under this agreement prior to termination, unless the cost of completion to the County exceeds the funds remaining in the contract; however, the County reserves the right to assert and seek an offset for damages caused by the breach. The maximum amount due to Contractor shall not in any event exceed the spending cap in this Agreement. In addition, the County reserves all rights available to recoup monies paid under this Agreement, including the right to sue for breach of contract and including the right to pursue a claim for violation of the County's False Claims Ordinance, located at Section 2-721 et al. of the Monroe County Code. D. Termination for Convenience: The County may terminate this Agreement for convenience, at any time, upon seven (7) days' notice to Contractor. If the County terminates this agreement with the Contractor, County shall pay Contractor the sum due the Contractor under this agreement prior to termination, unless the cost of completion to the County exceeds the funds remaining in the contract. The maximum amount due to Contractor shall not exceed the spending cap in this Agreement. In addition, the County reserves all rights available to recoup monies paid under this Agreement, including the right to sue for breach of contract and including the right to pursue a claim for violation of the County's False Claims Ordinance, located at Art. IX, Section 2-721 et al. of the Monroe County Code. E. Scrutinized Companies: For Contracts of any amount, if the County determines that the Contractor/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 Contractor/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. III) Maintenance of Records. The Contractor shall maintain all books, records, and documents directly pertinent to performance under this Agreement in accordance with generally accepted accounting principles consistently applied. Records shall be retained as applicable for 1) a period of five (5) years after all funds have been expended or returned to the Department of the Treasury, whichever is later; or 2) for a period of seven (7) years from the termination of this Agreement or for a period of five (5) years from the submission of the final expenditure report as per 2 CFR §200.33, whichever is greater. Each party to this Agreement or its authorized representatives shall have reasonable and timely access to such records of each other party to this Agreement for public records purposes during the term of the Agreement and for seven (7) years following the termination of this Agreement. If any auditor employed by Monroe County or County Clerk determines that monies paid to Contractor pursuant to this Agreement were spent for purposes not authorized by this Agreement, or were wrongfully retained by the Contractor, the Contractor shall repay the monies together with interest calculated Page 11 of 54 N v, .p pursuant to Sec. 55.03, Florida Statutes,running from the date the monies were paid by the County. Further, the Contractor is subject to the following: 1) The Contractor shall maintain records and financial documents sufficient to evidence compliance with Sections 602(c)and 603(c)of tile Social Security Act, Treasury's regulations implementing that section, and guidance issued by the Department of the Treasury regarding the foregoing. 2) The Department of the Treasury Office of Inspector General and the Government Accountability Office, or their authorized representatives, shall have the right of access to records (electronic and otherwise) of tlae Contractor in order to conduct audits or other investigations. IV) Right to,Audit. Availability of Records. The records of the parties to this Agreement relating to Lhe Project,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); back charge logs and supporting documentation; general ledger entries detailing cash and trade discounts earned, insurance rebates and dividends; any other supporting evidence deemed necessary by Owner 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 rilay in Owner'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 Gall foregoing hereinafter referred to as "Records") shall be open to inspection and subject to audit and/or reproduction by Owner's representative and/or agents of Owner or the County Clerk. Owner 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 interviews and written confrrrrations with employees, subcontractors, suppliers, and contractors' representatives. All records shall be kept for ten (l 0) years after Final Completion. 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 Contractor pursuant to this Agreement were spent far purposes not authorized by this Agreement, or were wrongfully retained by the Contractor„ the Contractor shall repay the monies together with interest calculated pursuant to Sec. 55.03, Florida Statutes, running from the date the monies were paid to Contractor. The right to audit provisions survive the termination or expiration of this Agreement. Page 12 of 54 N v, v, V) Payment of Fees/invoices. County shall pay pursuant to the Florida Local Government Prompt Payment Act, Fla. Stat., Sec. 218.70, upon receipt of a Proper Invoice from the Contractor. Payments due and unpaid under the Contract shall bear interest pursuant to the Florida Local Government Prompt Payment Act. The Contractor is to submit to the County invoices with supporting documentation that are 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. Invoices shall be submitted to Monroe County Facilities Maintenance Department, Attention: Chrissy Collins via email at clan HSSLLME!iectarantv�i`l, �.. The County is exempt from sales and use taxes. A copy of the tax exemption certificate will be provided upon request. Final payment shall be made by the County, as the Owner, to the Contractor when the Contract has been fully performed by the Contractor and the work has been accepted by the County, VI) Public Records Compliance. The Contractor must comply with Florida public records laws including but not limited to Chapter 119, Florida Statutes and Section 24 of article'l of the Constitution of Florida. The County and Contractor shall allow and permit reasonable access to, and inspection of, all documents, records, papers, letters or other"public: record" materials in its possession or under its control subject to the provisions of Chapter 119, Florida Statutes,, and made or received by the County and Contractor in conjunction with this contract and related to contract performance. The County shall have the right to unilaterally cancel this contract upon violation of this provision by the Contractor. Failure of the Conti-actor 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 Contractor 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 Contractor is required to: (1) Keep and maintain public records that would be required by the County to perform the service. (2) Upon request 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. Page 13 of 54 (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 contractor 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 Contractor or keep and maintain public records that would be required by the County to perform the service. If the Contractor transfers all public records to the County upon completion of the contract,the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for 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 Contractor of the request, and the Contractor must provide the records to the County or allow the records to be inspected or copied within a reasonable time. If the Contractor does not comply with the County's request for records, the County shall enforce the public records contract provisions in accordance with the contract, notwithstanding the County's option and right to unilaterally cancel this contract upon violation of this provision by the Contractor. A Contractor who fails to provide the public records to the County or pursuant to a valid public records request within a reasonable time may be subject to penalties under Section 119.10, Florida Statutes. The Contractor shall not transfer custody, release, alter, destroy or otherwise dispose of any public records unless or otherwise provided in this provision or as otherwise provided by law. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119 FLORIDA STATUTES TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT CONTACT THE CUSTODIAN OF PUBLIC RECORDS BRIAN BRADLEY AT PHONE NO. 305- 292-3470 BRADLEY-BRIAN MONROECOUNTY-FL.GOV MONROE COUNTY ATTORNEY'S OFFICE 1111 12TH Street SUITE 408 BEY WEST FL 33040. VII) E-VerifySystem. Beginning January 1,2021,in accordance with Fla. Stat., Sec.448.095, as may be amended from time to time,the Contractor 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 Contractor during the term of the Contract and shall expressly require any subcontractors performing work or providing Page 14 of 54 N v, 4 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 Contractor shall maintain a copy of such affidavit for the duration of the contract. The Contractor shall comply with and be subject to the provisions of Fla. Stat., Sec. 448.095. Pursuant to Section 448.095: 1. "A public agency, Bidder, or subcontractor who has a good faith belief that a person or an entity with which it is contracting has knowingly violated s. 448.09(1) shall terminate the contract with the person or entity. 2. A public agency that has a good faith belief that a subcontractor knowingly violated this subsection, but the Bidder otherwise complied with this subsection, shall promptly notify the Bidder and order the Bidder to immediately terminate the contract with the subcontractor. 3. A contract terminated under this paragraph is not a breach of contract and may not be considered as such. If a public agency terminates a contract with a Bidder under this paragraph,the Bidder may not be awarded a public contract for at least 1 year after the date on which the contract was terminated. A Bidder is liable for any additional costs incurred by a public agency as a result of the termination of a contract." VIII) Notice Requirement. Any written notices or correspondence given pursuant to this contract shall be sent by United States Mail, certified, return receipt requested, postage prepared, or by courier with proof of delivery. Notice is deemed received by Contractor 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. 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 shall be sent to the following persons: For Contractor: C 4.... For Owner: Facilities Maintenance Department Attention: Chrissy Collins 123 Overseas Highway—Rockland Key Key West, Florida 33040 And Monroe County Attorney's Office 1111 12th Street Suite 408 Key West, Florida 33040 Page 15 of 54 N v, 00 IX) Uncontrollable Circumstance. Any delay or failure of either Party to perform its obligations under this Agreement will be excused to the extent that the delay or failure was caused directly by an event beyond such Party's control, without such Party's fault or negligence and that by its nature could not have been foreseen by such Party or, if it could have been foreseen, was unavoidable: (a) acts of God; (b) flood, fire, earthquake, explosion, tropical storm, hurricane or other declared emergency in the geographic area of the Project; (c) war, invasion, hostilities (whether war is declared or not), terrorist threats or acts, riot, or other civil unrest in the geographic area of the Project; (d) government order or law in the geographic area of the Project; (e) actions, embargoes, or blockades in effect on or after the date of this Agreement; (f) action by any governmental authority prohibiting work in the geographic area of the Project;(each, a "Uncontrollable Circumstance"). Contractor's financial inability to perform, changes in cost or availability of materials, components,or services,market conditions,or supplier actions or contract disputes will not excuse performance by Contractor under this Section. Contractor shall give County written notice within seven (7) days of any event or circumstance that is reasonably likely to result in an Uncontrollable Circumstance, or as soon as possible after such Uncontrollable Circumstance has occurred if reasonably anticipated, and the anticipated duration of such Uncontrollable Circumstance. Contractor shall use all diligent efforts to end the Uncontrollable Circumstance, ensure that the effects of any Uncontrollable Circumstance are minimized and resume full performance Linder this Agreement.The County will not pay additional cost as a result of an Uncontrollable Circumstance. The Contractor may only seek a no cost Change Order or Amendment for such reasonable time as the Owner's Representative may determine. X) Adjudication of Disputes or Disagreements. County and Contractor agree that all disputes and disagreements shall be attempted to be resolved by meet and confer sessions between representatives of each of the parties. If the issue or issues are still not resolved to the satisfaction of the parties, then any party shall have the right to seek such relief or remedy as may be provided by this Agreement or by Florida law. This Agreement is not subject to arbitration. This provision does not negate or waive the provisions of Section I, Nondiscrimination, or Section 11, concerning Termination or Cancellation. 4. FEDERAL CONTRACT REQUIREMENTS The Contractor and its subcontractors must follow the provisions, as applicable, as set forth in 2 C.F.R. §200.326 Contract provisions and Appendix II to C.F.R. Part 200, as amended, including but not limited to: A) Clean Air Act 42 J.S.C. 7 1-7671 . and the Federal Water Pollution Control Act 33 U.S.C. ` 1251-1.387 as amended. CONTRACTOR agrees to comply with all applicable standards, orders, or regulations issued pursuant to the Clean Air Act, as amended, (42 U.S.C. §§7401-7671q) and the Federal Water Pollution Control Act, as amended (33 U.S.C. §§1251-1387) and will report Page 16 of 54 N v, co violations to the Department of the Treasury and the appropriate Regional Office of the Environmental Protection Agency (EPA). The Clean Air Act (42 U.S.C. §§7401-7671q) and the Federal Water Pollution Control Act (33 U.S.C. §§1251- 1387), as amended, applies to Contracts and subgrants of amounts in excess of $100,000.00. The contractor agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal assistance provided by the American Rescue Plan Act funding. The Contractor agrees to report each violation to the COUNTY, understands, and agrees that the COUNTY will, in turn, report each violation as required to assure notification to the Department of Treasury/Federal Agency and the appropriate EPA Regional Office. B) Contract Work Hours and Safety Standards Act 40 J.S.C. 3701-3708 Where applicable, which includes all FEMA grant and cooperative agreement programs, all contracts awarded by the County in excess of$100,000 that involve the employment of mechanics or laborers must comply with 40 U.S.C.§§3702 and 3704, as supplemented by Department of Labor regulations(29 CFR Part 5). Under 40 U.S.C. §3702 of the Act, each Contractor must compute the wages of every mechanic and laborer on the basis of a standard work week of forty (40) hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of forty (40) hours in the work week. The requirements of 40 U.S.C. §3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous, or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. Compliance with the Contract Work Hours and Safety Standards Act. (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work,which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in Paragraph (b)(1) of this section,the Contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory,to such District or to such territory), for Page 17 of 54 N rn 0 liquidated Damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation Of the clause Set forth in Paragraph (b)(1) Of this section, in the sum of $27 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in Paragraph (b)(1) of 29 C.F.R. §5.5. (3) Withholdingfi)r unpaid wages tied liquidwed damages. The Federal agency shall, upon its own action or upon written request of an authorized representative of the Department of Labor, withhold or cause to be withheld from any moneys payable on account of work Performed by the contractor or subcontractor under any such contract or any other Federal contract with the same Prime contractor, or any other federally- assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to, be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in Paragraph (b)(2)of 29 C.F.R. §5.5. (4) �Yubconlraels. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in 29 C.F.R. §5.5, Paragraphs (b)(I)through (4), and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in 29 C.F.R. §5.5, Paragraphs (1) through (4). Rights to Inventions N4adze Under a Contract . If the Federal award meets the definition of"funding agreement" under 37 CFR §401.2 (a) and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that"funding agreement,"the recipient or subrecipient must comply with the requirements of 37 CFR Part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements,"and any implementing regulations issued by the awarding agency. D) Debar axaenat grad Sirs Sion (Executive Orders 12549 and 12689) A contract award under a "covered transaction" (see 2 CFR §180.220) must not be made to parties listed on the government-wide exclusions in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 C.F.R. Part 180 that implement Executive Orders 12549 (3 C.F.R. Part 1986 Comp., p. 189) and 12689 (3 C.F.R. Part 1989 Comp., p. 235), "Debarment and Suspension" and the Page 18 of 54 Department of Homeland Security's regulations at 2 C.F.R. Part 3000 (Nonprocurement Debarment and Suspension). SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. SAM exclusions can be accessed at wW.Sd:01J.,!,0V. Contractor is required to verify that none of the contractor's principals (defined at 2 C.F.R. §180.935) or its affiliates (defined at 2 C.F.R. §180.905) are excluded (defined at 2 C.F.R. §180.940) or disqualified (defined at 2 C.F.R. §180.935). The Contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. This certification is a material representation of fact relied upon by the County. If it is later determined that the contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the County,the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. Bidders or Proposers agree to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. Pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The Bidder or Proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions, including that the award is subject to 2 C.F.R. Part 180 and the Department of the Treasury's implementing regulation at 31 C.F.R. Part 19. E) Byrd Anti-Lobo 'n Amendment 31 U.S.C. 1352 . Contractors that apply or bid for an award exceeding $100,000 must file the required certification. Each tier certifies to the tier above.that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. §1352. Each tier must also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient who in turn will forward the certification(s) to the awarding agency. If the award exceeds $100,000, the attached certification must be signed and submitted by the Contractor to the County. F) Compliance with. Procurement of Recovered Materials as set forth in 2 CFR 200.323. The Contractor must comply with Section 6002 of the Solid Waste Disposal Act, as amended, by the Resource Conservation and Recovery Act. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 C.F.R. Part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition,where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner Page 19 of 54 N rn N that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. In the performance of this contract,the Contractor shall make maximum use of products containing recovered materials that are EPA-designated items unless the product cannot be acquired— 1. Competitively within a timeframe providing for compliance with the contract performance schedule; 2. Meeting contract performance requirements; or 3. At a reasonable price. Information about this requirement, along with the list of EPA-designated ' � — Guidelines website, LitProcurement Guid items, �s avana. �ltable�at EPrA s��Comprehensive� P�rocuru�S����l� Pr The Contractor also agrees to comply with all other applicable requirements of Section 6002 of the Solid Waste Disposal Act. G) Prohibition on certain telecom mtinications and video surveillance services or e un mentors set forth in GFR 200.21.6.. Recipients and subrecipients and their contractors and subcontractors may not obligate or expend any federal funds to (1) Procure or obtain; (2) Extend or renew a contract to procure or obtain; or (3) Enter into a contract (or extend or renew a contract) to procure or obtain equipment services, or systems that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. As described in Public Law 115-232, section 889, covered telecommunications equipment is telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities) (i) For the purpose of public safety, security of government facilities, physical security surveillance of critical infrastructure, and other national security purposes, video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities). (ii) Telecommunications or video surveillance services provided by such entities or using such equipment. (iii) Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, in consultation with the Director of the National Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled by, or otherwise connected to, the government of a covered foreign country. Page 20 of 54 N rn w H) Domestic Preference for Procurements as set forth in 2 C.F.R. §200.322. The County and Contractor should, to the greatest extent practicable, provide a preference for the purchase, acquisition, or use of goods, products, or materials produced in the United States (including but not limited to iron, aluminum, steel, cement, and other manufactured products). These requirements of this section must be included in all subawards including contracts and purchase orders for work or products under federal award. For purposes of this section: (1) "Produced in the United States" means, for iron and steel products, that all manufacturing processes, from the initial melting stage through the application of coatings, occurred in the United States. (2) "Manufactured products"means items and construction materials composed in whole or in part of non-ferrous metals such as aluminum; plastics and polymer- based products such as polyvinyl chloride pipe; aggregates such as concrete; glass, including optical fiber; and lumber. I) Copeland "Anti-Kickback" Act 2 C.F.R. 200 Appendix II • 40 U.S.C. 43145). This section applies if the contract is in excess of$2,000 and pertains to construction or repair, and further, if required by Federal program legislation. Contractor shall comply with the Copeland "Anti-Kickback" Act (40 U.S.C. §3145), as supplemented by Department of Labor regulations (29 C.F.R. Part 3), "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States"). The Act provides in part that Contractor shall be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which it is otherwise entitled. The County shall report all suspected or reported violations to the Department of the Treasury. 5. Other Federal and/or Department of the Treasury Requirements (as applicable) Section 602(b) of the Social Security Act (the Act), as added by Section 9901 of the American Rescue Plan Act (ARPA), Pub. L. No. 117-2 (March 11, 2021), authorizes the Department of the Treasury (Treasury)to make payments to certain recipients from the Coronavirus State Fiscal Recovery Fund and the Coronavirus Local Fiscal Recovery Fund (Fiscal Recovery Funds). Monroe County shall not enter into a Contract or make any distributions of funds to Contractor using monies from the Fiscal Recovery Funds absent Contractor's agreement and adherence to each term and condition contained herein. The Contractor and its sub-contractors must follow the provisions set forth herein, as applicable, including but not limited to: A) Americans with Disabilities Act of 1990 ADA' as amended. The Contractor will comply with all the requirements as imposed by the ADA, Page 21 of 54 N rn .p the regulations of the Federal government issued thereunder, and the assurance by the Contractor pursuant thereto. B) Disadvantl 13uas ness Enter 'DBE I I Polie and Obli aflan. It is the Policy Of the County that BE's, as defined in C.F.R, Part 26, as amended, shall have the opportunity to participate in the performance of contracts financed in whole or in part with County funds under this agreement. The DBE requirements, of applicable federal and state laws and regulations apply to this Agreement. The County and its Contractor agree to ensure that DBE's have the opportunity to participate in the performance of the Agreement, In this regard, all recipients and contractors shall take all necessary and reasonable steps in accordance with 2 C.F.R. §200.321 (as set forth below), applicable federal and state laws and regulations to ensure that DBE's have the opportunity to compete and perform contracts. The County and Conti-actor and subcontractors shall not discriminate on the basis of race, color, national origin, or sex in award and performance of contracts, entered pursuant to this Agreement. C-E—.R---§-_200321 CONTRACTING WITI-I SMALL AND MINORITY BUSWESSE ---'1 —E--S-,—W.0MEN'S BUSINESS ENTERPRISES AND L SURP1,US AREA FIRMS LABQR a. If the Contractor, with the funds authorized by this Agreement, seeks to subcontract goods or services then, in accordance with 2 C.F.R. §200.321, the CONTRACTOR shall take the following affirniative steps to assure that minority businesses, women's business enterprises, and labor surplus area firms are used whenever larsrlle. b. Affirmative steps must include: (1) Placing qualified small and minority businesses and women's business enterprises on solicitation lists; (2) Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources; (3) Dividing total requirements,when econom into smaller tasks or quantities to pen-nit maximum participation by small and minority businesses, and women's business enterprises; (4) Establishing delivery schedules, where the re ujrement prinits, which encourage participation by small and minority businesses, and women's business enterprises; (5) Using the services and assistance, As a1al.�rO�riate�, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce. (6) Requiring the Prime contractor, if subcontracts are to be let, to take the affinnative steps listed in paragraph(I)through(5)of this section. Page 22 of 54 C) Access to Records. Contractor and its successors, transferees, assignees, and subcontractors acknowledge and agree to comply with applicable provisions governing the access to records, accounts, documents, information, facilities and staff by the United States Department of the Treasury. Contractors must: (1) Cooperate with any compliance review or complaint investigation conducted by the Department of the Treasury; (2) Give the Department of the Treasury access to and the right to examine and copy records, accounts, and other documents and sources of information related to the grant and permit access to facilities, personnel, and other individuals and information as may be necessary, as required by the Department of the Treasury regulations and other applicable laws or program guidance; and(3) Submit timely, complete, and accurate reports to the appropriate Department of the Treasury officials and maintain appropriate backup documentation to support the reports. D) Changes to Contract. The Contractor understands and agrees that any cost resulting from a change or modification, change order, or constructive change of the Agreement must be within the scope of any Federal grant or cooperative agreement that may fund this Project and be reasonable for the completion of the Project. Any contract change or modification, change order or constructive change must be approved in writing by both the County and Contractor. E) Executive Com]2ensation. As required by 2 C.F.R. Part 170, Appendix A, the Contractor must report the names and total compensation of its five most highly compensated executives and the names and total compensation of the five most highly compensated executives of its subcontractors for the preceding completed fiscal year if: (a) the total federal funding authorized to date under the award funding this Agreement equals or exceeds $30,000.00 as defined in 2 C.F.R. §170.320; (b) the Contractor received 80 percent or more of its gross revenues from federal procurement contracts (and subcontracts) and federal financial assistance subject to the Transparency Act, as provided by 2 C.F.R. §170.320 (and subcontracts); (c) the Contractor received $25,000,000.00 or more in annual gross revenues from federal procurement contracts (and subcontracts) and federal financial assistance subject to the Transparency Act, as defined in 2 C.F.R. §170.320 (and subcontracts); and (d) the public does not have access to information about the compensation of the executives through periodic reports filed under Section 13(a) or 15(d) of the Securities Exchange Act of 1934(15 U.S.C. 78m(a), 78o(d)) or Section 6104 of the Internal Revenue Code of 1986. To determine if the public has access to the compensation information, see U.S. Security and Exchange Commission total compensation filings atu� w //rv� rw ���l�ma� u � r mm�ui�,➢ t; Page 23 of 54 N rn rn F) No Oblifsatinn by federal Government. The Federal Government is not a party to this contract and is not subject to any obligations or liabilities to the County/non- Federal entity, contractor or any other party pertaining to any matter resulting from the contract, G) Prog-am Fraud and False or Fraudulent Statements or Related Acts. The contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the Contractor's actions pertaining to this contract. The Contractor understands that making false statements or claims in connection with this award is a violation of federal law and may result in criminal, fines, imprisonment, civil damages and civil, or administrative sanctions, including fi penalties, debarment from participating in federal awards or contracts, and/or any other remedy. H) The Contractor shall utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the Contractor during the tens 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 employment eligibility of all new employees hired by the subcontractor during the Conti-act term. The Contractor will be bound by the terms and conditions of the Federally Funded State & Local Fiscal Recovery Fund Financial Assistance Agreement between the County and the United States Department of Treasury attached hereto as Attachment A and made a part of this Agreement. J) The Contractor shall-hold the United States and County harmless against all claims of whatever nature arising out of the Contractor's performance of work under this Agreement, to the extent allowed and required by law. K) Ene hAEL91_M9EiMM If applicable, the Contractor will comply with the Energy Policy and Conservation Act (P.J_ 94-163; 42 U.S.C. §§6201-6422) and with all mandatory standards and policies relating to energy efficiency and the provisions of the state Energy Conservation Plan adopted pursuant thereto. L) Conflicts OLInterest. The Contractor understands and agrees it must maintain a conflict-of-interest policy consistent with 2 C.F.R. § 200,318(c) and that such con fl Ict-of-interest policy is applicable to each activity funded under the federal award as set forth in Attachment A. The Contractor and subcontractors must disclose in writing to Treasury or the pass-through entity, as appropriate, any potential conflict of interest affecting the awarded funds in accordance with 2 C.F.R. § 200,112. M) Remedial Actions In the event of the Contractor's noncompliance with Section 602 of the Act, other applicable laws, Treasury's implementing regulations, guidance, or any reporting or other program requirements, Treasury, may impose Page 24 of 54 rn additional conditions on the receipt of a subsequent tranche of future award funds, if any, or take other available remedies as set forth in 2 C.F.R. § 200.339. In the case of a violation of Section 602(c) of the Act regarding the use of funds,previous payments shall be subject to recoupment as provided in Section 602(e) of the Act and any additional payments may be subject to withholding as provided in Sections 602(b)(6)(A)(ii)(III) of the Act, as applicable. N) Compliance with Federal Law Re ulations and Executive Orders. This is an acknowledgment that Department of the Treasury (Treasury) financial assistance will be used to fund the contract only. The Contractor agrees to comply with the requirements of Sections 602 and 603 of the Act, regulations adopted by Treasury pursuant to Sections 602(f) and 603(f) of the Act, and guidance issued by Treasury regarding the foregoing. The Contractor also agrees to comply with all other applicable federal statutes, regulations, and executive orders, and the Contractor shall provide for such compliance by other parties in any agreements it enters into with other parties relating to this award. Federal regulations applicable to this Department of Treasury award include, without limitation, the following: i. Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards, 2 C.F.R. Part 200, other than such provisions as Treasury may determine are inapplicable to this award and subject to such exceptions as may be otherwise provided by Treasury. Subpart F—Audit Requirements of the Uniform Guidance, implementing the Single Audit Act, shall apply to this award. ii. Universal Identifier and System for Award Management(SAM), 2 C.F.R. Part 25, pursuant to which the award term set forth in Appendix A to 2 C.F.R. Part 25 is hereby incorporated by reference. iii. Reporting Subaward and Executive Compensation Information, 2 C.F.R. Part 170,pursuant to which the award term set forth in Appendix A to 2 C.F.R. Part 170 is hereby incorporated by reference. iv. OMB Guidelines to Agencies on Governmentwide Debarment and Suspension(Nonprocurement), 2 C.F.R. Part 180, including the requirement to include a term or condition in all lower tier covered transactions (contracts and subcontracts described in 2 C.F.R. Part 180, subpart B) that the award is subject to 2 C.F.R. Part 180 and Treasury's implementing regulation at 31 C.F.R. Part 19. V. Recipient Integrity and Performance Matters, pursuant to which the award term set forth in 2 C.F.R. Part 200, Appendix XII to Part 200 is hereby incorporated by reference. Page 25 of 54 N rn 00 vi. Governmentwide Requirements for Drug-Free Workplace 31 C.F.R. Part 20. vii. New Restrictions on Lobbying, 31 C.F.R. Part 21. viii. Uniform Relocation Assistance and Real Property Acquisitions Act of 1970 (42 U.S.C. §§ 4601-4655) and implementing regulations. ix. Generally applicable federal environmental laws and regulations. O) Hatch Act. The Contractor agrees to comply, as applicable, with requirements of the Hatch Act(5 U.S.C. §§ 1501-1508 and 7324-7328),which limit certain political activities of State or local government employees whose principal employment is in connection with an activity financed in whole or in part by this federal assistance. P) False Statements. The Contractor understands that making false statements or claims in connection with this award is a violation of federal law and may result in criminal, civil, or administrative sanctions, including fines, imprisonment, civil damages and penalties,debarment from participating in federal awards or contracts, and/or any other remedy. Q) Publications, Any publications produced with funds from the federal award as set forth in Attachment A must display the following language: "This project[is being] [was] supported, in whole or in part,by federal award number[enter project FAIN] awarded to [name of Recipient] by the U.S. Department of the Treasury." R) Debts Owed the Federal Government. a. Any funds paid to the Contractor (1) in excess of the amount to which Contractor is finally determined to be authorized to retain under the terms of this award as set forth in Attachment A; (2) that are determined by the Treasury Office of Inspector General to have been misused; or (3) that are determined by Treasury to be subject to a repayment obligation pursuant to Sections 602(e) and 603(b)(2)(D) of the Act and have not been repaid by Contractor shall constitute a debt to the federal government. b. Any debts determined to be owed the federal government must be paid promptly by Contractor. A debt is delinquent if it has not been paid by the date specified in Treasury's initial written demand for payment,unless other satisfactory arrangements have been made or if the Contractor knowingly or improperly retains funds that are a debt as defined in Paragraph 14(a) of the federal award as set forth in Attachment A. Treasury will take any actions available to it to collect such a debt. S) Disclaimer. a. The United States expressly disclaims any and all responsibility or liability to the Contractor or third persons for the actions of Contractor or third Page 26 of 54 N rn co persons resulting in death, bodily injury, property damages, or any other losses resulting in any way from the performance of this award or any other losses resulting in any way from the performance of services funded under the federal award as set forth in Attachment A or any other losses resulting in any way from the performance of services pursuant to any contract, or subcontract under this award. b. The acceptance of these funds provided by the federal award as set forth in Attachment A by the Contractor does not in any way establish an agency relationship between the United States and the Contractor. T) Protections for Whistleblowers. a. In accordance with 41 U.S.C. § 4712, the Contractor may not discharge, demote, or otherwise discriminate against an employee in reprisal for disclosing to any of the list of persons or entities provided below, information that the employee reasonably believes is evidence of gross mismanagement of a federal contract or grant, a gross waste of federal funds, an abuse of authority relating to a federal contract or grant, a substantial and specific danger to public health or safety, or a violation of law, rule, or regulation related to a federal contract (including the competition for or negotiation of a contract) or grant. b. The list of persons and entities referenced in the paragraph above includes the following: i. A member of Congress or a representative of a committee of Congress; ii. An Inspector General; iii. The Government Accountability Office; iv. A Treasury employee responsible for contract or grant oversight or management; v. An authorized official of the Department of Justice or other law enforcement agency; vi. A court or grand jury; or vii. A management official or other employee of Recipient, contractor, or subcontractor who has the responsibility to investigate, discover, or address misconduct. c. The Contractor shall inform its employees in writing of the rights and remedies provided under this section, in the predominant native language of the workforce. U) Increasing Seat Belt Use in the United States, Pursuant to Executive Order 13043, 62 FR 19217(Apr. 18, 1997),the Contractor is encouraged to adopt and enforce on-the-job seat belt policies and programs for its employees when operating company-owned, rented, or personally owned vehicles and encourage its subcontractors to adopt and enforce on-the-job seat belt policies and programs Page 27 of 54 N 0 for their employees when operating company-owned, rented, or personally owned vehicles, V) Reducing Text Messy lir an ,villie uriv i 0, While Dri ingk Pursuant to Executive Order 13513, 74 FR 51225 (Oct. 6, 2009), the Contractor should encourage its employees, subrecipients, and Subcontractors to adopt and enforce policies that ban text messaging while driving, and the Contractor should establish workplace safety Policies to decrease accidents caused by distracted drivers. Page 28 of 54 -4 PROPOSAL FORM PROPOSAL TO: Monroe County Facilities Maintenance 123 Overseas Highway—Rockland Key Key West, FL 33040 PROPOSAL FROM: �'�� �,"�:�'.'.�l 4•°�w µ'pa.✓ �";ro�"i �.,��.� tl, The undersigned, having carefully examined the Work and reference Drawings, Specifications, Proposal, and Addenda thereto and other Contract Documents for the construction of: EXTERIOR PAINTING - MARATHON JAIL, 3891 OCEAN TERRACE, MARATHON, FLORIDA 33050 and having carefully examined the site where the Work is to be performed, having become familiar with all local conditions including labor affecting the cost thereof, and having familiarized himself with material availability, Federal, State, and Local laws, ordinances, rules and regulations affecting performance of the Work, does hereby propose to furnish all labor, mechanics, superintendents, tools, material, equipment, transportation services, and all incidentals necessary to perform and complete said Work and work incidental hereto,in a workman-like manner,in conformance with said Drawings, Specifications, and other Contract Documents including Addenda issued thereto. The undersigned further certifies that he/she has personally inspected the actual location of where the Work is to be performed,together with the local sources of supply and that he/she understands the conditions under which the Work is to be performed. The proposer shall assume the risk of any and all costs and delays arising from the existence of any subsurface or other latent physical condition which could be reasonably anticipated by reference to documentary information provided and made available, and from inspection and examination of the site. The undersigned agrees to commence performance of this Project within Ten (10) calendar days after the date of issuance to the undersigned by Owner of the Notice to Proceed/Purchase Order/Task Order. Once commenced, undersigned shall diligently continue performance until completion of the Project. The undersigned shall accomplish Final Completion of the Project within Thirty (30) days,thereafter,unless an extension of time is granted by the County. Page 29 of 54 N N The Base Proposal shall be furnished below in words and numbers. If there is an inconsistency between the two, the Proposal in words shall control. "�q f) m . Dollars. (Total Base Proposal-words) ' . ........ Dollars. (Total � asc Proposal—numbers) I acknowledge Alternates as follows: N/A I acknowledge receipt of Addenda No.(s) or None No. Dated, No. Dated Page 30 of 54 N w In addition, Proposer states that he/she has provided or will provide the County, along with this Proposal, a certified COPY of Contractor's License, Monroe County Business Tax Receipt, and Certificate of Insurance showing the minimum insurance requirement,, for this project. Execution by the Contractor must be by a person with authority to bind the entity. By signing this agreement below, the Contractor has read and accepts the terms and conditions set forth by the Monroe County General Requirements for Construction found at the link on the Monroe County web page: ht /1"l-monroecount .civic olus-com/Bids,a p0?CatlD=1 ; AND accepts all of the terms and conditions and all Federal required contract provisions herein. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed by their duly authorized representatives, as follows: Contractor: C Mailing Address: -507 Phone Number: E.I.N.: Email: V"J C"5,3 LL Date: � Signed: Name Title Contractor's Witness signature: Witness name: Date: The County accepts the above proposal: MONROE COUNTY, FLORIDA Date: By: County Administrator or Designee MONROE COUNW ATrORNEV'S OFFICE Enol Page 31 of 54 PATRICIA EABLES ASSISTAJJ/,ff r RNEY / -4 N OATE: NON-COLLUSION AFFIDAVIT of the city of �4CA-1 G.) according to law on m oath,"and under penalty of perjbry, depose and say that: a. I am of the firm of the bidder making the Proposal for 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 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. (Sigfiature"of,P" oser) (Date) STATEOF: COUNTY OF: . ........ Subscribed and sworn to (or affirmed) before me, by means of physical presence or 0 online notarization, on it, I'l 2,C4 (date) by ` (name of affiant). He/ She is personally known to me or has produced (type of identification) as identification. NS CHRISTINE E COLLI State of Florida # 69 Notary Public-State of Florida Commission#HH 266973 My Comm.Expires Jun 9,2026 --I =&*ftional Notary Assn. NOTARY IC My commission expires: (SEAL) Page 32 of 54 -4 Ul LOBBYING AND CONFLICT OF INTEREST CLAUSE SWORN STATEMENT UNDER ORDINANCE NO. 010-1990 MONROE COUNTY, FLORIDA ETHICS CLAUSE . ......... . .11. /K-, 11 (Company) 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. 010-1990 or any County officer or employee in violation of Section 3 of Ordinance No. 01'0-1990. 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". (Si nature) e.- STATE OF: COUNTY OF: Subscribed and sworn to (or affirmed) before me, by means of "ysical presence or 0 online notarization, on (date) by V personally known to me o has produced (name of affiant). He/ She is as iffe—nffi�cation. (Type of identification) a4 L— NOTARY P CHRISTINE:ECOLLINS r MY commission expires: Notary Public-State of Flornida r 9 HH 266:73] Commissior:t HH 266973 1�j�2-1(; (SEAL) My Comm.Exoires Jun 9,2026 'o Borcec through 4ationa(Notary Assr,, Page 33 of 54 -4 CD DRUG-FREE WORKPLACE FORM The undersigned vendor in a c �o dan cp with Florida SOtute Sec. 287.087 hereby certifies that.: (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. Pro, ser' ig, ature Da e _ ,I STATE OF: COUNTY OF: q Subscribed and sworn to (tar affin-ned)before me, by means of U physical presence or ❑ online otarization, on rename of affiant4,1 She ><s ersonall known, �(date) by( personally me or has produced p� cati as identification. e o rd ntli yd 4WrARY PUBLIC * " CHRISTINE E COLLINS Notary Public-State of Florida ( Commission HH 266973My Commission Expires: My Comm,Expires 9.2es Jur 5. 025 Sanded through raucra, ,otar•,Assr Page 34 of 54 N 4 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, proposals, or replies 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 (Respondent's name) nor any Affiliate has been placed on the convicted vendor list within the last thirty-six (36) months. ( ig aturd) Date: C iL) M STATE OF: COUNTY OF: Subscribed and sworn to (or affirmed) before me, by means of physical presence or ❑ online notarization, on the day of 20 ` (date), by "S (name of affiant). He/ She is personall fi me or has produced (type of identification) as identification. 01) NOTARY PU (SEAL) My Commission Expires: C Ll J:� •uss e;oN IeuoµeN 48nouyi pa puog 9ZOZ'6 unE sajldx3 ww7 AW woEL699Z HHquoisslw0 puo1 -1Oe3�o ae5-ol�gnd ( N ISNIllO)3 3NUSN) ' ati �o M0 Page 35 of 54 N 00 VENDOR CERTIFICATION REGARDING SCRUTINIZED COMPANIES LISTS city:Project Description(s)� Respondent Vendor Name: Vendor FEIN: Address: ep � Phone Number Email Add rauu: Section 287.135, Florida Statutes prohibits a company from bidding on, submitting a proposal for, or entering into or renewing o contract for goods or omrvioau 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 Stotuhua, or is engaged in a Boycott of |onsa|. Section 287.135, Florida Statuteo, also prohibits a company from bidding on, submitting o proposal for, or entering into or renewing a contract for good or services of $1.00O.00D or more, that are on either the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the |nsn Terrorism Sectors Lists which were created pursuant too. 215.473, Florida Statutes, or is engaged in business operations in Cuba or Syria. An the person authorized to sign on behalf of Respondent, | 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 ino boycott of Israel and for Projects of$1.00O.8OOormuonoionot |iatedmn either the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Terrorism Sectors 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 tmrminated, at the option of the County, if the company in 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 Terrorism 8enbzno List orbeen engaged in business operations in Cuba orSyria. Vendor has navimvvmd Section 287.135, Florida Statubes, and in accordance with such provision of Florida |ovv, in eligible to bid on, submit proposal for, or enter into or renew e contract with Monroe County for goods orservices. to sign on behalf of the above"I'll,ef mpaoy. Authorized Signature: Note: The List are available at the following Department of Management Services Site: ei,ided—cl�i�scrimi�iatory_��qrLtif.�Laifits vendor fists Page 36of54 pu ~« to AFFIDAVIT ATTESTING TKDNONCOERCIVECONDUCT FOR LABOR OR SERVICES Entity/Vendor Name: Vendor's Authorized Representative: Pee's (Name and Title) Address: C� Phone Number: Email Address: As u nongovernmental entity executing, renewing, or extending a contract with a government entity, Vendor is required to provide an affidavit under pcuohy of peijury attesting that Vendor does not use coercion for labor or services in accordance with Section 787.06, Florida Statutes. As defined in 800timo 787.08(2)(«), coercion means: 1. Using orthreatingto use physical force against any person; 2. Restraining, isolating, or confining or threatinB to restrain, isolate, or confine any person without lawful authority and against her or his will; 3. Using lending or other credit methods to establish a debt by any person when labor or services are pledged as a security for the debt, if the value of the labor or services as reasonably assessed is not applied toward the liquidation of the debt,the length and nature of the labor or service are not respectively limited and defined; 4. Destroying, concealing, removing, confiscating, withholding, or possessing any actual or purported passport, visa, or other immigration document, or any other actual orpurported government identification document,of any person; 5. Causing orthreatingto cause financial harm to any person; G. Enticing or luring any person by fraud or deceit; or 7. Providing a controlled substance as outlined in Schedule | or Schedule || of Section 893.03 to any person for the purpose of exploitation of that person. As a person authorized to sign on behalf of Vendor,I certify under penalties of pe 'ury that Vendor does not use coercion for labor or ocrvioou in a000nduucc with Section 707.06. Additionally, Vendor has reviewed Section 787.06, Florida Statutes, and agrees to abide by uaozc. Certified By: � who is authorized to sign on behalf of the Authorized Signature: Print Nam�: Page 37mf54 pu ww CD 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 Fonn-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 3. The undersigned shall require that the language of this certificationbe 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. If any 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 commitment providing for the United States to insure or guarantee a loan, the undersigned shall complete and submit Standard Fonn-LLL, 'Disclosure of Lobbying Activities," in accordance with its instructions. Submission of this statement 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 statement 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, i' � �, a° k �' certifies or affirms the truthfulness and accuracy of each statement of its certification«end 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 cc,rti 5cation and disclosure, if any. igx*tare of Cortt tors Authorized Official :. f" Official c � " Name and Title of Contractors Authorized ' ate Page 38 of 54 N 00 DISCLOSURE OF LOBBYING ACTNITIES Complete this form to fti,s,, lase lobbying activities pursuant to 31 U_S.C. 1352 approved by OMB (See reverse for public burden disclosure.), o34aoo�s 1�a. Federal Action: 3. Report Type: Ll ctal Action: 2,, Status of bidlofferlappfication a. initial . grant filing b initial award b. material change c. cooperative agreement c. post-award d. loan For Material Change Only: e. loan guarantee Year quarter f_loan insurance date of last report 4. Name and Address of Reporting Entity: 5. If Reporting Entity in No.4 is a Subawardee, Enter Name Prime ❑subawardee and Address of Prime: Tier ifrt Coll l District, if 6. Federal DepaartmentfAgency: gDistrict,aif I t i as �: Con re 7. Federal Program Name)Description: CFDA Number; if qgpL 8. Fed+eral Action Number, if,. " 9,Award Amount, rf ,2pAC _....._ . .,.�... 10. a. Name and Address of Lobbying Registrant b. Individuals Performing Services (includ(if individual. last name; first name. different from No_ 1 ing address if (last name,, first name, Mj): 352rn 71vs risclowrc _f hb .. .. .. ... ..—... ._,.... 11, 9 d II ai, M furrn is aulh r¢w.i uy w{ """'— fir.. ...._... r r 3rr3e�4n t! C. .1 ba .-,,....�_...—. bNr'9 bvifr•s,,. i ma[enal srrtlalr,.n ❑f loot Signature: Leon phi=h relancx N s FI—d L•y the.tier rbcv when LY wered itYo Tlvs disr_knure is required it a=''cn wss made � oaid br���r�q,.la s c .,,z Trs Print Nagle: nfarmokn mill be'Forted n'he CwVe�Senn-amuelfy and will be available for public In-PechaR MV Fers_n A4tu 1w;4_I:;W file'he rewired di-llnuur shall hr Title: sLoy_•ct x:.$=Ntt"nal•9 ofILu._4$1013D]sell rr_t none Ihi r•'3,"00 o6]for each such f:ylire .� elephone No . ..... date: Federal Use Only: Authonzed� .e. ..m ......... for Local Reproduction Standard Form LLL I.Rey r'-1r Page 39 of 54 N 00 N 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 a covered Federal action,or a material change to a previous filing,pursuant to title 31 U.S.C. section 1352.The filing of a form is required for each payment or agreement to make payment to any 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.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. 1. 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 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 1 st 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 organizational level below agency name,if known.For example,Department of Transportation,United States Coast Guard. 7. Enter the Federal program narne 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 identified 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 commitment 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 registrant under the Lobbying Disclosure Act of 1995 engaged by the reporting entity identified in item 4 to influence 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). 11.The certifying official shall sign and date the form,print his/her name,title,and telephone number. According to the Paperwork Reduction Act,as amended,no persons are required to respond to a collection of information unless it displays a valid OMB Control Number.The valid OMB control number for this information collection is OMB No.0348-0046 Public reporting burden for this collection of information is estimated to average 10 minutes per response,including time for reviewing instructions,searching existing data sources,gathering and maintaining the data needed,and completing and reviewing the collection of in Formation.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,DC 20503. Page 40 of 54 N 00 w INSURANCE REQUIREMENTS AND FORMS MONROE COUNTY, FLORIDA RISK MANAGEMENT POLICY AND PROCEDURES General Insurance Requirements For Other Contractors, Subcontractors and Professional Services As a pre-requisite of the work and services governed, or the goods supplied under this contract (including the pre-staging of personnel and material), the Contractor shall obtain, at his/her own expense, insurance as specified in any attached schedules, which are made part of this contract. The Contractor will ensure that the insurance obtained will extend protection to all Subcontractors engaged by the Contractor. Alternatively, the Contractor may require all Subcontractors to obtain insurance consistent with the attached schedules. The Contractor will not be permitted to commence work governed by this contract (including pre- staging of personnel and material) until satisfactory evidence of the required insurance has been furnished to the County as specified below. Delays in the commencement of work, resulting from the failure of the Contractor to provide satisfactory evidence of the required insurance, shall not extend deadlines specified in this contract and any penalties and failure to perform assessments shall be imposed as if the work commenced on the specified date and time, except for the Contractor's failure to provide satisfactory evidence. The Contractor shall maintain the required insurance throughout the entire term of this contract and any extensions specified in the attached schedules. Failure to comply with this provision may result in the immediate suspension of all work until the required insurance has been reinstated or replaced. Delays in the completion of work resulting from the failure of the Contractor to maintain the required insurance shall not extend deadlines specified in this contract and any penalties and failure to perform assessments shall be imposed as if the work had not been suspended,except for the Contractor's failure to maintain the required insurance. The Contractor will be held responsible for all deductibles and self-insured retentions that may be contained in the Contractor's Insurance policies. The Contractor shall provide, to the County, as satisfactory evidence of the required insurance, either: •Certificate of Insurance or •A Certified copy of the actual insurance policy. The County, at its sole option,has the right to request a certified copy of any or all insurance policies required by this contract. All insurance policies must specify that they are not subject to cancellation, non-renewal, material change, or reduction in coverage unless a minimum of thirty(30)days prior notification is given to the County by the insurer. The acceptance and/or approval of the Contractor's insurance shall not be construed as relieving the Contractor from any liability or obligation assumed under this contract or imposed by law. Page 41 of 54 N 00 p The Monroe County Board of County Commissioners, its employees and officials, at 1100 Simonton Street, Key West, Florida 33040, will be included as "Additional Insured" on all policies, except for Workers' Compensation. Any deviations from these General Insurance Requirements must be requested in writing on the County prepared form entitled"Request for Waiver of Insurance Requirements" and approved by Monroe County Risk Management Department. Page 42 of 54 N 00 v, PROPOSER'S INSURANCE AND INDEMNIFICATION STATEMENT INSURANCE REQUIREMENTS Workers Compensation Statutory Limits Employers Liability $100,000/$500,000/$100,000 Bodily Injury by Accident/Bodily Injury by Disease, policy limits/Bodily Injury by Disease each employee General Liability $200,000 per Person $300,000 per Occurrence $200,000 Property Damage or $300,000 Combined Single Limit Vehicle $200,000 per Person (Owned, non-owned, and hired vehicles) $300,000 per Occurrence $200,000 Property Damage or $300,000 Combined Single Limit Builders Risk Not Required Construction Bond Not Required The Monroe County Board of County Commissioners,its employees and officials, 1100 Simonton Street, Key West, Florida 33040, shall be named as Certificate Holder and Additional Insured on General Liability and Vehicle policies. INDEMNIFICATION,HOLD HARMLESS,AND DEFENSE.Notwithstanding any minimum insurance requirements prescribed elsewhere in this agreement,Contractor 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, (A) any activity of Contractor or any of its employees, agents, contractors or other invitees during the term of this Agreement, (B)the negligence or recklessness, intentional wrongful misconduct, errors or other wrongful act or omission of Contractor or any of its employees, agents, sub-contractors or other invitees, or (C) Contractor's default in respect of any of the obligations that it undertakes under the terms of this Agreement, except to the extent the claims, actions, causes of action, litigation, proceedings, costs or expenses arise from the intentional or sole negligent acts or omissions of the County or any of its employees, agents, contractors or invitees (other than Contractor). The monetary limitation of liability under this Page 43 of 54 N 00 rn contract 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 as set forth in the insurance requirements included in Paragraph 3.Q. herein. 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 Contractor's failure to purchase or maintain the required insurance, the Contractor 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 Contractor,the Contractor agrees and warrants that the Contractor 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. United States De artent of the Treasury Indemnification To the fullest extent permitted by law,the Contractor shall indemnify and hold harmless the United States Department of the Treasury and its officers and employees,from liabilities, damages, losses and costs, including, but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness or intentional wrongful misconduct of the Contractor and persons employed or utilized by the Contractor in the performance of this Contract. This indemnification shall survive the termination of this Contract. Nothing contained in this paragraph is intended to nor shall it constitute a waiver of the sovereign immunity of the United States or the County. The extent of liability is in no way limited to, reduced, or lessened by the insurance requirements contained elsewhere within this Agreement. PROPOSER'S STATEMENT I understand the insurance that will be mandatory if awarded the contract and will comply in full with all of the requirements herein. I fully accept the indemnification and hold harmless and duty to defend as set out in this proposal. a i w PROPOSER J �nature Page 44 of 54 N 00 4 Docusign Envelope ID:CCIDF5EO-OC97-46D8-BCE6-66D542FO641A INSURANCE AGENT'S STATEMENT I have reviewed the above requirements with the proposer named above. The following deductibles apply to the corresponding policy. POLICY DEDUCTIBLES General Liability # H0031 GL100230 $1,000 per claim Auto Liability # 03888147 $1,000 per claim Liability policies are X Occurrence Claims Made The Porter Allen Company Docu&gnedby: Insurance Agency tTdfibw 4Co. Page 45 of 54 N eo 00 MONROE COUNTY,FLORIDA REQUEST FOR WAIVER OF INSURANCE REQUIREMENTS It is requested that the insurance requirements, as specified in the County's Schedule of Insurance Requirements,be waived or modified on the following contract. ContractorNendor: Project or Service: ContractorNendor Address&Phone#: General Scope of Work: Reason for Waiver or Modification: Policies Waiver or Modification will apply to: Signature of ContractorNendor: Date: .......... µ Approved Not Approved mm Risk Management Signature: _ Date: County Administrator appeal: Approved: Not Approved: Date: Board of County Commissioners appeal: Approved: Not Approved: ...... Meeting Date: Page 46 of 54 N 00 to AC40 11/26/2024® CERTIFICATE OF LIABILITY INSURANCE DATE(MM/ Y) 024 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CT Luz Fuentes NAME: Porter-Allen Company PHONENo.Etl: (305)294-2542 a No: (305)296-7985 Ag.513 Southard Street IL luz@porterallencompany.com ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC# Key West FL 33040 INSURERA: Hadron Specialty Insurance Company INSURED INSURERS: Mike's Painting&Repair,Inc. INSURERC: 19 Beachwood Drive INSURERD: INSURER E: Key West FL 33040-6207 INSURER F: COVERAGES CERTIFICATE NUMBER: CL24102911061 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 CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE 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. 1 TR TYPE OF INSURANCE INSD POLICY NUMBER MMID MM/D LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE ©OCCUR PREMISES Ea occurrence $ 100,000 MED EXP(Any one person) $ 5,000 A Y N H0031GL100230 10/25/2024 10/25/2025 PERSONAL&ADV INJURY $ 1,000,000 GEN'LAGGREGATE LIMITAPPLIES PER: GENERAL AGGREGATE $ 2,000,000 X POLICY PRO 2,000,000 JECT LOC PRODUCTS $ OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ Ea accident ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY(Per accident) $ HIRED NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY Per accident P $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LU16 HCLAIMS-MADE AGGREGATE $ DIED I I RETENTION$ $ WORKERS COMPENSATION PER OTH- AND EMPLOYERS'LIABILITY STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE „ E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? Y/N :A7N/A(Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under ...� � DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 11.26 •24 ?k DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached it more space is required) PAINTING AND DECORATING CERTIFICATE HOLDER IS LISTED AS ADDITIONAL INSURED CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN Monroe County BOCC ACCORDANCE WITH THE POLICY PROVISIONS. 1100 Simonton Street AUTH PRESENTATIVE Key West FL 33040 ACORD CORPORATION. All rights reserved. ACORD 25(2016103) The ACORD name and logo are registered marks of ACORD 2190 0 [ DATE(MMIDDIYYYY) C "RL> CERTIFICATE OF LIABILITY INSURANCE 07/23/2024 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Automatic Data Processing Insurance Agency,Inc. 9 Agency, Fax Automatic Data Processing Insurance A enc ,Inc. PHONE a >s3) 1 B00 524 7024 t^!Fr ADDRESS: 1 Adp Boulevard - __ INSURER(s)AFFORDI NG NAIC>F Roseland NJ 07068 INSURER A: BusinessFirst Insurance Company 11697 - -------- ----._._ ......... INSURED Mike's Painting&Repair Inc INSURER B- INSURER C 19 Beachwood Dr INSURER,D INSURER E Key West FL 33040 INSURER F COVERAGES CERTIFICATE NUMBER: 3752682 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. N9R 609 P L F## "O"I YEF4Fw LTR TYPE OF INSURANCE IN WY POLICY NUMBER MMIDD/YYYY MMI00 YYYY LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ _ DAMAGE TO'RENT1ED -- CLAIMS-MADE OCCUR PREMISESSEa occurrence) $ MED EXP(Any one person) $ PERSONAL&ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ POLICY I, ��� 1.... ..P LOC I PRODUCTS...- ...COMP/OP AGG........... .......$$ 11 OTHER: AUT OMOBILE LIABILITY qr, $ 7 ANY AUTO ABODILY INJURY(Per person) $ OWNED .,.m... SCHEDULED ����,. U rac an ... ,... AUTOS ONLY AUTOS W i „ ODILY INJURY(Per accident) $ .......,... HIRED _,. ... NON-OWNED I 7 24.24 -, �R aoWdon'aaAr, d $ .., .......... ......... .. ... AUTOS ONLY AUTOS ONLY a'?or a<CNderrt) $ UMBRELLA LIAR OCCUR A t _X EACH OCCURRENCE $ EXCESS LIAR CLAIMS-MADE AGGREGATE $ DED RETENTION$ $ WORKERS COMPENSATION - YIN XISTATUTE ER ANY PROPRIYERS'LIABILITY 1,000,000 AND EMPLOYERS' A f FICERu ErEMSER EXCLUDE '�EOUCNVE N NIA N 0521-20417 02/O6/2024 02/06/2025 E.L.DISEE,L,EACH ASE $ I.y y E-EA EMPLOYEE $ 1,000,000 UIfder desailbe IP ONunOr OPERATIONS below E.L DISE ASE-POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached If more space is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Monroe County Board of'County Commissioners ACCORDANCE WITH THE POLICY PROVISIONS. 1100 Simonton Street AUTHORIZED REPRESENTATIVE Key West FL 33040 - ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD 2191 CERTIFICATE OF LIABILITY INSURANCE pA ...../202_. ......_......_........ TE(MM/DD/YYYY) 07/24/2024 THIS CERTIFICATE IS ISSUED AS A MATTER OF C RIGHT INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies)must have ADDITIONAL INSURED provisionsmmo ... rmmbe endorsed. . If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). PRODUCER CONTACT er an[1 A en Ssarwicans) _..._... The Porter Allen Company,Inc. PHONE � . �. FAX 513 SOUTHARD ST,KEY WEST,FL 330401 j Ei roe r � 44 141r dalt 'enlalti, rtz � 1 s u�t�ht'p1, .1.J-1 ADDRESS.& 9 „ram p gres�sive.com _ INSURER(S)AFFORDING COVERAGE NAIC# INSURER A: Pro - gressiye,ExprQss Insurance gompan 10193 INSURED INSURER B: MIKE'S PAINTING&REPAIR INC 19 BEECHWOOD DR INSURER C: KEY WEST,FL 33040-0000 INSURER D: INSURER E INSURER F: COVERAGES CERTIFICATE NUMBER: 3348519930083 _ _ THIS IS TO CERTIFY✓THAT THE POLICIES....O................................................................................................ 42506D072424T000615 REVISION NUMBER: F 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. .INS LTR TYPE OF INSURANCE (MMIDDIYYYY) (MM/DD/yyYY) MITS...,...-.. ... _INSD WVD �,,,L,,,,,,C POLICY NUMBER POLICY EFF POLICY EXP �........ R ,wm,�.6.�.....-.. ADDL SUB COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE CLAIMS MADE OCCUR .Pf?� hC rson �w.. PERSONAL&ADV INJURY $ ----... GaEN'L AGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE $ PRO- PRODUCTS-COMP/OP AGG POLICY JECT ❑LOC .$ ................OTHER: $ AUTOMOBILE LIABILITY LIMIT (F q idt na $300 000 . ANY AUTO ,�.COMBINED�SINGLE... . OWNEDSCHEDULED BODILY INJURY(Perperson) A mmmmm„AUTOS ONLY X'AUTOS Y N 03888147 12/16/2023 12/16/2024 BODILY INJURY JPer accident HIRED X NON-OWNED f�ROPI.RT"r q.YAtJIA t _....AUTOS ONLY AUTOS ONLY (.PPmr a¢d iirank .......... ......-.$.._-............................ ............. ,. .,. _ " UMBRELLA LIAB OCCUR EACH OCCURRENCE $ ��� EXCESS LIAB CLAIMS MADE AGGREGATE $ YIN d G .24�w $ DED RETENTION$ 4 AND EMPPLOCOMPENSATION ER �ABn.NwOITY 7 24 2„����..,.„�.�. � ...._. ...� �.z,�.�@� .. ANYPROPRIETOR/PARTNER/EXECUTIVE N �y E L..EACH ACCIDENT $ OF6WC;ERIME�MSFREXCLUCED? � Ktk "�, (Mandatory In NH) E L.DISEASE-EA EMPLOYE "yes describe under DE'St;R P3 fON_G7F OPI::RAI IONS below E.L.DISEASE-POLICY LIMIT $ coverage details o $ .. A See ACORD 101 for additional c Y N 03888147 12/16/2023 12/16/2024 DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES ACORD 101,Additional Remarks m............. ...-..-.- ----- — --. — mmm... .... ( Schedule,may be attached if more space is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN MONROE COUNTY BOCC ACCORDANCE WITH THE POLICY PROVISIONS. 1100 SIMONTON S KEY WEST,FL 33040-0000 m ... ......................---------. AUTHORIZED REPRESENTATIVE 1988-2015 CORD CORPORATION. All rights rese 2192 ACORD 25(2016/031 The ACORD name and loco are registered marks of ACORD AGENCYCUSTOMER ID: ....................................................................................................� ..... ��.................................. LOC#: A C`(OR"� ADDITIONAL REMARKS SCHEDULE Page 1 of 1 W ......_. _. .... -------_ ., m., ........ AGENCY NAMED INSURED The Porter Allen Company,Inc. MIKE'S PAINTING&REPAIR INC POLICYNUMBER ........................................................................................................................................................................ DR 03888147 KEY WEST,FL 33040-0000 CARRIER..........................- .......... .,,................................ ..,.,,,,,,,,,,...............NAI...................................' g p Insurance Company C CODE ��... .... _W...�,,.........__..W....�-_____ Progressive Express Insura p y 10193 EFFECTIVE DATE:12/16/2023 ADDITIONAL REMARKS .......... THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance ........ ... _................. Additional Coverages Insurance coverage's) Limits .............................................. ......... . .... . . ... . . ...... . ....,...... .. ..,... . .. ... Personal Injury Protection $10,000 w/$0 De -Named Insured Only Uninsured Motorist Nonstacked $300,000 Combined Single Limit Liability coverage may not apply to all scheduled vehicles. Additional Information Certificate holder is listed as an Additional Insured, -________- .................. �.�-.--ACORD 101 (2008I01) ©2008 ACORD CORPORATION. All rightshts re. The ACORD name and logo are registered marks o� 2193 of ATTACHMENT A CORONAVIRUS STATE AND LOCAL FISCAL RECOVERY FUNDS FINANCIAL ASSISTANCE AGREEMENT Page 48 of 54 N to p OMB Approved No. 1505-0271 Expiration Date: 11/30/2021 US DEPARTMENT OF THE TREASURY CORONAVIRUS STATE AND LOCAL FISCAL RECOVERY FUNDS Recipient name and address: DUNS Number:073876757 Monroe County Board of Commissioners Taxpayer Identification Number:596000749 1100 Simonton Street,Room 2-213 Assistance Listing Number and Title:21,027 key West,Florida 33040 Sections 602(b)and 603(b)of the Social Security Act(the Act)as added by section 9901 of the American Rescue Plan Act,Pub.L. No. 117-2(March 11,2021)authorizes the Department of the Treasury(Treasury)to make payments to certain recipients from the Coronavirus State Fiscal Recovery Fund and the Coronavirus Local Fiscal Recovery Fund. Recipients hereby agrees.as a condition to receiving such payment from Treasury,agrees to the terms attached hereto Recipient Digitally signed by Tina Boan Tina O a n Date:2022.08.02 09:11:02 -04'00' .a........._._ _____._ ..... .Authorized Representative Signature(above) Authorized Representative Name: Tina Boan Authorized Representative Title: Senior Director Budget&Finance Date Signed: US. Department of the Treasury: Authorized Representative Signature(above) Authorized Representative Name: Jacob Leibenlu t Authorized Representative Title: Chief Recovery Officer,Office of Recovery Programs IT Date Signed: May.1. ._..2021 ...........� PAPERWORK REDUC'ION ACT NOTICE The information collected vilI be used for the US Government to process requests for support The estimated burden associated with this collection of information is 15 minutes per response Comments concerning the accuracy of this burden estimate and suggestions for reducing this burden should be directed to the Office of Privacy,Transparency and Records.Department of the Treasury,1500 Pennsylvania Ave,N W,Washington,D.0 20220 DO NOT send the fomr to tins address An agency may not conduct or sponsor,and a person is not required to respond to,a collection of infomration unless it displays a valid control number assigned by ONIB. Page 49 of 54 N to v, U.S.DEPARTMENT OFT TREASURY CORONAVIRUS STATE FISCAL RECOVERY FUND AWARD TERMS AND CONDITIONS 1,Use of EmdL a. Recipient understands and agrees that the funds disbursed under this award may only be used in compliance with sections 602(c)and 603(c)of the Social Security Act(the Act)and Treasury's regulations implementing that section and guidance. b. Recipient will determine prior to engaging in any project using this assistance that it has the institutional,managerial,and financial capability to ensure proper planning,management,and completion of such project. 2.Period Performance.ce.The period of performance for this award begins on the date hereof and ends on December 31,2026 As Period QLP- _i set forth in Treasury's implementing regulations,Recipient may use award funds to cover eligible costs incurred during the period that begins on March 3,2021 and ends on December 31,2024. 3.ReDQ1J ins,Recipient agrees to comply with any reporting obligations established by Treasury,as it relates to this award. 4,Maiploamtof and Access IQ Records a. Recipient shall maintain records and financial documents sufficient to evidence compliance with sections 602(c)and 603(c),Treasury's regulations implementing those sections,and guidance regarding the eligible uses of funds. b. The Treasury Office of Inspector General and the Government Accountability Office,or their authorized representatives, shall have the right of-access to records(electronic and otherwise)of Recipient in order to conduct audits or other investigations. c Records shall be maintained by Recipient for a period of five(5)years after all funds have been expended or returned to Treasury,whichever is later. 5.Pre-award_Costs.Pre-award costs,as defined in C F R. §200.458,may not be paid with funding from this award 6.AdminisLrativp Costs.Recipient may use funds provided under this award to cover both direct and indirect costs 7.Cost Sharing.Cost sharing or in atching funds are not required to be provided by Recipient. S.C;Qi3flicL�of Tn great.Recipient understands and agrees it must maintain a conflict of interest policy consistent with 2 C.F.R. 200.318(c)and that such conflict of interest policy is applicable to each activity funded under this award Recipient and subrecipients must disclose in writing to Treasury or the pass-through entity,as appropriate,any potential conflict of interest affecting the awarded funds in accordance with 2 C F.R. §200 112- 2.Compliance with Applicable Regulations.-12�Iicable Law elati� a. Recipient agrees to comply with the requirements of sections 602 and 603 of the Act,regulations adopted by Treasury pursuant to sections 602(o and 603(f)of the Act,and guidance issued by Treasury regarding the foregoing.Recipient also agrees to comply with all other applicable federal statutes,regulations,and executive orders,and Recipient shall provide for such compliance by other parties in any agreements it enters into with other parties relating to this award. b Federal regulations applicable to this award include,without limitation,the following: i Uniform Administrative Requirements,Cost Principles,and Audit Requirements for Federal Awards,2 C.F.R.Part 200,other than such provisions as Treasury may determine are inapplicable to this Award and subject to such exceptions as may be otherwise provided by Treasury.Subpart F-Audit Requirements of the Uniform Guidance, implementing the Single Audit Act,shall apply to this award. ii Universal Identifier and System for Award Management(SAKI),2 C.F.R,Part 25,pursuant to which the award term set forth in Appendix A to 2 C.F.R,Part 25 is hereby incorporated by reference, iii, Reporting Subaward and Executive Compensation Information,2 C F.R.Part 170,pursuant to which the award term set forth in Appendix A to 2 CYR Part 170 is hereby incorporated by reference. iv, OMB Guidelines to Agencies on Govenu-nentwide Debarment and Suspension(Nonprocurement),2 C.F R_Part 180,including the requirement to include a term or condition in all lower tier covered transactions(contracts and subcontracts described in 2 C.F.R,Part 180,subpart B)that the award is subject to 2 C.F R_Part 180 and Treasury's implementing regulation at 31 C.F.R.Part 19. Page 50 of 54 to 0) v Recipient Integrity and Performance Matters,pursuant to which the award term set forth in 2 C.F.R.Part 200, Appendix XI1 to Part 200 is hereby incorporated by reference. vi. Governmentwide Requirements for Drug-Free Workplace,31 C.F.R.Part 20. vii New Restrictions on Lobbying,31 C.F.R.Part 21. viii. Uniform Relocation Assistance and Real Property Acquisitions Act of 1970(42 U.S.0 §§4601-4655)and implementing regulations. ix. Generally applicable federal environmental laws and regulations. c. Statutes and regulations prohibiting discrimination applicable to this award,include,without limitation,the following: i Title VI of the Civil Rights Act of 1964(42 U,&C, §§2000d et seq.)and Treasury's implementing regulations at 31 C.F.R.Part 22,which prohibit discrimination on the basis of race,color,or national origin under programs or activities receiving federal financial assistance-, ii, The Fair Housing Act,Title VIII of the Civil Rights Act of 1968(42 U.S.C.§§3601 et seq.),which prohibits discrimination in housing on the basis of race,color,religion,national origin,sex,familial status,or disability; iii. Section 504 of the Rehabilitation Act of 1973,as amended(29 U.S,C.§794),which prohibits discrimination on the basis of disability under any program or activity receiving federal financial assistance-, iv The Age Discrimination Act of 1975,as amended(42 U.S.C.§§6101 et seq),and Treasury's implementing regulations at 31 C.F.R.Part 23,which prohibit discrimination on the basis of age in programs or activities receiving federal financial assistance;and v Title 11 of the Americans with Disabilities Act of 1990,as amended(42 U S.C.§§ 12101 et seq),which prohibits discrimination on the basis of disability under programs,activities,and services provided or made available by state and local governments or instrumentalities or agencies thereto 10,RgMLdja1_Actions.In the event of Recipient's noncompliance with sections 602 and 603 of the Act,other applicable laws, Treasury's implementing regulations,guidance,or any reporting or other program requirements,Treasury may impose additional conditions on the receipt of a subsequent tranche of future award funds,if any,or take other available remedies as set forth in 2 C FR_§200.339,In the case of a violation of sections 602(c)or 603(c)of the Act regarding the use of funds,previous payments shall be subject to recoupment as provided in sections 602(e)and 603(e)of the Act. 11 lialch ALI Recipient agrees to comply,as applicable,with requirements of the Hatch Act(5 U.S C. §§1501-1508 and 7324-7328),which limit certain political activities of State or local government employees whose principal employment is in connection with an activity financed in whole or in part by this federal assistance 12,FaLW_3JakMg11ts,Recipient understands that making false statements or claims in connection with this award is a violation of federal law and may result in criminal,civil,or administrative sanctions,including fines,imprisonment,civil damages and penalties,debarment from participating in federal awards or contracts,and/or any other remedy available by law. 13,PiiblicatimL Any publications produced with funds from this award must display the following language:"This project[is being][was]supported,in whole or in part,by federal award number[enter project FAIN]awarded to Monroe County Board of Commissioners by the U.S.Department of the Treasury 14,Debts Q a. Any funds paid to Recipient(1)in excess of the amount to which Recipient is finally determined to be authorized to retain under the terms of this award;(2)that are determined by the Treasury Office of Inspector General to have been misused;or (3)that are determined by Treasury to be subject to a repayment obligation pursuant to sections 602(e)and 603(e)of the Act and have not been repaid by Recipient shall constitute a debt to the federal government. b. Any debts determined to be owed the federal government must be paid promptly by Recipient A debt is delinquent if it has not been paid by the date specified in Treasury's initial written demand for payment,unless other satisfactory arrangements have been made or if the Recipient knowingly or improperly retains funds that are a debt as defined in paragraph 14(a). Treasury will take any actions available to it to collect such a debt Page 51 of 54 to 4 15,niadai=L a. The United States expressly disclaims any and all responsibility or liability to Recipient or third persons for the actions of Recipient or third persons resulting in death,bodily injury,property damages,or any other losses resulting in any way from the performance of this award or any other losses resulting in any way from the performance of this award or any contract, or subcontract under this award. b. The acceptance of this award by Recipient does not in any way establish an agency relationship between the United States and Recipient 16.Protections for Whistleblowers. a In accordance with 41 U.S.C. §4712,Recipient may not discharge,demote,or otherwise discriminate against an employee in reprisal for disclosing to any of the list of persons or entities provided below,information that the employee reasonably believes is evidence of gross mismanagement of a federal contract or grant,a gross waste of federal funds,an abuse of authority relating to a federal contract or grant,a substantial and specific danger to public health or safety,or a violation of law,rule,or regulation related to a federal contract(including the competition for or negotiation of a contract)or grant. b. The list of person-,and entities referenced in the paragraph above includes the following: i A member of Congress or a representative of a committee of Congress; ii. An Inspector General; iii. The Governm ent Accountability Office; iv. A Treasury employee responsible for contract or grant oversight or management; v An authorized official of the Department of Justice or other law enforcement agency; vi. A court or grand jury;or vii A management official or other employee of Recipient,contractor,or subcontractor who has the responsibility to investigate,discover,or address misconduct. c, Recipient shall inform its employees in writing of the rights and remedies provided under this section,in the predominant native language of the workforce. 17.Increasing Seat Belt Use in the United 5- Statu.Pursuant to Executive Order 13043,62 FR 19217(Apr. 18,1997),Recipient should encourage its contractors to adopt and enforce on-the-job seat belt policies and programs for their employees when operating company-owned,rented or personally owned vehicles. 18 Hadmip Text nA esam.na Whilt-.nrivinp Pursuant to Executive Order 13513,74 FR 51225(Oct,6,2009),Recipient should encourage its employees,subrecipients,and contractors to adopt and enforce policies that ban text messaging while driving,and Recipient should establish workplace safety policies to decrease accidents caused by distracted drivers. Page 52 of 54 to 00 OIVIB Approved No. 1505-0271 Expiration Date:11/30/2021 ASSURANCE OF COMPLIANCE WITH CIVIL RIGHTS REQUIREMENTS ASSURANCE OF COMPLIANCE WITH TITLE VI OF THE CIVIL RIGHTS ACT OF 1964 As a condition of receipt of federal financial assistance from the Department of the Treasury,the Monroe County Board of Commissioners(hereinafter referred to as"the Recipient")provides the assurances stated herein,The federal financial assistance may include federal grants,loans and contracts to provide assistance to the recipient's beneficiaries,the use or rent of Federal land or property at below market value,Federal training,a loan of Federal personnel,subsidies,and other arrangements with the intention of providing assistance.Federal financial assistance does not encompass contracts of guarantee or insurance,regulated programs,licenses,procurement contracts by the Federal government at market value,or programs that provide direct benefits. This assurance applies to all federal financial assistance from or funds made available through the Department of the Treasury, including any assistance that the Recipient may request in the future. The Civil Rights Restoration Act of 1987 provides that the provisions of this assurance apply to all of the recipient's programs, services and activities,so long as any portion of the recipient's program(s)is federally assisted in the manner proscribed above. 1. Recipient ensures its current and future compliance with Title VI of the Civil Rights Act of 1964,as amended,which prohibits exclusion from participation,denial of the benefits of,or subjection to discrimination under programs and activities receiving federal funds,of any person in the United States on the ground of race,color,or national origin(42 U.S.C.§2000d et seq,),as implemented by the Department of the Treasury-Title VI regulations at 31 CFR Part 22 and other pertinent executive orders such as Executive Order 13166;directives;circulars;policies;memoranda and/or guidance docum ents. 2, Recipient acknowledges that Executive Order 13166,"Improving Access to Services for Persons with Limited English Proficiency,"seeks to improve access to federally assisted programs and activities for individuals who,because of national origin,have Limited English proficiency(LEP),Recipient understands that denying a person access to its programs, services,and activities because of LEP is a form of national origin discrimination prohibited under Title VI of the Civil Rights Act of 1964 and the Department of the Treasury's implementing regulations.Accordingly,Recipient shall initiate reasonable steps,or comply with the Department of the Treasury's directives,to ensure that LEP persons have meaningful access to its programs,services,and activities.Recipient understands and agrees that meaningful access may entail providing language assistance services,including oral interpretation and written translation where necessary,to ensure effective communication in the Recipient's programs,services,and activities, 3. Recipient agrees to consider the need for language services for LEP persons during development of applicable budgets and when conducting programs,services and activities.As a resource,the Department of the Treasury has published its LEP guidance at 70 FR 6067 For more information on LEP,please visit http:/(www.lep.goov 4, Recipient acknowledges and agrees that compliance with this assurance constitutes a condition of continued receipt of federal financial assistance and is binding upon Recipient and Recipient's successors,transferees and assignees for the period in which such assistance is provided. 5. Recipient acknowledges and agrees that it must require any sub-grantees,contractors,subcontractors,successors, transferees,and assignees to comply with assurances 1-4 above,and agrees to incorporate the following language in every contract or agreement subject to Title VI and its regulations between the Recipient and the Recipient's sub-grantees, contractors,subcontractors,successors,transferees,and assignees: The sub-grantee, contractor,subcontractor,successor,transferee,and assignee shall comply with Title H of the Civil Rights Act of 1964, which prohibits recipients offederal financial assistance from excluding from a program or activity,denying benefits of,or otherwise discriminating against a person on the basis of race, color,or national origin(42 U.S.C.§2000d et seq), as implemented by the Department of the Treasury's Title W regulations,31 CFR Part 22,which are herein incorporated by reference and made a part of this contract(or agreement). Title V7 also includes protection to persons with "Limited English Proficiency"in any program or activity receiving federal financial assistance, 42 U.S.C.§2000d et seq.,as implemented by the Department of the Treasury's Title V7 regulations 31 CFR Part 22, and herein incorporated by reference and made a part of this contract or agreement. 6, Recipient understands and agrees that if any real property or structure is provided or improved with the aid of federal financial assistance by the Department of the Treasury,this assurance obligates the Recipient,or in the case of a subsequent transfer,the transferee,for the period during which the real property or structure is used for a purpose for which the federal financial assistance is extended or for another purpose involving the provision of similar services or benefits.If any Page 53 of 54 N to to personal property is provided,this assurance obligates the Recipient for the period during which it retains ownership or possession of the property; 7 Recipient shall cooperate in any enforcement or compliance review activities by the Department of the Treasury of the aforementioned obligations.Enforcement may include investigation,arbitration,mediation,litigation,and monitoring of any settlement agreements that may result from these actions.That is,the Recipient shall comply with information requests, on-site compliance reviews,and reporting requirements. 8 Recipient shall maintain a complaint log and inform the Department of the Treasury of any complaints of discrimination on the grounds of race,color,or national origin,and limited English proficiency covered by Title VI of the Civil Rights Act of 1964 and implementing regulations and provide,upon request,a list of all such reviews or proceedings based on the complaint,pending or completed,including outcome.Recipient also must inform the Department of the Treasury if Recipient has received no complaints under Title VI.. 9 Recipient must provide documentation of an administrative agency's or court's findings of non-compliance of Title VI and efforts to address the non-compliance,including any voluntary compliance or other agreements between the Recipient and the adm inistrative agency that made the finding.If the Recipient settles a case or matter alleging such discrimination,the Recipient must provide documentation of the settlement.If Recipient has not been the subject of any court or administrative agency finding of discrimination,please so state. 10. If the Recipient makes sub-awards to other agencies or other entities,the Recipient is responsible for ensuring that sub-recipients also comply with Title VI and other applicable authorities covered in this document State agencies that make sub-awards must have in place standard grant assurances and review procedures to demonstrate that that they are effectively monitoring the civil rights compliance of sub-recipients, The United States of America has the right to seek judicial enforcement of the terms of this assurances document and nothing in this document alters or limits the federal enforcement measures that the United States may take in order to address violations of this document or applicable federal law. Under penalty of perjury,the undersigned official(s)certifies that he/she has read and understood its obligations as herein described,that any information submitted in conjunction with this assurance document is accurate and complete,and 1s m�c�'�trtee with the aforementioned nondiscrimination��n�i�nrequirements, that t 1 cq g j w s lue.iltcnt Date /T na B"a b tsii Tine Boen V t9 Yih.��a �i+d(y.� Signature of Authorized Official: PAPERWORK REDUCTION ACT NOTICE The information collected will be used for the U.S.Government to process requests for support.The estimated burden associated with this collection of information is 15 minutes per response,Comments concerning the accuracy of this burden estimate and suggestions for reducing this burden should be directed to the Office of Privacy,Transparency and Records,Department of the Treasury,1500 Pennsylvania Ave.,N.W.,Washington,D.C.20220.DO NOT send the form to this address.An agency may not conduct or sponsor,and a person is not required to respond to,a collection of information unless it displays a valid control number assigned by OMB. Page 54 of 54 N N 0 0 ATTACHMENT B PROPOSAL: MIKE' S PAINTING & REPAIR, INC. FOR EXTERIOR PAINTING - MARATHON JAIL 2201 MIKE ' S G $ 19 Beechwood Drive 305-745-4513 Key West, FL 33040 Licenses: City 3426 County SP 3929 PROPOSAL November 21 , 2024 William Desantis Director of Facilities Maintenance Desantis-william@monroecounty-fl.gov RE: Monroe County Detention Center 3981 Ocean Terrace, Marathon, FL Work Proposed: Complete exterior of building will be power washed and concrete patched as needed. Trim will be sanded and primed as needed and concrete siding will be treated where rust has stained concrete with oil base primer. Building will be caulked as needed. Trim, doors and windows will be sanded and painted, color to be matched to existing. Concrete portion of building will be painted with Sherwin Williams Latitude Latex, color White. Parking lot will be cleaned and re-striped, including handicap spots. All yellow curbs will be re-painted. Labor & Material $39,500.00 2202 ATTACHMENT C PROPOSAL: ALVIN AND THE PAINTERS FOR EXTERIOR PAINTING - MARATHON JAIL 2203 i ESTIMATE VQunF)i'T.Vil;!PRb Cmrl'oriii'o(,coiiirnL N..droa°v Director of Facilities Maintenance Monroe County Detention Center- Marathon Outside of building will be prepped and power washed as needed.Same will be painted with Sherwin Williams Super Spec Satin Latex Paint. Parking lot stripes will be re-painted as is including curbs. Labor & Materials $42,500.00 2204 ATTACHMENT D 2024 / 2025 MONROE COUNTY BUSINESS TAX RECEIPT MIKE' S PAINTING AND REPAIR, INC. 2205 2024 / 2025 MONROE COUNTY BUSINESS TAX RECEIPT EXPIRES SEPTEMBER 30, 2025 RECEIPT# 30140-101202 Business Name: MIKE'S PAINTING &REPAIR INC MICHAEL MONSALVATGE MO CTY Owner Name: Business Location: KEY WEST, FL 33040 Mailing Address: 19 BEECHWOOD DR Business Phone: 305-745-4513 KEY WEST, FL 33040 Business Type: CONTRACTOR (PAINTING AND REPAIRS) Employees 1 COMP CARD: SP 3929 Tax Amount Transfer Fee Sub-Total Penalty Prior Years Collection Cost Total Paid 20.00 0.00 20.00 0.00 0.00 0.00 20.00 Paid WRB-23-00074724 07/06/2024 20. 00 THIS BECOMES A TAX RECEIPT Sam C. Steele, CFC,Tax Collector THIS IS ONLY A TAX. WHEN VALIDATED PO Box 1129, Key West, FL 33041 YOU MUST MEET ALL COUNTY AND/OR MUNICIPALITY PLANNING, ZONING AND LICENSING REQUIREMENTS. MONROE COUNTY BUSINESS TAX RECEIPT P.O. Box 1129, Key West, FL 33041-1129 EXPIRES SEPTEMBER 30, 2025 Business Name: MIKE'S PAINTING &REPAIR INC RECEIPT# 30140-101202 MO CTY Business Location: KEY WEST, FL 33040 Owner Name: MICHAEL MONSALVATGE Mailing Address: Business Phone: 305-745-4513 19 BEECHWOOD DR Business Type: CONTRACTOR (PAINTING AND REPAIRS) KEY WEST, FL 33040 Employees 1 COMP CARD: SP 3929 Tax Amount Transfer Fee Sub-Total Penalty Prior Years Collection Cost Total Paid 20.00 0.00 20.00 0.00 0.00 0.00 20.00 Paid WRB-23-00074724 07/06/2024 20. 00 2206 ATTACHMENT E 2024 FLORIDA PROFIT CORPORATION ANNUAL REPORT MIKE' S PAINTING AND REPAIR, INC. 2207 2024 FLORIDA PROFIT CORPORATION ANNUAL REPORT FILED DOCUMENT#P08000104798 Feb 25, 2024 Entity Name: MIKES PAINTING & REPAIR, INC. Secretary of State 8703299761 CC Current Principal Place of Business: 19 BEECHWOOD DRIVE KEY WEST, FL 33040 Current Mailing Address: 19 BEECHWOOD DRIVE KEY WEST, FL 33040 US FEI Number: 26-3785738 Certificate of Status Desired: No Name and Address of Current Registered Agent: MONSALVATGE, MICHAEL O 19 BEECHWOOD DRIVE KEY WEST, FL 33040 US The above named entity submits this statement for the purpose of changing its registered office or registered agent,or both,in the State of Florida. SIGNATURE: Electronic Signature of Registered Agent Date Officer/Director Detail : Title P Title VPD Name MONSALVATGE, MICHAEL O Name MONSALVATGE, NICHOLAS PAUL Address 19 BEECHWOOD DRIVE Address 1205 17TH STREET City-State-Zip: KEY WEST FL 33040 City-State-Zip: KEY WEST FL 33040 1 hereby certify that the information indicated on this report or supplemental report is true and accurate and that my electronic signature shall have the same legal effect as if made under oath;that I am an officer or director of the corporation or the receiver or trustee empowered to execute this report as required by Chapter 607,Florida Statutes;and that my name appears above,or on an attachment with all other like empowered. SIGNATURE:MICHAEL O MONSALVATGE P 02/25/2024 Electronic Signature of Signing Officer/Director Detail Date 2208 Monroe County Purchasing Policy and Procedures ATTACHMENT WS COUNTY ADMINISTRATOR CONTRACT,SUMMARY FORM FOR CONTRACTS $100,000.00 and Under Katherine Stein Contract g N/A Effective Date: November 20, 2024 Expiration Date: beeember 19, 2024' Contract Purpose/Description: Speaker for climate Summit-Finance Panel,Lump Sum fee to cover travel expenses Contract is Original Agreement Contract Amendment/Extension Renewal Contract Manager: Rhonda Haag 453-8774 26 CONTRACT COSTS Total Dollar Value of Contract: $ 1 5Il,0 {)0 Current Year Portion: $ 1500.00 (must be$100,000.00 or less) (If multiyear agreement then requires BOCC approval,unless the gos�fl cuwuk e�m,auw c E'd00,000 00 or Budgeted? Yes❑■ No ❑ Grant: $ County Match: $ Fund/Cost Center/Spend Cate o : 001-050,51 ADDITIONAL COSTS Estimated Ongoing Costs: $ /yr For: N/A (Not included in dollar value above) (e.g. maintenance,utilities,janitorial,salaries,etc.) Insurance Required: YES ❑NO 0 CONTRACT REVIEW Reviewer Date In Rhonda Haag Diglta l ly sl9ned by Rh°ndaHaag Department Head Signature: Data:2024.12.0509:5b'.07-05.99• County Attorney Signature: Joseph X. DiNovo Digitally by J°se Ph X05'00' ° Dace:zoza izoe io szsa-os oo Risk Management Signature: br- Purchasing Signature: Lisa Abreu Digitally by t61 A0-0 Dace:zoza izoe is ioso-osoo John Quinn Digitally signed by J°hn oulnn OMB 1T/gyp) Signature: Date:2024.1 2 09 09 35 49-os•oo• Comments: Revised BOCC 4/19/2023 Page 84 of 105 2209 ON AGREEMENT BETWEEN MONROE COUNTY BOARD OF COUNTY COMMISSIONERS AND KATHERINE STEIN SPEAKTO CLIMATE LEADERSHIP SUMMIT This Agreement is made and entered into this 25`h day of November, 2024, between MONROE COUNTY,FLORIDA("COUNTY"),a political subdivision oft e State of Florida,whose address is 1100 i oton Street, Key West, Florida 330, and Katherine Stein ("SPEAKER") whose address is 6226 N. Highlands Avenue, Madison, Wisconsin, 53705. WHEREAS, the COUNTY desires to have SPEAKER present at the 16th Annual Regional Climate leadership Summit, hereinafter referred to as the "Summit", in Key West on December 16-18; and it serves a public purpose for the COUNTY to host the Summit, as a partner of the Four County Compact "Compact", to protect public infrastructure, property, water resources, natural areas and nativespecies,and basic quality of life;and WHEREAS,the SPEAKER has agreed to present at the Summit. NOW THEREFORE, IN CONSIDERATION of the mutual promises and covenants contained herein, it is agreed as follows: r .The Agreement consists of this document, and its exhibits only. 2. . SPEAKER agrees to speak at the Summit, as requested by the COUNTY.The speaker shall provide participate by speaking in a panel on Finance options. . r A . The COUNTY shall pay the SPEAKER the lump sum of One Thousand Five Hundred Dollprsi$1,5001 after the event. There shall be no additional expenses for travel, lodging, per diem or any other expenses, as they are included in the stated total compensation. Payment to the SPEAKER shall be made by COUNTY after the Summit. SPEAKER shall submit to COUNTY the invoice attached to this CONTRACT as Exhibit"A'.No payment shall be made if the speaker does not speak or if the event is cancelled due to unforeseen conditions. Invoices will be paid in accordance with the Florida Local Government Prompt Payment Act, (Section 21 .70 et. seq., Florida Statutes). SPEAKER shall submit invoices to the County with supporting documentation that is acceptable to the Office of Monroe County Clerk and Comptroller (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. .. 2210 '; AINIENAISCE UE HELUM. SPEAKER shall maintain all books,records,and documents directly pertinent to performance under this Agreement in accordance with generally �j accepted accounting principles consistently applied.Records shall be retained for a period of seven j (7)years from the termination of this agreement or in accordance with the State of Florida retention schedules (https://dos.f.gov/library-archives/records-management/general- records-schedules/), whichever is greater. Each party to this Agreement or its authorized representatives shall have reasonable and timely access to such records of each other party to this Agreement for public Grecords purposes during the term of the Agreement and for the applicable retention period following the termination of this Agreement. 5. ILEMD.EAGILLEDILINI.This Agreement sal I commence on November 2 ,2024,and end December 1 ,2024. ® HQLR HARMLESS AND . SPEAKER covenants and agrees to indemnify and hold harmless COUNTY and the COLrNTY'S elected and appointed officers an employees from any and all claims for bodily injury (including death), personal injury, and property damage (including property owned by Monroe County) and any other losses, damages, and expenses (including a o ey's fees) which arise out o , in connection with, or by reason of services provided by SPEAKER occasioned by the negligence, errors, or other wrongful acts of omission of SPEAKER, its employees, or agents. . At all times and for all purposes under this agreement SPEAKER is an independent contractor and not an employee of the Board of County Commissioners of Monroe County ( CC). No statement contained in this agreement shall be Tconstrued so as to find SPEAKER or any of his employees, subcontractors, servants, or agents to e employees of the BOCC. S. S / C SPEAKER shall not assign or subcontract its obligations under this agreement to others,except in writing and with the prior written approval of the BOCC and SPEAKER, which approval shall be subject to such conditions and provisions as the BOCC may deem necessary. This paragraphs all be incorporated by reference into any assignment orsucotract 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 e deemed to impose any additional obligation upon the BOCC. 9. DISCL=HE ANIIC C T , __.fi_. SPEAKER represents that it, its directors, principles 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 y this contract, as provided in Section 112.311, et. seq., Florida Statutes. Upon execution of this contract, and thereafter as changes may require,the SPEAKER shall notify the COUNTY of any financial interest it may have in any and all programs in Monroe County which the SPEAKER sponsors, endorses, recommends, supervises, or requires for counseling,assistance,evaluation,or treatment. This provision shall apply whether or not such program is required by statute, as a condition of probation,or is provided on a voluntary basis. ........ a ge 2 2211 Jr,j at I, ? S. S EA E warrants th he has notemployed, retained or otherwise had act on his behalf any former County officer or employee in violation of Section 2-149, Monroe County Code of Ordinances or any County officer or employee in violation of Section 2-150, Monroe j` County Code of Ordinances. For breach or violation of this provision the County may, in its % discretion,terminate this contract without liability and may also, in its discretion,deduct from the contract 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 pursuant to Subsection 2-152( ), Monroe County Code of Ordinances. 1. NO_ _ . . SPEAKER shall not pledge the CY'S credit or make it a guarantor of payment or surety for any contract,debt, obligation,judgment, lien,or any form of indebtedness. SPEAKER further warrants and represents that it has no obligation or indebtedness that would impair its ability to fulfill the terms of this contract. The COUNTY or SPEAKER may to late this Agreement without cause with seven (7)days' notice tote other party. If SPEAKER terminates prior to the Summit, e agrees to forfeit any and all compensation. 1 . NJ& AN12 fffE- This Agreement shall be governed by and construed in accordance with the laws of the State of Florida; the COUNTY and SPEAKER agree that venue will lie in the appropriate court or before the appropriate administrative body in Monroe County,Florida. 14. 11HILILMANDLIBIBILDILIM.All oft e 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, . S S. SPEAKER agrees to execute such documents as the COUNTY may reasonably require, including a Public Entity Crime Statement, an Ethics Statement, and a rug- Free Workplace Statement. 16. hLQ-ELH&QN,&L_LJADJLM. No covenant or agreement contained herein shalt 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 oft is Agreement. 7. _ J _ J_. A .This Agreement may be executed in any number of counterparts, each of which shall be regarded as an original, all of which taken together shall constitute one and the same instrument and COUNTY and SPEAKER hereto may execute this Agreement by signing any such counterpart. ... Page 2212 18, AUJHQHJJJ.Eacharty represents and warrants to the other that the execution,delivery G l and performance of this Agreement have been duly authorized by all necessary County and �' corporate action,as required by law. Each party agrees that it has had ample opportunity to submit �% this Contract to legal counsel of its choice and enters into this agreement freely, voluntarily and i with advice of counsel. 19. LEGAL Q 1C ATMN5 AND J,EJEQl,5Lffl1.LJ=. This Agreement is not intended to relieve, nor shall it be construed as relieving, any participating entity from any obligation or responsibility imposed upon the entity by law except tot e extent of actual and timely performance thereof by any participating entity, in whichcase the performance may be offered in satisfaction oft e obligation or responsibility. 20. TI Titi IFS, This Agreement is not intended to authorize, nor shall it be construed as authorizing,the delegation of the constitutional or statutory duties oft e COUNTY,except tot e extent permitted by the Florida constitution,state statute,and case law. 1. The parties 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. The parties 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 VII of the Civil Rights Act of 196 ( 1 -352), which prohibit discrimination in employment on the basis of race, color, religion, sex, and national origin; 2) Title IX of the Education Amendment of 1972, as amended (20 USC §§ 1681-1683, and 1685- 1686), which prohibits discrimination on the basis of sex; 3) Section 504 of the Rehabilitation Act of 1973, as amended (20 USC § 794), which prohibits discrimination on the basis of disability-, ) The Age Discrimination Act of 1975, as amended (42 USC §§6101-6107),which prohibits discrimination on the basis of age; 5) The Drug Abuse Office and Treatment Act of 192 ( L 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 91-66), as amended, relating to nondiscrimination on the basis of alcohol abuse or alcoholism; 7)The Public Health service Act of 1912, §§ 523 and 527 ( 2 USC §§ 690 -3 and 20ee-3), as amended, relating to confidentiality of alcohol and drug abuse patent records;8)Title Vill of the Civil Rights Act of 168( 2 USC §§3601 et seq.),as amended,relating to nondiscrimination in the sale,rental or financing of housing;9)The Americans with Disabilities Act of 199 ( 2 USC §§ 12101 Note), as may be amended from time to time, relating to nondiscrimination in employment on the basis of disability; 0) Monroe County Code Chapter 14, Article 11, which prohibits discrimination o 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 tot e parties to, or the subject matter of, this Agreement. Page 2213 e �® t �V IN WITNESS WHEREOF COUNTY and SPEAKER hereto have executed this Agreement on the day and date first written above. BOARD OF COUNTY f (SEAL) COMMISSIONERS Attest: KEVIN MADOK,CLERK OF 1 }_I�Ft(�E CON-byiF ,FL I�3A �nris ine Christine Hurley `, Date:2024.12.09 Deputy Clerk ........ _.. ......... ... y: ......H.u.r-eZ 12:41:41-05'00' County Advnir stiratir.)r Date: ______w______.,.__ ate: MONROE COUNTY ArrORNEV'S OFFICE APPROVED AS TO FORM TMGV OOlJN*rfA MEY DATE: _1.I-2l1-2024 Witnesses for SPEAKER; KATHERINE STEIN JP By _ ��.:. Signature of person authorized to Signature legally bind INDIVIDUAL Date: 6 „„a Date:_ I e S .... i I 2214 i r Exhibit"A" LUUMU December 1 ,202 To: haag-rhonda@monroecounty-fl.gov From: [Catherine Stein whose address is 6226 N. Highlands Avenue, Madison, Wisconsin 53705 Due: $1,500 Please pay the sum of$1,500 for work related to my participation as a speaker at the 16th Annual Regional Climate Leadership Summit held December 16®I ,2024. There shall be no additional charges for travel, lodging,per them or any other expenses,as they are included in the stated total compensation. 1 certify that I have provided the services due under this Contract, which include presenting at the Summit, " Page 6 2215 i� �f Exhibit" " LOBBYING AND CONFLICT SWORN STATEMENT UNDER ORDINANCE NO.010-1990 MONROE COUNTY,FLORIDA ETHICS CLAUSE " Katherine Stein " "...warrants that her"it has not employed,retained or otherwise had act on histher behalf any former County off icer oremployee in violation of Section 2 of Ordinance No, 0 10-1990 or any County officer or employee in violation of Section 3 of Ordinance No. 010-190. 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 oremployee." (Signature) Date: , ON M uw �)R - , Subscribed and sworn to(or affirmed)before me, by means of Ephysical presence or 0 online notarization,on u;� "�L e ,......... -( ate) „.m by 1 �p''fr�i: t��i „gym it . .ry, � .,� � �.,,,.,..„,a..(na e of affiant). eShe is personally known to me or has produced��M t I.. L, "' " -—(type,(type of identification) as identification. k' "OTAR Yif 1J 1 If ' EpCHIN r jU RT 20 QffCFU NF N r r NV My Commisso i Expires: -......... EC3V9�U Page 7 Pt1TRf �N �` f k of London, England r?il y commission expires w4h life 2216 Ifi, i I ty r u r v. I � I r- 2217 Monroe County Purchasing Policy and Procedures ATTACHMENT D.5 COUNTY ADMINISTRATOR CONTRACT.SUMMARY FORM FOR CONTRACTS $100,000.00 and Under DrumsofP61ynesia, Effective Date: Expiration Date: Contract Purpose/Description: Contract is Original Agreement Contract Amendment/Extension Renewal Contract Manager: 2 CONTRACT COSTS Total Dollar Value of Contract: $ Current Year Portion: $ (must be$100,000.00 or less) (If multiyear agreement then requires BOCC approval,unless the wwI C11111111t16vc uInloi PMf IS WO llr loss}. Budgeted? Yes■❑ No ❑ Grant: $ County Match: $ Fund/Cost Center/Spend Category: 158-06047 ADDITIONAL COSTS Estimated Ongoing Costs: $ /yr For: (Not included in dollar value above) (e.g.maintenance,utilities,janitorial,salaries,etc.) Insurance Required: YES ❑NO ❑ CONTRACT REVIEW Reviewer Date In Department Head Signature: Joseph X. DiNovo Digitally signed by Joseph X.Di"ovo County Attorney Signature: Date:2024.12.001338:46-05'00' at Risk Management Signature: Jacl n Flatt Digitally 202i.12.09gned 521 -05 Y Date:2024.12.09 15:21:02-05'00' Purchasing Signature: Lisa Abreu Date Digitally 202i.1edby Lisa Abr-0:20242.10 12:33:13-05'00' John Quinn Digitally signed by John Quinn OMB Signature: Date:2024.1 2.,0,2:48:40-05'00' Comments: Revised BOCC 4/19/2023 Page 84 of 105 2218 AGREEMENT FOR ENTERTAINMENT SERVICES BETWEEN MONROE COUNTY AND DRUMS OF POLYNESIA PRODUCTIONS FOR THE 161h ANNUAL SOUTHEAST FLORIDA REGIONAL CLIMATE CHANGE LEADERSHIP SUMMIT This Agreement is made and entered into this day of , 2024, Between MONROE COUNTY, FLORIDA ("COUNTY"), a political subdivision of the State of Florida,whose address is 1100 Simonton Street,Key West,Florida 33040,and Drums of Polynesia Productions ("CONTRACTOR")whose address is 1622 SW 71h Ave.,Pompano Beach,FL 33060. WITNESSETH: WHEREAS the COUNTY desires to employ the professional services of the CONTRACTOR for entertainment services for the 161h Annual Southeast Florida Regional Climate Change Leadership Summit, hereinafter referred to as the "Summit", in Key West on December 16-18, 2024; and WHEREAS it serves a public purpose for the COUNTY to host the Summit, as a partner of the Four County Southeast Florida Regional Climate Change Compact, hereinafter referred to as the "Compact", to protect public infrastructure, property, water resources, natural areas and native species, and basic quality of life; and WHEREAS, in order to host the Summit, as currently envisioned, it is desired to enlist the assistance of Polynesian dancers to provide entertainment to the registrants and participants of the Summit during the outdoor event the evening of December 17; and WHEREAS funds for these services will be provided only through paid donations for the event, already received by the COUNTY; and WHEREAS, the CONTRACTOR has agreed to provide the entertainment services and has the required licenses and insurance to perform the services. NOW THEREFORE, IN CONSIDERATION of the mutual promises and covenants contained herein, it is agreed as follows: 1. THE AGREEMENT. The Agreement consists of this document and its exhibit(s) only. 2. SCOPE OF WORK. The CONTRACTOR agrees to provide 3 female dancers, 2 male dancers in authentic costumes and a master of ceremony providing music and drum dances of Tahiti, hula dances of Hawaii, interactive audience participation and the fire dancers of Page 1 of 11 2219 Samoa on the evening of December 17th°2024. The CONTRACTOR will perform one set between 7:00 PM and 9:30 PM, at the direction of the COUNTY. CONTRACTOR agrees to coordinate its performance with any other entertainment the COUNTY obtains for the evening of December 17th. CONTRACTOR agrees it will not perform during the period of time any other entertainment is performing,unless requested by the COUNTY'S project manager at the time. The CONTRACTOR shall provide the sound equipment and drums. CONTRACTOR shall be responsible for coordinating with the musical band the COUNTY has also hired and with the hotel for set up. 3. COMPENSATION AND PAYMENTS TO CONTRACTOR. A. The COUNTY shall pay the CONTRACTOR from funds donated to the COUNTY for the purpose of hosting the Summit. The CONTRACT amount shall be a lump sum of Six Thousand, Eight Hundred Dollars ($6,800) including all set up. There shall not be any additional expenses for travel,lodging,per diem or any other expenses,as they are included in the stated total compensation. B. Payment to the CONTRACTOR shall be made by the COUNTY when the CONTRACT has been fully performed by the CONTRACTOR. In the case of inclement weather conditions, the CONTRACTOR will not receive payment unless the CONTRACTOR performs at an alternate indoor location designated by the COUNTY. C. The CONTRACTOR shall submit to the COUNTY a final invoice, Exhibit "A", with supporting documentation acceptable to the Monroe County Office of Clerk and Comptroller ("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. 4. TERM OF AGREEMENT. This Agreement shall commence on execution and end on December 30th, 2024, unless terminated earlier under Paragraph 18 of this Agreement. 5. FINANCIAL RECORDS OF CONTRACTOR. The CONTRACTOR shall maintain all books, records, and documents directly pertinent to performance under this Agreement in accordance with generally accepted accounting principles consistently applied. Records shall be retained for a period of seven (7)years from the termination of this Agreement or in accordance with the State of Florida retention schedules (https:Hdos.fl.gov/library- archives/records-management/general-records-schedules/), whichever is greater. Each party to this Agreement or their authorized representatives shall have reasonable and timely access to such records of each party to this Agreement for public records purposes during the term of the Agreement and for four years following the termination of this Agreement. If an auditor employed by the COUNTY or Clerk determines that monies paid to the Page 2 of 11 2220 CONTRACTOR pursuant to this Agreement were spent for purposes not authorized by this Agreement, the CONTRACTOR shall repay the monies together with interest calculated pursuant to Section 55.03, Florida Statutes, running from the date the monies were paid to the CONTRACTOR. 6. PUBLIC ACCESS. The COUNTY and CONTRACTOR shall allow and permit reasonable access to, and inspection of, all documents, papers, letters or other material in its possession or under its control subject to the provisions of Chapter 119,Florida Statutes, and made or received by the COUNTY and CONTRACTOR in conjunction with this Agreement; and the COUNTY shall have the right to unilaterally cancel this Agreement upon violation of this provision by the CONTRACTOR. 7. HOLD HARMLESS AND INSURANCE. The CONTRACTOR covenants and agrees to indemnify and hold harmless the COUNTY and the COUNTY'S elected and appointed officers and employees, from any and all claims for bodily injury (including death), personal injury, and property damage (including property owned by COUNTY) and any other losses, damages, and expenses (including attorney's fees) which arise out of, in connection with, or by reason of services provided by the CONTRACTOR occasioned by the negligence, errors, or other wrongful acts of omission of the CONTRACTOR, its employees, or agents. The extent of liability is in no way limited to, reduced, or lessened by the insurance requirements contained elsewhere within this Agreement. Failure of the CONTRACTOR to comply with the requirements of this section shall be cause for immediate termination of this Agreement. Prior to execution of this Agreement, the CONTRACTOR shall furnish the COUNTY Certificates of Insurance indicating the minimum coverage limitations in the following amounts and naming Monroe County as an Additional Insured and Certificate Holder. A. WORKERS COMPENSATION AND EMPLOYER'S LIABILITY INSURANCE. Where applicable, coverage to apply for all employees at the minimum statutory limits as required by Florida Law. B. COMPREHENSIVE AUTOMOBILE VEHICLE LIABILITY INSURANCE. Motor vehicle liability insurance, including applicable no-fault coverage, with limits of liability of not less than$1,000,000.00 per occurrence,combined single limit for Bodily Injury Liability and Property Damage Liability. Coverage shall include all owned vehicles, all non-owned vehicles and all hired vehicles. C. COMMERCIAL GENERAL LIABILITY. Commercial general liability coverage with limits of liability of not less than $1,000,000.00 per occurrence combined single limit for Bodily Injury Liability and Property Damage Liability. Page 3 of 11 2221 D. CERTIFICATES OF INSURANCE. Original Certificates of Insurance 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. If requested by the County Administrator, the insurance coverage shall be primary insurance with respect to the COUNTY, its officials, employees, agents and volunteers. 8. NON-WAIVER OF IMMUNITY. Notwithstanding the provisions of Section 786.28, Florida Statutes,the participation of the COUNTY and CONTRACTOR 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. 9. INDEPENDENT CONTRACTOR. At all times and for all purposes under this Agreement the CONTRACTOR is an independent contractor and not an employee of the Monroe County Board of County Commissioners ("BOCC") or the COUNTY. No statement contained in this Agreement shall be construed so as to find the CONTRACTOR or any of his employees, subcontractors, servants, or agents to be employees of the BOCC or the COUNTY. 10. NONDISCRIMINATION. The parties 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. The parties 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 VII of the Civil Rights Act of 1964 (PL 88-352),which prohibit discrimination in employment on the basis of race, color, religion, sex, and national origin; 2) Title IX of the Education Amendment of 1972, as amended(20 USC §§ 1681-1683, and 1685-1686), which prohibits discrimination on the basis of sex; 3) Section 504 of the Rehabilitation Act of 1973, as amended (20 USC § 794), which prohibits discrimination on the basis of disability; 4) The Age Discrimination Act of 1975, as amended (42 USC §§ 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, §§ 523 and 527 (42 USC §§ 690dd-3 and 290ee-3), as amended, relating to confidentiality of alcohol and drug abuse patent records; 8) Title VIII of the Civil Rights Act of 1968 (42 USC §§ 3601 et seq.), as amended, relating to nondiscrimination in the sale, rental or financing of housing; 9) The Americans with Page 4 of 11 2222 Disabilities Act of 1990 (42 USC §§ 12101 Note), as may be amended from time to time, relating to nondiscrimination in employment on the basis of disability; 10)Monroe County Code Chapter 14, Article H,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 11) any other nondiscrimination provisions in any federal or state statutes which may apply to the parties to, or the subject matter of, this Agreement. 11. ASSIGNMENT/SUBCONTRACT. The CONTRACTOR shall not assign or subcontract its obligations under this Agreement to others, except in writing and with the prior written approval of the BOCC and CONTRACTOR, which approval shall be subject to such conditions and provisions as the BOCC 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 BOCC. 12. COMPLIANCE WITH LAW AND LICENSE REQUIREMENTS. In providing all services/goods pursuant to this Agreement, the CONTRACTOR shall abide by all laws of the Federal and State government, ordinances, rules and regulations pertaining to, or regulating the provisions of, such services, including those now in effect and hereinafter adopted during the contract term. Compliance with all laws includes,but is not limited to, the immigration laws of the Federal and State government. The COUNTY requires and CONTRACTOR agrees to use E-Verify to assist in making determinations as to immigration status. In accordance with Section 448.095, Florida Statutes, the CONTRACTOR 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 CONTRACTOR during the term of this Agreement and shall expressly require any subcontractors performing work or providing services pursuant to this Agreement 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 CONTRACTOR shall comply with and be subject to the provisions of Section 448.095, Florida Statutes. Any violation of said statutes, ordinances, rules and regulations shall constitute a material breach of this Agreement and shall entitle the BOCC in its discretion to terminate this Agreement immediately and the CONTRACTOR agrees to return all payments under this Agreement to the COUNTY within fifteen(15) days of termination. The CONTRACTOR shall possess proper licenses to perform work in accordance with these specifications throughout the term of this Agreement. The CONTRACTOR has and shall maintain throughout the term of this Agreement, appropriate licenses. Copies of required current licenses shall be provided upon execution of this Agreement and before execution by COUNTY or its designee. 13. DISCLOSURE AND CONFLICT OF INTEREST. The CONTRACTOR 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 Page 5 of 11 2223 performance of services required by this Agreement, as provided in Section 112.311, et seq., Florida Statutes. Upon execution of this Agreement, and thereafter as changes may require, the CONTRACTOR, shall notify the COUNTY of any financial interest it may have in any and all programs in the COUNTY which the CONTRACTOR sponsors, endorses, recommends, supervises, or requires for counseling, assistance, evaluation, or treatment. This provision shall apply whether or not such program is required by statute, as a condition of probation, or is provided on a voluntary basis. 14. EMPLOYMENT OR RETENTION OF FORMER COUNTY OFFICERS OR EMPLOYEES. The CONTRACTOR warrants that it has not employed, retained or otherwise had act on its behalf any former County officer or employee in violation of Section 2-149, Monroe County Code of Ordinances or any County officer or employee in violation of Section 2-150, Monroe County Code of Ordinances. 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 pursuant to Subsection 2- 152(b), Monroe County Code of Ordinances. 15. NO PLEDGE OF CREDIT. The CONTRACTOR shall not pledge the COUNTY'S credit or make it a guarantor of payment or surety for any contract, debt, obligation, judgment, lien or any form of indebtedness. The CONTRACTOR further warrants and represents that it has no obligation or indebtedness that would impair its ability to fulfill the terms of this Agreement. 16. NOTICE REQUIREMENT. Any notice required or permitted under this Agreement shall be in writing and hand delivered or mailed,postage prepaid, to the other parry by certified mail, return receipt requested, to the following: FOR COUNTY: FOR CONTRACTOR: Christine Hurley RJ Rewi County Administrator Manager 1100 Simonton Street, Ste. 2-205 1622 SW 71h Ave. Key West, FL 33041 Pompano Beach, FL 33060. 17. TAXES. The COUNTY is exempt from payment of Florida State sales and use taxes. The CONTRACTOR shall not be exempted by virtue of the COUNTY'S exemption from paying sale tax to its suppliers for materials used to fulfill its obligations under this Agreement, nor is the CONTRACTOR authorized to use the COUNTY'S Tax Exemption Number in securing such materials. The CONTRACTOR shall be responsible for any and all taxes, or payments of withholding, related to services rendered under this Agreement. Page 6 of 11 2224 18. TERMINATION. The COUNTY may terminate this Agreement with or without cause prior to November 30, 2024. The COUNTY or CONTRACTOR may terminate this Agreement for cause with seven (7) days' notice to the other parry. Cause shall constitute a breach of the obligations of either parry to perform the obligations enumerated under this Agreement. 19. MEDIATION. The COUNTY and CONTRACTOR agree that, in the event of conflicting interpretations of the terms or 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. This provision does not negate or waive the provisions of Section 6, Section 7, Section 10, Section 12, Section 14 and Section 18 concerning termination or cancellation. 20. SEVERABILITY. If any term, covenant, condition or provision of this Agreement (or the application thereof to any circumstance or person) shall be declared invalid or unenforceable to any extent by a court of competent jurisdiction, the remaining terms, covenants, conditions and provisions of this Agreement, shall not be affected thereby; and each remaining term, covenant, condition and provision of this Agreement shall be valid and shall be enforceable to the fullest extent permitted by law unless the enforcement of the remaining terms, covenants, conditions and provisions of this Agreement would prevent the accomplishment of the original intent of this Agreement. The COUNTY and CONTRACTOR agree to reform the Agreement to replace any stricken provision with a valid provision that comes as close as possible to the intent of the stricken provision. 21. ATTORNEY'S FEES AND COSTS. COUNTY and CONTRACTOR agree that, in the event any cause of action or administrative proceeding is initiated or defended by any parry relative to the enforcement or interpretation of this Agreement, the prevailing parry shall be entitled to reasonable attorney's fees and court costs as an award against the non- prevailing parry and shall include attorney's fees and court costs in appellate proceedings. Each parry agrees to pay its own court costs, investigative, and out-of-pocket expenses whether it is the prevailing parry or not, through all levels of the court systems. 22. GOVERNING LAW, VENUE, INTERPRETATION, COSTS AND FEES. This Agreement shall be governed by and construed in accordance with the laws of the State of Florida; the COUNTY and CONTRACTOR agree that venue will lie in the appropriate court or before the appropriate administrative body in Monroe County, Florida. 23. PRIVILEGES AND IMMUNITIES. All of the privileges and immunities from liability, exemptions from laws, ordinances, and rules and pensions of 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 Page 7 of 11 2225 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. 24. NON-RELIANCE BY NON-PARTIES. No person or entity shall be entitled to rely upon the terms, or any of them, of this Agreement to enforce or attempt to enforce any third- party claim or entitlement to or benefit of any service or program contemplated hereunder, and the COUNTY and the CONTRACTOR agree that neither the COUNTY nor the CONTRACTOR or any agent, officer, or employee of either shall have the authority to inform, counsel, or otherwise indicated that any particular individual or group of individual, entity or entities, have entitlement or benefits under this Agreement separate and apart, inferior to, or superior to the community in general or for the purposes contemplated in this Agreement. 25. ATTESTATIONS. CONTRACTOR agrees to execute such documents as the COUNTY may reasonably require, including a Public Entity Crime Statement, an Ethics Statement, and a Drug-Free Workplace Statement. 26. 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 the 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. 27. EXECUTION IN COUNTERPARTS. This Agreement may be executed in any number of counterparts, each of which shall be regarded as an original, all of which taken together shall constitute one and the same instrument and COUNTY and CONTRACTOR hereto may execute this Agreement by signing any such counterpart. 28. AUTHORITY. Each party represents and warrants to the other that the execution, delivery and performance of this Agreement have been duly authorized by all necessary County and corporate action, as required by law. Each parry agrees that it has had ample opportunity to submit this Agreement to legal counsel of its choice and enters into this Agreement freely, voluntarily and with advice of counsel. 29. LEGAL OBLIGATIONS AND RESPONSIBILITIES. This Agreement is not intended to relieve,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. 30. NON-DELEGATION OF CONSTITUTIONAL OR STATUTORY DUTIES. This Agreement is not intended to authorize, nor shall it be construed as authorizing, the Page 8 of 11 2226 delegation of the constitutional or statutory duties of the COUNTY, except to the extent Z:� permitted by the Florida constitution, state statute, and case law. 31. NO PLEDGE OF CREDIT. The CONTRACTOR shall not pledge the COUNTY'S credit or make it a guarantor of payment or surety for any contract, debt, obligation, C, C, judgment,udaZ'ment, lien, or any form of indebtedness. The CONTRACTOR further warrants and represents that it has no obligation or indebtedness that would impair its ability to fulfill the terms of this Agreement. IN WITNESS WHEREOF COUNTY and CONTRACTOR hereto have executed this Agreement on the day and date first written above (SEAL) BOARD OF COUNTY Attest: KEVIN MADO , CLERK COMMISSIONERS OF MONROE COUNTY, FLORIDA By: By: Deputy Clerk Mayor or County Administrator Date: Date: MONROE COUNTY ATTORNEYS OFFFCE APPROVED AS TO FORM TANT COUNTY ATTORNEY DATE: Witnesses for CONTRACTOR: DRUMS OF POLYNESIA PRODUCTIONS By: By: Signature Signat?� o" person authorized Date: to legally bind C t Entity I rpora e Date: Print Name Address: D Telephone' Number: Page 9 of 11 2227 ......................... Exhibit "A," Invoice Drums of Polynesia Invoice# C/O RJ Rewi 1622 SW 7Ch Ave Pompano Beach, FL 33060. Phone: (954) 650-3683 Website: DrumsofPolynesia.com Email: DrumsofpolynesiaCgmail.com Client- Monroe County Climate Summit 2024 Casa Marina, Key West, Florida Invoice Date: Date Service provided: December 17i}', 2024 Location of Services Provided: Casa Marina 1500 Reynolds Street Key West Fl 33040 for the Climate Summit Key West Florida 2024 Description of Services Provided: Drums of Polynesia Climate Summit Show Production Cost: S. $6,800 Timeline: One set between the time period of 7:30 pm— 10:00 p.m. Payment Due within one week of delivery of Services rendered on December 17`h 2024. Page 10 of 11 2228 Exhibit `B" LOBBYING AND CONFLICT OF INTEREST CLAUSE SWORN STATEMENT UNDER ORDINANCE NO. 010-1990 MONROE COUNTY, FLORIDA ETHICS CLAUSE Drums of Polynesia Productions " (Company) "...warrants that he/it has not employed,retained or otherwise had act on his/her 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 firom the Agreement or purchase price, or otherwise recover, the full amount of any fee, commission, percentage, gift, or consideration paid to the fonner County officer or employee." (Signature) Date: STATE OF: COUNTY OF: Subscribed and sworn to (or affinned)before me, by means o -pliysical presence or ❑ online notarization, on �, (date) "-w ��� b (name of affiant) Slne is personally known to me or has produced .: 1— ,1&',e e�.. (type of identification) as identification. > °NOTARY PUBLIC K ROBERT W.CRISPINpNotary Public-State of Florida Commission#HH 334585 My Commission Ex ires:My Comm.Expires Mar 12,2027 ed through National Notary Assn. Page 11 of 11 2229 DRUMS-1 OP ID: GP ACORO CERTIFICATE OF LIABILITY INSURANCE FDATE(MM/DD/YYYY) �..-�-'� 12/06/2024 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER 954-335-6633 CONTACT Eugene M Perodeau, CIC Sheridan Insurance Associates PHONE 954-335-6633 FAX 954-335-6637 6099 Stirling Road Suite 213 (A/C,No,Ext): (A/C,No): Davie,FL 33314-7234 ADDRIESs:sheridaninsassoc@aol.com Eugene M Perodeau,CIC INSURERS AFFORDING COVERAGE NAIC# INSURER A:Western World Insurance Co. 13196 INSURED INSURER B Drums of Polynesia,Inc 270 SW 11th Street INSURERC: Pompano Beach,FL 33060 INSURER D INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE DDL UBR POLICY NUMBER POLICY EFF POLICY EXP LIMITS LTR INSD WVD MM/DD/YYYY MM/DD/YYYY A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE X OCCUR NPP8936530 03/18/2024 03/18/2025 DAMAGE TO RENTED 100,000 X PREMISES Ea occurrence $ MED EXP(Any oneperson) $ 5,000 PERSONAL&ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 X POLICYEl PEA LOC PRODUCTS-COMP/OPAGG $ Included OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident $ ANY AUTO BODILY INJURY Perperson) $ OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY Per accident $ HIRED NON-OWNED PROPERTY DAMAGE AUTOS ONLY AUTOS ONLY Per accident $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LAB CLAIMS-MADE AGGREGATE $ DED RETENTION$ PER WORKERS COMPENSATION jl4 STATUTE ER AND EMPLOYERS'LIABILITY Y/N ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? ❑ N/A N,k (Mandatory m NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under 12 9 24 DESCRIPTION OF OPERATIONS below .' � E.L.DISEASE-POLICY LIMIT WAMM ? _ w, DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Blanket Additional Insured Endorsement WW180(03-10). Blanket Waiver of Subrogation WW421 (11/13)Event Location Casa Marina 1500 Reynolds St Key West. CERTIFICATE HOLDER CANCELLATION MONROE1 Monroe County BOCC SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 1100 Simonton St#2-205 THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Key West, FL 33041 ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Eugene M Perodea , C� ACORD 25(2016103) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 2230 Monroe County Purchasing Policy and Procedures ATTACHMENT D.5 COUNTY ADMINISTRATOR CONTRACT.SUMMARY FORM FOR CONTRACTS $100,000.00 and Under Contract with- A-Plus Roofing of Key Effective Date: See Notes Below Expiration Date: Contract Purpose/Description: Roof Repairs-Harvey Government Center 1200 Truman Avenue,Key West,FL 33040 Contractor shall commence performance under contract within 10(ten)calendar days of date of issuance to undersigned bu Owner of a Notice to Proceed;Purchase Order,or Task Order.Once commenced, undersigned shall accomplish Final Completion of Project within thirty(30)days, thereafter, unless extension of time is granted by the county. Contract is Original Agreement Contract Amendment/Extension Renewal Contract Manager: William DeSantis 4307 Facilities Maintenance/Stop#9C CONTRACT COSTS Total Dollar Value of Contract: $ 28,000.00 Current Year Portion: $ (must be$100,000.00 or less) (If multiyear agreement then requires BOCC approval,unless the iost 11 aintJi.hliir c 4Imu nr is 100,000.00 or I ss). Budgeted? Yes■❑ No ❑ Grant: $ 28,000.00 County Match: $ N/A Fund/Cost Center/Spend Cate O : 125-06067-00061 1 GNT-00000205 PROJ-00000187 ADDITIONAL COSTS Estimated Ongoing Costs: $ /yr For: (Not included in dollar value above) (e.g.maintenance,utilities,janitorial,salaries,etc.) Insurance Required: YES 0 NO ❑ Please see pages 48-51 for Certificates of Insurance CONTRACT REVIEW Reviewer Date In Department Head Signature: William DeSantis Patricia Eables Digitally signed by Patricia Eables County Attorney Signature: Date''2024'12'0911'21''36-06'00' Jaclyn Flatt Digitally signed by Jaclyn Platt Risk Management Signature: Date''2024'12'0911''36''00-06'00' Purchasing Signature: Lisa Abreu Digitally 20241210ned yLisa Abreu Date'.2024.12.10 16'.46'.46-06'00' John Quinn Digitally signed by John Quinn OMB Signature: Date'.2024.12.10 16'.20'.68-06'00' Comments: Revised BOCC 4/19/2023 Page 84 of 105 2231 MONROE COUNTY BOARD OF COUNTY COMMISSIONERS REQUEST FOR SERVICES FOR ROOF REPAIRS - HARVEY GOVERNMENT CENTER 1 BOARD OF COUNTY COMMISSIONERS Mayor James K. Scholl, District 3 Mayor Pro Holly Merrill Raschein, District 5 Craig Cates, District 1 David Rice, District 4 Michelle Lincoln, District 2 COUNTY ADMINISTRATOR Christine Hurley Clerk of the Circuit Court Facilities Maintenance Director Kevin Madok William DeSantis 11/27/2024 PREPARED BY: Monroe County Facilities Maintenance Department Page 1 of 55 2232 Monroe County Facilities Maintenance General Scope of Work Job Name: ROOF REPAIRS - HARVEY GOVERNMENT CENTER Job Location: Harvey Government Center 1200 Truman Avenue Key West, FL 33040 Contact: Chrissy Collins -Facilities Maintenance �(;Hjns-chrissi a nionroecoutv-flgpy 305-304-9711 PROJECT OVERVIEW PROJECT INTENT AND SCOPE GENERAL REQUIREMENTS 1. Project Overview A) Monroe County ("Owner" or "County") shall enter into a contract with a qualified Contractor to perform roof repairs at the Harvey Government Center, 1200 Truman Avenue, Key West, Florida 33040. The term of this contract shall commence upon approval and execution of the contract by Monroe County and will terminate upon final completion of the Project as noted herein. Contractor shall commence performance under the contract, which may include applying for a permit if one is required for the Project, within Ten (10) calendar days of the date of issuance to the undersigned by Owner of a Notice to Proceed,Purchase Order,or Task Order.Once commenced,the undersigned shall diligently continue performance until completion of the Project. The undersigned shall accomplish Final Completion of the Project within Thirty(30)days, thereafter, unless an extension of time is granted by the County. The Contractor shall be required to secure and pay for all required permits and approvals to perform the work which may include: Monroe County Building Department and any other permitting or regulatory agencies,if applicable. Contractor shall 'include those permit fees as a part of the Contractor's bid. B) All quotes are due by Tuesday, December 3, 2024, at 12:00 P.M.,via email to collins- chrissygmonroecounty-fl.gov_ All Quotes must state they will be good for one hundred twenty(120)calendar days from submittal due date. Page 2 of 55 2233 2. Project Intent and Scope Scope of Work: The Contractor shall perform roof repairs at the Harvey Government Center, 1200 Truman Avenue,Key West, Florida, as follows: • Pressure wash the AC Mechanical roof. • Install a Densdeck cover board using an olybond high strength adhesive and fastener system around the perimeter of the raised AC platform. • Install approx. 700 sq. ft. of 60mill fully adhered TPO single-ply roof system. • Re-flash the existing roof drains to ensure they are properly functioning. • Remove all debris from the work site. 3. General Requirements A) The Contractor shall coordinate all activities with the Monroe County Facilities Maintenance Department contact: Chrissy Collins at 305-304-9711 ) The Contractor is required to provide protection for all existing surfaces including, but not limited to: i. Existing fixtures ii. Personal Items iii. Floors iv. Vehicles and Personal Property V. Landscaping C) The Contractor shall ensure that all non-exempt employees for this effort are compensated in accordance with all State and Local Laws. D) The Contractor shall load,haul,and properly dispose of all construction debris and materials. E) The Contractor shall provide and maintain appropriate (OSHA required) construction warning signs and barriers. F) The Contractor shall furnish all required work site safety equipment. G) The Contractor shall furnish and maintain on-site material safety data sheets (MSDS) for all materials used in the construction. H) Construction work times shall be limited to: Page 3 of 55 2234 Specified by the County 1) All materials must be approved by submittal prior to commencement of work. J) The Contractor shall provide a lump sum price by Tuesday,December 3,2024,at 12:00p.m., via email as noted herein. K) The Contractor needs to be awarc of weather and location and plan accordingly. L) The Contractor needs to be aware of the facility,its residents,and staff with unusual schedules and plan accordingly. M) The Contractor shall provide a safety lift plan for any crane/hoist work. N) If applicable, Contractor shall provide paper or electronic copies of all original device specifications, warranties, maintenance schedules, shop drawings, permits, repair and maintenance contacts,and any other information necessary for the proper ftinction and maintenance of the equipment. 0) The Contractor shall provide a schedule for all phases of the project. P) The Contractor shall coordinate all activities with concurrent site work being performed, if any. Q) Insurance Requirements: Workers Compensation Statutory Limits Employers' Liability $100,000 Bodily Injury by Accident $500,000 Bodily Injury by Disease, policy limits $100,000 Bodily Injury by Disease, each employee General Liability $200,000 per Person $300,000 per Occurrence $200,000 Property Damage or $300,000 Combined Single Limit Vehicle: $200,000 per Person (Owned, non-owned, $300,000 per Occurrence and hired vehicles) $200,000 Property Damage of $300,000 Combined Single Limit Builders Risk Not Required Construction Bond Not Required Page 4 of 55 2235 The Monroe County Board of County Commissioners, its employees and officials, 1100 Simonton Street, fey West, Florida 3.3040, ,;hall be named as Certificate Holder and Additional Insured on General Liability and Vehicle policies. A "Sample" Certificate of'Insurance is attached, which may not be reflecti"t ofthe insurance amounts required tor this project but is provided for-informational purposes" only R) The Contractor is required to have all current licenses necessary to perform the work and shall submit the Contractor's License and Monroe Count-Y, Business Tax Receipt along with its Proposal. If the Contractor is not a cur-r'erit registered Monroe County Vendor, then it shall also submit a property completed and executed W-9 Form, S) INDEMNIFICATION, HOLD HARMLESS, AND DEFENSE. Notwithstanding any minimum insurance requirements prescribed elsewhere in this agreement, the Contractor shall defend, indernnif-y' 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, (it') any litigation, administrative proceedings. appellate proceedings, or other proceedings relating to any type of injury (including death), loss, damage, fine, penalty or business interruption. arid (iii) any costs or expenses that may be asserted against, initiated with respect to, or sustained by, any indernnified party by reason of;'or in connection with, (A)any activity of the Contractor or any of its employees,agents, contractors or other invitees during the term of this Agreement, (B) the negligence or recklessness, intentional wrongful misconduct, errors or other wrongful act or omission of the Contractor or any of its employees, agents, sub-contractors or other invitees, or(C) the Contractor's default in respect of any of the obligations that it undertakes under the terms of this Agreement, except to the extent the claims, actions, causes of action, litigation, proceedings,costs or expenses arise from the intentional or sole negligent acts or omissions of the County or any of its employees, agents, contractors or invitees (other than the Contractor). The monetary limitation of liability under this contract shall be equal to the dollar value of the contract and not less than S I mill ion per occurrence pursuant to Section 725,06, Florida Statutes. The limits of liabilitY shall be as set forth in the insurance requirements included in Paragraph 3 Q. herein. Insofar as the claims, actions, causes of action., litigation, proceedings, costs or expenses relate to events or circumstances that occur during the to of this Agreement, this section will survive the expiration of the to of this Agreement or any earlier termination of this Agreement. C� In the event that the completion of the project (to include the work of others) is delayed or suspended as a result of the Contractor's failure to purchase or maintain the required insurance, the Contractor 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 Contractor, the Contractor agrees and warrants that the Contractor shall hold the County har-midess anndshalll indemnify it from all losses occurring thereby arid shall further defend any claim or action on the County's behalf. The extent of liability is in no wav limited to, reduced, or lessened by the insurance requirements contained elsewhere within this Agreement. page-5 of 5 5 2236 United States Depa tment of the Treasur% Indemnification To the fullest extent permitted by law, the Contractor shall indemnify and hold harmless the United States Department of the Treasury and its officers and employees, from liabilities, damages, losses and costs, including, but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness or intentional wrongful misconduct of the Contractor and persons employed or utilized by the Contractor in the performance of this Contract. This indemnification shall survive the termination of this Contract. Nothing contained in this paragraph is intended to nor shall it constitute a waiver of the sovereign immunity of the United States or the County. T) NON-COLLUSION.By signing this proposal,the undersigned swears, according to law on his/her oath, and under penalty of perjury, that their firm executes this proposal with prices arrived at independently without collusion, consultation, communication, or agreement for the purpose of restricting competition,as to any matter relating to such prices with any other bidder or with any competitor. Unless otherwise required by law,the prices which have been quoted in this proposal have not been knowingly disclosed by the proposer and will not knowingly be disclosed by the proposer prior to proposal opcning, directly or indirectly,to any other proposer or to any competitor.No attempt has been made or will be made by the proposer to induce any other person, partnership or corporation to submit, or not to submit a proposal for the purpose of restricting competition. The statements contained in this paragraph are true and correct, and made with the full knowledge that Monroe County relies upon the truth of the statements contained in this paragraph in awarding contracts for this project. U) EMPLOYMENT OR RETENTION OF FORMER COUNTY OFFICERS OR EMPLOYEES. By signing this proposal, the undersigned warrants that he/she/it has not employed, retained or otherwise had act on his/hers/its behalf any former County officer or employee in violation of Section 2 of Ordinance No. 0 10-1990 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. V) CODE OF ETHICS. 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 112.313,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. Page 6 of 55 2237 NV) DRU(;-FREEXN'0RKPLACE.By signing this proposal,the undersigned certifies that the contractor comphes Fully with, and in accordance with Florida Statute, Section 287 087, the requlrements as follows, I) They will publish a statement notifying employees that the unlawfi,it manufacture, distribution, dispensing, possession, or use of a controlled substance i.s prohibited in the workplace and specify the actions that will be taken against 0 employees for violations of such prohibition. 2) Inform eniplovees about the dangers of drug abuse in true workplace, the business's policy of maintaining a dinig-tree work-place, any available dnic, counscling,rehabilitation,and employee assistance prograrns,and the penalties the 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 I 4) In the statement specified in subsection 1, notify the erriployees 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 Oaf any conviction of, or plea of guilty or nolo contenders to, any violation of Chapter 893 (Flonida 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) Impose 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-firee workplace through implementation of this section, ADDITIONAL CONTRACT PROVISIONS 1) Nondiscrimination/EgRAL Inn R!2lpllnLQR22rlHai!l. The Contractor 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 junisdiction that discrimination has occurred, this Agreement automatically ten-.ninates without any further action on the part of any party, effective the date of the court order. Contractor agrees to comply with all Federal and Florida statutes, and all local ordinances, as applicable, relating to nondiscit'i mi nation. These include but are not limited to: 1) Title Vf1 of the Civil Rights Act of 1964 (PL 88-352) which prohibits discn'rnination in employment on the basis of race, color, religion, sex, or national origin., 2) Title EX of the Education Amendment of 1972, as amended (20 LjSC ss. 1681-168.3), and 1685-1696), which prohibits discrimination on the feasts of sex.; 3) Section 504 of the Rehabilitation Act of 1973, as arriended (20 USC s. 794). which prohibits discrimination on the basis of disability; 4) 'K he ikge Discrimination Act of 1975, as arriended(.42 I;SC: ss. 610 1-6107) which prohibits discrimination on the basis ofage; 5)The Drug Abuse Office and Treatment Act of 1972(PL 92-255),as amended, relating to nondiscrimination on the basis of drug abuse9 6) The Comprehensive Alcohol Abuse and Alcoholism Prevention, Treatment and Rehabilitation Act of t970 (PL 91-616), as amended, relating, to nondiscrimination on the basis of alcohol abuse Pa-e 7 of 55 2238 or alcoholism, 7) ..rhe Public Health Service Act of 1912, ss. 523 and 527 (4]2 USC .3s, 690dd..3 and 290ec-3), as amended., relating to confidentiality of alcohol and drug abuse patient records-, 8) Title VII I of the C1%il 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 xlth Disabilities Act of 1990 (42 USC s. 12 101 Note), as may be amended frorn tirne to tirre, retating to nondiscrimination on the basis of disability; 10) Monroe County Code Chapter 14, Articte I'l, which prohibits discrimination on the basis of'race, color,sex., religion,national origin,ancestry, sexual orientation, gender identity or expression, familial status or ages and 11) Any other nondiscrimination provisions in any Federal or state statutes which may apply to the parties to, or the sub.ject matter of, this Agreement. During the performance of this Agreement, the Contractor, in accordance with Equal EmploYment Opj_)ot-tunit'v 130 Fed. Reg. 12319, 121935, .3 C,F,R. Part, 1964-1965 Comp- p. .339.) as amended by Executive Order 11375, Amending Executive Order 11246 Relating to 1-i'qual Eml-)Io'vnient OpportunitY. and implementing regulations at 41 C.F.R. Part 60 (Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor), she 2 C.F.R. Part 200, Appendix H., � C, agrees as follows: 1) The Contractor will not disclirninate against any employee or applicant for employment because of race, color, religion., sex, sexual orientation, gender identity,or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated equally during employment, without regard to their race, color, religion, sex, sexual orientation, gender identity, or national on-gin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer, recruitment or recruitment advertising; layoff or termination.; rates of pay or other forms of cornpensarion; and selection for training, including apprenticeship, The Contractor agrees to post in conspicuous places, available to employees and applicants for employment. notices to be provided setting forth the provisions of this nondi scrim]nation clause. 1) The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor-, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. 3) The Contractor twill not discharge or in any other manner discriminate against any employee or applicant For employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee., who has access to the compensation on information of other Page 8 of 2239 employees or applicants as a part of such employee's essential job functions, discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the Contractor's legal duty to furnish information. 4) The Contractor will send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the labor union or workers' representative of the Contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. 5) The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965,and of the rules,regulations,and relevant orders of the Secretary of Labor. 6) The Contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books,records,and accounts by the agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules,regulations, and orders. 7) In the event of the Contractor's non-compliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965,and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. 8) The Contractor will include the portion of the sentence immediately preceding paragraph(1)and the provision of paragraphs(1)through(8) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for non-compliance, provided, however, that in the event a contractor becomes involved in, or is threatened with,litigation with a subcontractor or vendor as a result Page 9 of 55 2240 of such direction by the administering agency the Contractor may request the United States to enter into such litigation to protect the interests of the United States. ills VI�C—the S.—i-vLi1 R i—ub-is A q-t o.—f -19-64, The Contractor and any subcontractor, successor'.. transferee, and assignee shall comply with Title VI of the Civil Rights Act of 1964, which prohibits recipients of federal financial assistance from excluding from a program or activity,denying benefits of, or otherwise discniminating against a person I ZZ, on the basis of race, color, or national origin (42 U.S.C. § 2000d et seq.), as implemented by the Department of the Treasury's Title VI regulations, 31 CFR Part 22, which are herein incorporated by reference and made a part of this contract (or agreement). Title VI also includes protection to persons with "Limited English Proficiency"in any program or activity receiving federal financial assistance,42 U.S.C. § 2000d et seq., as implemented by the Department of the Treasury's Title VI regulations, 31 CFR Part 22, and herein incorporated by reference and made a. part of this contract or agreement. cl� 11) Termination Provisions. A. In the event That the Contractor shall be found to be negligent in any aspect of service., the County shall have the right to terminate this agreement after five (5) days' written notification to the Contractor. B. Either of the parties hereto may cancel this Agreement without cause by giving the other party sixty (60)days' written notice of its intention to do so. C. Termination for Cause and Remedies: In the event of breach of any contract terms, the County retains the right to terminate this Agreement, The County may also terminate this agreement for cause with Contractor should the Contractor fail to perform the covenants herein contained at the time and in the manner herein provided. In the event of such termination, prior to termination, the County shall provide Contractor with five (5) calendar days' notice and provide the Contractor with an opportunity to cure the breach that has occur-red. If the breach is not cured, the Agreement will be terminated for cause. If the County terminates this agreement with the Contractor, County shall pay Contractor the sum due the Contractor under this agreement prior to termination, unless the cost of completion to the County exceeds the funds remaining in the contract, however, the County reserves the right to assert and seek an offset for damages caused by the breach. The maximum amount due to Contractor shall not in any event exceed the spending cap in this Agreement, In addition. the County reserves all rights available to recoup monies paid under this Agreement, including the right to sue for breach of contract and including the right to pursue a claim for violation of the County's F'alse 'k-lourns Ordinance, located at Section 2-721 rt al. of the Monroe County Code. D. Termination for Convenience: The County may terminate this Agreement. for convenience, at any time, upon seven(7) days' notice to Contractor. If the County terminates this agreement with the Contractor,County shall pay Contractor the sum due the Contractor under this agreement prior to termination, unless the cost of completion to the County exceeds the funds remannng in the contract, The Page 10 of 55 2241 maximum amount due to Contractor shall not exceed the spending cap in this Agrccment. In addition, the County reserves all rights available to recoup monies paid under this Agreement, including the right to sue for breach of contract and including the right to pursue a claim for violation of the Couty's False Claims Ordinance, located at Art. I , Section 2-721 et al. of the Monroe oe County Code. E. Scrutinized Co n ies: For Contracts of any amount, if the County determines that the Contractor/Consultant has submitted a false certification under Section 7.135(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 Contractor/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 O maintaining the Agreement if the conditions of Section 287.135( ), Florida Statutes, are met. ) Maintenance c s. The Contractor shall maintain all books, records, and documents directly pertinent to erfo ace under this Agreement in accordance with generally accepted accounting principles consistently applied° Records shall be retained as applicable for 1) a period of five (5) years after all funds have been expended or returned to the Department of the Treasury, whichever is later; or 2) for a period of seven (7) years from the termination of this Agreement or for a period of five (5) years from the submission of e final expenditure report as per 2 CFR§200.33,whichever is greater. Each party to this Agreement or its authorized representatives shall have reasonable and timely access to such records of each other party to this Agreement for public records purposes during the term of the Agreement and for seven(7)years following the termination of is Agreement. If any auditor employed by Monroe County or County Clerk determines that monies paid to Contractor pursuant to this Agreement were spent for purposes not authorized by this Agreement, or were wrongfully retained by the Contractor, the Contractor shall repay the monies together with interest calculated pursuant to Sec. 55.03,Florida Statutes,running from the date the monies were paid by e County. Further, the Contractor is subject to the following: 1) The Contractor shall maintain records and financial documents sufficient to evidence compliance with Sections 602(c)and 603(c)of the Social Sec unity Act,Treasury's regulations implementing that section,and guidance issued by the Department of the Treasury regarding the foregoing. 2) The Department of the Treasury Office of Inspector General and the Government Accountability Office, or their authorized representatives, shall have the right of access to records (electronic and otherwise) of the Contractor in order to conduct audits or other investigations. Page 11 of 55 2242 IV) to ita Availability, qfRecords. The records of the parties to this Agreement relating to the Project, 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); back charge logs and supporting documentation; general ledger entries detailing cash and trade discounts earned, insurance rebates and dividends-, any other supporting evidence deemed necessary by Owner 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 Owner's or the County Clerk's reasonable judgment have any bearing on or pertain to any matters, fights, duties, or obligations under or covered by any contract document (all foregoing hereinafter referred to as "Records") shall be open to inspection and subject to audit and/or reproduction by Owner's representative andlor agents of Owner or the County Clerk. Owner 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 interviews and written confirmations with employees, subcontractors, suppliers, and contractors' representatives. All records shall be kept for ten (10) years after Final Completion. 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 Contractor pursuant to this Agreement were spent for purposes not authorized by this Agreement, or were wrongfully retained byte Contractor, the Contractor shall repay the monies together with interest calculated pursuant to Sec. 55.03,Florida Statutes,running from the date the monies were paid to Contractor. The right to audit provisions survive the termination or expiration of this Agreement. V) Payment of Fees/Invoices. County shall pay pursuant to the Florida Local Government Prompt Payment Act, Fla. Stat., See, 218.70,upon receipt of a Proper Invoice from the Contractor. Payments due and unpaid under the Contract shall bear interest pursuant to the Florida Local Government Prompt Payment Act. The Contractor is to submit to the County invoices with supporting documentation that are 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. Invoices shall be submitted to Monroe County Facilities Maintenance Department, Attention: Chrissy Collins via email at collills chrissv,a monroecountN_f1.1Lty, The County is exempt from sales and use taxes. A copy of the tax exemption certificate will be provided upon request. Page 12 of 55 2243 Final payment shall be made by the County, as the Owner, to the Contractor when the Contract has been fully performed by the Contractor and the work has been accepted by the County. VI) Public RecorALCompfianee. The Contractor must comply with Florida public records laws,including but not limited to Chapter 119, Florida Statutes and Section 24 of article I of the Constitution of Florida. The County and Contractor shall allow and permit reasonable access to, and inspection of,all documents, records,papers, letters or other"public record"materials in its possession or under its control subject to the provisions of Chapter 119, Florida Statutes, and made or received by the County and Contractor in conjunction with this contract and related to contract performance, The County shall have the right to unilaterally cancel this contract upon violation of this provision by the Contractor. Failure of the Contractor to abide by the terms of this provision shall be deemed a material breach of this contract and the County may enforce the terms of this provision in the form of a court proceeding and shall, as a prevailing party, be entitled to reimbursement of all attorney's fees and costs associated with that proceeding. This provision shall survive any termination or expiration of the contract. The Contractor is encouraged to consult with its advisors about Florida Public Records Law in order to comply with this provision. Pursuant to Fla. Stat., Sec. 119.0701 and the terms and conditions of this contract, the Contractor is required to: (1) Keep and maintain public records that would be required by the County to perform the service. (2) Upon request 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 contractor 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 Contractor or keep and maintain public records that would be required by the County to perform the service. If the Contractor transfers all public records to the County upon completion of the contract,the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for 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, Page 13 of 55 2244 the County shall immediately notify the Contractor of the request, and the Contractor must provide the records to the County or allow the records to be inspected or copied within a reasonable time. If the Contractor does not comply with the County's request for records, the County shall enforce the public records contract provisions in accordance with the contract, notwithstanding the County's option and right to unilaterally cancel this contract upon violation of this provision by the Contractor. A Contractor who fails to provide the public records to the County or pursuant to a valid public records request within a reasonable time may be subject to penalties under Section 119.10,Florida Statutes. The Contractor shall not transfer custody, release, alter, destroy or otherwise dispose of any public records unless or otherwise provided in this provision or as otherwise provided by law. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS, MONROE COUNTY ATTORNEY'S OFFICE, 1111 12TH Street, SUITE 408, KEY WEST, FL 33040, " " CO RI 4 NROE " ) ' F1,. w: (305)292-3470. VII) E-Verify System. Beginning January 1, 2021, in accordance with Fla. Stat., Sec. 448.095, as it may be amended from time to time, the Contractor 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 Contractor 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 Contractor shall maintain a copy of such affidavit for the duration of the contract. The Contractor shall comply with and be subject to the provisions of Fla. Stat., Sec.448.095. Pursuant to Section 448.095: 1. A public agency,Bidder, or subcontractor who has a good faith belief that a person or an entity with which it is contracting has knowingly violated s. 448.09(1) shall terminate the contract with the person or entity. 2.A public agency that has a good faith belief that a subcontractor knowingly violated this subsection, but the Bidder otherwise complied with this subsection, shall promptly notify the Bidder and order the Bidder to immediately terminate the contract with the subcontractor. Page 1.4 of 55 2245 3. A contract terminated under this paragraph is not a breach of contract and may not be considered as such. If a public agency terminates a contract with a Bidder under this paragraph,the Bidder may not be awarded a public contract for at least I year after the date on which the contract was terminated. A Bidder is liable for any additional costs incurred by a public agency as a result of the termination of a contract. V111) Notice Regu ire ment. Any written notices or correspondence given pursuant to this contract shall be sent by United States Mail, certified,return receipt requested, postage prepared, or by courier with proof of delivery. Notice is deemed received by Contractor 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. 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 shall be sent to the following persons: �g-60440 Vol 0�0 ipta-brA For Owner: Facilities Maintenance Department Attention: Chrissy Collins 123 Overseas Highway-Rockland Key Key West, Florida 33040 And Monroe County Attorney's Office 11 I I 12'h Street Suite 408 Key West,Florida 33040 IX) UncontroRable Circumstance. Any delay or failure of either Party to perform its obligations under this Agreement will be excused to the extent that the delay or failure was caused directly by an event beyond such Party's control, without such Party's fault or negligence and that by its nature could not have been foreseen by such Party or, if it could have been foreseen, was unavoidable: (a)acts of God. (b) flood, fire, earthquake, explosion,tropical storm, hurricane or other declared emergency in the geographic area of the Project; (c) war, invasion, hostilities (whether war is declared or not), terrorist threats or acts, riot, or other civil unrest in the geographic area of the Project; (d) government order or law in the geographic area of the Project; (e) actions, embargoes, or blockades in effect on or after the date of this Agreement; (f) action by any governmental authority prohibiting work in the geographic area of the Project;(each, a "Uncontrollable Circumstance"). Contractor's financial inability to perform, changes in cost or availability of materials, Page 15 of 55 2246 components,or services,market conditions,or supplier actions or contract disputes will not excuse performance by Contractor under this Section. Contractor shall give County written notice within seven (7) days of any event or circumstance that is reasonably likely to result in an Uncontrollable Circumstance, or as soon as possible after such Uncontrollable Circumstance has occurred if reasonably anticipated, and the anticipated cipated duration of such Uncontrollable Circumstance. Contractor shall use all diligent efforts to end the Uncontrollable Circumstance, ensure that the effects of any Uncontrollable Circumstance are minimized and resume full performance under this Agreement.The County will not pay additional cost as a result of an Uncontrollable Circumstance. The Contractor may only seek a no cost Change Order or Amendment for such reasonable time as the Owner's Representative may determine. X) Adjudication of County and Contractor agree that all disputes and disagreements shall be attempted to be resolved by meet and confer sessions between representatives of each of the parties. If the issue or issues are still not resolved to the satisfaction of the parties, then any party shall have the right to seek such relief or remedy as may be provided by this Agreement or by Florida law. This Agreement is not subject to arbitration. This provision does not negate or waive the provisions of Section 1, Nondiscrimination, or Section 11, concerning Termination or Cancellation. 4. FEDERAL CONTRACT REQUIREMENTS The Contractor and its subcontractors must follow the provisions, as applicable, as set forth in 2 C.F.R. §200.326 Contract provisions and Appendix 11 to C.F.R. Part 200, as amended, including but not limited to: A) Clean Air Act (42 U.S.C. �V401-7671u.) and the Federal to Pollution Control Act (33 U.S.C. §§1251-13871. as amended. CONTRACTOR agrees to comply with all applicable standards, orders, or regulations issued pursuant to the Clean Air Act, as amended, (42 U.S.C. §§7401 et seq.) and the Federal Water Pollution Control Act, as amended (33 U.S.C. §§1251 et seq.) and will report violations to the Department of the Treasury and the appropriate Regional Office of the Environmental Protection Agency (EPA). The Clean Air Act (42 U.S.C. §§7401-7671q) and the Federal Water Pollution Control Act (33 U.S.C. §§1251- 1387), as amended, applies to Contracts and sub ants of amounts in excess of $100,000.00. The contractor agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal assistance provided by the American Rescue Plan Act funding. The Contractor agrees to report each violation to the COUNTY, understands, and agrees that the COUNTY will, in turn, report each violation as required to assure notification to the Department of Treasury/Federal Agency and the appropriate EPA Regional Office. Page 16 of 55 2247 Contract Work Hours and Safet'% Standards Act (40 U.S.C. §§ 70 - 70 ). Where applicable, which includes all FE A grant and cooperative agreement programs, all contracts awarded by the County in excess of$100,000 that involve e employment of mechanics or laborers,and construction work must comply with 40 U.S.C. §13702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). Under 40 U.S.C. §3702 of the Act,each Contractor must compute the wages of every mechanic and laborer on the basis of a standard work week of forty( 0)hours. Work in excess of the standard work week is pernuissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of forty (40) hours in the work week. The requirements of 40 U.S.C. §3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous,or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. Compliance with the Contract Work Hours and Safety Standards Act. (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work,which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation;liability far unpaid wages;liquidated damages. In the event of any violation of the clause set forth in Paragraph ( )(1) of this section,the Contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated Damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in Paragraph(b)(1)of this section, in the sum of $32 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in Paragraph( )(1)of 29 C.F.R. §5.5. (3) Withholding for unpaid wages and liquidated damages. (i) Withholding process. The Federal agency may, upon its own action or upon written request of an authorized representative of the Department of Labor, withhold or cause to Page 17 of 55 2248 ................................................................................................... be kkithheld From the contractor so much of the accrued payments or advances as may be considered necessary to satisfy the liabilities of tine prime,, contract or any subcontractor for any unpaid wages- monetary relief, including interest,- and i lquidated damages required by the Clauses set forth in this paragraph (b) on this contract, any other federal contract vith. the same prime contractor,or any other federally assisted contract subject to the Contract Work Hours and Safety Standards Act that is held by the same prime contractor (as defined in § 5.2), rhe necessary funds may be withheld from the contractor under this contract, any other federal contract with the sarne prime contractor,or any other federally assisted contract that is subject to the Contract Work Hours and Safety Standards Act and is held by the same prime contractor, regardless of whether the other contract was 0 awarded or assisted by the same agency, and such funds may be used to satisfy the contractor liability for which the funds were withheld. (n) Priority to withheld funds. The Department has priority to funds with-held or to be withheld in accordance with paragraph (a)(,2)(i) or(b)(3)(1) of C.F.R. § 5.5 or both, over claims to those Funds by:. (A) A contractor's surety(ies), including without limitation performance bond Sureties and payment bond sureties; (B) A. contracting agency for its reprocurement costs" (C) A trustee(s) (either a court-appointed trustee or a U.S. trustee, or both) in bankruptcy of a contractor, or a contractor's bankruptcy estate,, (D) A contractor's assignee(s),- (E) A. contractor's successor(s); or (F) A claim asserted under the Prompt Payment Act, 31 U.S.0 3901-390T (4) Subcontracts. The contractor Or Subcontractor must insert in any subcontracts the clauses set forth in 29 C.F.R. §.5,5, Paragraphs (b)(I) through (5), and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with. the clauses set forth in 29 C..F.R §5,5, Paragraphs (1) through (5). In the event of any violations of these clauses, the prime contractor, and any subcontractor(s) responsible will be liable for any unpaid wages and nwrietary relief, including riClUding interest from the date of the underpayment or loss, due to any worker-, of tower-tier subcontractors, and associated liquidated damages and may be subject ect to debannent, as appropriate. Anti-retaliation. It is unlawful for any person to discharge, demote, inurnidate, threaten, restrain, coerce, blacklist, harass, or in any Page 18 of 55 2249 other manner discriminate against, or to cause any person to discharge, demote, intimidate, threaten, restrain, coerce, blacklist, harass, or in any other manner discriminate against, any worker or job applicant for: (i)Notifying any contractor of any conduct which the worker reasonably believes constitutes a violation of the Contract Work Hours and Safety Standards Act (CWHSSA) or its implementing regulations in this part; (ii)Filing any complaint,initiating,or causing to be initiated any proceeding,or otherwise asserting or seeking to assert on behalf of themselves or others any right or protection under CVvFHSSA or this part; (iii)Cooperating in any investigation or other compliance action, or testifying in any proceeding under CWHSSA or this part; or (iv) Informing any other person about their rights under CVv1HSSA or this part." `ghts to Inventions Made Under a Contract or Agreement. If the Federal award meets the definition of"funding agreement"under 37 CFR §401.2 (a) and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental,developmental,or research work under that"funding agreement,"the recipient or subrecipient must comply with the requirements of 37 CFR Part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements,"and any implementing regulations issued by the awarding agency. D) Debarment and Suspension (Executive Orders 12549 and 12689) A contract award under a "covered transaction" (see 2 CFR §180.220) must not be made to parties listed on the government-wide exclusions in the System for Award Management(SAM), in accordance with the OMB guidelines at 2 C.F.R. Part 180 that implement Executive Orders 12549 (3 C.F.R. Part 1986 Comp., p. 189) and 12689 (3 C.F.R. Part 1989 Comp., p. 235), "Debarment and Suspension" and the Department of Homeland Security's regulations at 2 C.F.R. Part 3000 (Nonprocurement Debarment and Suspension). SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. SAM exclusions can be accessed This contract is a covered transaction for purposes of 2 C.F.R.Part 180 and 2 C.F.R.Part 3000.Contractor is required to verify that none of the contractor's principals (defined at 2 C.F.R. §180.935) or its affiliates (defined at 2 C.F.R. §180.905) are excluded (defined at 2 C.F.R. §180.940) or disqualified (defined at 2 C.F.R. §180.935). The Contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. This certification is Page 19 of 55 2250 a material representation of fact relied upon by the County. If it is later determined that the contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the County, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. Bidders or Proposers agree to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. Pt. 3000,subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The Bidder or Proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions,including that the award is subject to 2 C.F.R. Part 180 and the Department of the Treasury's implementing regulation at 31 C.F.R. Part 19. E) Byrd Anti-Lobbying Contractors that apply or bid for an award exceeding $100,000 must file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. §1352. Each tier must also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient who in wrn will forward the cerfification(s) to the awarding agency. If the award exceeds $100,000, the attached certification must be signed and submitted by the Contractor to the County. F) Comphance with Procurement of Recovered Materials as set forth in 200.323. The Contractor must comply with Section 6002 of the Solid Waste Disposal Act, as amended, by the Resource Conservation and Recovery Act. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 C.F.R. Part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition,where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. In the performance of this contract,the Contractor shall make maximum use of products containing recovered materials that are EPA-designated items unless the product cannot be acquired— 1.Competitively within a timeframe providing for compliance with the contract perform ance schedule; 2. Meeting contract performance requirements; or 3. At a reasonable price. Page 20 of 55 2251 Information about this requirement, along with the list of EPA-designated items, is available at EPA's Comprehensive Procurement Guidelines website, ,'A V_, The Contractor also agrees to comply with all other applicable requirements of Section 6002 of the Solid Waste Disposal Act. The Contactor should, to the greatest extent practicable and consistent with the law, purchase, acquire, or use products and services that can be reused,refurbished,or recycled; contain recycled content, are biobased, or are energy and water efficient; and are sustainable. ) Prohibition on certain telecommunications and video surveillance services or equipment as set forth in 2 CFR § 200.216. (a)Definitions.As used in this clause, the terms backhaul; covered foreign country; covered telecommunications equipment or services; interconnection arrangements; roaming; substantial or essential component; and telecommunications equipment or services have the meaning as defined in FEMA Policy 405-143-1, Prohibitions on Expending FEMA Award Funds for Covered Telecommunications Equipment or Services, as used in this clause— (b)Prohibitions. 1) Section 889(b) of the John S. McCain National Defense Authorization Act for Fiscal Year2019,Pub. L.No. 115-232,and 2 C.F.R. § 200.216 prohibit the head of an executive agency on or after Aug.13, 2020, from obligating or expending grant, cooperative agreement, loan, or loan guarantee funds on certain telecommunications products or from certain entities for national security reasons. 2)Unless an exception in paragraph(c)of this clause applies,the contractor and its subcontractors may not use grant, cooperative agreement, loan, or loan guarantee funds from the Federal Emergency Management Agency to: i. Procure or obtain any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology of any system; ii. Enter, extend, or renew a contract to procure or obtain any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system,or as critical technology of any system, iii. Enter, extend, or renew contracts with entities that use covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system; or iv.Provide,as part of its performance of this contract, subcontract,or other contractual instrument, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. (c) Exceptions. 1)This clause does not prohibit contractors from providing— i. A service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or Page 21 of 55 2252 ..................................................__.. is. Telecom mun i earl ons equipment that cannot route or redirect user data traffic or permit -visibility into any user data or packets that such equipment transmits or otherwise handles. 2! By necessary implication and reOulation, the proliNtions also do not apply to : I I Covered telecommunications CqU1 pinent or ser',,ices that: a. Are not used as a substantial or essential component of any sy�item-1 and b. Are not used as critical technology of any system. i.i, Other telecommunications equipment or scr�iccs that are not considered covered telecommunications equipment or services. 31Report.ing requirement. I) In the event the contractor identifies covered telecommunications equipment or services used as a substantial or essential component of any system, or as critical technology as part. of any system, during contract performance, or the contractor is notified of such by a subcontractor at any tier or by any other source, the contractor shall report the information. in paragra 1._ ph (d)(2) ofthis clause to the recipient or subrecipient., unless elsewhere in this contract are established procedures for reporting the information, 2) The Contractor shall report the fbIlowing information pursuant to paragraph (d)(1) of this clause: i. Within one business day from the date of' such. identification or notification: The contract number, the order nurnber(s), if applicable-, supplier namc; supplier unique entity identifier (if known)-, supplier Commercial and Government Entity (CAGE) code (if known), brand-, model number (original equipment manufacturer number, manufacturer part number, or wholesaler number),- item description; and any readily awallable information about mitigation Ligation actions under-taken or recommended. ii. Within 10 business days of submitting the information in paragraph. (d)(2)(i) of this clause: A.ny further available information about mitigation actions undertaken or recommended. In addition, the contractor shall describe the efforts it undertook to prevent use or submission of covered telecommunications equipment or services, and any additional efforts that will be incorporated to prevent future use or submission of' covered telecommunications equipment or services. (e)Subcontracts. The Contractor shall insert the substance of'this clause, including this paragraph (e), in all subcontracts and other contractual instruments," H) Ronie fic Preference for Procurements as set forth in 2 C. . , '2flfkA322w The County and Contractor should, to the greatest extent practicable,, provide a preference for the purchase., acquisition, or use of goods, products, or materials produced in the L"nited States (including but not limited to iron, aluminum, steel, �ement, and other manufactured products).These requirements of thissection must be included in all subawards including contracts and purchase orders for work or products Linder federal award. For purposes of this section: Page 22 of 55 2253 (1) "Produced in the United States" means, for iron and steel products, that all manufacturing processes, from the initial melting stage through the application of coatings,occurred in the United States. (2) "Manufactured products"means items and construction materials composed in whole or in part of non-ferrous metals such as aluminum; plastics and polymer- bascd products such as polyvinyl chloride pipe; aggregates such as concrete; glass, including optical fiber; and lumber. 1) Copeland "Anti-Kickback" Act 12 C.F.R. 200, Appendix 11 (D)L40 U.S.C. §3145). This section applies if the contract is in excess of$2,000 and pertains to construction or repair, and further, if required by Federal program legislation. Contractor shall comply with the Copeland "Anti-Kickback" Act (40 U.S.C. §3145), as supplemented by Department of Labor regulations (29 C.F.R. Part 3), "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States"). The Act provides in part that Contractor shall be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which it is otherwise entitled. The County shall report all suspected or reported violations to the Department of the Treasury. 5. Other Federal and/or Department of the Treasury Requirements (as applicable) Section 602(b) of the Social Security Act (the Act), as added by Section 9901 of the American Rescue Plan Act (ARPA), Pub. L. No. 117-2 (March 11, 2021), authorizes the Department of the Treasury(Treasury)to make payments to certain recipients from the Coronavinis State Fiscal Recovery Fund and the Coronavirus Local Fiscal Recovery Fund (Fiscal Recovery Funds). Monroe County shall not enter into a Contract or make any distributions of funds to Contractor using monies from the Fiscal Recovery Funds absent Contractor's agreement and adherence to each to and condition contained herein. The Contractor and its sub-contractors must follow the provisions set forth herein, as applicable, including but not limited to: A) Americans with Disabilities Act of The Contractor will comply with all the requirements as imposed by the AA, the regulations of the Federal government issued thereunder, and the assurance by the Contractor pursuant thereto. B) Disadvantaged Business Enterprise (DBE) Polici and Obligation. It is the policy of the County that DBE's, as defined in C.F.R. Part 26, as amended, shall have the opportunity to participate in the performance of contracts financed in whole or in part with County funds under this agreement. The DBE requirements of applicable federal and state laws and regulations apply to this Agreement. The County and its Contractor agree Page 23 of 55 2254 to ensure that DBE's have the opportunity to participate in the performance of the Agreement. In this regard, all recipients and contractors shall take all necessary and reasonable steps in accordance with 2 C.F. - §200.321 (as set forth below), applicable federal and state laws and regulations to ensure that DBE's have the opportunity to compete and perform contracts. The County and Contractor and subcontractors shall not discriminate on the basis of race, color, national origin, or sex in award and performance of contracts, entered pursuant to this Agreement. C.F.R. � 200.321 CONTRACTING WITH SMALL AND MINORITY BUSINESSES. WOMEN'S BUSINESS ENTERPRISES, AND LABOR SURPLUS AREA FIRMS a. If the Contractor, with the funds authorized by this Agreement, seeks to subcontract goods or services then, in accordance with 2 C.F.R. §200.321, the CONTRACTOR shall take the following affinnative steps to assure that minority businesses, women's business enterprises, and labor surplus area firms are used whenever liossible. b. Affirmative steps must include: (1) Placing qualified small and minority businesses and women's business enterprises on solicitation lists; (2) Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources; (3) Dividing total requirements, when economicall,, feasible,into smaller tasks or quantities to permit maximum participation by small and minority businesses,and women's business enterprises; (4) Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority businesses, and women's business enterprises; (5) Using the services and assistance, as appropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce. (6) Requiring the Prime contractor, if subcontracts are to be let, totake the affirmative steps listed in paragraph(1)through(5)of this section. Access to Records. Contractor and its successors, transferees, assignees, and subcontractors acknowledge and agree to comply with applicable provisions governing the access to records, accounts, documents, infort-nation, facilities and staff by the United States Department of the Treasury. Contractors must: (1) Cooperate with any compliance review or complaint investigation conducted by the Department of the Treasury;(2)Give the Department of the Treasury access to and the right to examine and copy records, accounts, and other documents and sources of information related to the grant and permit access to facilities, personnel, and other individuals and information as may be necessary, as required by the Page 24 of 55 2255 Department of the Treasury regulations and other applicable laws or program (Yuidance, and Submit timely, complete, and accurate reports to the appropriate Department of the Treasury officials and maintain appropriate backup documentation to support the reports. D) Chanaes to Contract. The Contractor understands and agrees that any cost resulting from a change or modification, change order, or constructive change of the Agreement must be within the scope of any Federal grant or cooperative agreement that may fund this Project and be reasonable for the completion of the Project. Any contract change or modification, change order or constructive change must be approved in writing by both the County and Contractor. E) Executive C2MRERsation. As required by 2 C.F.R. Part 170, Appendix A, the Contractor must report the names and total compensation of its five most highly compensated executives and the names and total compensation of the five most highly compensated executives of its subcontractors for the preceding completed fiscal year if: (a) the total federal funding authorized to date under the award funding this Agreement equals or exceeds S30,000.00 as defined in 2 C.F.R. §170.3 20; (b) the Contractor received 80 percent or more of its gross revenues from federal procurement contracts(and subcontracts)and federal financial assistance subject to the Transparency Act, as provided by 2 C.F.R. §170.320(and subcontracts); (c) the Contractor received $215,000,000.00 or more in annual gross revenues from federal procurement contracts (and subcontracts) and federal financial assistance subject to the Transparency Act, as defined in 2 C.F.R. §170.320 (and subcontracts); and (d) the public does not have access to information about the compensation of the executives through periodic reports filed under Section 13(a) or 15(d) of the Securities Exchange Act of 1934(15 U.S.C. 78m(a),78o(d))or Section 6104 of the Internal Revenue Code of 1986. To determine if the public has access to the compensation information, see US. Security and Exchange Commission total compensation filings at http, M rs, F) No The Federal Government is not a party to this contract and is not subject to any obligations or liabilities to the County/non- Federal entity,contractor or any other party pertaining to any matter resulting from the contract. G) ts or Related Acts. The contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the Contractor's actions pertaining to this contract. Page 25 of 55 2256 H) The Contractor shall utilize the U.S. Department of Homeland Security's E-Verify system to verift the employment eligibility of all new employees hired by the Contractor 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 employment eligibility of all anew employees hired by the subcontractor during the Contract term. 1) 'The Contractor will be bound by the terms and conditions of the Federally Funded State & I-ocal Fiscal Recovery Fund Financial Assistance Agreement between the County and the United States Department of Treasury attached hereto as Attachment A and made a part of this Agreement, J) The Contractor shall hold the United States and County harmless against aft claims of whatever nature arising out of the Contractor's performance of work under this Agreement, to the extent allowed and required by law, K) E�nergv Efficiencv, IF applicable, the Contractor will comply with the Enemy Policy and Conservation Act (P,L. 9,4-163: 42 U,S.C. §§62-01-64221) and with all mandatory standards and policies relatinIg to energy efficiency and the provisions of the state Energy Consen,ation Plan adopted pursuant thereto, L) Conflicts of Interest. The Contractor understands and agrees it must maintain a conflict-of-Interest policy consistent with 2 C.KRf § 200.318(c) and that SUch conflict-of-interest policy is applicable to each activity funded under the federal award as set forth in Attachment A. The Contractor and subcontractors must disclose in writing to 'Treasury or the pass-through entity, as appropriate, any potential conflict of interest affecting the awarded funds in accordance with 2 C1.R. § 200 112, M) Remedial Actions. In the event of the Contractor's noncompliance with Section 602 of the Act, other applicable laws, Treasury's implementing regulations, guidance, or any reporting or other prograrn requirements, Treasury may impose additional conditions on the receipt of a subsequent tranche Of tutUre award funds, if any, or take other available remedies as set forth in 2 C.F.R. § 200.339, In the case of violation of Section 602(c)of the Act regarding the use of funds, previous payments shall be subject to recoupment as provided in Section 602(e) OF the Act and any additional payments may be sub)I ect to withholding as provided in Sections 602(b)(6)(A)(il)(111) of the Act, as applicable. N, coirrr Hance with Federal Law Re-ulations and Executive Orders. This is an acknowledgment that Department of the Treasury (Treasury) financial assistance will be used to fund the contract only. The Contractor agrees to comply with the requirements of Sections 602 and 603 of the Act, regulations adopted by Treasury pursuant to Sections 602(f�and 603(f) of the Act, and guidance issued by Treasury regarding the foregoing, The Contractor also agrees to comply with all Other Page 26 of 55 2257 applicable federal statutes, regulations, and executive orders, and the Contractor shall provide for such compliance by other parties in any agreements it enters into with other parties relating to this award. Federal regulations applicable to this Department of Treasury award include, without limitation,the following: L Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards, 2 C.F.R. Part 200, other than such provisions as Treasury may determine are inapplicable to this award and subject to such exceptions as may be otherwise provided by Treasury. Subpart F—Audit Requirements of the Uniform Guidance, implementing the Single Audit Act, shall apply to this award. ii. Universal Identifier and System for Award Management(SAM),2 C.F.R. Part 25,pursuant to which the award to set forth in Appendix A to 2 C.F.R. Part 25 is hereby incorporated by reference. iii. Reporting Subaward and Executive Compensation Information,2 C.F.R. Part 170,pursuant to which the award to set forth in Appendix A to 2 C.F.R. Part 170 is hereby incorporated by reference. iv. OMB Guidelines to Agencies on Governmentwide Debarment and Suspension (Nonprocurement),2 C.F.R. Part 180, including the requirement to include a term or condition in all lower tier covered transactions (contracts and subcontracts described in 2 C.F.R. Part 180, subpart B)that the award is subject to 2 C.F.R. Part 180 and Treasury's implementing regulation at 31 C.F.R. Part 19. V. Recipient Integrity and Performance Matters,pursuant to which the award to set forth in 2 C.F.R. Part 200, Appendix XII to Part 200 is hereby incorporated by reference. vi. Govern mentwide Requirements for Drug-Free Workplace 31 C.F.R. Part 20. vii. New Restrictions on Lobbying, 31 C.F.R. Part 21. viii. Uniform Relocation Assistance and Real Property Acquisitions Act of 1970 (42 U.S.C. §§ 4601-4655) and implementing regulations. ix. Generally applicable federal environmental laws and regulations. 0) Hatch Act. The Contractor agrees to comply, as applicable, with requirements of the Hatch Act(5 U.S.C. §§ 1501-1508 and 7324-7328),which limit certain political activities of State or local government employees whose principal employment is in connection with an activity financed in whole or in part by this federal assistance. Page 27 of 55 2258 P) False Statements. The Contractor understands that making false statements or claims in connection with this award is a violation of federal law and may result in criminal, civil, or administrative sanctions, including fines, imprisonment, civil damages and penalties,debarment from participating in federal awards or contracts, and/or any other remedy. Q) Publications. Any publications produced with funds from the federal award as set forth in Attachment A must display the following language: "This project [is being] [was] supported, in whole or in part,by federal award number[enter project FAIN] awarded to [name of Recipient]by the U.S. Department of the Treasury." R) Debts Owed the Federal Government. a, Any funds paid to the Contractor (1) in excess of the amount to which Contractor is finally determined to be authorized to retain under the terms of this award as set forth in Attachment A; (2) that are determined by the Treasury Office of Inspector General to have been misused; or(3) that are determined by Treasury to be subject to a repayment obligation pursuant to Sections 602(e) and 603(b)(2)(D) of the Act and have not been repaid by Contractor shall constitute a debt to the federal government. b. Any debts determined to be owed the federal government must be paid promptly by Contractor. A debt is delinquent if it has not been paid by the date specified in Treasury's initial written demand for payment,unless other satisfactory arrangements have been made or if the Contractor knowingly or improperly retains funds that are a debt as defined in Paragraph 14(a)of the federal award as set forth in Attachment A. Treasury will take any actions available to it to collect such a debt. S) Disclaimer. a. The United States expressly disclaims any and all responsibility or liability to the Contractor or third persons for the actions of Contractor or third persons resulting in death, bodily injury, property damages, or any other losses resulting in any way from the performance of this award or any other losses resulting in any way from the performance of services funded under the federal award as set forth in Attachment A or any other losses resulting in any way from the performance of services pursuant to any contract, or subcontract under this award. b. The acceptance of these funds provided by the federal award as set forth in Attachment A by the Contractor does not in any way establish an agency relationship between the United States and the Contractor. T) Protections for Whistleblowers. a. In accordance with 41 U.S.C. § 4712, the Contractor may not discharge, demote, or otherwise discriminate against an employee in reprisal for disclosing to any of the list of persons or entities provided below, Page 28 of 55 2259 information that the employee reasonably believes is evidence of gross mismanagement of a federal contract or grant, a gross waste of federal funds, an abuse of authority relating to a federal contract or grant, a substantial and specific danger to public health or safety, or a violation of law, rule, or regulation related to a federal contract (including the competition for or negotiation of a contract) or grant. b. The list of persons and entities referenced in the paragraph above includes the following: i. A member of Congress or a representative of a committee of Congress; ii. An Inspector General; iii. The Government Accountability Office; iv. A Treasury employee responsible for contract or grant oversight or management; v. An authorized official of the Department of Justice or other law enforcement agency; vi. A court or grand jury; or vii. A management official or other employee of Recipient, contractor, or subcontractor who has the responsibility to investigate, discover, or address misconduct. c. The Contractor shall inform its employees in writing of the rights and remedies provided under this section,in the predominant native language of the workforce. U) Increasing Seat Belt Use in the United States.Pursuant to Executive Order 13043, 62 FR 19217(Apr. 18, 1997),the Contractor is encouraged to adopt and enforce on-the-job seat belt policies and programs for its employees when operating company-owned, rented, or personally owned vehicles and encourage its subcontractors to adopt and enforce on-the-job seat belt policies and programs for their employees when operating company-owned, rented, or personally owned vehicles. V) Reducing, Text Mess yin`� While Driving. Pursuant to Executive Order 13513, 74 FR 51225 (Oct. 6, 2009), the Contractor should encourage its employees, subrecipients, and subcontractors to adopt and enforce policies that ban text messaging while driving, and the Contractor should establish workplace safety policies to decrease accidents caused by distracted drivers. Page 29 of 55 2260 PROPOSAL FORM PROPOSAL TO: Monroe County Facilities Maintenance 1.23 Overseas Highway- Rockland Key Key West,FL 33040 The undersigned, having carefully examined the Work and reference Drawings. Specifications, Proposal, and Addenda thereto and other Contract Documents for the construction of: and hay in{;carefully examined the site where the Work is to be performed, having become familiar with all local conditions including labor affecting the cost thereof, and having familiarized himself with material availability,Federal, State, and Local laws, ordinances, rules and regulations affecting performance of the Work, does hereby propose to famish all labor, mechanics, superintendents, tools, material,, equipment, transportation services, d all incidentals necessary to perform and complete said Work and work incidental hereto, in a workman-like manner,in conformance with said Drawings,Specifications,and other Contract Documents including Addenda issued thereto. The undersigned farther certi fies that he"she has personally inspected the actual location of where the Work is to be per-formed,ed,together with the local sources of Supply and that he/she understands the conditions under which the Work is to be performed. The proposer shall assume the risk of any and all costs and delays arising from the existence of arty subsurface or other latent physical condition which could be reasonably anticipated by reference to documentary information provided and made available, and from inspection and examination of the site. The undersigned agrees to commence performance of this Project within 'Ten (10) calendar days after the date of issuance to the undersigned by Owner of the Notice to Proceed/Purchase Orderli r Task Order. Once commenced, undersigned shall diligently continue performance until completion of the Project. The undersigned shall accomplish Final Completion of the Project within Thirty (30)days,thereafter,unless an extension of nme is granted by the County. Page 30 of 55 2261 The Base Proposal shall be furnished below in words and numbers. If there is an inconsistency between the two,the Proposal in words shall control. ..... ........ __ " ., Dollars. (Total Base Pr)posal- rrds) S - - _ --Dollars. (Total Base Proposal—numbers) I acknowledge Alternates as follows:N/A I acknowledge receipt of Addenda No.(s)or None No. Dated No. Dated Page 31 of 55 2262 In addition, Proposer states that he/she has provided or will provide the County, along with this Proposal, a certified copy of Contractor's License, Monroe County Business Tax Receipt, and Certificate of Insurance showing the minimum insurance requirements for this project. Execution by the Contractor must be by a person with authority to bind the entity. By signing this agreement below,the Contractor has read and accepts the terms and conditions set forth by the Monroe County General Requirements for Construction found at the link on the Monroe County web page: htip://fl-monroecountv.civicplus.com/Bids.as�.Qatl�D--18; AND accepts all of the terms and conditions and all Federal required contract provisions herein. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed by their duly authorized representatives, as follows: Contractor: Mailing Address: - .... 114 Phone Number: E.I.N.: Email: Date: q/,J5—/,ZCZ4iSigned: ,WN, me Title re mag The County accepts the above proposal: MONROE COUNTY, FLORIDA Date: By: County Administrator or Designee MMRM CMMW ArMFOWY-S OWMI J% As Page 32 of 55 pis= aNer DATE: 2263 NON-COLLUSION AFFIDAVIT I—Vinca,341 � of the city of according to,14w on my oath, and under penalty of perjury, depose and say that: a. l am....' _w. _._ of the irm of ._... w the bidder making the Proposal for the pr ject described in the Request for Pr p saIs 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 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. � �-�- F4 k � ' vz/f�jz':�Z4 (Signa ure _f. ron_.s*A (Date) 'vow, r, is „ t- ---------------------------- Subscriibed and sworn to (or affirmed) before me, by means of physical presence or ® online notarization, on (date) by SCOwli (name of affiant). QShe is personally known to me or § rcl (type of identification)as identification. NCJTAR'�f`PUBLIC ....____. .�._.w.._n�.. .._. My commission expires:_,..µ .... 449 MPso L) #1Rf 04976er 21,2023 Page 33 of 55 2264 LOBBYING AND CONFLICT OF INTEREST CLAUSE SWORN STATEMENT UNDER ORDINANCE NO. 010-1990 MONROE COUNTY, FLORIDA ETHICS CLAUSE u , mv+ F1 (Cor any) 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. 010-1990 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". (Signature) Date: ._ µ r Subscribed and sworn to (or affirmed) before me, by means of physical presence or 11 online notarization, onww ....__. _.___. .20 ate) by personallyknown to me _ b (name of aflsant). She is or roduce as identification. (Type of identification) NOTA" Pi LlC _ My commission expires: (9:R1MYC E5TOMPSONH UNMY ® S�NHI6049786 S.o21,202 Page 34 of 55 2265 DRUG-FREE WORKPLACE F'ORM The uzadcr;IV GCa:f N c.tor an aa"a:4srataanc',e 1 �tE"� �k"1�4.nrant a St,6LEtc Sec. 2,87 087 hereby certifies that: sa (Name of i 1-Si ,c. ,N l, Publish a statement notifying employees that the unlawfil manufacture, distribution., dispensing, possession., or use of a controlled substance is prolubited in the workplace and specifying the actions that will be taken against employees for v iolatlons of such prohibition. 1 Inform emaployees about the dangers of dnzg abuse in the workplace, the business's policy of maintaining a druc-free workplace, any available dram counseling,lirng, 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 tinder bid a copy of the statement specified in ,subsection (1). 4. In the statement specified in subsection (.1.). no nfv the employees that, as a condition of working on the commodities or contractual ,services that are under bid, the employee will abide by the termus 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 (Plorida Statutes) or of any controlled substance lave 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 satisfaactory participation.in a dru;abuse assistance or rehabilitation protwrazn ifsuch 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 firms complies fully with the above requirements. rr os c 441a nature lzr ------------- �� bate i � a �(/l Subscribed and sworn to (or affirined)before rxnn; by rnewls of dJophysical presence or I 1 online tno'tartzataom on (daty)b � �..._... tauno, uffaffuaat . Iaa ltezt�<rnall kzaar(tyl�cwn aoido ti lafLs aGwoatiasodc .of _...Y , ..__ ... ...._ _..._ s identification, 10 N0TAkY PUBLIC (SE., ,) :ply t,°orninissionn Expires. C_ �0 Page 35 of 55 2266 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, proposals, or replies 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 V� (Respondent's name) nor any Affiliate has been pl d on t co T ted vendor list within the last thirty-six(36) months. (S'ignaturlg) Date: Subscribed and sworn to (or affirmed)before me, by means of Ophysical presence or Cl online notarization, on the day of 2 (date), "e (name of affiant). is p 0�� e e known or je e of identification) as identificati, _NOT tFRVY'-F_UBL_1C (SEAL) My Commission Expires, RICK E.RICK C .2 0 So� L MMW N 6 4 6 EXPUtBS:0cf0ber 21,2028 0 8 WZE.-P bF, 20U2 Page 36 of 55 2267 VENDOR CERTIFICATION DIN SCRUTINIZED COMPANIES LISTS Pro ect Descri tion s " Respondent Vendor Name: nc Vendor FEIN ._.� ..._. _..... ' ."i��... w� __...�. � , Vendor's Authorized Repr sentativ ~_ew Address. e Name and Ti , ..� "" � ��n, t� ,�. 'l .� State; V, l.. .._. _ dip . City: Phone Number Email Address . 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 Terrorism Sectors 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 fisted on either the Scrutinized Companies with Activities in Sudan List,the Scrutinized Companies with Activities in the Iran Terrorism Sectors 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 Terrorism Sectors List or been engaged in business operations in Cuba or Syria. Vendor has reviewed Section 287.135, Florida Statutes,and in accordance with such provision of Florida law, is eligible to bid on,submit a proposal for,or enter into or renew a contract with Monroe County for goods or services. Certified By: "LL ._._ who is authorized to sign on behalf of the above referenced company. Authorized Si nature Print Name:_ . . .. .. ...:_. Title:.m Note:The List are available at the following Department of Management Services Site: � If,;t ail a,lffl Wff d�(.h.l ._.f.°.fP1i,aV k(I IPA ' n rile I I? va Page 37 of 55 2268 AFFIDAVIT ATTESTING TO NONCOERCIVE CONDUCT FOR Name IrvLABOR�K SERVICES- Entity/Vendor 1 Vendor FEIN: Vendor's Authorized Representative (Name and Title) Address: VN . ,Im �_ � n City State: 7 Zip:_ &� Phone Number, � � Email Address: As a nongovernmental entity executing, renewing, or extending a contract with a government entity, Vendor is required to provide an affidavit under penalty of perjury attesting that Vendor does not use coercion for labor or services in accordance with Section 787.06,Florida Statutes. As defined in Section 787.06(2)(a),coercion means: 1. Using or threating to use physical force against any person; 2. Restraining, isolating, or confining or threating to restrain, isolate, or confine any person without lawful authority and against her or his will; 3. Using lending or othercredit methods to establish a debt by any person when laboror services are pledged as a security for the debt, if the value of the labor or services as reasonably assessed is not applied toward the liquidation of the debt,the length and nature of the labor or service are not respectively limited and defined; 4. Destroying, concealing, removing, confiscating, withholding, or possessing any actual or purported passport, visa,or other immigration document,or any other actual or purported government identification document,of any person; 5. Causing or threating to cause financial harm to any person; 6. Enticing or luring any person by fraud or deceit;or T Providing a controlled substance as outlined in Schedule I or Schedule II of Section 893.03 to any person for the purpose of exploitation of that person. As a person authorized to sign on behalf of Vendor,I certify under penalties of perjury that Vendor does not use coercion for labor or services in accordance with Section 787.06. Additionally, Vendor has reviewed Section 787.06,Florida Statutes,and agrees to abide by same. CertifiedBy: w . 1" ...:.i ..._... _.� -- — ----- who is authorized to sign on behalf o `the above referenced company. Authorizedi ' Signature, � _ R _ Title: ') t Print Name:e I""t_... -- Page 38 of 55 2269 A N 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: I. 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 paidOTwill 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. 1 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. If any 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 commitment providing for the United States to insure or guarantee a loan, the undersigned shall complete and submit Standard Form-LLL, "Disclosure of Lobbying Activities," in accordance with its instructions. Submission of this statement 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 statement shall be subject to a civil penalty of not less than $10,000 and not more than$100,000 for each such failure. The Contractor,mi—rti—o-iA--$catdfy_cAL--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 mid Statements,apply to this certification and disclosure, if any. Sir ature t r's uthoriz ��Offlctial /15/ZOZq nfticial Date Name and Title of Contractor's Authorized Page 39 of 55 2270 DISCLOSURE OF LOBBYING ACTIVITIES Approved by OW Complete this form to jlsclqkq lobbying activities pursuant to 31 U.S.Cm 1352 03494M (See reverse for public burden disclosure) .............................. 1.Type of Federal Action: 2. Status of Federal Action: a. Ot bidfolferlapplIcation 0.initial filing grant initial award b-material change C.cooperative agreement c.post-award For Material Change Only: d. an ye r uarter. ............................... e- an guarantee I ate of last report f.loan insurance ,Ckan�e�ndAddress--of.-Reporling Entity: S,If Reporting Entity In No.4 is a Subawardee,Enter Name op SubmMdft and Address of Prime: Tier- if District 0 Ict,C n resslanal DisU_.hown,_ _q; rftw 6.Federal DepartmentlAgency: 7.Federal Program NamelDescrotion: CFDA Number,ff#gpjk4bjL 8.Federal Action Number,if kW,9Wq- 9.Award Amount,d hp ............. ......... 10.a.Name and Address of Lobbying Registrant b.Individuals Performing Services(including address if (if individual,last name,&d name, dMerent hom No- 10MI (last name,fir6t name, Ml� 31 u-sf--I*'- Signature: I'M' M& d W&O�ad-ws a a nMaW mpmommkm d ba "' Print Name: a wand am M&dwlmm 4 rm*Avd M%OKM?M KSXL IMI Ttm "*M"Wom 440 tw MpWM tax ow CWV&ft twkt4miaw aw WN be MANAW be pMr kopk*M- Aft ww*a*W MjW I*Ow im4,AkW dhxb*M*4a 9* Title: ubjeft ib,a&A wnwy 4 ma Wft"MM*W no fffte*on MUM MW efth*Wh hwom Telephone No.: Date: L oc Federal Use Only: =ard F=U ........... Page 40 of 55 2271 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 a covered ederal action,or a material change to aprevious filing,pursuant to title 3 1 U.S.C. section 1352.The filing of a form is required for each payment or agreement to make payment to any 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.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. 1.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 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 codc 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 I st 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 to commitment-Include at least one organizational 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 to commitments. 8.Enter the most appropriate Federal identifying number available for the Federal action identified in item I (e.g., Request for Proposal(RFP) number; Invitation for Bid ( )number; grant announcement number; the contract,grant,or to award number;the application/proposal control number assigned by the Federal agency).Include prefixes,e.g.,"RFP-DE-90-00 1." 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 commitment 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 registrant under the Lobbying Disclosure Act of 1995 engaged by the reporting entity identified in item 4 to influence 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). 11.The certifying official shall sign and date the form,print his/her name,title,and telephone number. According to the Paperwork Reduction Act.as amended,no persons are required to respond to a collection of information unless it displays a valid OMB Control Number.The valid OMB control number for this information collection is OMB No.0348-0046.Public reporting burden for this collection of information is estimated to average 10 minutes per response,including time for reviewing instructions,searching existing data sources,gathering and maintaining the data needed,and completing and reviewing he collection of information.lend 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(0348.4046),Washington,DC 20503. Page 41 of 55 2272 INSURANCE REQUIREMENTS AND FORMS MONROE COUNTY,FLORIDA RISKMANAGEMENT POLICY AND PROCEDURES General Insurance Requirements For Other Contractors,Subcontractors and Professional Services As a pre-requisite of the work and services governed, or the goods supplied under this contract (including the prc-staging of personnel and material), the Contractor shall obtain, at his/her own expense, insurance as specified in any attached schedules, which are made part of this contract. The Contractor will ensure that the insurance obtained will extend protection to all Subcontractors engaged by the Contractor. Alternatively, the Contractor may require all Subcontractors to obtain insurance consistent with the attached schedules. The Contractor will not be permitted to commence work governed by this contract (including pre- staging of personnel and material) until satisfactory evidence of the required insurance has been furnished to the County as specified below. Delays in the commencement of work, resulting from the failure of the Contractor to provide satisfactory evidence of the required insurance, shall not extend deadlines specified in this contract and any penalties and failure to perform assessments shall be imposed as if the work commenced on the specified date and time,except for the Contractor's failure to provide satisfactory evidence. The Contractor shall maintain the required insurance throughout the entire to of this contract and any extensions specified in the attached schedules.Failure to comply with this provision may result in the immediate suspension of all work until the required insurance has been reinstated or replaced. Delays in the completion of work resulting from the failure of the Contractor to maintain the required insurance shall not extend deadlines specified in this contract and any penalties and failure to perform assessments shall be imposcd as if the work had not been suspended,except for the Contractor's failure to maintain the required insurance. The Contractor will be held responsible for all deductibles and self-insured retentions that may be contained in the Contractor's Insurance policies. The Contractor shall provide,to the County, as satisfactory evidence of the required insurance,either: •Certificate of Insurance or •A Certified copy of the actual insurance policy. The County, at its sole option,has the right to request a certified copy of any or all insurance policies required by this contract. All insurance policies must specify that they are not subject to cancellation, non-renewal, material change,or reduction in coverage unless a minimum of thirty(30)days prior notification is given to the County by the insurer. The acceptance and/or approval of the Contractor's insurance shall not be construed as relieving the Contractor from any liability or obligation assumed under this contract or imposed by law. Page 42 of 55 2273 The Monroe County Board of County Commissioners, its employees and officials, at 1100 Simonton Street, Key West, Florida 33040, will be included as "Additional Insured" on all policies, except for Workers' Compensation. Any deviations from these General Insurance Requirements must be requested in writing on the County prepared form entitled"Request for Waiver of Insurance Requirements"and approved by Monroe County Risk Management Department. Page 43 of 55 2274 PROPOSFR'S MURANCE AND fNDENTNIFICATION STATEMENT INSURANCE RFOUIREMENTS Workers Compensation Statutory Limits Employers Liability S 1 00,000,1500,000/s 100,000 Boddy Injury by A.ccident,'Bodily Injury by Disease, policy hmits,,Bodtly Injury by Disease each employee General Liability S200,000 per Person $300,000 per Occurrence S200,000 Property Damage or S300,000 Combined Single Limit Vehicle $200,000 per Person Ovned, non-owned, and hired vehicles) $300,000 per Occurrence S200,000 Property Damage or $300,000 Combined Single Limit Builders Risk Not Required Construction Bond Not Required The Monroe County Board of County Commissioners, its employees and officials, 1100 Simonton Street, Key West., Florida .33)040, shall be named as Certificate Holder and Additional Insured on General Liability and Vehicle policies. INDEMNIFICA'FION,HOLD HARNILLESS,AND DEFENSE. Notwithstanding any minimum insurance requirements prescribed elsewhere in this agreement,Contractor shall defend,indemnify and hold the County and the County's elected and appointed officers and employees harmless from and against (i) army 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(inn)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, (A) any activity of Contractor or any of its employees, agents, contractors or other invitees during the term of this Agreement,(B)the negligence or recklessness, intentional wrongfial rnisconduct, errors or other wrongful act or ornission of Contractor or any of its employees, agents, sub-contractors or other invitees, or (C) Contractor's default 'in respect of any of the obligations that it undertakes under the ternis of this Agreement, except to the extent the claims, actions, causes of action, litigation, proceedings, costs or expenses arise from the intentional or sole negligent acts or omissions of` the County or any of its employees, agents, contractors or invitees (other than Contractor). The monetary lirintation of liability under this Page 44 of 55 2275 contract 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 as set forth in the insurance requirements included in Paragraph 3.Q. herein. Insofar as the claims, actions, causes of action, litigation, proceedings, costs or expenses relate to events or circumstances that occur during the to of this Agreement, this section will survive the expiration of the to 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 Contractor's failure topurchase or maintain the required insurance, the Contractor shall indemn-ify 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 Contractor,the Contractor agrees and warrants that the Contractor shall hold the County han-nless and shall indemnify it from all losses occurring thereby and shall further defend any claim or action on the County's behalf. United States Department of the Treasur� Indemnification To the fullest extent pen-nitted by law,the Contractor shall indemnify and hold hannless the United States Department of the Treasury and its officers and employees,from liabilities,damages,losses and costs, including, but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness or intentional wrongful misconduct of the Contractor and persons employed or utilized by the Contractor in the performance of this Contract. This indemnification shall survive the termination of this Contract. Nothing contained in this paragraph is intended to nor shall it constitute a waiver of the sovereign immunity of the United States or the County. The extent of liability is in no way limited to, reduced, or lessened by the insurance requirements contained elsewhere within this Agreement. PROPOSER'S STATEMENT I understand the insurance that will be mandatory if awarded the contract and will comply in fall with all of the requirements herein. I fully accept the indemnification and hold harmless and duty to defend as set out in this proposal. PROPOSER Signature Page 45 of 55 2276 I T I have reviewed the above requirements it the proposer named above. following deductibles ly to the corresponding policy. POLICYDEDUCTIBLES GL- 012GL00178800 $5,000 Liability li ` Occurrence Claims ade PGI of West Central Florida Insurance . m ..... ... Signature Page 46 of 55 2277 MONROE COUNTY,FLORIDA REQUEST FOR WAIVER OF INSURANCE REQUIREMENTS It is requested that the insurance requirements,as specified in the Co ty's Schedule of Insurance Requirements,be waived or modified on the following contract. Contr torNendor: Project or Service: ContractorNendor Address&Phone#: General Scope of Work: Reason for Waiver or Modification: : Policies Waiver or Modification will apply : Signature of Cou actor or: Date:..M ...., d dd.. Approved- _....................., of Approved --------- Risk Management Signature: Date: County Administrator a 1: Approved: -, .. .. ...............Not Ap rov Date- - Board d of County Commissioners appeal: Approved:_ w dot Approved:__ Meeting Date, Page 47 of 55 2278 ACO® DATE(MM/DD/YYYY) CERTIFICATE OF LIABILITY INSURANCE 12/04/2024 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE_DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsements) PRODUCER CONTACT NAME: Todd George Bouchard Insurance for WBS-TG PHONE 6 ..0 ext.6 6 FAX _ PO Box 6090 SA c,.Iio�L (86 )293 36023 lore,Noy: _ Clearwater,FL 33758-6090 ADDRIESS: I NAIC# ® ,, INSURER Zurich-American py 16535 INSURED INSURER B: Workforce Business Services,Inc.Alt.Emp:A Plus Roofing of Key West Inc "' ®" 1401 Manatee Ave.West Ste 600 INSURER C Bradenton,FL 34205-6708 INSURER D, INSURER E: ......— INSURER F COVERAGES CERTIFICATE NUMBER:24FL079807633 RE .. ........_....._. __.....................................__. ._ THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLIC.Y...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. IN7P8 ADOL COMMERCIALPEF INSURANCE..... ... I Y' POLICY EFF 1 POLICY EXP LIMIT$ „ POLICYNUMBER MMIDDIYYYYy „�MMIDDIYm EACH OCCURRENCE S __. GENERAL LIABILITY ... -...- RRENCE CLAIMS-MADE OCCUR DAMA�,`ET�RENTED PREMISES,(EaoGcurrenpe, $ 7'11 . K a MED EXP(Anyone person)PERSONAL&ADV INJURY $_. .._ ....... ,GENLAGGREGATELIMITAPPLIESPER: -. „-- GENERAL AGGREGATE $PRO-POLICY JECT LOC 24 PRODUCTS-COMPIOPAGG $q ,,, � ,�„.,,— „,.,, _tea, ..... ..... .-.- -.-.-.- ,. OTHER: I II $ AUTOMOBILE LIABILITY ...... ,..^ .$ ..... ���_,„—„�:;,• COMBINED SINGLE LIMIT _ Ea accidentl., ANY AUTO BODILY INJURY(Per person) $ ........ ,, —. .... ..... ......,.n •�� OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY ..-......_.. AUTOS HIRED I NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY _,+Per accidentl $ - UMBRELLA LIAB OCCUR EACH OCCURRENCE EXCESS LIAB f CLAIMS-MADE I AGGREGATE {$ DED COMPENSATION RETENTION .._...._....._.�.,....... ......... $ WO —is -� AND EMPLOYERS'LIABILITY "•' " -- - A OFFICER/ME TOPJPA TNERIE� N!A WC 9O-O OFFICE IME BE EXCLIERlEXECUTIVE Y� 0-818-14 12/31/2024 12/31/2025 E,L.EACHACCIDENT E,RH O $ 1 000 000 --____.DESCRIPTION,OF OPERATIONS below _....,_ _ ,,,, ,,,,,,,,, E.L.DISEASE-POLICY LIMIT I $ 1,000000 _ e (Mandatory an ato in Period: 12/31/2024 12/31/2025 Client# 050982 I ' .__....... ........... _..._�Location Coverage. � ...... .�.. .�. ... ... ... , DESCRIPTION OF OPERATIONS 1 LOCATIONS!VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Coverage is provided for A Plus Roofing of Key West Inc only those co-employees 5686 Maloney Ave of,but not subcontractors Key West,FL 33040 tU: .......�.._....... -......................-....... ... �,,. ,.,.,,�H. ,.�.,,.n.,.«„ .....�......., ...... ..�.._....�.___. CERTIFICATE HOLDER CANCELLATION Monroe County BOCC SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 1100 Simonton Street THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Key West,FL 33040 ACCORDANCE WITH THE POLICY PROVISIONS. -------- AUTHORIZEDD REPPRESE_NJTAATIVE ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and loco are reaistered marks of ACORD 2279 ACORD CERTIFICATE OF LIABILITY INSURANCE DIATE(MIN�/DDNYYY) PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION 1W1"'llll"'IVh"1 III""IIL.. IIIIIIWWWLIII' �Ill,a IIL..IIIII" LWW''. III IIIIIIII ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 8111111"1 1111,54,54 V""III""IIR11:IIIIIII'E"'W"' V"'W"'F 270 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. IIIVIIIM111 III AKES VI 33016 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURERA: AVAGUARD WN UIRAIN E COMPANY 1�111 VIIV III1'001111°IIIIII G WIII"' IIKEY WIII SW 1111111C INSURERS: W1i0 W(W..,Y 11121111.. �"u�A#3"1 INSURERC: KEY WEST',III L 330'40 INSURER D: INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. _ INSR DD' POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS GENERAL LIABILITY EACH OCCURRENCE COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED CLAIMS MADE OCCUR MED EXP IAn onere"rso" AN ! ) .-.-._... ...........--_. _ ww."._w..w '......PERSONAL&ADV INJURY ,.� ..,.,.,.-..-..-.._." ..._ .... wwww--.,.�.. ....,. GENERAL AGGREGATE f, GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG S$ POLICY'', PRO- '.....LOG COMBINED SINGLE LIMIT $ 01" 0 AUTOMOBILE ANYY AUTOIABILITY . 1"wAU551�II07 0Illlh l 11"u') 0 111W1�2025 (Ea accident) Ulill„'WJ' ALL OWNED AUTOS BODILYINJURY $ X SCHEDULED AUTOS (Per person) X. HIRED AUTOS BODILYINJURY $ : � NON-OWNED AUTOS (Peraccidenl) PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT 5 '1 k i OTHER THAN EA ACC w ANY AUTO a ,��,- AUTO ONLY:.. AGG ._www---- .,.....-..,...._ EXCESS/UMBRELLA LIABILITY EACH OCCURRENCE OCCUR CLAIMS MADE ... . ," ,.,."4 - , tea, AGGREGATE .w..... -..._. ._......_ ....1, 5- � DEDUCTIBLE WAMM tk> RETENTION +P WORKERS COMPENSATION AND WC STATU- OTH- ka— EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? E.L.DISEASE-EA EMPLOYEE' 1sf If yes,describe under ........ ................. .. - ---... �'r r E.L.DISEASE-POLICY LIMIT OTHER A PERS01111 L WMV,.IVVIt APAU558807 01106/ 11'.1 0°1106/20 IV 11111100 VF'W.'1°'LIumVWIlIL DESCRIPTION OF OPERATIONS!LOCATIONS/VEHICLES f EXCLUSIONS ADDED BY ENDORSEMENT!SPECIAL PROVISIONS WI'wll'ROE y'„L'WWNI.Y CVWCC IV L1V ED,AS ADDI WI;)ftiliIil 11111INIS RED 1"IIiI.1HE V,1.ITO IIVI':LM""II I0 III', 0 V..150,V'WI IFTFIN,,IEVIISVV'C451''lp1'IV 2. �. .. 0 "..,...„ i'. .." 5 ��,;^"t°', w: .. ..",r,„ 2 �w.,t,� q�. '7 5.,p, dC' .. 7"„ �... �',"" fi tl d ��..dl VI�IPL 1""111 W1�W VW NiLI ,MI_I��MV �IIS�� 1 1,1 VI.IVL WV1�V1"���.I'W��r,.W11LLv'I�u�1„.�� 1111�W N�I.IFL NVLaw"�11��.. lm�'I��LVI�.W�I,W��d"1"1 1.`IILI�I.°�w'I"".11�11VV�I,III��VL"�'.';'N',:'1621'R 0 VI':I"„I,.CTA. UP,WD TBRI . 4197V4'W'4IWI.I"1"1"189 11114T'� 16541HT1..I'MI"VF11111'H631'''I'33 01' 04 11'RD 1 150-VW#1 IFTFUN 2W94NBNill11'N6% CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION VN,;IIWI IIWV CO IIIN")""'lll'"LOCC DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN 1100 SIMONTON ST NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR 111L`,II W'L 1" 1111 VJVVI'1 ''.... REPRESENTATIVES. AUTHORIZED REPRESENTATIVE " ^ ACORD 25(2001/08) ;ACORD CORPORATION 1988 2280 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). 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). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25(2001108) 2281 ACC> CERTIFICATE OF LIABILITY INSURANCE °ATE(WMM'°°"r""Y' 12/04/2024 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. T-. e certl Irate io er Is an ,t e po rcy Ies' must a en arse su ject to the terns and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER -� NAME: ... Amanda Katulich aDDSREss: 1' 941-2 i — � .......... INSURERS)AFFORDING COVERAGE NAIC# ......... .................... ... ... ..,: Bradenton FL 34205 INSURER A• Accelerant Specialty Insurance Company _._. ------- ..... ...--.-. ..................-- ...�.................. INSURER ..............." ..._.,...-,,.."__w__. ____ ,..,-. INSURED B: The Burlington Insurance Company 23620 A Plus Roofing of Key West,Inc INSURE.... RC 5686 Maloney Ave INSURE... -- RD INSURER E Key West FL 33040 INSURER ........ ......w.__ ------- .....��_-----���.� __ww...... . .w... _ ...F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: ............ THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. i.,...... ,TYPE OF INSURANCE ..... ......--- 'INSD WVD,.., ...�...... POLICY NUMBER............ ... ...'Pd'L"!' "`'%=F T'P{31 'd" ...._ ......--- ..._..... .....__... ........- (MMIDD/YYYY) MM/GDyyy, LIMITS COMMERCIAL GENERAL LIABILITY } EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE FX OCCUR S I,J-.a eoc-�Tence) $ 100,000 MED EXP(Any one person) s 5,000 A Y S0012GLOO178800 05/09/2024 05/09/2025 PERSONAL&ADV INJURY $ 1,000,000 _ --- _...... .... GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY a PECT LOC PRODUCTS-COMP/OP AGG $ 2 000 000 AUTOMOBILE..? 4 Ea admit,.MIr'T'"",CI, $ ... $NT . LIABILITY ANY AUTO 4 BODILY INJURY(Per person) $ �.,.. . ...ice ....., ALL OWNED SCHEDULED .. AUTOS AUTOS 5 24 BODILY INJURY(Per accident) $ �kpt w,� - ....... .. HIRED AUTOS ..mm NON-OWNED p I` ,,,,,,�,. �� .�". .""' Per accede[') ,F�9-e';'" .. $WAW .. AUTOS •- $ „»mom. .._ .�.....,. .�.. .� _ UMBRELLA LIAR X OCCUR FAGGREGATE OCCURRENCE $ 3,000,000 B X EXCESS LIAB CLAIMS-MADE 850BE0587402 05/29/2024 05/09/2025 $ 3 000 000 DED RETENTION$ $ WORKERS COMPENSATION ..._..._��_-�� AND EMPLOYERS'LIABILITY Y/N f STATUTE ER ANY IETOR/PARTNER/EXECUTIVEE.L.LEACH C CIDENT OFFICERWEMSEREXCLUDED? NIA $ (Mandatory to NH) E.L.DISEASE- EMPLOYEEEA $ SCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY If es.describe under D ..�,,, ,,,,,,,,,,m_�,.".,m...,.�,,,........._..... ...-.�.._.".._.".. .._...........-- "........_-----.._....----.,. ....� ..._"". w.. MIT $ DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 701,Additional Remarks Schedule,may be attached N more apace is required) Certificate holder is listed as additional insured on a blanket basis as required by written contract. _... - _.... .__._._._. _.....W� CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN Monroe County Board of County Commissioners ACCORDANCE WITH THE POLICY PROVISIONS. 1100 Simonton St AUTHORIZED REPRESENTATIVE Suite 1-190 Key West FL 33040 ... .._.._.. ....... _..___ .WW ....__._..___ 01988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD 2282 ATTACHMENT A CORONAVIRUS STATE AND LOCAL FISCAL RECOVERY FUNDS FINANCIAL ASSISTANCE AGREEMENT Page 49 of 55 2283 OMB Approved No. 1505-0271 Expiration Date: 11/30/2021 U.S.DEPAR'I'.%IENTOF'I'HF-I'REASURY CORONAVIRUS STATE AND LOCAL FISCAL RECOVER)'FUNDS Recipient name and address: DUNS Number:073876757 Monroe Count),Board of Commissioners I t Taxpayer Idenffication Number:596000749 1100 Simonton SuccL Room 2-213 Assistance Listing Number and Title:21.027 Key West,Florida 33040 Sections 602(b)and 603(b)of the Social Security Act(the Act)as added by section 9901 of the American Rescue Plan Act,Pub.L. No. 117-2(March It,2021)authorizes the Department of the Treasury(Treasury)to maLe payments to certain recipients from the Coronavirus State Fiscal Recovery Fund and the Coronavirus I.Aical Fiscal Recovery Fund. Recipients hereby agrees,as a condition to receiving such payment from Treasury•,agrees to the terms Wwhed hereto. Recipient: li,11, 3i,ed by Tina Boan Tina Boan Date:2022.08.02 09:11:02 -"001 Authorized Representative Signature(above) Authorized Representative Name: Tina Boan Authorized Reprmntativi:Title: Senior Director BudLet&Finance to Signed: U.S.Department of the Treasury: Authorized Representative Signature(above) Authorized Representative Name: Jacob Lcibettluft Authorized Representative Title: Chief Recoven Officer,Offioe of Recover, Prow=rams to Signied: May 14,2021 PAPERWORK PEDUCTTON k(r N0710E The information collected will be used for the U.S Government to proms requests for suppoa Tlw estimated Wrden associated with this collection of information is 15 minutes per response.Comments conoerning the accuracy of this burden estimate and suggestions for reducing this burden should be directed to the Office of Privacy,Transparency and Records,Department of the Treasury,150OPennsylvania 4,ve,N.W.Washington.D.C.202-0 DONOT send the form to this aMms.An agency may not conduct or sponsor,anct a person is zbx required toeespoixi to.a collection of information tmlcss it displays a valid control nurnber assigned by 01,113. Page 50 of 55 2284 U-N,1)li?AR I MYNTOFTUE FREASURY CC)R(X11-VM'-'S SI ATE'FISCA!,R�i(,',")VERY FUNLi RI) I'ER.MS A COM)f rV 9, a Rcc;ptcrt undeistarils and at=s that he funds disbursed under this award may only be used in compliance with sections 662(c)and 603(-')of the Social Security Act the Act,i and Treasury's regulanomi irnplcmeming that;ection and guidance li Recipient will determine Prior to engaging in any priject using Jus assistance that it 11M tlyc institutional,managerial,and fwari,�ia!capability to ensure proper plam-ung,management,and--,)m pldron of such project. The period of performance for this awarJ begins on the date hereof and ends on Decern ber 33,2(YM.As s- . t forth in Keasury*i implerrienung regulations,Recipient may use award funds,to cover eligible costs incurred diii-ing the period hat begins on March 3,2021 and ends-on December 31,2024 Recipient,agrees to comply with any reporting obfigationi established by Treasury,is it relates to this award a. Recipient shall maintain records and finaticial documentssufficieni.to evidence can phiince with sections 602(c)and 6CO(o),Treasury's regulations implementing thosesiecuons,and guidance regarding the eligible uses of funds. The Treas ry Office of Inspector General and the 3 over-runerit Accountabilay Office,or their authorized representatives, shall have the right of access to record-,(electronic and otherwise)at'Re,-ip4ent,in order to conduct audits or other investigations. c Records shall be maintained by Recipient for as period of live(5;years after all runck have been c.\T�endedor retruned to Trmurv,whichever is later. Pre-award costs.as defined in 2 C 132 §200 458,may not be paid wah funding from this award. r CGS.Recipient may use funds provided under this award to over bodi direct and indirect costs, J-L�Q `° Cost sharing or matching funds,are not,required to be provided by Recipient. Recipient understands and agrees it must maintain a conflict of interest policy consistent with 2 C,F.R-5 2C0,318(c)and that.such conflict of interest policy is applicable to each activity funded under this award.Recipient and subrecipients must.disclose in writing to Treasury or the pass-throuprh entity,as appropriate.,any Potential conflict of interest affecting the awarded furids in accordance with 2 C.F.R .5 200.11 2 a. Recipient agrees to comply with the requiremorrLs of sections 602 and 603 of the Act,regulations adopted by Treasury pursuant to sections 60'(f)and 603(f)of the Act.,and gui&n.ce issued by'lreasusy regarding the foregoing Pecipicritaiso agrees to comply with all other applicable federal statutes,reguladons,and execunve orders,and Recipient shall provide for such compliance by other parties in any agreements,it enters into with other parties relating to this award- b- Federal regulations applicable to this award include,without limitation,the following i Uniform Administrative Requirements,Cost Primiplda,and Audit Requirements for F ecral Awards,2 CY R Pan 200,other than such provisions as Treasury may determine are mapplicable to dos Award and sublect to such exceptions as may be otherwise provided by Treasury Subpart.F -Audit Requirements of the Uniform Guidance, implementing the Single Audit Act,shall apply to this award. at. T-Iniversal Identifier and System For Award Management;,SANI),2 C F,R,Paz,25,pursirant to which the award term set forth in Appendix A.to 2 CY R-Part.1-5 is hereby incorporated by reference. tu, Reporting Subaward and Fxecutive Compensation Informartm, 2 C.F.R-Part 17()..pw-suantto which the award term set Forth in App-ndix A to 2 C F R.Part.I 7G is hereby iricorrsorittd 1w reference, tv O-AR(luidelines to Agencies on CovernmentwK.le Debarment and Suspension�Nonprocurernent)'2 C F R.Part 130,including the requuement to include a resin or condinon in all lower tier covered transactkoris(contracts and %ubconuTLic,i.s described in 2 C,KR.Ptu-E 130,subpart B 1-tat the award is subject to 2(.'.F R.Part 191)and Treasurv'o5 implementing n-gularon at.3I C5 R Part,19 Page 51 of 55 2285 v. Recipient Integrity and Performance Iviatters,purmmnt to which the award term set forth in 2 C.F.R.Part 200, Appendix XII to Part 200 is hereby incorporated by reference. vi. Governmentwide Requirements for Drug-Free Workplace,31 C.F.R.Part 20. vii. New Restrictions on Lobbying 31 CYR,Part 21. viii. Uniform Relocation Assistance and Real Property Acquisitions ALI of 1970(42 U.S.C.§§4601-4655)and implementing regulations. ix. Generally applicable federal environmental laws and regulation& c. Statutes and regulations prohibiting discrimination applicable to this award,include,without limitation,the following: L Title VI of the Civil Rights Act of 1964(42 U.S.C.§§2000d et seq.)and Treasury's implementing regulations at 31 CYR_Part 22,which prohibit discrimination on the basis of race,color,or national origin under programs or activities receiving federal financial assistance-, ii. The Fair Housing Act,Title VIII of the Civil Rights Act of 1968(42 U.S.C.§J 3601 et seq.),which prohibits discrimination in housing on the basis of race,color,religion,national origin,sex,familial status,or disability; iii. Section 504 of the Rehabilitation Act of 1973,as amended(29 U.S.C.§7941 which prohibits discrimination on the basis of disability under any pmgram or activity receiving federal financial assistance, iv. The Age Discrimination Act of 1975,as amended(42 U.S.C.§§6101 et seq.) and Treasury's implementing regulations at 31 C.F.R.Part 23,which prohibit discrimination on the basis of age inprograms or activities receiving federal financial assistance,and v. Title 11 of the Americans with Disabilities Act of 1990,as amended(42 U.S.C,§§12101 et seq.),which prohibits discrimination on the is of disability under pmgrams,activities,and services provided or made available by to and local governments or entalities or agencies thereto. 10-Rem diaLAcli c In the event of Recipient's noncompliance with sections 602 and 603 of the Act,other applicable laws, Treasury's implementing regulations,Svidanw,or any reporting or other program requirements,Treasury may impose additional conditions on the receipt of a subsequent tranche of future award funds,if any,or take other available remedies as set forth in 2 C.F.R.§200.339.In the caw of a violation of sections 602(c)or 603(c)of the Act regarding the use of funds,prev tous payments shall be subject to recoupment 93 provided in sections 602(e)and 603(e)of the Act JJ_Hatch LAct Recipient agrees to comply,as applicable,with requirements of the Hatch Act(5 U.S.C.§§1501-1508 and 7324-7328),which limit certain political activities of State or local government employees whose principal employment is in connection with an activity financed in whole or in part by this federal assistance. 12,Ealso Statemc=.Recipient understands that making Use statements or claims in connection with this award is a violation of federal law and may result in criminal,civil,or administrative sanctions,including fines,imprisomnent,civil damages and penalties,debarment from participating in federal awards or contracts,mid/or any other remedy available by law. 13,Uli&ati=.Any publications produced with funds from this award must display the following language:"This project[is being][was)supported,in whole or in part,by federal award number(enter project FAIM awarded to Monroe Ccxmty Board of Commissioners by the U.S.Department of the TreRsury.- 14.,Drbts Q!nd the_EadcnA_Q rove mnant a. Any funds paid to Recipient(1)in excess of the amount to which Recipient is finally determined to be authorized to retain under the terms of this award,(2)that are determined by the Treasury Office of Inspector General to have been misused;or (3)that are determined by TreanLry to be subject to a repayment obligation pursuant to sections 602(c)and 603(e)of the Act and have not been repaid by Recipient shall constitute a debt to the federal government b. Any debts determined to be owed the federal government must be paid promptly by Recipient A debt is delinquent if it has not been paid by the date specified in Treasury's initial written demand for payment,unless other satisfactory arrangements have been made or if the Recipient knowingly or improperly retains funds that are a debt as defined in paragraph 14(a). Treasury will take any actions available to it to collect such a debt. Page 52 of 55 2286 Ii-Diwamm a. The United States expressly disclaims any and all responsibility or liability to Recipient or third persons for the actions of Recipient or third persons resulting in death,bodily injury,property damages,at any other losses resulting in any way from the performance of this award or any other losses resulting in any way from the performance of this award or any contract, or subcontract wider this award- b. The acceptance of this award by Recipient does not in any way establish an agency relationship between the United States and Recipient. a. In accordance with 41 U.S.C.§4712,Recipient may not discharge,demote,or otherwise discriminate against an employee in reprisal for disclosing to any of the list of persons or entities provided below,information that the employee reasonably believes is evidence of gross mismanagement of a federal contract or graM a gross waste of federal furids,an abuse of authority relating to a federal contract or grant a substantial and specific danger to public health or safety,or a violation of law,rule,or regulation related to a federal contract(including the competition for or negotiation of a contract)or grant b. The list of perscro and entities referenced in the paragraph above includes the following: L A member of Congress or a representative of a committee of Congress-, ii. An Inspector General-, iii. The Goverment Accountability Off-ice iv. A Treasury employee responsible for contract or grant oversight or management, v. An authorized official of the Department of Justice or other law enforcement agency; vi. A court or grand jury,or viL A management official or other employee of Recipient,contractor,or subcontractor who has the responsibility to investigate,discover,or address misconduct, c. Recipient shall inform its employees in writing of the nghts and remedies provided under this section,in the predominarit native language of the workforce. Pursuant to Executive Order 13043,62 FR 19217(Apr.18, 1997).Recipient should encourage its contractors to adopt and enforce on-the-job seat belt policies and programs for their employees when operating company-owned,rented or personaUy owned vehicles. Ill Rrdc® Pursuant to Executive Order 13513,74 FR 51225(Oct,6,2009),Recipient should encourage its employees,subrecipients,and contractors to adopt and enforce policies fliat ban text messaging while driving,and Recipient should establish workplace safety policies to decrease accidents caused by distracted drivers. Page 53 of 55 2287 (XdB v d Maa. V. 5° 7d &X*Bfim Date,1113OW21 "L MOpf°II" ( :"OF 1964 of mmijA aaf °al assistarm from the Deperfinent of the Treamay,the y Bowd of rra ° to as d)provides fd•a assurnmes stated federal(hmmial assistanoe away.°miude f.alend gmnts,ft to dfwo recipient's bowficorim dk use or rrat of r-aderal land axr pqxrty at II market vaby,Federal tminin&a loan of Falwal perstevwL subsidim wel odr.r armeemem wiafa mtathan of ad assistme,redual finwal s not awompm contwt of"Suwx9m or maumaica.modoW 11is assuriume Wphes to all federal f==W amistanot ftm or made avr ` bIIe d of do°f may rapaest bw the hare, °i"fwe avil.. .. of 1987 provides dw Podgy kA of d=MMUWM apply to adf afew recipiews s� qmrvicm ard saivilimloog as my portion of Ow nicipieWs IIr (s)ins federefly assisted in die manner proactibedabove. L Recoat axwes its current and fidure emplimwwirtdn TWe Ill of dw QQ of d which of ft a of,or ec. to . °as.m 9 s and Zvi iv° federal ficuk of any person in d w Uir than VMWA of amm,color,ormfional origin(42 U.&C..I 2000d alseq.),as implemented Depuftest of the Treasury Tide VI reguhtions at 31 CFR But 22 and e ordm such as Executive Order 13166, ° : 9 ;memonavk andibr pWanve 2. Rgdpiwd ackwwleftesaccutive Order 13166,"Impfiuving Access to',..�Alry i far with£A.ve de£ ffy d p d activities .. fed of nafiaml have Landed" w to s, v a of II is a f of � i . proWlatvd Wider Tide VI ofddwe Civa R*bb Act of 1964 and the Depoftent of de"£a 's` e , r y widr of the T "s a. flax amure dat LEP perscris have mewtirefal sco=to as programs, i i° d access may adad a " largoap assistance tervicm mcludmgd`mterpeetabon and wriften translationwhae racessay,to azure effecfive cccorounicafion in the Rec*icWsd activides. 3 Recipian Wees to oomider On need for larguage services for LEP pemns ftiag developmof epplim6k when ccnducb%pnWasss,services arid activibes,As a ee„the Depm1ment of dc'Treanzy his published its UP guidarm at 70 FR 6067,For more information, vast 4. Recipiat adbowledgesp° e wide dwis iumamoe congiuses a cmxfficn of z a of fedwal financial asustarice and is binft upon Ro:4wmt aud RompieWs succeacav,transferees and asatneas for the period in which such amstimm w pmaded i. Recipmot addowleegasit as %,e =bcontractors,successors, to ply with aystammes 1-4 above.mid agrem to bworporate the following a in every =*va or agreement abject to Title,V1 wW ks roplatiors;between dw Recipiard%md The Recipient's akIpwoes, k9mierew,and sssigoe= C° `dd aSM Act of 1.964 whkh prokibib reciments o fedtraf a proSraw or acdWy,dvgft benefits af,or olher*se di.wrinthiating agaiml a Person an du badso r or regvWbm 31 M Part 2Z whkh ov herein incorporate d by reftrence,and race a part rvA 2' aft his a Qa" er(or Koko i s p taper °°@:mated P "ixa W pwgronor £ "r•Mk PIWguladonx 31 rM Pat 22,amd hemk.WorNratrdrby N vw&adarqgrrem@nL fi" dany vent Txorwrty or strucure is pnwidrA or ivqtrovPA wid k do aid of fedsral firsavial of dw°II`r ,wMe assurance ublqofts die Recipient,as in dw caw of a sitseqrrA er,the UmufarA for dr,period&mirg wtuch the real propmty sir e is ined fee a pmpwe for which Me fedual firimxial assisbj=is odmded or for r° . involviaw °o . "avw of. afar savioes or bermfift.If any Page 54 of 55 2288 personal propeny is provided,this assurance obhpft the Recipient for the period during which it rateme ownershipor possession ofthe property-, * Recipient shall cooperate in any onforcement or compliance review activitiesthe Department of the Treasury of the aforenientioned obligations, may include investigadoix arbitnition,mediation,litigatiom and monitoring,of any sedlemat agreements that may resuk 67om these actions.That is,the Recipient shall comply with m4ft coraplience reviews,and.reporting * Recipient shall maintain•complaint log aid inform the Depiartment of the Treasury of may complaintsof discrimination on, do grounds of race,colM cc national origin,and limited EnShA proficiency covered Tdk VI of the Civil Rights Act of I a ' h s or proceedings based on the ° pincluding. a outcome. must in( of the Treasury if receivedRecipient bas no comiplauft tander Tide VL. 9. Recipient must provide documentation of an administrative 's or court's findirigs of non4mplienoc of T° efforts l y vokmtuy compliance or other agreements between the Faivard and the administrative agency diet ins&the findin&If the Recipienta case or matter alleging such discrimination,the Recipient must wide documentation of do settlement.If Recipient has not beert das a4ect of any court of Wbinistrative agencyof discrimination,plesse so state. Io° If to other agencies or other entifies,the Recipient is responsible for ensming that complysub-iocipents also with Tide VI and other applicable authorities covered in diis document State agancies that make sub-irwards must e in place standard grant sasuriences and review procedures to damoristiae that that dmy am effectively monitoringcivil rights compliance of stibrecipiaft I'he United States of America W the right to sealrjudicial onforcoment of to terms ofthis assuawices document and nothing in this document ahers cr limes the f s that the Unitedmay take in to, addmm violations of this document or applicable lederal law. Under penshy of paijury.the undersigned s)cartifies 00 haAha has read and widerstood ft obligationsas in conjunction with this assurance docurnext is acc=te mid complete,and that the ism compliance with the PVft 1 ti. mm,®.dam S` l: ft do Us.Govensamot to of 15 be ° to do Ofine aftvacy.Tmmpwwcy mid Pamids,Deputnot Offba Tummy,ISM Pausylvask Art.,KW.,WOND&IM Q.C. NOT most ft fum to dds @Mon.Anagony may m candod or aponsm sad• t4■cdWito ofWanawdos uAw 1 a voW Ow"MmkoraudgaidbyOUS. Page 55 of 55 2289 ATTACHMENT B ESTIMATE FROM: A-PLUS ROOFING OF KEY WEST, INC. 2290 ISSUE DATE: { { Attn: Chrissy Collins «-- 305-292-4431 Harvey Gout Center A- lu E 305-304-9711 1200 Truman Ave ) Y collins-chrissy@monroecounty-fl.gov Key West, Florida 33040 z desantis-William@monroecounty-fl.gov Roofing Estimate • Pressure wash the AC Mechanical roof • Install a Densdeck cover board using an olybond high strength adhesive and fastener system around the perimeter of the raised AC platform. • Install approx. 700 sq ft of 60mill fully adhered TPO single-ply roof system. • Re-flash the existing roof drains to ensure their properly functioning. Cost $28,000.00 1&1' , f " 2 ' u�+ IP �,arP i r,„o„r rar,/�,,,✓� m�ii�rart;i'!?�r�em6�.�d .........ra„w, CONTRACT ACCEPTANCE SIGNATURES OWNER/CONTRACTOR DATE A-PLUS ROOFING DATE (305) 296-2568 1 5686 Maloney Ave. I Key West, FL. 33040 1 CCC058008 TmS EKI'r ATE WILL r;xpiiRr;30 DAYS AFTER RE ISSUE DxiE 2291 ATTACHMENT C PROPOSAL FROM: ROOFING BY RUFF, INC. 2292 1010 Kennedy Dr., Suite 201 305 296 1000 Key West FL 33040 hy Fox 305-296-1001 Sealed' Proposal for Rolof Repairs s a Harvey Government Center Monroe County Board of County Commissioners 1100 Simonton Street Key West, Florida 33040 Bid Due Date: December 3, 2024 12:00 PM RESIDENTIAL • INDUSTRIAL • COMMERCIAL • INSTITUTIONAL ROOFING &SIDING • SHEET METAL WORK www.ruffroofers.com MEMBER: NATIONAL ROOFING CONTRACTORS ASSOCIATION 2293 = - -l Ol OKennedy Dr., Suite 201 305 296 1000 Kerr West, FL 33040 440, Fox 305-296-1001 TABLE OF CONTENTS 1. Bid Form a. Statement Regarding Quote Validity 2. Copy of Contractor's License 3. Monroe County Business Tax Receipt 4. Non-Collusion Affidavit 5. Lobbying and Conflict of Interest Affidavit 6. Drug Free Workplace Statement 7. Public Entity Crime Statement 8. Vendor Certification Regarding Scrutinized Companies Lists 9. Affidavit Attesting to Noncoercive Conduct For Labor or Services 10.Appendix A, 44 C.F.R Part 18—Certification Regarding Lobbying 11.Insurance Requirements a. Signed Proposer's Statement b. Signed Insurance Agent's Statement c. Copy of Certificate of Insurance RESIDENTIAL • INDUSTRIAL • COMMERCIAL • INSTITUTIONAL ROOFING &SIDING • SHEET METAL WORK www.ruffrgofers.com MEMBER: NATIONAL ROOFING CONTRACTORS ASSOCIATION 2294 PROPOSAL FORM PROPOSAL TO: Monroe County Facilities Maintenance 123 Overseas Highway—Rockland Key Key West, FL 33040 PROPOSAL FROM: Roofing by Ruff, Inc. 1010 Kennedy Drive uite 201 Key Wet Florida 33040 The undersigned, having carefully examined the Work and reference Drawings, Specifications, Proposal, and Addenda thereto and other Contract Documents for the construction of: ROOF REPAIRS—HARVEY GOVERNMENT CENTER and having carefully examined the site where the Work is to be performed,having become familiar with all local conditions including labor affecting the cost thereof, and having familiarized himself with material availability, Federal, State,and Local laws, ordinances, rules and regulations affecting perfoninance of the Work, does hereby propose to furnish all labor, mechanics, superintendents, tools, material, equipment, transportation services, and all incidentals necessary to perform and complete said Work and work incidental hereto,in a workman-like manner,in conformance with said Drawings,Specifications,and other Contract Documents including Addenda issued thereto. The undersigned further certifies that he/she has personally inspected the actual location of where the Work is to be performed,together with the local sources of supply and that he/she understands the conditions under which the Work is to be performed. The proposer shall assume the risk of any and all costs and delays arising from the existence of any subsurface or other latent physical condition which could be reasonably anticipated by reference to documentary information provided and made available, and from inspection and examination of the site. The undersigned agrees to commence performance of this Project within Ten (10) calendar days after the date of issuance to the undersigned by Owner of the Notice to Proceed/Purchase Order/Task Order. Once commenced, undersigned shall diligently continue performance until completion of the Project. The undersigned shall accomplish Final Completion of the Project within Thirty(30)days, thereafter,unless an extension of time is granted by the County. Page 30 of 55 2295 The Base Proposal shall be furnished below in words and numbers. If there is an inconsistency between the two,the Proposal in words shall control. Forty-nine thousand, nine hundred and ninety Dollars. . ....... (Total Base Proposal-words) $ 49,990.00 _ .. ... Dollars. (Total Base Proposal—numbers) I acknowledge Alternates as follows:N/A I acknowledge receipt of Addenda No.(s) or None No. Dated None No. Dated Page 31 of 55 2296 ATTACHMENT D 2024 / 2025 COUNTY BUSINESS TAX RECEIPT EXPIRES SEPTEMBER 30, 2025 A-PLUS ROOFNG OF KEY WEST, INC. 2297 2024 / 2025 MONROE COUNTY BUSINESS TAX RECEIPT EXPIRES SEPTEMBER 30, 2025 RECEIPT# 30140-21886 Business Name: A-PLUS ROOFING OF KEY WEST INC RICK THOMPSON, VINCENT A SCARDINA 1107 KEY PLAZA 317 Owner Name: Business Location: KEY WEST, FL 33040 Mailing Address: 1107 KEY PLZ STE 317 Business Phone: 305-296-2568 KEY WEST, FL 33040 Business Type: CONTRACTOR (ROOFING CONTRACTORS) Employees 5 STATE LICENSE: CC C058008 Tax Amount Transfer Fee Sub-Total Penalty Prior Years Collection Cost Total Paid 20.00 0.00 20.00 0.00 0.00 0.00 20.00 Paid WRB-23-00073273 07/01 /2024 20. 00 THIS BECOMES A TAX RECEIPT Sam C. Steele, CFC,Tax Collector THIS IS ONLY A TAX. WHEN VALIDATED PO Box 1129, Key West, FL 33041 YOU MUST MEET ALL COUNTY AND/OR MUNICIPALITY PLANNING, ZONING AND LICENSING REQUIREMENTS. MONROE COUNTY BUSINESS TAX RECEIPT P.O. Box 1129, Key West, FL 33041-1129 EXPIRES SEPTEMBER 30, 2025 Business Name: A-PLUS ROOFING OF KEY WEST INC RECEIPT# 30140-21886 1107 KEY PLAZA 317 Business Location: KEY WEST, FL 33040 Owner Name: RICK THOMPSON, VINCENT A SCARDINA Mailing Address: Business Phone: 305-296-2568 1107 KEY PLZ STE 317 Business Type: CONTRACTOR (ROOFING CONTRACTORS) KEY WEST, FL 33040 Employees 5 STATE LICENSE: CC C058008 Tax Amount Transfer Fee Sub-Total Penalty Prior Years Collection Cost Total Paid 20.00 0.00 20.00 0.00 0.00 0.00 20.00 Paid WRB-23-00073273 07/01 /2024 20. 00 2298 ATTACHMENT E 2024 FLORIDA PROFIT CORPORATION ANNUAL REPORT A-PLUS ROOFING OF KEY WEST, INC. 2299 2024 FLORIDA PROFIT CORPORATION ANNUAL REPORT FILED DOCUMENT#M68199 Apr 18, 2024 Entity Name: A-PLUS ROOFING OF KEY WEST, INC. Secretary of State 4561631007CC Current Principal Place of Business: 5686 MALONEY AVE KEY WEST, FL 33040 Current Mailing Address: 1107 KEY PLAZA P.M.B. 317 KEY WEST, FL 33040-4077 US FEI Number: 65-0037377 Certificate of Status Desired: Yes Name and Address of Current Registered Agent: FARRELLY, GREGORY G 506 LOUISA ST KEY WEST, FL 33040 US The above named entity submits this statement for the purpose of changing its registered office or registered agent,or both,in the State of Florida. SIGNATURE: Electronic Signature of Registered Agent Date Officer/Director Detail : Title DVP Title P Name SCARDINA,VINCENTA Name THOMPSON, RICK E Address 5686 MALONEY AVE Address 1703 SOUTH ST City-State-Zip: KEY WEST FL 33040 City-State-Zip: KEY WEST FL 33040 1 hereby certify that the information indicated on this report or supplemental report is true and accurate and that my electronic signature shall have the same legal effect as if made under oath;that I am an officer or director of the corporation or the receiver or trustee empowered to execute this report as required by Chapter 607,Florida Statutes;and that my name appears above,or on an attachment with all other like empowered. SIGNATURE:VINCENT A SCARDINA VP 04/18/2024 Electronic Signature of Signing Officer/Director Detail Date 2300 ATTACHMENT F STATE OF FLORIDA DEPARTMENT OF PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD SCARDINA, VINCENT A A PLUS ROOFING OF KEY WEST, INC. 2301 m -10 Z 7C) Q ETV O [ ) U1� ( ICol C,4 1. � tun7 �/i o i + 1,P�%/fr ilo J " 5 0 �Jr� P �� Fri (J J Y! lJ/�i� I�j W J r J L f0 J 1 LL `; I' N !II N C 4 Z1 J i 4i o U o his. �E Uj ivy W t{ o J :;LU LU Z �1 i � J r pp GJ f6 �f IIRIM'�II -G f J, J 1/ i� � L 'C pCL l0 O ZCL IS 1 Q > W L 0 ! � U O 2 u vi R ., 4„ r. � a �41Milfif ry +� ;Jl r Irvin � v Pm ia��I t 2302 Monroe County Purchasing Policy and Procedures ATTACHMENT D.5 COUNTY ADMINISTRATOR CONTRACT.SUMMARY FORM FOR CONTRACTS $1r00,000.00 and Under Tarkett USA Inc. Effective Date: TBD Expiration Date: Contract Purpose/Description: Flooring Proposal:Job#941713-Monroe Co-Property Appraiser's Office Contract is Original Agreement Contract Amendment/Extension Renewal Contract Manager: William DeSantis 4307 Facilities Maintenance/Stop#9C CONTRACT COSTS Total Dollar Value of Contract: $ 25,335.41 Current Year Portion: $ (must be$100,000.00 or less) (If multiyear agreement then requires BOCC approval,unless the iowl ainni.hliir c 4m1tt una is 1 00.000.00 or I ss). Budgeted? Yes■❑ No ❑ Grant: $25 335.41 County Match: $ N/A Fund/Cost Center/Spend Cate o : 125-06067-00061 1, GNT-00000205 PROJ-00000187 ADDITIONAL COSTS Estimated Ongoing Costs: $ /yr For: (Not included in dollar value above) (e.g.maintenance,utilities,janitorial,salaries,etc.) Insurance Required: YES 0 NO ❑ Insurance requirements were met through Tarkett-Sourcewell Minnesota Contract CONTRACT REVIEW Reviewer Date In Department Head Signature: William DeSantis Patricia Eables Digitally signed by Patricia Eables County Attorney Signature: Date.2024.12.0911'.0123-05'00' Jaclyn Flatt Digitally signed by Jaclyn Platt Risk Management Signature: Date.2024.12.0911'.30'.01-05'00' Purchasing Signature: Lisa Abreu Digitally s Date 2024 signed Abreu '. . . 15'.15'.31-05'00' John Quinn Digitally signed by John Quinn OMB Signature: Date'.2024.12.10 16'.09'.45-05'00' Comments: Revised BOCC 4/19/2023 Page 84 of 105 2303 1�kTarkett Project# 941713 121512024 Chrissy Collins/Willie DeSantis 941713 Monroe Co-Property Appraisers Office RE: Flooring Proposal for: 941713 Monroe Co-Property Appraisers Office We are pleased to provide the following quotation for the above referenced facility. Pricing is based on the Tarkett/Sourcewell Contract #061323. SCOPE OF WORK: Stvle Color Name Color# Ouant UOM Unit Price Line Total Color Map Ethos Modular Tile 24x24 Landing Zone 313.36 YD2 @ S 28.03 S 8,783.48 GEX Modular Tile Adhesive-4 gal. 3 EA @ S 126.52 S 379.56 C-56E Premium Floor Primer-4 gal. 3.00 EA @ S 126.52 S 379.56 Carpet Installation-Modular Tile 243 YD2 @ S 9.19 S 2,233.17 Install Primer 2,186 FT2 @ S 1.03 S 2,251.58 Base(up to 4")-FURNISH AND INSTALL 420 FT @ S 3.77 S 1,583.40 Adhesive Removal 2,186 FT2 @ S 1.22 S 2,666.92 Floor Prep-Material and Labor 2,186.00 FT2 @ S 1.45 S 3,169.70 Transition Strips and Labor 9 FT @ S 4.74 S 42.66 Hourly Labor 5 HRS @ S 132.08 S 660.40 Stage Inside Delivery 2 HRS @ S 68.19 S 136.38 Mileage Reimbursement 620 EA @ S 0.97 S 601.40 Hotel/Motel 7 EA @ S 214.58 S 1,502.06 Food(per Diem) 14 EA @ S 67.51 S 945.14 Subtotal $ 25,335.41 Estimated Sales Tax S - TOTAL $ 25,335.41 NOTES: 1. Field measure and estimated quantities by: Nick McCalla Icon Floors 2. Standard running line carpet products require a 65 square yard minimum purchase,except Express and Priority Express colors which require a 25 square yard minimum purchase,and except the style Plexus Colour which requires a 5 square yard minimum purchase. 3. Please include product style,color,and backing on purchase order. 4. Manufacturing overage is included in material quantity,to bill only at the amount shipped. The overage%is up to: 5. The material price includes freight. 5. No freight is charged for adhesives(ancillary supplies)when shipped with material order.When adhesives(ancillary supplies)are shipped without a material order,buyer is responsible for freight costs. 1'111 C111 SwV 0#Viiuunl less ,peu^ fii(allll uuprpii,uu:Jed nu llnu,r a e sin pe ii ,viiaV"pr, Protection of Floors Attic Stock Night/Weekend Labor Dumpster Cost Bonding Cost Mats Preformed Corners Trip Charges Removal&Disposal Resilient Flooring Stair Materials Extensive Floor Preparation Furniture Moving Asbestos Abatement Sales Tax Carpet Cleaning Cleaning/Waxing of Resilient Border Carpet TER IS131+'1F"ld5'33FN"': Net:30Days AU Maaen-Ws and laamu .Payment dUe wnfld a 4em s o each nrruvau cC)nua4eTWS aunt➢Baas 4WOa CCd augaasH s➢n pnuwnl,Waaun-avnll b0 nrruvauncCd augaauH easnufa 060H asn a,fhaSOd). 1 2304 1�kTarkett Project# 941713 121512024 1.Change Orders:Any work not included in the above scope of work will require a signed change order before work can be performed. 2.Term of Quote:Prices given are firm for sixty days from proposal date. 3.Lead Times:Please note that we are a made to order mill and we cannot commence production until a signed PO or contract is received. Note that normal lead times are as follows: • Fast Track Carpets,two weeks plus shipping; • Running Line Carpets,four to six weeks plus shipping; • Custom Carpets,six to eight weeks plus shipping; • Lead times are approximate and do not start until after the purchase order or fully-executed contract is received. 4.Floor Preparation:Additional floor preparation may be required as a result of an unforeseen condition of the floor.Costs associated with this floor preparation will be negotiated on a job-to-job basis.Our products perform properly when installed on floors that are free of dirt,oil,paint and excessive moisture.Floors that have moisture readings greater than the manufacturer specified tolerance will not meet specification and will require further curing time or treatment prior to carpet installation. We recommend only wet scraping or mechanical removal of all non-water based adhesives. 5.Asbestos Abatement:This quote DOES NOT include asbestos abatement.Neither we nor our installers are responsible for the handling,removal or abatement of asbestos contained floor material or adhesive.Further,our policy is to request an Asbestos Hazard Emergency Response Act(AHERA)report prior to proceeding with any floor material or floor adhesive removal.We and our installers consider it the owner's responsibility to produce this report prior to executing this contract. If any chemical stripping agents such as those commonly used in asbestos abatement have been used,we and our installers may require additional measures be taken prior to installation of any product.These measures may affect the price of this quote.Please contact our Technical Services Department at 800/248-2878 ext.2129 for more details. Please indicate your acceptance of this proposal by returning your signed purchase order,or fully-executed contract via fax to 706/260-3005.Please address it to my attention.Should you have any questions,please call me at 800/248-2878. We look forward to working with you on this project Sincerely, M 0L eUe Tke CDLwtlJi AcceptS tl e AboVe TI-OPOS2L: Michelle Boyd MONROE COUNTY,FLORIDA Account Coordinator III Source One Department BY: michelle.boyd@tarkett.com County Administrator or Designee IONRO UNTY ATTORNEY" OFFICE 1. ASSISTANT :� WN ATTORNEY 2 2305 Tarkett Resillient III it Contact IRIBIM IFIii Effective: J Illy 1, 202 -to Juine 30, 202 Find User Backing ing Discount Off Price Per Styie Cade Styie Description Cade Backing Description List Price List Price 4Uom u0 11648 2nd Power II CCU ethos@ Modular with Orrmicoat $8.24 40.13% $34.87 SY 11648 2nd Power II C;F Flex Aire@ Cushion $9.y2 39.27% $36.1 n SY 11648 2nd Power II C R Flex Aire@ Cushion RS $60.79 38.44% $37.42 SY 11648 2nd Power II M Powerhaond Cushion $y2.7 y 40.88% $31.19 SY 11648 2nd Power II MR Powerhaond Cushion RS $4.02 39.91% $32.46 SY 02578 Abrasive Action II CCU ethos@ Modular with Orrmicoat $132.00 43.02% $7 n.21 SY 02578 Abrasive Action II C;F Flex Aire@ Cushion $133.28 42.61% $76.49 SY 02578 Abrasive Action II C R Flex Aire@ Cushion RS $134.y y 42.21% $77.76 SY 02578 Abrasive Action II M Powerhaond Cushion $112.81 44.36% $62.77 SY 02578 Abrasive Action II MR Powerhaond Cushion RS $114.393 43.86% $64.04 SY 04255 Accentuate CCU ethos@ Modular with Orrmicoat $6 y.64 4 y.01% $36.10 SY 04255 Accentuate C;F Flex Aire@ Cushion $66.91 44.1% $37.37 SY 04255 Accentuate C R Flex Aire@ Cushion RS $68.19 43.33% $38.6 n SY 04255 Accentuate M Powerhaond Cushion $9.7 y 46.42% $32.02 SY 04255 Accentuate MR Powerhaond Cushion RS $61.02 4 y.4% $33.29 SY 03026 Aftermath II CCU ethos@ Modular with Orrmicoat $y1.13 38.02% $31.67 SY 03026 Aftermath II C;F Flex Aire@ Cushion $y2.38 37.10% $32.9 n SY 03026 Aftermath II C R Flex Aire@ Cushion RS $y3.6 y 36.22% $34.22 SY 03026 Aftermath II M Powerhaond Cushion $44.40 39.26% $26.97 SY 03026 Aftermath II MR Powerhaond Cushion RS $4 y.67 38.16% $28.24 SY 11016 Aggregate CCU ethos@ Modular with Orrmicoat $38.17 33.27% $2 n.47 SY 11016 Aggregate C;F Flex Aire@ Cushion $39.4 y 32.19% $26.7 n SY 11016 Aggregate C R Flex Aire@ Cushion RS $40.72 31.18% $28.02 SY G00 y2 Aida Cloth CSC; ethos@ Modular with Orrmicoat $6 y.y3 33.06% $43.8 n SY 11613 Alight Edit CCU ethos@ Modular with Orrmicoat $33.41 30.12% $23.3 n SY Tnrkett u9A.lru. I11,16l� Is frn ��rsLerlal 0i"Bly f�r.lgltf Is i�0L li"BcIG�c r.ci (,��������Airr��ra�6 d Urkeit S.I.ri,01-1 A.A.1319 (F��i�i)F��;na-F��;ne ���JC��?1 CDC 3a:.� 2306 SouircewdHI Contract # 061323 IFFU ex1p: 8/9/2027 Tarkett Illlia INumber: 168119 Tarkett IResillient III N: SIPA Required - Contact IRIBIM 11F)ii Effective: Ju Illy l, 2024 -to Juine 30, 2025 ji NEN= SEEM End User Backing Discount Off Price Per Styie Code Styie Description Code Backing Description List Price List Price Uom u0m 11613 Alight Edit CF Flex Aire@ Cushion $34.68 29.01% $24.62 SY 11613 Alight Edit CR Flex Aire@ Cushion RS $35.96 27.98% $25.90 SY G0043 Alliurn GC ethos@ Modular with Orrmicoat $105.14 50.86% $51.66 SY 04655 Angulate GU ethos@ Modular with Orrmicoat $91.65 46.29% $49.23 SY 04655 Angulate CF Flex Aire@ Cushion $92.92 45.65% $50.50 SY 04655 Angulate CR Flex Aire@ Cushion RS $94.20 45.03% $51.78 SY 04655 Angulate M Powerbond Cushion $77.87 47.11% $41.18 SY 04655 Angulate MR Powerbond Cushion RS $79.14 46.35% $42.46 SY 02803 Applause III GU ethos@ Modular with Orrmicoat $63.73 42.12% $36.89 SY 02803 Applause III CF Flex Aire@ Cushion $65.00 41.29% $38.16 SY 02803 Applause III CR Flex Aire@ Cushion RS $66.28 40.50% $39.44 SY 02803 Applause III M Powerbond Cushion $54.09 43.26% $30.69 SY 02803 Applause III MR Powerbond Cushion RS $55.36 42.26% $31.96 SY 04837 Assertive Action GU ethos@ Modular with Orrmicoat $99.40 42.97% $56.69 SY 04837 Assertive Action CF Flex Aire@ Cushion $100.67 42.43% $57.96 SY 04837 Assertive Action CR Flex Aire@ Cushion RS $101.95 41.90% $59.24 SY 04837 Assertive Action M Powerbond Cushion $87.73 43.42% $49.64 SY 04837 Assertive Action MR Powerbond Cushion RS $89.01 42.80% $50.91 SY 04838 Assertive Rib GU ethos@ Modular with Orrmicoat $103.86 46.51% $55.55 SY 04838 Assertive Rib CF Flex Aire@ Cushion $105.14 45.95% $56.83 SY 04838 Assertive Rib CR Flex Aire@ Cushion RS $106.41 45.40% $58.10 SY 04839 Assertive Stria GU ethos@ Modular with Orrmicoat $119.14 48.67% $61.15 SY 04839 Assertive Stria CF Flex Aire@ Cushion $120.41 48.16% $62.42 SY 04839 Assertive Stria CR Flex Aire@ Cushion RS $121.69 47.65% $63.70 SY 04839 Assertive Stria M Powerbond Cushion $101.61 49.10% $51.71 SY Tn,k,2t(uSA.Iri,,, ::11,16lig is '01, maLerlal 0111y, frelghL is 10L 30000 Ai,,.,a Rd S.I.ri,01-1441319 (na) 6 Page 2 of 39 Urkeft 2307 SouircewdHI Contract # 061323 IFFU ex1p: 8/9/2027 Tarkett Illlia INumber: 168119 Tarkett IResillient III N: SIPA Required - Contact IRIBIM IlDirlding Effective: Ju Illy l, 2024 -to Juine 30, 2025 ji IIIIIIIIIIIIIIIIIJIM EEN= SEEM End User Backing Discount Off Price Per Styie Code Styie Description Code Backing Description List Price List Price Uom u0m 04839 Assertive Stria MR Powerbond Cushion RS $102.88 48.49% $52.99 SY A0044 Attract GIJ ethos@ Modular with Orrmicoat $50.44 31.78% $34.41 SY A0044 Attract CF Flex Aire@ Cushion $51.71 30.99% $35.69 SY A0044 Attract CR Flex Aire@ Cushion RS $52.99 30.25% $36.96 SY 04840 Avant GIJ ethos@ Modular with Orrmicoat $80.48 48.69% $41.30 SY 04840 Avant CF Flex Aire@ Cushion $81.75 47.93% $42.57 SY 04840 Avant CR Flex Aire@ Cushion RS $83.03 47.19% $43.85 SY 04840 Avant M Powerbond Cushion $74.52 50.68% $36.76 SY 04840 Avant MR Powerbond Cushion RS $75.80 49.82% $38.03 SY 11339 Balance GIJ ethos@ Modular with Orrmicoat $44.22 36.59% $28.04 SY 11339 Balance CF Flex Aire@ Cushion $45.49 35.57% $29.31 SY 11339 Balance CR Flex Aire@ Cushion RS $46.77 34.60% $30.59 SY 11826 Balancing Accents GIJ ethos@ Modular with Orrmicoat $58.77 30.55% $40.81 SY 11826 Balancing Accents CF Flex Aire@ Cushion $60.04 29.90% $42.09 SY 11826 Balancing Accents CR Flex Aire@ Cushion RS $61.32 29.28% $43.36 SY 11825 Balancing Act GIJ ethos@ Modular with Orrmicoat $58.77 30.55% $40.81 SY 11825 Balancing Act CF Flex Aire@ Cushion $60.04 29.90% $42.09 SY 11825 Balancing Act CR Flex Aire@ Cushion RS $61.32 29.28% $43.36 SY 11471 Blockade GIJ ethos@ Modular with Orrmicoat $59.43 38.58% $36.50 SY 11471 Blockade CF Flex Aire@ Cushion $60.70 1 37.77% $37.78 SY 11471 Blockade CR Flex Aire@ Cushion RS $61.98 36.99% $39.05 SY 11471 Blockade M Powerbond Cushion $50.13 40.31% $29.92 SY 11471 Blockade MR Powerbond Cushion RS $51.41 39.31% $31.20 SY A0002 Cache Tweed GIJ ethos@ Modular with Orrmicoat $54.30 39.49% $32.86 SY A0002 Cache Tweed CF Flex Aire@ Cushion $55.58 38.59% $34.13 SY Tn,k,2t(uSA.Iri,,, ::11,16lig is '01, maLerlal 0111y, frelghL is 110L 30000 Ai,,.,a Rd S.I.ri,01-1441319 (na) 6 Page 3 of 39 Urkeft 2308 SouircewdHI Contract # 061323 IFFU ex1p: 8/9/2027 Tarkett Illlia INumber: 168119 Tarkett IResillient III N: SIPA Required - Contact IRIBIM IlDirlding Effective: Ju Illy l, 2024 -to Juine 30, 2025 ji IIIIIIIIIIIIIIIIIJIM EEN= SEEM End User Backing Discount Off Price Per Styie Code Styie Description Code Backing Description List Price List Price Uom u0m A0002 Cache Tweed CR Flex Aire@ Cushion RS $56.85 37.72% $35.41 SY A0002 Cache T weed M Powerbond Cushion $48.41 38.00% $30.01 SY A0002 Cache Tweed MR Powerbond Cushion RS $49.69 37.03% $31.29 SY 11359 Capture GIJ ethos@ Modular with Orrmicoat $39.04 34.42% $25.60 SY 11359 Capture CF Flex Aire@ Cushion $40.32 33.33% $26.88 SY 11359 Capture CR Flex Aire@ Cushion RS $41.59 32.31% $28.15 SY 04843 Cartography GIJ ethos@ Modular with Orrmicoat $66.87 47.25% $35.28 SY 04843 Cartography CF Flex Aire@ Cushion $68.15 46.36% $36.55 SY 04843 Cartography CR Flex Aire@ Cushion RS $69.42 45.51% $37.83 SY 04843 Cartography M Powerbond Cushion $63.66 48.07% $33.06 SY 04843 Cartography MR Powerbond Cushion RS $64.94 47.12% $34.34 SY 11688 Celestial GIJ ethos@ Modular with Orrmicoat $45.77 35.88% $29.35 SY 11688 Celestial CF Flex Aire@ Cushion $47.05 34.91% $30.63 SY 11688 Celestial CR Flex Aire@ Cushion RS $48.32 33.99% $31.90 SY 11688 Celestial M Powerbond Cushion $40.53 31.49% $27.77 SY 11688 Celestial MR Powerbond Cushion RS $41.81 30.53% $29.04 SY 11689 Celtic Knot GIJ ethos@ Modular with Orrmicoat $45.77 35.88% $29.35 SY 11689 Celtic Knot CF Flex Aire@ Cushion $47.05 34.91% $30.63 SY 11689 Celtic Knot CR Flex Aire@ Cushion RS $48.32 33.99% $31.90 SY 11689 Celtic Knot M Powerbond Cushion $40.53 1 31.49% $27.77 SY 11689 Celtic Knot MR Powerbond Cushion RS $41.81 30.53% $29.04 SY 11183 Chain Reaction GIJ ethos@ Modular with Orrmicoat $68.56 39.76% $41.30 SY 11183 Chain Reaction CF Flex Aire@ Cushion $69.83 39.04% $42.57 SY 11183 Chain Reaction CR Flex Aire@ Cushion RS $71.11 38.34% $43.85 SY 11183 Chain Reaction M Powerbond Cushion $58.36 41.56% $34.11 SY Tn,k,2t(uSA.Iri,,, 11,16lig is '01, maLerlal 0111y, frelghL is 110L 30000 Ai,,.,a Rd S.I.ri,01-1441319 (Fa) 6 Page 4 of 39 Urkeft 2309 SouircewdHI Contract # 061323 IFFU ex1p: 8/9/2027 Tarkett Illlia INumber: 168119 Tarkett IResillient III N: SIPA Required - Contact IRIBIM IlDirlding Effective: Ju Illy l, 2024 -to Juine 30, 2025 ji IIIIIIIIIIIIIIIIIJIM EEN= SEEM End User Backing Discount Off Price Per Styie Code Styie Description Code Backing Description List Price List Price Uom u0m 11183 Chain Reaction MR Powerbond Cushion RS $59.63 40.67% $35.38 SY 03747 Change 11 GIJ ethos@ Modular with Orrmicoat $73.68 42.86% $42.10 SY 03747 Change 11 CF Flex Aire@ Cushion $74.96 42.13% $43.38 SY 03747 Change 11 CR Flex Aire@ Cushion RS $76.23 41.43% $44.65 SY 03747 Change 11 M Powerbond Cushion $66.95 47.19% $35.36 SY 03747 Change 11 MR Powerbond Cushion RS $68.23 46.31% $36.63 SY 03974 City Walk GIJ ethos@ Modular with Orrmicoat $39.45 42.37% $22.73 SY 03974 City Walk CF Flex Aire@ Cushion $40.72 41.05% $24.01 SY 03974 City Walk CR Flex Aire@ Cushion RS $42.00 39.80% $25.28 SY 04628 Code GIJ ethos@ Modular with Orrmicoat $90.59 46.42% $48.54 SY 04628 Code CF Flex Aire@ Cushion $91.86 45.77% $49.81 SY 04628 Code CR Flex Aire@ Cushion RS $93.14 45.15% $51.09 SY 11644 Color Spectrurn II GIJ ethos@ Modular with Orrmicoat $66.47 42.57% $38.17 SY 11644 Color Spectrurn II CF Flex Aire@ Cushion $67.74 41.77% $39.45 SY 11644 Color Spectrurn II CR Flex Aire@ Cushion RS $69.02 40.99% $40.72 SY 11644 Color Spectrurn II M Powerbond Cushion $61.06 45.25% $33.43 SY 11644 Color Spectrurn II MR Powerbond Cushion RS $62.34 44.32% $34.71 SY 11128 Colorknit GIJ ethos@ Modular with Orrmicoat $48.67 35.47% $31.40 SY 11128 Colorknit CF Flex Aire@ Cushion $49.94 34.57% $32.68 SY 11128 Colorknit CR Flex Aire@ Cushion RS $51.22 1 33.71% $33.95 SY 11128 Colorknit M Powerbond Cushion $48.32 40.40% $28.80 SY 11128 Colorknit MR Powerbond Cushion RS $49.60 39.36% $30.08 SY WINN OWI"," mo "S 11130 Colorrnap CF Flex Aire@ Cushion $55.27 37.32% $34.64 SY 11130 Colorrnap CR Flex Aire@ Cushion RS $56.55 36.48% 1 $35.92 SY Tn,k,2t(uSA.Iri,,, 11,16lig is maLerlal 0111y, frelghL is 110L lclu(��e(�i 30000 Ai,,.,a Rd S.I.ri,01-1441319 (na) 6 Page 5 of 39 Urkeft 2310 SouircewdHI Contract # 061323 IFFU ex1p: 8/9/2027 Tarkett Illlia INumber: 168119 Tarkett IResillient III N: SIPA Required - Contact IRIBIM IlDirlding Effective: Ju Illy l, 2024 -to Juine 30, 2025 ji IIIIIIIIIIIIIIIIIJIM NEN= SEEM End User Backing Discount Off Price Per Styie Code Styie Description Code Backing Description List Price List Price Uom u0m 11130 Colorrnap M Powerbond Cushion $48.54 40.93% $28.67 SY 11130 Colorrnap MR Powerbond Cushion RS $49.82 39.88% $29.95 SY 11614 Connect Edit GIJ ethos@ Modular with Orrmicoat $33.41 30.12% $23.35 SY 11614 Connect Edit CF Flex Aire@ Cushion $34.68 29.01% $24.62 SY 11614 Connect Edit CR Flex Aire@ Cushion RS $35.96 27.98% $25.90 SY 11328 Continuum GIJ ethos@ Modular with Orrmicoat $65.06 39.64% $39.27 SY 11328 Continuum CF Flex Aire@ Cushion $66.34 38.88% $40.55 SY 11328 Continuum CR Flex Aire@ Cushion RS $67.61 38.15% $41.82 SY 11328 Continuum M Powerbond Cushion $60.19 43.36% $34.09 SY 11328 Continuum MR Powerbond Cushion RS $61.47 42.46% $35.37 SY 11570 Corded Cloth GIJ ethos@ Modular with Orrmicoat $41.37 32.85% $27.78 SY 11570 Corded Cloth CF Flex Aire@ Cushion $42.65 31.87% $29.06 SY 11570 Corded Cloth CR Flex Aire@ Cushion RS $43.92 30.94% $30.33 SY 11570 Corded Cloth M Powerbond Cushion $35.15 30.14% $24.56 SY 11570 Corded Cloth MR Powerbond Cushion RS $36.43 29.09% $25.83 SY 11577 Corollary GIJ ethos@ Modular with Orrmicoat $51.42 40.81% $30.43 SY 11577 Corollary CF Flex Aire@ Cushion $52.70 39.83% $31.71 SY 11577 Corollary CR Flex Aire@ Cushion RS $53.97 38.89% $32.98 SY 11577 Corollary M Powerbond Cushion $42.57 37.23% $26.72 SY 11577 Corollary MR Powerbond Cushion RS $43.85 1 36.15% $28.00 SY G0032 Correlate GC ethos@ Modular with Orrmicoat $89.80 39.60% $54.24 SY 01957 Crayon GIJ ethos@ Modular with Orrmicoat $81.09 45.25% $44.40 SY 01957 Crayon CF Flex Aire@ Cushion $82.37 44.55% $45.67 SY 01957 Crayon CR Flex Aire@ Cushion RS $83.64 43.87% $46.95 SY 01957 Crayon M Powerbond Cushion $64.63 45.18% 1 $35.43 SY Tn,k,2t(uSA.Iri,,, 11,16lig is '01, maLerlal 0111y, frelghL is 110L 30000 Ai,,.,a Rd S.I.ri,01-1441319 (Fa) 6 Page 6 of 39 Urkeft 2311 SouircewdHI Contract # 061323 IFFU ex1p: 8/9/2027 Tarkett Illlia INumber: 168119 Tarkett IResillient III N: SIPA Required - Contact IRIBIM IlDirlding Effective: Ju Illy l, 2024 -to Juine 30, 2025 ji IIIIIIIIIIIIIIIIIJIM NEN= SEEM End User Backing Discount Off Price Per Styie Code Styie Description Code Backing Description List Price List Price Uom u0m 01957 Crayon MR Powerbond Cushion RS $65.91 44.30% $36.71 SY 11770 Create Balance GIJ ethos@ Modular with Orrmicoat $45.16 36.42% $28.71 SY 11770 Create Balance CF Flex Aire@ Cushion $46.44 35.42% $29.99 SY 11770 Create Balance CR Flex Aire@ Cushion RS $47.71 34.47% $31.26 SY 11770 Create Balance M Powerbond Cushion $41.71 33.39% $27.78 SY 11770 Create Balance MR Powerbond Cushion RS $42.98 32.40% $29.06 SY G0078 Create Impact GC ethos@ Modular with Orrmicoat $53.93 35.65% $34.71 SY 11769 Create Purpose GIJ ethos@ Modular with Orrmicoat $45.16 36.42% $28.71 SY 11769 Create Purpose CF Flex Aire@ Cushion $46.44 35.42% $29.99 SY 11769 Create Purpose CR Flex Aire@ Cushion RS $47.71 34.47% $31.26 SY 11769 Create Purpose M Powerbond Cushion $41.71 33.39% $27.78 SY 11769 Create Purpose MR Powerbond Cushion RS $42.98 32.40% $29.06 SY 11771 Create Space GIJ ethos@ Modular with Orrmicoat $45.16 36.42% $28.71 SY 11771 Create Space CF Flex Aire@ Cushion $46.44 35.42% $29.99 SY 11771 Create Space CR Flex Aire@ Cushion RS $47.71 34.47% $31.26 SY 11771 Create Space M Powerbond Cushion $41.71 33.39% $27.78 SY 11771 Create Space MR Powerbond Cushion RS $42.98 32.40% $29.06 SY G0080 Create Unity GC ethos@ Modular with Orrmicoat $53.93 35.65% $34.71 SY G0079 Create Vision GC ethos@ Modular with Orrmicoat $53.93 35.65% $34.71 SY A001 0 Double Boucle GIJ ethos@ Modular with Orrmicoat $49.32 40.80% $29.20 SY A001 0 Double Boucle CF Flex Aire@ Cushion $50.59 39.77% $30.47 SY A001 0 Double Boucle CR Flex Aire@ Cushion RS $51.87 38.79% $31.75 SY A001 0 Double Boucle M Powerbond Cushion $46.61 44.17% $26.02 SY A001 0 Double Boucle MR Powerbond Cushion RS $47.89 43.00% $27.30 SY 1 11366 j Early Bloorn GIJ ethos@ Modular with Orrmicoat $63.71 40.99% $37.60 SY Tn,k,2t(USA.Iri,,, ::11,16lig is '01, maLerlal 0111y, frelghL is 110L 30000 Ai,,.,a Rd S.I.ri,01-1441319 (na) 6 Page 7 of 39 Urkeft 2312 SouircewdHI Contract # 061323 IFFU ex1p: 8/9/2027 Tarkett Illlia INumber: 168119 Tarkett IResillient III N: SIPA Required - Contact IRIBIM IlDirlding Effective: Ju Illy l, 2024 -to Juine 30, 2025 ji IIIIIIIIIIIIIIIIIJIM NEN= SEEM End User Backing Discount Off Price Per Styie Code Styie Description Code Backing Description List Price List Price Uom u0m 11366 Early Bloorn CF Flex Aire@ Cushion $64.99 40.18% $38.87 SY 11366 Early Bloorn CR Flex Aire@ Cushion RS $66.26 39.41% $40.15 SY 11366 Early Bloorn M Powerbond Cushion $56.25 43.68% $31.68 SY 11366 Early Bloorn MR Powerbond Cushion RS $57.53 42.71% $32.96 SY 11573 Earthbound GIJ ethos@ Modular with Orrmicoat $48.08 37.79% $29.91 SY 11573 Earthbound CF Flex Aire@ Cushion $49.36 36.81% $31.19 SY 11573 Earthbound CR Flex Aire@ Cushion RS $50.63 35.89% $32.46 SY 11573 Earthbound M Powerbond Cushion $41.72 36.03% $26.69 SY 11573 Earthbound MR Powerbond Cushion RS $42.99 34.97% $27.96 SY 11734 Ebbing Waves GIJ ethos@ Modular with Orrmicoat $48.57 34.73% $31.70 SY 11734 Ebbing Waves CF Flex Aire@ Cushion $49.84 33.85% $32.97 SY 11734 Ebbing Waves CR Flex Aire@ Cushion RS $51.12 33.00% $34.25 SY 11734 Ebbing Waves M Powerbond Cushion $44.91 33.16% $30.01 SY 11734 Ebbing Waves MR Powerbond Cushion RS $46.18 32.25% $31.29 SY 11615 Edge Edit GIJ ethos@ Modular with Orrmicoat $33.41 30.12% $23.35 SY 11615 Edge Edit CF Flex Aire@ Cushion $34.68 29.01% $24.62 SY 11615 Edge Edit CR Flex Aire@ Cushion RS $35.96 27.98% $25.90 SY 11175 Edifice GIJ ethos@ Modular with Orrmicoat $62.26 37.52% $38.90 SY 11175 Edifice CF Flex Aire@ Cushion $63.53 36.77% $40.18 SY 11175 Edifice CR Flex Aire@ Cushion RS $64.81 36.04% $41.45 SY 11175 Edifice M Powerbond Cushion $55.62 40.19% $33.26 SY 11175 Edifice MR Powerbond Cushion RS $56.89 39.29% $34.54 SY 11611 Electric Edit GIJ ethos@ Modular with Orrmicoat $33.41 30.12% $23.35 SY 11611 Electric Edit CF Flex Aire@ Cushion $34.68 29.01% $24.62 SY 11611 Electric Edit CR Flex Aire@ Cushion RS 1 $35.96 1 27.98% 1 $25.90 SY Tn,k,2t(uSA.Iri,,, 11,16lig is maLerlal 0111y, frelghL is 110L lclu(��e(�i 30000 Ai,,.,a Rd S.I.ri,01-1441319 (Fa) 6 Page 8 of 39 Urkeft 2313 SouircewdHI Contract # 061323 IFFU ex1p: 8/9/2027 Tarkett Illlia INumber: 168119 Tarkett IResillient III N: SIPA Required - Contact IRIBIM IlDirlding Effective: Ju Illy l, 2024 -to Juine 30, 2025 ji IIIIIIIIIIIIIIIIIJIM EEN= SEEM End User Backing Discount Off Price Per Styie Code Styie Description Code Backing Description List Price List Price Uom u0m 11141 Elysian GIJ ethos@ Modular with Orrmicoat $74.22 43.09% $42.24 SY 11141 Elysian CF Flex Aire@ Cushion $75.49 42.36% $43.52 SY 11141 Elysian CR Flex Aire@ Cushion RS $76.77 41.65% $44.79 SY 11141 Elysian M Powerbond Cushion $65.20 44.35% $36.29 SY 11141 Elysian MR Powerbond Cushion RS $66.48 43.50% $37.56 SY 11600 Ernaline GIJ ethos@ Modular with Orrmicoat $50.06 36.70% $31.68 SY 11600 Ernaline CF Flex Aire@ Cushion $51.33 35.79% $32.96 SY 11600 Ernaline CR Flex Aire@ Cushion RS $52.61 34.93% $34.23 SY 11600 Ernaline M Powerbond Cushion $44.18 35.33% $28.57 SY 11600 Ernaline MR Powerbond Cushion RS $45.45 34.33% $29.85 SY 04119 Esparto GIJ ethos@ Modular with Orrmicoat $74.61 40.59% $44.33 SY 04119 Esparto CF Flex Aire@ Cushion $75.89 39.90% $45.61 SY 04119 Esparto CR Flex Aire@ Cushion RS $77.16 39.24% $46.88 SY 04119 Esparto M Powerbond Cushion $64.43 42.00% $37.37 SY 04119 Esparto MR Powerbond Cushion RS $65.70 41.18% $38.65 SY 11498 Fabricate GIJ ethos@ Modular with Orrmicoat $54.69 41.15% $32.18 SY 11498 Fabricate CF Flex Aire@ Cushion $55.96 40.21% $33.46 SY 11498 Fabricate CR Flex Aire@ Cushion RS $57.24 39.32% $34.73 SY 11498 Fabricate M Powerbond Cushion $51.14 42.71% $29.30 SY 11498 Fabricate MR Powerbond Cushion RS $52.42 41.67% $30.57 SY 11598 Fallow Ground GIJ ethos@ Modular with Orrmicoat $50.06 36.70% $31.68 SY 11598 Fallow Ground CF Flex Aire@ Cushion $51.33 35.79% $32.96 SY 11598 Fallow Ground CR Flex Aire@ Cushion RS $52.61 34.93% $34.23 SY 11598 Fallow Ground M Powerbond Cushion $42.69 34.89% $27.80 SY 11598 Fallow Ground MR Powerbond Cushion RS $43.96 33.88% $29.07 SY Tn,k,2t(uSA.Iri,,, 11,16lig is '01, maLerlal 0111y, frelghL is 110L 30000 Ai,,.,a Rd S.I.ri,01-1441319 (Fa) 6 Page 9 of 39 Urkeft 2314 SouircewdHI Contract # 061323 IFFU ex1p: 8/9/2027 Tarkett Illlia INumber: 168119 Tarkett IResillient III N: SIPA Required - Contact IRIBIM IlDirlding Effective: Ju Illy l, 2024 -to Juine 30, 2025 ji IIIIIIIIIIIIIIIIIJIM NEN= SEEM End User Backing Discount Off Price Per Styie Code Styie Description Code Backing Description List Price List Price Uom u0m 03377 Field Day GIJ ethos@ Modular with Orrmicoat $63.04 42.64% $36.16 SY 03377 Field Day CF Flex Aire@ Cushion $64.31 41.79% $37.43 SY 03377 Field Day CR Flex Aire@ Cushion RS $65.59 40.98% $38.71 SY 03377 Field Day M Powerbond Cushion $55.58 44.76% $30.70 SY 03377 Field Day MR Powerbond Cushion RS $56.85 43.75% $31.98 SY 11612 Flarne Edit GIJ ethos@ Modular with Orrmicoat $33.41 30.12% $23.35 SY 11612 Flarne Edit CF Flex Aire@ Cushion $34.68 29.01% $24.62 SY 11612 Flarne Edit CR Flex Aire@ Cushion RS $35.96 27.98% $25.90 SY 11251 Formation GIJ ethos@ Modular with Orrmicoat $60.27 37.66% $37.57 SY 11251 Formation CF Flex Aire@ Cushion $61.55 36.88% $38.85 SY 11251 Formation CR Flex Aire@ Cushion RS $62.82 36.13% $40.12 SY 11252 Formation Transition GIJ ethos@ Modular with Orrmicoat $60.92 37.61% $38.01 SY 11252 Formation Transition CF Flex Aire@ Cushion $62.20 36.84% $39.28 SY 11252 Formation Transition CR Flex Aire@ Cushion RS $63.47 36.10% $40.56 SY 11024 Freelance GIJ ethos@ Modular with Orrmicoat $56.48 38.92% $34.50 SY 11024 Freelance CF Flex Aire@ Cushion $57.76 38.06% $35.78 SY 11024 Freelance CR Flex Aire@ Cushion RS $59.03 37.24% $37.05 SY 11024 Freelance M Powerbond Cushion $56.00 43.65% $31.56 SY 11024 Freelance MR Powerbond Cushion RS $57.27 42.68% $32.83 SY 11511 Gabardine GIJ ethos@ Modular with Orrmicoat $49.29 1 38.08% $30.52 SY 11511 Gabardine CF Flex Aire@ Cushion $50.57 37.12% $31.80 SY 11511 Gabardine CR Flex Aire@ Cushion RS $51.84 36.20% $33.07 SY 11511 Gabardine M Powerbond Cushion $47.88 39.39% $29.02 SY 11511 Gabardine MR Powerbond Cushion RS $49.15 38.37% $30.29 SY 10887 Geolknit GIJ ethos@ Modular with Orrmicoat $46.53 36.04% $29.76 SY Tn,k,2t(uSA.Iri,,, ::11,16lig is '01, maLerlal 0111y, frelghL is 110L 30000 Ai,,.,a Rd S.I.ri,01-14413 (na) 6 Page 10 of 39 Urkeft 2315 SouircewdHI Contract # 061323 IFFU ex1p: 8/9/2027 Tarkett Illlia INumber: 168119 Tarkett IResillient III N: SIPA Required - Contact IRIBIM IlDirlding Effective: Ju Illy l, 2024 -to Juine 30, 2025 ji IIIIIIIIIIIIIIIIIJIM EEN= SEEM End User Backing Discount Off Price Per Styie Code Styie Description Code Backing Description List Price List Price Uom u0m 10887 Geoli CF Flex Aire@ Cushion $47.80 35.08% $31.03 SY 10887 Geoli CR Flex Aire@ Cushion RS $49.08 34.17% $32.31 SY 10887 Geoli M Powerbond Cushion $47.61 40.47% $28.34 SY 10887 Geoli MR Powerbond Cushion RS $48.88 39.41% $29.62 SY 02969 Grid Overlay 11 GIJ ethos@ Modular with Orrmicoat $79.13 51.40% $38.45 SY 02969 Grid Overlay 11 CF Flex Aire@ Cushion $80.40 50.59% $39.73 SY 02969 Grid Overlay 11 CR Flex Aire@ Cushion RS $81.68 49.80% $41.00 SY 02969 Grid Overlay 11 M Powerbond Cushion $75.97 57.42% $32.35 SY 02969 Grid Overlay 11 MR Powerbond Cushion RS $77.24 56.47% $33.62 SY A0043 Ground Harmony GIJ ethos@ Modular with Orrmicoat $64.96 31.19% $44.70 SY A0043 Ground Harmony CF Flex Aire@ Cushion $66.24 30.59% $45.98 SY A0043 Ground Harmony CR Flex Aire@ Cushion RS $67.51 30.01% $47.25 SY 11638 Guardian NX 11 GIJ ethos@ Modular with Orrmicoat $47.32 33.93% $31.26 SY 11638 Guardian NX 11 CF Flex Aire@ Cushion $48.59 33.04% $32.54 SY 11638 Guardian NX 11 CR Flex Aire@ Cushion RS $49.87 32.19% $33.81 SY 11638 Guardian NX 11 M Powerbond Cushion $42.90 31.95% $29.20 SY 11638 Guardian NX 11 MR Powerbond Cushion RS $44.18 31.03% $30.47 SY 04313 Halftone GIJ ethos@ Modular with Orrmicoat $73.31 46.21% $39.44 SY 04313 Halftone CF Flex Aire@ Cushion $74.59 45.42% $40.71 SY 04313 Halftone CR Flex Aire@ Cushion RS $75.86 1 44.66% $41.99 SY 04313 Halftone M Powerbond Cushion $68.67 46.96% $36.43 SY 04313 Halftone MR Powerbond Cushion RS $69.95 46.10% $37.70 SY 03366 Haphazard 11 GIJ ethos@ Modular with Orrmicoat $65.64 45.01% $36.10 SY 03366 Haphazard 11 CF Flex Aire@ Cushion $66.91 44.15% $37.37 SY 03366 Haphazard 11 CR Flex Aire@ Cushion RS $68.19 43.33% $38.65 SY Tn,k,2t(uSA.Iri,,, 11,16lig is '01, maLerlal 0111y, frelghL is 110L 30000 Ai,,.,a Rd S.I.ri,01-14413 (Fa) 6 Page 11 of 39 Urkeft 2316 SouircewdHI Contract # 061323 IFFU ex1p: 8/9/2027 Tarkett Illlia INumber: 168119 Tarkett IResillient III N: SIPA Required - Contact IRIBIM 11F)ii Effective: Ju Illy l, 2024 -to Juine 30, 2025 ji EEN= SEEM End User Backing Discount Off Price Per Styie Code Styie Description Code Backing Description List Price List Price Uom u0m 03366 Haphazard 11 M Powerbond Cushion $59.75 46.42% $32.02 SY 03366 Haphazard 11 MR Powerbond Cushion RS $61.02 45.45% $33.29 SY G0061 Hidden Arbor GC ethos@ Modular with Orrmicoat $64.99 28.31% $46.59 SY 11601 Idyllic Landscape GU ethos@ Modular with Orrmicoat $50.06 36.70% $31.68 SY 11601 Idyllic Landscape CF Flex Aire@ Cushion $51.33 35.79% $32.96 SY 11601 Idyllic Landscape CR Flex Aire@ Cushion RS $52.61 34.93% $34.23 SY 11601 Idyllic Landscape M Powerbond Cushion $44.18 35.33% $28.57 SY 11601 Idyllic Landscape MR Powerbond Cushion RS $45.45 34.33% $29.85 SY 11083 Input GU ethos@ Modular with Orrmicoat $47.38 35.55% $30.54 SY 11083 Input CF Flex Aire@ Cushion $48.65 34.62% $31.81 SY 11083 Input CR Flex Aire@ Cushion RS $49.93 33.73% $33.09 SY 11083 Input M Powerbond Cushion $44.01 37.75% $27.40 SY 11083 Input MR Powerbond Cushion RS $45.29 36.68% $28.67 SY 04536 Iso GU ethos@ Modular with Orrmicoat $77.83 41.63% $45.43 SY 04536 Iso CF Flex Aire@ Cushion $79.10 40.96% $46.70 SY 04536 Iso CR Flex Aire@ Cushion RS $80.38 40.31% $47.98 SY 04536 Iso M Powerbond Cushion $67.98 43.51% $38.40 SY 04536 Iso MR Powerbond Cushion RS $69.26 42.71% $39.68 SY G0057 Knot Stitch GC ethos@ Modular with Orrmicoat $62.92 28.92% $44.73 SY 11524 Light Shift GU ethos@ Modular with Orrmicoat $60.61 1 39.50% $36.67 SY 11524 Light Shift CF Flex Aire@ Cushion $61.89 38.69% $37.94 SY 11524 Light Shift CR Flex Aire@ Cushion RS $63.16 37.91% $39.22 SY 04318 Longitude GU ethos@ Modular with Orrmicoat $65.64 45.01% $36.10 SY 04318 Longitude CF Flex Aire@ Cushion $66.91 44.15% $37.37 SY 04318 Longitude CR Flex Aire@ Cushion RS $68.19 43.33% $38.65 SY Tn,k,2t(uSA.Iri,,, 11,16lig is `(�>r maLerlal 0111Y, frelghL is 10L lclu(��e(�i 30000 Ai,,.,a Rd S.I.ri,01-14413 (Fa) 6 Page 12 of 39 Urkeft 2317 SouircewdHI Contract # 061323 IFFU ex1p: 8/9/2027 Tarkett Illlia INumber: 168119 Tarkett IResillient III N: SIPA Required - Contact IRIBIM IlDirlding Effective: Ju Illy l, 2024 -to Juine 30, 2025 ji IIIIIIIIIIIIIIIIIJIM EEN= SEEM End User Backing Discount Off Price Per Styie Code Styie Description Code Backing Description List Price List Price Uom u0m 04318 Longitude M Powerbond Cushion $59.75 46.42% $32.02 SY 04318 Longitude MR Powerbond Cushion RS $61.02 45.45% $33.29 SY 11599 Lush Garden M Powerbond Cushion $44.91 33.16% $30.01 SY 11599 Lush Garden MR Powerbond Cushion RS $46.18 32.25% $31.29 SY 11599 Lush Garden GIJ ethos@ Modular with Orrmicoat $48.57 34.73% $31.70 SY 11599 Lush Garden CF Flex Aire@ Cushion $49.84 33.85% $32.97 SY 11599 Lush Garden CR Flex Aire@ Cushion RS $51.12 33.00% $34.25 SY 04849 Maelstrom GIJ ethos@ Modular with Orrmicoat $55.32 38.35% $34.11 SY 04849 Maelstrom CF Flex Aire@ Cushion $56.60 37.49% $35.38 SY 04849 Maelstrom CR Flex Aire@ Cushion RS $57.87 36.66% $36.66 SY 04849 Maelstrom M Powerbond Cushion $50.39 41.60% $29.43 SY 04849 Maelstrom MR Powerbond Cushion RS $51.66 40.57% $30.70 SY 11072 Marled Tweed GIJ ethos@ Modular with Orrmicoat $54.30 39.49% $32.86 SY 11072 Marled Tweed CF Flex Aire@ Cushion $55.58 38.59% $34.13 SY 11072 Marled Tweed CR Flex Aire@ Cushion RS $56.85 37.72% $35.41 SY 11072 Marled Tweed M Powerbond Cushion $48.41 38.00% $30.01 SY 11072 Marled Tweed MR Powerbond Cushion RS $49.69 37.03% $31.29 SY 11365 Meadowsweet GIJ ethos@ Modular with Orrmicoat $63.28 40.60% $37.59 SY 11365 Meadowsweet CF Flex Aire@ Cushion $64.55 39.80% $38.86 SY 11365 Meadowsweet CR Flex Aire@ Cushion RS $65.83 1 39.03% $40.14 SY 11365 Meadowsweet M Powerbond Cushion $55.45 43.55% $31.30 SY 11365 Meadowsweet MR Powerbond Cushion RS $56.73 42.57% $32.58 SY 11686 Mentor GIJ ethos@ Modular with Orrmicoat $43.91 34.84% $28.61 SY 11686 Mentor CF Flex Aire@ Cushion $45.19 33.86% $29.89 SY 11686 Mentor CR Flex Aire@ Cushion RS $46.46 32.93% $31.16 SY Tn,k,2t(uSA.Iri,,, 11,16lig is '01, maLerlal 0111y, frelghL is 110L 30000 Ai,,.,a Rd S.I.ri,01-14413 (Fa) 6 Page 13 of 39 Urkeft 2318 SouircewdHI Contract # 061323 IFFU ex1p: 8/9/2027 Tarkett Illlia INumber: 168119 Tarkett IResillient III N: SIPA Required - Contact IRIBIM IlDirlding Effective: Ju Illy l, 2024 -to Juine 30, 2025 ji IIIIIIIIIIIIIIIIIJIM EEN= SEEM End User Backing Discount Off Price Per Styie Code Styie Description Code Backing Description List Price List Price Uom u0m 11686 Mentor M Powerbond Cushion $38.93 30.59% $27.02 SY 11686 Mentor MR Powerbond Cushion RS $40.20 29.62% $28.29 SY 04654 Metri 11 GIJ ethos@ Modular with Orrmicoat $69.04 43.07% $39.31 SY 04654 Metri 11 CF Flex Aire@ Cushion $70.32 42.29% $40.58 SY 04654 Metri 11 CR Flex Aire@ Cushion RS $71.59 41.53% $41.86 SY 04654 Metri 11 M Powerbond Cushion $62.11 41.35% $36.43 SY 04654 Metri 11 MR Powerbond Cushion RS $63.38 40.52% $37.70 SY 04539 Nano GIJ ethos@ Modular with Orrmicoat $76.36 41.61% $44.59 SY 04539 Nano CF Flex Aire@ Cushion $77.64 40.93% $45.86 SY 04539 Nano CR Flex Aire@ Cushion RS $78.91 40.27% $47.14 SY 04539 Nano M Powerbond Cushion $66.61 43.51% $37.63 SY 04539 Nano MR Powerbond Cushion RS $67.88 42.69% $38.90 SY 11602 Native Flora M Powerbond Cushion $43.87 31.74% $29.95 SY 11602 Native Flora MR Powerbond Cushion RS $45.15 30.84% $31.22 SY 11602 Native Flora GIJ ethos@ Modular with Orrmicoat $47.41 33.30% $31.62 SY 11602 Native Flora CF Flex Aire@ Cushion $48.68 32.43% $32.90 SY 11602 Native Flora CR Flex Aire@ Cushion RS $49.96 31.60% $34.17 SY 11338 Offset GIJ ethos@ Modular with Orrmicoat $44.22 36.59% $28.04 SY 11338 Offset CF Flex Aire@ Cushion $45.49 35.57% $29.31 SY 11338 Offset CR Flex Aire@ Cushion RS $46.77 1 34.60% $30.59 SY A0007 Optic GIJ ethos@ Modular with Orrmicoat $47.38 35.55% $30.54 SY A0007 Optic CF Flex Aire@ Cushion $48.65 34.62% $31.81 SY A0007 Optic CR Flex Aire@ Cushion RS $49.93 33.73% $33.09 SY 11085 Output GIJ ethos@ Modular with Orrmicoat $47.38 35.55% $30.54 SY 11085 Output CF Flex Aire@ Cushion $48.65 34.62% $31.81 SY Tn,k,2t(uSA.Iri,,, 11,16lig is '01, maLerlal 0111y, frelghL is 110L 30000 Ai,,.,a Rd S.I.ri,01-14413 (na) 6 Page 14 of 39 Urkeft 2319 SouircewdHI Contract # 061323 IFFU ex1p: 8/9/2027 Tarkett Illlia INumber: 168119 Tarkett IResillient III N: SIPA Required - Contact IRIBIM 11F)ii Effective: Ju Illy l, 2024 -to Juine 30, 2025 ji EEN= SEEM End User Backing Discount Off Price Per Styie Code Styie Description Code Backing Description List Price List Price Uom u0m 11085 Output CR Flex Aire@ Cushion RS $49.93 33.73% $33.09 SY 02977 Overlay Assent 11 GU ethos@ Modular with Orrmicoat $79.84 51.76% $38.52 SY 02977 Overlay Assent 11 CF Flex Aire@ Cushion $81.12 50.94% $39.79 SY 02977 Overlay Assent 11 CR Flex Aire@ Cushion RS $82.39 50.16% $41.07 SY G0065 Painted Desert GC ethos@ Modular with Orrmicoat $60.68 32.80% $40.77 SY 04316 Paradigm GU ethos@ Modular with Orrmicoat $65.64 45.01% $36.10 SY 04316 Paradigm CF Flex Aire@ Cushion $66.91 44.15% $37.37 SY 04316 Paradigm CR Flex Aire@ Cushion RS $68.19 43.33% $38.65 SY 04316 Paradigm M Powerbond Cushion $59.75 46.42% $32.02 SY 04316 Paradigm MR Powerbond Cushion RS $61.02 45.45% $33.29 SY 11525 Parallel Ray GU ethos@ Modular with Orrmicoat $51.29 37.66% $31.98 SY 11525 Parallel Ray CF Flex Aire@ Cushion $52.57 36.75% $33.25 SY 11525 Parallel Ray CR Flex Aire@ Cushion RS $53.84 35.88% $34.53 SY 11118 Persona GU ethos@ Modular with Orrmicoat $52.31 35.54% $33.72 SY 11118 Persona CF Flex Aire@ Cushion $53.59 34.69% $35.00 SY 11118 Persona CR Flex Aire@ Cushion RS $54.86 33.88% $36.27 SY 11116 Persona Assents GU ethos@ Modular with Orrmicoat $52.31 35.54% $33.72 SY 11116 Persona Assents CF Flex Aire@ Cushion $53.59 34.69% $35.00 SY 11116 Persona Assents CR Flex Aire@ Cushion RS $54.86 33.88% $36.27 SY 02875 Plexus Colour IV GU ethos@ Modular with Orrmicoat $91.06 47.13% $48.14 SY 02875 Plexus Colour IV CF Flex Aire@ Cushion $92.34 46.48% $49.42 SY 02875 Plexus Colour IV CR Flex Aire@ Cushion RS $93.61 45.85% $50.69 SY 02875 Plexus Colour IV M Powerbond Cushion $82.43 50.21% $41.04 SY 02875 Plexus Colour IV MR Powerbond Cushion RS $83.70 49.44% $42.32 SY 11360 Resonate GU ethos@ Modular with Orrmicoat $39.04 34.42% $25.60 SY Tn,k,2t(uSA.Iri,,, ::11,16lig is `(��r maLerlal 0111Y, frelghL is 10L lclu(��e(�� 30000 Ai,,.,a Rd S.I.ri,01-14413 (na) 6 Page 15 of 39 Urkeft 2320 Souircewdlll Contract # 061323 IFFU ex1p: 8/9/2027 Tarkett Illlia INumber: 168119 Tarkett IResillient III N: SIPA Required - Contact IRIBIM IlDirlding Effective: Ju Illy l, 2024 -to Juine 30, 2025 ji IIIIIIIIIIIIIIIIIJIM EEN= SEEM End User Backing Discount Off Price Per Styie Code Styie Description Code Backing Description List Price List Price Uom u0m 11360 Resonate CF Flex Aire@ Cushion $40.32 33.33% $26.88 SY 11360 Resonate CR Flex Aire@ Cushion RS $41.59 32.31% $28.15 SY 11017 Sandblast GIJ ethos@ Modular with Orrmicoat $38.43 33.84% $25.42 SY 11017 Sandblast CF Flex Aire@ Cushion $39.70 32.76% $26.70 SY 11017 Sandblast CR Flex Aire@ Cushion RS $40.98 31.74% $27.97 SY G0041 Savant GC ethos@ Modular with Orrmicoat $71.21 44.19% $39.74 SY 11442 Saveur GIJ ethos@ Modular with Orrmicoat $45.37 39.43% $27.48 SY 11442 Saveur CF Flex Aire@ Cushion $46.64 38.36% $28.75 SY 11442 Saveur CR Flex Aire@ Cushion RS $47.92 37.33% $30.03 SY G0051 Sheared Herringbone GC ethos@ Modular with Orrmicoat $61.20 33.90% $40.46 SY 11661 Sky Atlas GIJ ethos@ Modular with Orrmicoat $38.91 37.09% $24.48 SY 11661 Sky Atlas CF Flex Aire@ Cushion $40.19 35.91% $25.76 SY 11661 Sky Atlas CR Flex Aire@ Cushion RS $41.46 34.81% $27.03 SY G0058 Skyward GC ethos@ Modular with Orrmicoat $61.88 36.25% $39.45 SY 11472 Soundblock GIJ ethos@ Modular with Orrmicoat $59.43 38.58% $36.50 SY 11472 Soundblock CF Flex Aire@ Cushion $60.70 37.77% $37.78 SY 11472 Soundblock CR Flex Aire@ Cushion RS $61.98 36.99% $39.05 SY 11472 Soundblock M Powerbond Cushion $50.13 40.31% $29.92 SY 11472 Soundblock MR Powerbond Cushion RS $51.41 39.31% $31.20 SY 11578 Spin Off GIJ ethos@ Modular with Orrmicoat $51.42 1 40.81% $30.43 SY 11578 Spin Off CF Flex Aire@ Cushion $52.70 39.83% $31.71 SY 11578 Spin Off CR Flex Aire@ Cushion RS $53.97 38.89% $32.98 SY 11578 Spin Off M Powerbond Cushion $42.57 37.23% $26.72 SY 11578 Spin Off MR Powerbond Cushion RS $43.85 36.15% $28.00 SY 11364 Splendor M Powerbond Cushion $56.08 43.52% $31.67 SY Tn,k,2t(USA.Iri,,, ::11,16lig is '01, maLerlal 0111y, frelghL is 110L 30000 Ai,,.,a Rd S.I.ri,01-14413 (na) 6 Page 16 of 39 Urkeft 2321 SouircewdHI Contract # 061323 IFFU ex1p: 8/9/2027 Tarkett Illlia INumber: 168119 Tarkett IResillient III N: SIPA Required - Contact IRIBIM IlDirlding Effective: Ju Illy l, 2024 -to Juine 30, 2025 ji IIIIIIIIIIIIIIIIIJIM EEN= SEEM End User Backing Discount Off Price Per Styie Code Styie Description Code Backing Description List Price List Price Uom u0m 11364 Splendor MR Powerbond Cushion RS $57.35 42.55% $32.95 SY 11361 Spring Step GU ethos@ Modular with Orrmicoat $66.14 42.99% $37.70 SY 11361 Spring Step CF Flex Aire@ Cushion $67.41 42.18% $38.98 SY 11361 Spring Step CR Flex Aire@ Cushion RS $68.69 41.40% $40.25 SY 11361 Spring Step M Powerbond Cushion $58.64 45.84% $31.76 SY 11361 Spring Step MR Powerbond Cushion RS $59.91 44.86% $33.04 SY 11649 Square Up 11 GU ethos@ Modular with Orrmicoat $57.25 39.20% $34.81 SY 11649 Square Up 11 CF Flex Aire@ Cushion $58.52 38.35% $36.08 SY 11649 Square Up 11 CR Flex Aire@ Cushion RS $59.80 37.53% $37.36 SY 11649 Square Up 11 M Powerbond Cushion $54.16 41.03% $31.94 SY 11649 Square Up 11 MR Powerbond Cushion RS $55.44 40.09% $33.21 SY 04332 Stack 9 GU ethos@ Modular with Orrmicoat $76.76 48.24% $39.73 SY 04332 Stack 9 CF Flex Aire@ Cushion $78.03 47.45% $41.00 SY 04332 Stack 9 CR Flex Aire@ Cushion RS $79.31 46.69% $42.28 SY 04332 Stack 9 M Powerbond Cushion $68.00 46.95% $36.07 SY 04332 Stack 9 MR Powerbond Cushion RS $69.27 46.09% $37.34 SY 11018 Starnip GU ethos@ Modular with Orrmicoat $37.82 32.71% $25.45 SY 11018 Starnip CF Flex Aire@ Cushion $39.09 31.64% $26.72 SY 11018 Starnip CR Flex Aire@ Cushion RS $40.37 30.64% $28.00 SY 03973 Street Life GU ethos@ Modular with Orrmicoat $39.45 42.37% $22.73 SY 03973 Street Life CF Flex Aire@ Cushion $40.72 41.05% $24.01 SY 03973 Street Life CR Flex Aire@ Cushion RS $42.00 39.80% $25.28 SY 11449 Substance GU ethos@ Modular with Orrmicoat $33.93 32.55% $22.89 SY 11449 Substance CF Flex Aire@ Cushion $35.20 31.37% $24.16 SY 11449 Substance CR Flex Aire@ Cushion RS $36.48 30.27% $25.44 SY Tn,k,2t(USA.Iri,,, ::11,16lig is '01, maLerlal 0111y, frelghL is 110L 30000 Ai,,.,a Rd S.I.ri,01-14413 (na) 6 Page 17 of 39 Urkeft 2322 Souircewdlll Contract # 061323 IFFU ex1p: 8/9/2027 Tarkett Illlia INumber: 168119 Tarkett IResillient III N: SIPA Required - Contact IRIBIM IlDirlding Effective: Ju Illy l, 2024 -to Juine 30, 2025 ji IIIIIIIIIIIIIIIIIJIM EEN= SEEM End User Backing Discount Off Price Per Styie Code Styie Description Code Backing Description List Price List Price Uom u0m 11531 Suede Tones GIJ ethos@ Modular with Orrmicoat $53.91 34.15% $35.50 SY 11531 Suede Tones CF Flex Aire@ Cushion $55.18 33.37% $36.77 SY 11531 Suede Tones CR Flex Aire@ Cushion RS $56.46 32.61% $38.05 SY 11531 Suede Tones M Powerbond Cushion $47.97 31.95% $32.64 SY 11531 Suede Tones MR Powerbond Cushion RS $49.24 31.12% $33.92 SY G0038 Surnmer Walk GC ethos@ Modular with Orrmicoat $80.85 37.49% $50.54 SY G0045 Sweater Knit GC ethos@ Modular with Orrmicoat $74.59 47.09% $39.46 SY 11647 Syllabus 11 GIJ ethos@ Modular with Orrmicoat $55.60 37.54% $34.73 SY 11647 Syllabus 11 CF Flex Aire@ Cushion $56.88 36.70% $36.01 SY 11647 Syllabus 11 CR Flex Aire@ Cushion RS $58.15 35.89% $37.28 SY 11647 Syllabus 11 M Powerbond Cushion $54.71 41.32% $32.10 SY 11647 Syllabus 11 MR Powerbond Cushion RS $55.99 40.38% $33.38 SY 04120 Tenera GIJ ethos@ Modular with Orrmicoat $74.61 40.59% $44.33 SY 04120 Tenera CF Flex Aire@ Cushion $75.89 39.90% $45.61 SY 04120 Tenera CR Flex Aire@ Cushion RS $77.16 39.24% $46.88 SY 04120 Tenera M Powerbond Cushion $64.43 42.00% $37.37 SY 04120 Tenera MR Powerbond Cushion RS $65.70 41.18% $38.65 SY G001 0 Tephra GC ethos@ Modular with Orrmicoat $92.35 37.71% $57.53 SY 11129 Texturernap GIJ ethos@ Modular with Orrmicoat $54.05 38.26% $33.37 SY 11129 Texturernap CF Flex Aire@ Cushion $55.32 1 37.38% $34.64 SY 11129 Texturernap CR Flex Aire@ Cushion RS $56.60 36.54% $35.92 SY 11129 Texturernap M Powerbond Cushion $48.57 40.96% $28.67 SY 11129 Texturernap MR Powerbond Cushion RS $49.84 39.91% $29.95 SY 11569 11iread Craft GIJ ethos@ Modular with Orrmicoat $51.03 34.86% $33.24 SY 11569 11iread Craft CF Flex Aire@ Cushion $52.30 34.01% $34.51 SY Tn,k,2t(USA.Iri,,, ::11,16lig is '01, maLerlal 0111y, frelghL is 110L 30000 Ai,,.,a Rd S.I.ri,01-14413 (na) 6 Page 18 of 39 Urkeft 2323 SouircewdHI Contract # 061323 IFFU ex1p: 8/9/2027 Tarkett Illlia INumber: 168119 Tarkett IResillient III N: SIPA Required - Contact IRIBIM IlDirlding Effective: Ju Illy l, 2024 -to Juine 30, 2025 ji IIIIIIIIIIIIIIIIIJIM NEN= SEEM End User Backing Discount Off Price Per Styie Code Styie Description Code Backing Description List Price List Price Uom u0m 11569 niread Craft CR Flex Aire@ Cushion RS $53.58 33.20% $35.79 SY 11569 11iread Craft M Powerbond Cushion $44.19 32.17% $29.98 SY 11569 11iread Craft MR Powerbond Cushion RS $45.47 31.27% $31.25 SY 11816 Transcend Edit GIJ ethos@ Modular with Orrmicoat $33.41 30.12% $23.35 SY 11816 Transcend Edit CF Flex Aire@ Cushion $34.68 29.01% $24.62 SY 11816 Transcend Edit CR Flex Aire@ Cushion RS $35.96 27.98% $25.90 SY 11817 Transrnute Edit GIJ ethos@ Modular with Orrmicoat $33.41 30.12% $23.35 SY 11817 Transrnute Edit CF Flex Aire@ Cushion $34.68 29.01% $24.62 SY 11817 Transrnute Edit CR Flex Aire@ Cushion RS $35.96 27.98% $25.90 SY 11818 Transpire Edit GIJ ethos@ Modular with Orrmicoat $33.41 30.12% $23.35 SY 11818 Transpire Edit CF Flex Aire@ Cushion $34.68 29.01% $24.62 SY 11818 Transpire Edit CR Flex Aire@ Cushion RS $35.96 27.98% $25.90 SY 11819 Transport Edit GIJ ethos@ Modular with Orrmicoat $33.41 30.12% $23.35 SY 11819 Transport Edit CF Flex Aire@ Cushion $34.68 29.01% $24.62 SY 11819 Transport Edit CR Flex Aire@ Cushion RS $35.96 27.98% $25.90 SY 11663 Nndra Flower GIJ ethos@ Modular with Orrmicoat $49.82 38.39% $30.69 SY 11663 Nndra Flower CF Flex Aire@ Cushion $51.09 37.44% $31.96 SY 11663 Nndra Flower CR Flex Aire@ Cushion RS $52.37 36.52% $33.24 SY 11663 Nndra Flower M Powerbond Cushion $44.12 34.48% $28.90 SY 11663 Nndra Flower MR Powerbond Cushion RS $45.39 1 33.51% $30.18 SY 11527 Twill GIJ ethos@ Modular with Orrmicoat $48.90 37.34% $30.64 SY 11527 Twill CF Flex Aire@ Cushion $50.17 36.39% $31.91 SY 11527 Twill CR Flex Aire@ Cushion RS $51.45 35.49% $33.19 SY 11527 Twill M Powerbond Cushion $48.60 40.43% $28.96 SY 11527 Twill MR Powerbond Cushion RS $49.88 39.39% $30.23 SY Tn,k,2t(uSA.Iri,,, ::11,16lig is '01, maLerlal 0111y, frelghL is 110L 30000 Ai,,.,a Rd S.I.ri,01-14413 (na) 6 Page 19 of 39 Urkeft 2324 SouircewdHI Contract # 061323 IFFU ex1p: 8/9/2027 Tarkett Illlia INumber: 168119 Tarkett IResillient III N: SIPA Required - Contact IRIBIM IlDirlding Effective: Ju Illy l, 2024 -to Juine 30, 2025 ji IIIIIIIIIIIIIIIIIJIM EEN= SEEM End User Backing Discount Off Price Per Styie Code Styie Description Code Backing Description List Price List Price Uom u0m 04405 Urban View GIJ ethos@ Modular with Orrmicoat $41.87 42.75% $23.97 SY 04405 Urban View CF Flex Aire@ Cushion $43.15 41.49% $25.25 SY 04405 Urban View CR Flex Aire@ Cushion RS $44.42 40.30% $26.52 SY G0074 Veilved Grove GC ethos@ Modular with Orrmicoat $69.59 32.81% $46.75 SY 11684 Visual Path GIJ ethos@ Modular with Orrmicoat $43.91 34.84% $28.61 SY 11684 Visual Path CF Flex Aire@ Cushion $45.19 33.86% $29.89 SY 11684 Visual Path CR Flex Aire@ Cushion RS $46.46 32.93% $31.16 SY 11684 Visual Path M Powerbond Cushion $38.93 30.59% $27.02 SY 11684 Visual Path MR Powerbond Cushion RS $40.20 29.62% $28.29 SY 11367 Winding Way GIJ ethos@ Modular with Orrmicoat $64.49 41.64% $37.64 SY 11367 Winding Way CF Flex Aire@ Cushion $65.77 40.83% $38.91 SY 11367 Winding Way CR Flex Aire@ Cushion RS $67.04 40.05% $40.19 SY 11367 Winding Way M Powerbond Cushion $57.29 44.65% $31.71 SY 11367 Winding Way MR Powerbond Cushion RS $58.56 43.68% $32.98 SY 04090 Winwood GIJ ethos@ Modular with Orrmicoat $82.70 43.69% $46.56 SY 04090 Winwood CF Flex Aire@ Cushion $83.97 43.03% $47.84 SY 04090 Winwood CR Flex Aire@ Cushion RS $85.25 42.39% $49.11 SY 04090 Winwood M Powerbond Cushion $70.48 44.70% $38.98 SY 04090 Winwood MR Powerbond Cushion RS $71.76 43.91% $40.25 SY Tn,k,2t(USA.Iri,,, 11,16lig is '01, maLerlal 0111y, frelghL is 110L 30000 Ai,,.,a Rd S.I.ri,01-14413 (Fa) 6 Page 20 of 39 Urkeft 2325 SouircewdHI Contract # 061323 IFFU ex1p: 8/9/2027 Tarkett Illlia INumber: 168119 Tarkett IResillient III N: SIPA Required - Contact IRIBIM IlDirlding Effective: Ju Illy l, 2024 -to Juine 30, 2025 MEN= MONEM MEMEME11=011M MEMMEM Styie Backing Discount Off End User Number Styie Description Code Backing Description List Price List Price Price Per UOM UOM 44069 Acadia SL Super-Lok@ $33.28 29.66% $23.41 SY 44069 Acadia M ErgoStep@ $40.93 24.11% $31.06 SY 40043 Alharnbra SL Super-Lok@ $67.22 42.17% $38.87 SY 40043 Alharnbra M ErgoStep@ $74.87 37.86% $46.52 SY 60137 Apace CK CrossCushion@(Woven) $92.31 27.32% $67.09 SY 60137 Apace KW Crossweave@ $84.66 29.79% $59.44 SY 44067 Augustine SL Super-Lok@ $33.83 30.76% $23.42 SY 44067 Augustine M ErgoStep@ $41.48 25.09% $31.07 SY 40030 Broccato SL Super-Lok@ $73.38 43.34% $41.58 SY 40030 Broccato M ErgoStep@ $81.03 39.25% $49.23 SY 60127 Cable Weave CK CrossCushion@(Woven) $90.95 27.24% $66.17 SY 60127 Cable Weave KW Crossweave@ $83.30 29.74% $58.52 SY 44058 Cane Stitch SL Super-Lok@ $67.61 44.18% $37.74 SY 44058 Cane Stitch M ErgoStep@ $75.26 39.69% $45.39 SY 44045 Coastal 11 SL Super-Lok@ $64.71 43.51% $36.55 SY 44045 Coastal 11 M ErgoStep@ $72.36 38.91% $44.20 SY 44066 Dalvay SL Super-Lok@ $33.83 30.76% $23.42 SY 44066 Dalvay M ErgoStep@ $41.48 1 25.09% $31.07 SY 40031 Fiori SL Super-Lok@ $73.43 43.34% $41.60 SY 40031 Fiori M ErgoStep@ $81.08 39.25% $49.25 SY 40045 Florentine SL Super-Lok@ $64.49 42.25% $37.24 SY 40045 Florentine M ErgoStep@ $72.14 37.77% $44.89 SY 40049 Foliage SL Super-Lok@ $52.77 41.63% $30.80 SY 40049 Foliage M ErgoStep@ $60.42 36.36% $38.45 SY 40051 Forest Floor SL Super-Lok@ $46.81 42.17% $27.07 SY- Tn,k,2t(uSA.Iri,,, 11,16lig is '01, '�IaLerlal 0111y, frelghL is 110L 30000 Ai,,.,a Rd S.I.ri,01-14413 (Fa) 6 Page 21 of 39 Urkeft 2326 Souircewdill Contract # 061323 IFFU ex1p: 8/9/2027 Tarkett Illlia INumber: 168119 Tarkett IResillient III N: SIPA Required - Contact IRIBIM 11F)ii Effective: Ju Illy l, 2024 -to Juine 30, 2025 MEN= MONEM MEMEME11=011M MEMMEM Styie Backing Discount Off End User Number Styie Description Code Backing Description List Price List Price Price Per UOM UOM 40051 Foreast Floor M ErgoStei $54.46 36.25% $34.72 S 60102 Full Volurne III CK CrossCusi(Woven) $91.66 27.40% $66.54 SY 60102 Full Volurne III KW Crossweave@ $84.01 29.90% $58.89 SY 44025 Grarna 11 SL Super-Lok@ $46.42 44.52% $25.76 SY 44025 Grarna 11 M ErgoStei $54.07 38.22% $33.41 SY 44040 Grarna Striae 11 SL Super-Lok@ $46.82 43.79% $26.32 SY 44040 Grarna Striae 11 M ErgoStei $54.47 37.64% $33.97 SY 44057 Grasscloth SL Super-Lok@ $67.61 44.18% $37.74 SY 44057 Grasscloth M ErgoStei $75.26 39.69% $45.39 1 SY 66002 Halifax CK CrossCusi(Woven) $83.91 27.37% $60.95 SY 66002 Halifax KV Crossweave Velvet $76.26 30.11% $53.30 SY 40033 Lido SL Super-Lok@ $73.84 43.31% $41.86 SY 40033 Lido M ErgoStei $81.49 39.24% $49.51 SY 60126 Pebble Mesh CK CrossCusi(Woven) $96.07 27.06% $70.07 SY 60126 Pebble Mesh KW Crossweave@ $88.42 29.40% $62.42 SY 40044 Piazza SL Super-Lok@ $66.58 42.19% $38.49 SY 40044 Piazza M ErgoStei $74.23 37.84% $46.14 SY 60131 Plaited CK CrossCusi(Woven) $101.99 27.28% $74.17 SY 60131 Plaited KW Crossweave@ $94.34 29.49% $66.52 SY 44060 Plurneria SL Super-Lok@ $67.61 44.18% $37.74 SY 44060 Plurneria M ErgoStei $75.26 39.69% $45.39 SY K0101 Radiance CAL Super-Lok@ $59.07 43.88% $33.15 SY K0101 Radiance i ErgoBlok@ $65.45 39.61% $39.53 SY 40048 Reflecting Pool SL Super-Lok@ $53.79 42.69% $30.83 SY 1 40048 lReflecting Pool I M ErgoStei $61.44 37.37% $38.48 SY Tn,k,2t(USA.Iri,,, 11,16lig is '01,MaLerlal 0111y, frelghL is i10L 30000 Ai,,.,a Rd S.I.ri,01-14413 (na) 6 Page 22 of 39 Urkeft 2327 Souircewdill Contract # 061323 IFFU exlp: 8/9/2027 Tarkett Illlia INumber: 168119 Tarkett IResillient III N: SIPA Required - Contact IRIBIM IlDirlding Effective: Jii 2024 -to Juine 30, 2025 MEN= MONEM MEMEME11=011M MEMMEM Styie Backing Discount Off i User Number Styie Description Code Backing Description List Price List Price Price Per UOM UOM 60128 Reprise CK CrossCusi(Woven) $101.02 27.38% $73.36 S 60128 Reprise KW Crossweave@ $93.37 29.62% $65.71 SY K0120 Solana COIL Super-Lok@ $66.08 49.66% $33.26 SY K0120 Solana UC ErgoBlok@ $72.46 45.29% $39.64 SY 44068 Stratford SL Super-Lok@ $33.37 29.88% $23.40 SY 44068 Stratford M ErgoStei $41.02 24.31% $31.05 SY 40047 Surishadow SL Super-Lok@ $51.78 41.57% $30.26 SY 40047 Surishadow M ErgoStei $59.43 36.22% $37.91 SY 40050 Terrace SL Super-Lok@ $50.73 41.42% $29.72 SY 40050 Terrace M ErgoStei $58.38 35.99% $37.37 SY 40046 Toulon SL Super-Lok@ $65.22 42.25% $37.66 SY 40046 Toulon M ErgoStei $72.87 37.81% $45.31 SY 40032 Vetro SL Super-Lok@ $73.20 43.36% $41.46 SY 40032 Vetro M ErgoStei $80.85 39.25% $49.11 SY 44059 Woodrush SL Super-Lok@ $67.61 44.18% $37.74 SY 44059 Woodrush M ErgoStei $75.26 39.69% $45.39 SY 44031 Zona III SL Super-Lok@ $33.56 28.76% $23.91 SY 44031 Zona III M ErgoStei $41.21 23.42% $31.56 SY Tn,k,2t(uSA.Iri,,, ::11,16lig is `(��r '�IaLelrlal 0111y, "eight is 110L 30000 Ai,,.,a Rd S.I.ri,01-14413 (na) 6 Page 23 of 39 Urkeft 2328 Souircewdill Contract # 061323 IFFU exlp: 8/9/2027 Tarkett Illlia INumber: 168119 Tarkett IResillient III N: SIPA Required - Contact IRIBIM IlDirlding Effective: Ju Illy l, 2024 -to Juine 30, 2025 End User Styie r, BacHng Diiscount Off P, M Co 'r UO Styie Descriiptiion7 Backiing Descriiptiion List P i Pfice fice Prilce Per uOm Code Code Lst u0mJoiM varies Flexable Standard-El:hos GILI ethos(E-0 Modular wil:h Ornninoal: ).15 31.15% 1 $54.50 SY varies firs Standard-Flex-Aire CR Flex Aire@0 Cushion RS $80.43 30.99% $55.50 SY varies Flexable Standard-PB M Powerbond Cushion $79.15 31.15% $54.50 SY varies Flsxsabls Standard-PB RS MR Powerbond Cushion RS $82.77 30.53% $57.50 SY 05164 Aragon Blue Shadow MR Powerbond Cushion RS $61.15 2 4.4 5% $46.20 SY Tn,k,2t(uSA.Iri,,, ::11,161ng is '01, 'naLerial Only, "eight is 110L lncluc�ec� 30000 Ai,,.,a Rd S.I.ri,01-14413 (na) 6 Page 24 of 39 Urkeft 2329 SouircewdHI Contract # 061323 IFFU ex1p: 8/9/2027 Tarkett Illii I INumber: 168119 Tarkett IResilient III N: SIPA Required - Contact IRIBIM IlDirlding Effective: Ju Illy 'll, 2024 -to Juine 30, 2025 End User Style Discount Off Price � Series List Price Price Per UOM 't Pr! Number List Price7 7 UOM IN513572 Adaptt (SureSet) $7.36 27.62% $5,33 SIF IN 512191 Contour $7.52 30.62% $5,21 SIF IN518780 Collective IPursuit $6.94 41.05% $4,09 SIF IN518360 lEven IPlane $8.57 51.08% $419 SIF IN 512187 lEvent $6.85 40.09% $4,'1'1 SIF IN512186 Victory $15.59 28.43% $'1'1,'l 6 SIF TWk,2t(USA.Iri,,, 11,161ng is '01,nlaLerlal Only, frelghL is 110L ncluc�eci 3�1)00 Aiua Rd S.,, ri,01-14413 1) Page 25 of 39 �arkeft 2330 Souircewdlll Contract # 061323 IFFU ex1p: 8/9/2027 Tarkett Illlia INumber: 168119 Tarkett IResillient III N: SIPA Required - Contact IRIBIM IlDirlding Effective: Ju Illy l, 2024 -to Juine 30, 2025 Product Descdptlon&Use Spread Rate Style UOM Price per Unit C-121E Pressure Serisffive Adlihesrve--li&IDes,s,o Only 133-155 Square Yards 604734021 4 Gallon Pail $126M 1596-1860 Square Yards 48-4 Gallon Pails $1M20 ON /NOV KS 1OX 1596-1860 Square Yards 48-4 Gallon Pails $1M20 C_GU HIM Adli[li only ,so lvent flvent free,acrylic adhesive 60-80 square yards/4 gallon 604734024 4 Gallon Pail $16120 For Use on concrete where mOiStUre Iir71ts exceed C EX TarlkettTalpe@+--etli li&Ii li Only 144 Square Yards per Roll for 24"x24" 604737028 Roll $158A7 See Technical BUIletin for further confl(aLjrations. C-1 61E Adli 44-55 Square Yards 604734010 4-Gallon Pail $9132 528-660 Square Yards 48-4 Gallon Pails $87.54 IB-19 Greerili Adli 40-48 Square Yards 604734001 4-Gallon Pail $47A4 .... ....... C-361E i(Porous concrete floors must be primed) 133-177 Square Yards 604735013 4-Gallon Pail $6168 NOD 0/1*4 0* Searn Welld-54(Not for sale in California) 800 1 inear Feet 604735005 GAT $16M Do not Use with Powerbond ethos Cushion.Cleans with Swam Cleaner 77. C-XIL Searn Weld(Powerli&lin)(To be sold in California) 4QQ L..iir ear Feet 604735019 QT $20M Meets SCAQMD,BAAQME),Water Baser.](Cleans with Water) Power-Weld Searn Weld(Powerli(To be sold in California) 4QQ L..iir ear Feet 604735024 QT $20M MeetsSCAQMD,BAAQME)(Cleans with Acetone) Searn Clearier 77(Not for sale in California) 1,tiQQ L..iir ea r Feet 604735007 QT $2145 Do nOt Use with Powerbond ethos Cushion RoIlSirriart 1,400-1,600 Square Feet 297038073 4-Gallon Pail $27831 *Ali for Contour,ill)Lafitude,IFrsernt, Metalli 350-400 Square Feet 297038074 Gallon Pail $7181 IL VI" 1,400-1,600 Square Feet 297038080 4-Gallon Pail $324.97 *Ali for ill)Lafitude 350-400 Square Feet 297038081 Gallon Pail $76.69 Tarli 9591HIM ViiinylITHe arid IPllalrnik Adli 150-175 Square Feet/gal(Porous) *Approved for Contour,HID(Latitude,Event,Even Plarie&MetallEdge. 250-300 Square Feet/gal(Non-porous) 297038082 4-Gallon Pail $16634 Solvent-free easy to aiDIDiy adhesive 975Two-Ii Urethane Adli 150 Square Feet 297038014 Gallon Pail $18933 *Ali for Contour,ill)Lafitude,IFrsernt,IFrselrn IPllalrne&Metalli 300 Square Feet 297038020 2-Gallon Pail $340M Cli 2001 Wet Set Adli*Ali for Viictory 125 Square Feet per Gallon 250458000 4-Gallon Pail $108A6 Recommended adhesive for installation over por0LJ.S.SLjbfIoor only Cli 2000 IFlpoxy Adli*Ali for Viictory 120-130 Square Feet per Gallon 250458001 1-Gallon Pail $6931 Tarli SureStart"Uriderlayrrierit Roll Size:36 inches x 33.33 feet 500033006 Square Feet $M4 (Roll Size:54 inches x 44.4 feet 500033007 Square Feet $M4 lia 001 12"Stifili N/A N515881 Each $25.81 Metalli 12"Stifili N/A N515882 Each $25.81 lia 003 12"Stifili N/A N515883 Each $25.81 lia 004 Stifili-ILevellelr Orily,Use w/Metalli 003 N/A 440270002 Each $14 1 Twk,2t(USA.Iri,,, 11,161ng is for 'naLerial Only, "eight:Is 1101: nclit(�We(�i 30000I. Aiua Rd S. ri,01-144 1319 Page 26 of 39 dUrkeft (ara) 6 2331 SouircewdHI Contract # 061323 IFFU ex1p: 8/9/2027 Tarkett Illlia INumber: 168119 Tarkett IResillient III N: SIPA Required - Contact IRIBIM IIF)ii Effective: Ju Illy l, 2024 -to Juine 30, 2025 Product Descdptlon&Use Spread Rate Style UOM Prlce per Unit SY01i 1 Pint-12 per Caftn 604735010 Caftn $15697 4 Gallons per Caftn 604735011 Caftn $162A 1 Carli I110 N/A 604735003 Each $71 29 Searn'Tifirrurner-Double Blade N/A 604736008 Each $176M i I1(5 per pack)k#PBR-1 N/A 604736005 Pack $435 Orcular Reli Cooli Cutter N/A 604736007 Each $2173 ;i I I I I I I I I EMOMMIMEMEM 11i(Sli 6'x 75'-50 Yards(Roll) 1 6058170041 Square Yard I Tn,k,2t(uSA.Iri,,, 11,161ng is '01,nlaLerlal Only, frelghL is nOL nclu(��e(:� 30000 Ai,,.,a Rd S.I.ri,01-1441319 d Tarke Page 27 of 39 ft (na) 6 2332 SouircewdHI Contract # 061323 IFFU ex1p: 8/9/2027 Tarkett Illlia INumber: 168119 Tarkett IResillient III N: SIPA Required - Contact IRIBIM IlDirlding Effective: Ju Illy l, 2024 -to June 30, 2025 !III F MEMEMlEiiiiii, rrIMMIMMIMMM Style Code Style Style Description Gauge SY per RoH Size End User MIA Number RoH Nic".Pv UOM OIDIF R N500755 iQ Optima 2mm 59.7 6'6''Matti $50 14 SY 2mm GRIF R N500749 iQ Gianit 7 59.7 6'6''Matti $5014 SY EIAI R N518050 IiQ Eminent 2mm 59.7 6'6''Matti $50 14 SY I Al D3 R N500760 II 2mm 55.66 6'6''Matti $38 18 SY `0 AIR13 R N500743 Aria 2mm 55.66 6'6''Matti $38 18 SY GRIFSIFIF R N500748 Gianit Safe IF Sheet 2mm 60.13 6'6''Matti $50 14 SY GRIFSID R N5500750 iQ Gianit SID Static Dissipative Sheet 2mm 55 6'6''Matti $5579 SY mmmmm�m Style Code Style Style Description Gauge SF per Tille Size End User MIA Number Carton P,I,.,,e Pv UOM OIDIF JIF N500756 iQ Optima JIF Tile 2mm 56 24''x 24'' $41071 (.",IFN GRIF JIF N500753 iQ Gianit JIF Tile 2 mm 56 24''x 24'' $41071 (.",IFN EIAI JIF N518053 iQ Eminent JIF Tile 2mm 56 24''x 24'' $41071 (.",IFN Al D3 JIF N500759 II JIF Tile 2 mm 56 24''x 24'' $366 55 (.",IFN AIR13 JIF N500745 Aria JIF Tile 2mm 56 24''x 24'' $366 55 (.",IFN GRIFSID JIF N500751 iQ Gianit SID Static Dissipative Tile 2mm 56 24''x 24'' $48667 (.",IFN Style Code Style Style Description Gauge SY per RoH Size End User MIA Number RoHlit P,I,.,,e Pv UOM A(.",W R N500739 Aczent Wood 2mm 55 6'6''Matti $4407 SY Woad A(.",(.",R N510380 A czent concrete 2mm 55 6'6''Matti $4407 SY `1 R R N510383 Acczent flourish 2mm 55 6'6''Matti $4407 SY PER 6 N51 6544 Pei foi ma 6' 2mm 50 6'Width $2699 SY PER 12 N513982 Peifoinna 12'(additimnal frek ht char(es may apply) 2mm 100 12'Width $2699 SY Elm Style Code Style Style Description Gauge SY per RoH Size End User MIA Number RoH Nice Pv UOM C, , W'dt�, I ino Flooi N500773 I ino Flooi 2.5 mm 72 '5''Width dtfi t 1$3 9 t7l "S','YY I inoWall N516352 I ino Wall 2mm 42 6'5''Matti $2975 SY Style Code Style Style Description SF per Carton "file Size End User MIA Number P,I,.,,e Pv UOM Various N51 64 70 jil)I atitude Wood 36 6''x 48'' $304 SIF Various N516590 iD I atitude Abstiacts 45 18''x 18'' $304 SIF Various N516591 iD I atitude Abstiacts 36 6''x 36'' $304 SIF Various N516592 iD I atitude Stone&concrete 45 18''x 18'' $304 Si- ON=� .0 0 M Elm= m Style Code Style Style Description Gauge SF per Tille Size End User MIA Number Carton P,I,.,,e Pv UOM Various N517710 Standai d V(.",]F(i=ijil cattors Only) 1/81, 45 12''x 12'' $7314 (.",IFN Vanous N517700 Quai tz V(.",]F(i=ijil cattors Only) 1/81, 45 12''x 12'' $9754 1 Vanous N517701 Slip Resistant V(.",]F O=ijil(Jattors Only) 1/81, 45 12''x 12'' $24540 (.",IFN Various N517702 Solids VI(Full Cattors Only) 1/81, 45 12''x 12'' $24540 (.",IFN Style SF per End User Style Code Style Description Gauge Tulle Size MIA Number I Cartago P,I,.,,e Pv UOM HINSP N500930 i ed Surface .0801, 322 24''x 24'' $994 SIF FRPANSP N500980 Rice Papei Surface .0801, 32 24''x 24'' $994 SIF RIFSP N500962 Raised Round t)r Squaie Surface 1/81, 32 24''x 24'' $1308 SIF HIRIFSP N501241 Hammeied Surface 1/81, 32 24''x 24'' $1308 SIF FRPASP N500981 Rice Papei Surface 1/81, 32 24''x 24'' $1308 SIF BIARIFSP , N500851 Bamboo Sui face 1/81, 32 24''x 24'' a13.08 SIF Tatket(IJSA,Iri,,, 11,161ng is for inaLerial Only, frelghL is nOL II 30000 A1i .,a Rd S.I.ri,0-1441319 Page 28 of 39 (aoa) 6 (?)Tarkeft 2333 Souircewdill Contract # 061323 IFFU ex1p: 8/9/2027 Tarkett Illlia INumber: 168119 Tarkett IResillient III N: SIPA Required - Contact IRIBIM IlDirlding Effective: Ju Illy l, 2024 -to June 30, 2025 MEM EM Style Code Style Style Description Gauge SIF per Tille Size End User UOM Number Carton Nic".Pv UOM RIF N500971 Raised Round or Square Surface 1/81, 32 24''x 24'' $11 45 SIF Ii N500909 IiJ Sui face 1/81, 32 24''x 24'' $11 45 SIF BIVIRIFS N500849 Bamboo Surface 1/81, 32 24''x 24'' $11 45 SIF BRS N500869 Brushed Surface 1/81, 32 24''x 24'' $11 45 SIF ("'OS N500876 (.".onciete Surface 1/81, 32 24''x 24'' $11 45 SIF (.",RIFS N500877 (.".ubis Surface 1/81, 32 24''x 24'' $11 45 SIF (.",N N500891 Diamond Surface 1/81, 32 24''x 24'' $11 45 SIF FRIFS N500906 Flagstone Surface 1/81, 32 24''x 24'' $11 45 SIF I RS N500955 I...eather Surface 1/81, 32 24''x 24'' $11 45 SIF FRPA N500979 Rice Paper Surface 1/81, 32 24''x 24'' $11 45 SIF N500999 Smooth Surface 1/81, 32 24''x 24'' $11 45 SIF (.",Fl N500905 (".inculinity Fastllane 1/81, 32 24''x 24'' $11 45 SIF (.",IFR N501004 (".inculinity Tiicycle 1/81, 32 24''x 24'' $11 45 SIF (.",RB N500993 (".inculinity Round A Bout 1/81, 32 24''x 24'' $11 45 SIF (.",IFIF N501003 .(".inculinity To Tac Too 1/81, 32 24''x 24'' $11 45 SIF (.",EF N500904 (".inculinity Effervescent 1/81, 32 24''x 24'' $11 45 SIF FGS N5141 70 Forged Surface 1/81, 32 24''x 24'' $11 45 SIF I ES N514171 I inen Surface 1/81, 32 24''x 24'' $11 45 SIF WG N514172 Woodgi ain Sui face 1/81, 32 6''x 48'' $11 45 SIF WV N514173 Woven Surface 1/81, 32 24''x 24'' $11 45 Si- 7 M= MMMMMMMMMM Style Code Style Style Description Gauge SIF per Tille Size End User UOM Number Carton Nice Pv UOM IAI-110 12 N510440 lAesto(".onfiguiations(Full cartons Only) .0801, 60 12''x 12'' $994 SIF IAI-110 12 24 N510444 lAesto(".onfiguiations(Full cartons Only) .0801, 60 12''x 24'' $994 SIF IA 1-110 24 N510441 11VIesto(".onfiguiations(Full cartons Only) .0801, 48 24''x 24'' $994 SIF IA 1-110 6 N510442 lAesto(".onfiguiations(Full(')anon Only) .0801, 60 6''x 6'' $994 SIF IAI-110 6 24 N510443 lAesto(".onfiguiations(Full cartons Only) .0801, 60 6''x 24'' $994 SIF IARI R S N510391 AineialitySbata I...eather Surface 1/81, 32 12''x 24'' $11 45 SIF IARI R G N51 0410 lAineialityGiains I eatInei Sui face 1/81, 32 6''x 48'' $11 45 SIF (.",OIAIF 507 N501245 Replay(".ommotion Square Edge Tile Black 3/8'' 24''x 24'' $760 SIF (.",OIA IF N500976 Replay Commotion Square Edge Tile Speckled 3/8'' 24''x 24'' $927 SIF (.",OIAI 507 N501246 Replay(".ommotion Interlocking Tile Black 3/8" 24''x 24'' $841 SIF ("101A I N500977 Replay(".ommotion Interlocking Tile Speckled 3/8'' 24''x 24'' $10 19 SIF S IA 1-11 N501011 Triumph Square Edge Speckled I Mesta 3/8'' 24''x 24'' $1773 SIF SIVIFISI N501010 Triumph Slidelock Speckled I Mesta 3/8'' 24''x 24'' $1702 SIF INRI-II N500943 Inertia Square Edge Speckled I Mesta 114'' 24''x 24'' $12.81 Si- 7 M= Style Code Style Style Description Color Gauge Size End User UOM Number Nice Pv UOM I (.",OIAR 507 N501243 Replay(".ommotion Sheet full Roll Only) Black 114'' 4'x 75' $393 SIF (.",OIA R N500974 Replay(".ommotion Sheet(Full Roll Only) Speckled 114'' 4'x 75' $4 98 SIF (.",OIAR 507 N501244 lReplay(".ommotion Sheet full Roll Only) Black 3/8'' 4'x 50' $5 58 SIF (.",OIA R N500975 Replay(".ommotion Sheet Full Roll Only) Speckled 3/8'' 4'x 50' $718 SIF = Style Code Style Style Description Gauge LIF per Height End User UOM Number Carton Nice Pv UOM I IAW A N510486 11iUrlonnat 8'lengttis 3/8'' 48' 4 1/2'' $304 1 F Aw 1) 1 N510488 jOutfine 8'lengttis 5/16'' 80, 3 1/2'' $2.22 1 F IAW F I N510490 lReveal 8'lengttis 114'' 64' 4 114'' $2.82 1 F IAW G F—E]1:0:4:9 2 lInflection 8'lengttis 3/8'' 48' 5 114'' $5 03 1 F IAW 1-11 1 N510494 I Mandalay 8'lengttis 3/8'' 4 0' 4 1/2'' $4 4 2 1 F Tn,k0,�(JSA.I r,, 11,16n is r�r nlaLerlal Only felgL is 10L 300a)0Ai,,.,aR (?)TarkeftS.1,01-1441319 Page29 of39(ao 2334 SouircewdHI Contract # 061323 IFFU ex1p: 8/9/2027 Tarkett Illlia INumber: 168119 Tarkett IResillient III N: SIPA Required - Contact IRIBIM IlDirlding Effective: Ju Illy l, 2024 -to June 30, 2025 Style LF per ht End User Style Code Number Style Description Type Carton Gauge/Hegg Nic".Pv UOM u0m 1F5t11(1F)4 N51 0606 Basewoiks IFS Thermoset TOE or IFOEI ESS (.",oil 120' 1/8''/4'' $1 47 1 F 1FSB(1F)4 N500861 Basewoiks IFS Thermoset TOE or IFOEI ESS 4'section 120' 1/8''/4'' $1 47 1 F 1FSB(1F)6 N516029 Basewoiks IFS Thermoset TOE or IFOEI ESS (.",oil I ou 1/8''/6'' $2.30 1 F 1FSB(1F)6 N500863 Basewoiks IFS Thermoset TOE or IFOEI ESS 4'sections 100 1/8''/6'' $2.30 1 F (.-,B(IF)4 N510600 Tiaditional 1FPV Vinyl TOE or IFOEI ESS (.",oil 120' .080/4'' $093 1 F (.-,B(IF)4 N501147 Tiaditional 1FPV Vinyl TOE or IFOEI ESS 4'sections 120' .080/4'' $093 1 F B(IF)6 N516016 Tiaditional 1FPV Vinyl TOE or IFOEI ESS (.",oil 100, .080/6'' $1 56 1 F B(IF)6 N501149 Tiaditional 1FPV Vinyl TOE or IFOEI ESS 4'sections 100, .080/6'' $1 56 1 F (.-,B(IF)4 N510602 Tiaditional 1FPV Vinyl TOE or IFOEI ESS (.",oil 120' 1/8''/4'' $1 14 1 F (.-,B(IF)4 N501148 1-Fiaditional 1FPV Vinyl TOE or IFOEI ESS 4'sections 120' 1/8''/4'' $1 14 L..F B(IF)6 N516018 Tiaditional 1FPV Vinyl TOE or IFOEI ESS (.",oil 100, 1/8''/6'' $1 72 1 F B(IF)6 N501150 Tiaditional 1FPV Vinyl TOE or IFOEI ESS 4'sections 100, 1/8''/6'' $1 72 1 F 4 N510604 Tiaditional IFPR Rubbei TOE or IFOEI ESS (.",oil 120' 1/8'' 4'' $1 34 1 F 4 N500719 Tiaditional IFPR Rubbei TOE or IFOEI ESS sections 120' 1/8'' 4'' $1 34 L..F 6 N516022 Tiaditional IFPR Rubbei TOE or IFOEI ESS (.",oil 100, 1/8'' 6'' $2.05 1 F 6 N500722 Tiaditional IFPR Rubbei TOE or IFOEI ESS sections 100, 1/8'' 6'' $2.05 L..F ME=Is= Style Code Style Style Description Color Lengths Available End User u0m Number Nice Pv UOM RNRID SO N500970 Raised Round or Square Surface Solid 3',3.5',4',4.5,5,6,7,8' $2022 1 F 1-11 IA N IF N500908 i ed Surface Solid 3',3.5',4',4.5,5,6,7,8',V $2022 1 F (.",N N N500898 11iamond Surface Solid 3',3.5',4',4.5,5,6 $2022 1 F FRPANIF N500978 Rice(Paper Surface Solid 3',3.5',4',4.5,5,6 $2022 1 F (.",F1 NIF N500706 (".kculinity Fastlane Surface Solid 3',3.5',4',4.5,5,6 $21 10 1 F (.",UBIF N500708 (.".ubis Surface Solid 3',3.5',4',4.5,5,6 $21 10 1 F BIANIF N500855 Bamboo Surface Solid 3',3.5',4',4.5,5,6 $21 10 1 F RNRD/SQSP N500961 Raised Round or Square Surface Speckled 3',3.5',4',4.5,5,6,7,8' $24 18 1 F 1-111ANIFSP N500929 i ed Surface Speckled 3',3.5',4',4.5,5,6,7,8',V $24 18 1 F (.",N NSP N500893 Diamond Surface Speckled 3',3.5',4',5',6 $24 18 1 F FRPANIFSP N51 0567 Rice(Pager Surface Speckled 3',3.5',4',5',6 $24 18 1 F M�� MMM2��M Style Code Style Style Description Color Lengths Available End User u0m Number Nice Pv UOM VIRNRD N501015 Raised Round Surface Solid 3',3.5',4',4.5,5,6,7,8' $2601 1 F VIRNSQ N501017 Raised Square Surface Solid 3',3.5',4',4.5,5,6 $2601 1 F Vili N500940 i ed Surface Solid 3',3.5',4',4.5,5,6,7,8',V $2601 1 F Vl(.",NN N500902 Diamond Surface Solid 3',3.5',4',4.5,5,6 $2601 1 F VIFRPANIF N500987 Rice(Pager Surface Solid 3',3.5',4',4.5,5,6 $2601 1 F Vl(.",Fl NIF N500707 (".kculinity Fastlane Surface Solid 3',3.5',4',4.5,5,6 $27 13 1 F Vl(.",UBIF N510621 (.".ubis Surface Solid 3',3.5',4',4.5,5,6 $27 13 1 F VIBIVNIF N500858 Bamboo Surface Solid 3',3.5',4',4.5,5,6 $27 13 1 F VlRNRD/SQSP N500966 Raised Round or Square Surface Speckled 3',3.5',4',4.5,5,6,7,8' $3000 1 F VIHIVNIFSP N500934 i ed Surface Speckled 3',3.5',4',4.5,5,6,7,8',V $3000 1 F Vl(.",NNSP N500896 Diamond Surface Speckled 3',3.5',4',5',6 $3000 1 F VIFRPANIFSP N510568 Rice(Pager Surface Speckled 3',3.5',4',5',6 $3000 1 F Twk,2�(�JSA.Iri,,, ::11,161ng is for inaLerial Only, frelghL is 110L il 30000 Ai,,.,a Rd S.1,01-1441319 (?)Tarkeft (aoa) 6 Page 30 of 39 2335 SouirciewdHI Contract # 061323 IFFU ex1p: 8/9/2027 Tarkett Illlia INumber: 168119 Tarkett IResillient III N: SIPA Required - Contact IRIBIM IlDirlding Effective: Ju Illy l, 2024 -to June 30, 2025 Style Code Style Style Description Color Lengths Available End User LIOM Number Nic".Pv UOM RNRD/SQ1FR N500973 Raised Round or Square Surface Solid 3',3.5',4',4.5,51,61,7,81,91 $2550 1 F i N500937 i ed Surface Solid 3',3.5',4',4.5,51,61,7,81,91 $2550 1 F (.",N NIFR N500899 1liarnond Surface Solid 3',3.5',4',4.5,51,61 $2550 1 F FRPANIFR N500984 Rice Paper Surface Solid 3',3.5',4',4.5,51,61 $2550 1 F (.",F1 NIFR N500873 (".inculinity Fastllane Surface Solid 3',3.5',4',4.5,51,61 $2550 1 F (.",UBTR N500882 (.".ubis Surface Solid 3',3.5',4',4.5,51,61 $2550 1 F BIANTR N500703 Bamboo Surface Solid 3',3.5',4',4.5,51,61 $2550 1 F RNRD/SQ1FRSP N500963 Raised Round or Square Surface Speckled 3',3.5',4',4.5,51,61,7,81,91 $2959 1 F i N500735 i ed Surface Speckled 3',3.5',4',4.5,51,61,7,81,91 $2959 1 F (.",N NIFRSP N500894 1liarnond Surface Speckled 3',3.5',4',4.5,51,61 $29 59 1 F FRPANIFRSP N500982 Rice Paper Surface Speckled 3',3.5',4',4.5,51,61 $2959 1 F (.",F1 NIFRSP N514183 (".inculinity Fastllane Surface Speckled 3',3.5',4',4.5,51,61 $2959 1 F (.",UB]FRSP N500879 (.".ubis Surface Speckled 3',3.5',4',4.5,51,61 $2959 1 F BIVNIFRSP N500852 Bamboo Surface Speckled 3',3.5',4',4.5,51,61 $2959 1 F 7 Style Code Style Style Description Color Lengths Available End User LIOM Number Nice Pv UOM VIRNRD/SQ I R N500969 Raised Round or Square Surface Solid 3',3.5',4',4.5,51,61,7,81,91 $32.68 1 F VIHNTR N500941 mmei ed Surface Solid 3',3.5',4',4.5,51,61,7,81,91 $32.68 1 F Vl(.",NNIFR N500903 Diamond Surface Solid 3',3.5',4',4.5,51,61 $32.68 1 F VIFRPANIFR N500988 Rice Paper Surface Solid 3',3.5',4',4.5,51,61 $32.68 1 F Vl(.",Fl NIFR N500875 (".inculinity Fastllane Surface Solid 3',3.5',4',4.5',5',6' $32.68 1 F Vl(.",UB]FR N500884 (.".ubis Surface Solid 3',3.5',4',4.5,51,61 $32.68 1 F VIBIANTR N501014 Bamboo Surface Solid 3',3.5',4',4.5,51,61 $32.68 1 F VIRNRD/SQ I RSP N500967 Raised Round or Square Surface Speckled 3',3.5',4',4.5,51,61,7,81,91 $3670 1 F Vili N500935 i ed Surface Speckled 3',3.5',4',4.5,51,61,7,81,91 $3670 1 F Vl(.",N NIFRSP N500897 Diamond Surface Speckled 3',3.5',4',4.5,51,61 $3670 1 F VIFRPANIFRSP N500983 Rice Paper Surface Speckled 3',3.5',4',4.5,51,61 $3670 1 F Vl(.",Fl NIFRSP N500872 (".inculinity Fastllane Surface Speckled 3',3.5',4',4.5,51,61 $3670 1 F Vl(.",UB]FRSP N500881 (.".ubis Surface Speckled 3',3.5',4',4.5,51,61 $3670 1 F VIBIVNIFRSP N500854 Bamboo Surface Speckled 3',3.5',4',4.5,51,61 $3670 1 F No=MEN= NONE= Style Code Style Style Description Type Depth Sizes End User LIOM Number Nice Pv UOM rely 1-111) N501161 Heavy i Vinyl IDead Only 12 114 3"51,61,7,8,121 $12.55 1 F OEM Style Code Style Style Description Type Depth Sizes End User LIOM Number Nice Pv UOM 1 3 Ima611 41 PVlli Stair T Visually XX SQ N510464 Vinyl Stair Tiead 01�pjlyked 12 114'' 1 6;31 ,81,�21' $2110 1 F ON=� MMM�M Style Code Style Style Description Type Depth Sizes End User LIOM Number Nice Pv UOM PVlRNRD/SQ N500959 Raised Round or Square Surface Tread Only 12 114'' 3', 7484 3'6'',48,4'6'' $2672 1 F , PVIRNRI)/SQIFR N 500960 Raised Round or Square Surface I read ne Piece 191, 3',3'6'',748,4'6'' $3350 1 F Ti &Risei 5', , PV11i N500928 Harnmeied Surface I read ne P&Ris iece 191, 3',3'6'' 4 41611 $3350 1 F I Tiei 5"61,7484 91 Tn,k,2II(IJSA.Iri,,, 11,161ng is for inaLerial Only, frelghL is 110L il 30000 Aua Rd S.I.ri,01-1441319 Page 31 of 39 (aoa) 6 (3)Tarkeft 2336 SouirciewdHI Contract # 061323 IFFU ex1p: 8/9/2027 Tarkett Illlia INumber: 168119 Tarkett IResillient III N: SIPA Required - Contact IRIBIM IlDirlding Effective: Ju Illy 'll, 2024 -to June 30, 2025 Style Code Style Style Descrip=tion Gauge LF per Height End User u0m Number Carton i ll UOM Pli IN 510461 IFPR Rudder TOE w/I''PI Stnp 1/81, 120' 4'' $5 90 1 F Pli IN 510463 IFPR Rudder TOE w/1"PI Stnp 1/81, 100, 6'' $730 1 F � iiiii:�ii,M= MEMEMM1711 i 1 111111[l�lllll l IM13. Style Code Style Style Description Depth Sizes End User u0m Number i ll UOM PVlIFSNN XX N510466 Stak Nosing Top Set 2'' 12' $1524 1 F PVIR(.",NN XX A N51 0467 Recessed Stak Nosing Undercut for carpet 2'' 12' $1937 1 F PVIR(.",NN XX B N51 0468 Recessed Stak Nosing Heavy 1i ty Overlap ap I i p 2'' 12' $1994 1 F PVIR(.",N XX B2 IN 501189 Recessed Stak Nosing Heavy 11uty Overlap I p w/2''Tape 2'' 12' $1547 1 F PVIV(.",DN N51 0469 Stak Nosing Double Undercut 2'' 12' $1640 1 F OEM 1 Style End User Style Code 7Number Styt_e!De!scription Gauge Packaggng i ll UOM u0m _" ,St 'oil PVFSN 99 1'' 440348002 Vinyl I'Voldings I Featuie Sbip 1/81, 1 X 50'(.", $942 1 F PVGSN 99 A 1'' 440351003 Ivinyl IVoldiings I Guidance Sbip 1 X 50'(.",oil $1524 1 F Style Code Style Style Description Size End User u0m Number i ll UOM P 1-11 IN N510472 i(.".ovei 12' $942 1 F Style Code Style Style Description Packaging Sizes End User u0m Number i ll UOM P40708 297039036 1 Plain Tape I Roll I''X 82 1 engtti $30420 EA P407081 297039039 1 Plain I ape I Roll I''X 164'1 engtti $54752 EA 71111111 Style Code Style Style Description Type Packaging End User u0m Number i ll UOM WRC N500762 Weld Rod i(.".oloi(t,,,i-io c,,-1[) 165 1 FIF(.",oil X1 (.",oil $7908 (.",IFN WR N501073 Weld Rod-Solid(tc,,i-ioc,,-1[) 165 1 FIF(.",oil X1 (.",oil $6615 (.",IFN I SWR N500768 I noleum Weld Rod Solid(.".oloi 1651 FIF(.",oil X1 (.",oil $13548 (.",IFN I(.",WR N500765 I noleum Weld Rod Vultl(.".oloi 1651 FIF(.",oil X1 (.",oil $13548 (.",IFN Style Code Style Style Description Type Packaging End User u0m Number i ll UOM 960 G 297038000 960 Wall Base Adhesive I Gallon Unit x4 1-gallon units $10607 (.",IFN 100 G 100 G 100(.".Ieai Thin Spilead Adhesive I Gallon Unit x4 1-gallon units $92.73 (.",IFN 100-4 100-4 100 clear Thin Spilead Adhesive 4 Gallon Unit 4-gallon $7599 EA 901 297038075 901 SpiaySmait Splay Adhesive 22 OZ cans x6 22 oz units $24838 (.",IFN 9591-111A 4 N518100 959 1-111A Vinyl Tle&Plank Adhesive 4 Gallon Unit 4-gallon $162.46 EA 965-1 297038011 965 Flaming and Tread Adhesive use far 950) 1 Gallon Unit x4 1-gallon units $18040 (.",IFN 965-4 297038024 965 Flaming and Tread Adhesive use far 950) 4 Gallon Unit 4 gallon $199 66 EA 946 G 270145044 946 Piennium contact Bond Adhesive I Gallon Unit x4 1-gallon units $44320 (.",IFN 925-1 297038062 925 Resilient Flaming Adhesive I Gallon Unit x4 1-gallon units $241 65 (.",IFN 925-4 297038066 925 Resilient Flaming Adhesive 4 Gallon Unit 4-gallon $23463 EA 926 4 250458149 926 Vinyl Flooring Adhesive 4 Gallon Unit 4-gallon $201 65 EA 975-1 N512403 975 Two-Dart Urethane Adhesive I Gallon Unit I fart A&I fart B $15121 (.-,IFN 975-2 N512301 975 Two-Dart Urethane Adhesive 2 Gallon Unit I fart A&I fart B $271 60 (.",IFN ROI I SIVAIRIF N512506 RollSmait I Gallon Unit x4 1-gallon units $31737 (.",IFN ROI I SIVAIRIF 297038073 RollSmait 4 Gallon Unit 4-gallon $29961 EA 301 297038301 Bower Tape Ti ead Tape I (.",IFN I roll x 9.5'' $25627 (.",IFN 302 297038302 Bower Tape Ti lead&Riser Tape 0 FN 2 rolls x 9.5'' $464 26 (.",IFN Unit 906 2 297038065.906(".onductive Adhesive 17 Gallon Un .2 Gallon Unit $17755 EA Twk,2lit iJSA.Iri,,, 11,161ng is for lmaLerlal Only, frelghL is 110L IIl 30000 A1iua441 Rd 0-1319 Page 32 of 39 (aoa) 6 (?)Tarkeft 2337 co M M N C S dO O V Ih O MW VO�M hIh O Ih�OO NN NNONWNVOO� wZ N6 C Or- r- r- -�;Q O Z'N N N N M h W M Nr- n c z;c -to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to<n to to to to U O�O r- 1' �O Q O O N M ui O�V�O M V r-r-N M ui r-h W O�M M M V h N V M r-h O�M�O N M�O O h r-r- >Z r-W V r- M O� N�o N V r- N W r-r-r-r- r- r- r- � r- C to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to-to to to to Z WV u M h o r- b Zr- V c 2 a`<n<n<n<n<n<n<n<n<n<n<n<n<n<n<n<n<n<n<n<n<n<n<n<n<n<n<n<n<n<n<n<n<n<n<n<n<n<n<n<n<n<n<n to to to to �O 3 to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to�to to to to r- W r2h N,W Ih W h V h N V�O r-V O Mr- p O� V M_N V W N r- �Mr- I - �� c n Z a`to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to AA IR NY' �O III F F N O N M V O O M O O r-O�r-r-N r-N h II� AY Z O O N V r-r-r-r-r- I' r- up,.04 �m�+gre, to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to in to to to to n�nniAY mxxn® a�O� V O r-M V�O N�O O� h W h O r-O N O:h h h r-W CC 1.®II r-V M V V O�o r-r-r-O�r-r- 2 Z�r-N N N M N C) Ih W M (V W N V�o O� O ui O m-N W N N r- "V r-h O� N V A N V W N r- Mr- d N N np,p'�� co m Il!iIn III IIIIIIIIIII 96 O:�O O�h V W h O r-O N O�h h h r-W IIIIIIIIIIIIIIIIIII m r-h�W h r-V M V V O�O r-r-r-O�r-r- r- IIIIIIIIIIIIIIIIIII " r- nn IIII' ------------------------------ IIII Illllm u ICI I Z cn im r C �M1lllllllo � to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to�to to to to � IIIIIIIIIAW W",9 cu y I IIIIIII Ill ull r- N N O c Q U a`to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to<n to to to to �IIIIIIIIIIIIII III,III�IIII✓I� ml�"� 'm>rf, Illlllnmm wu,,,,,,, yd'Z S M r-r-W V o -W N S r-N V M h�O r-O��O O N�O h N O M V O O N O r- r-O�r-r-V m IIIII o 0 IIIIIII y Llu I' to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to�to to to to IIIII V W 0 V O W O�h O h r-W O O�O O�W O W W IIIIIIIm F O�N h h M W M N M O O�W V O r-r-N O�r-r-V N O V N u�N N V M r-r-V W u? M M M r- a"hn m 0?�O�O�(V ui Ih W O��O N Ih�O N Ih W C)M ui Z W�o Ih Ih�O V V W W ui(V N N W h N V�o M ui ui C)C)N N h N V r- '5e! nnnnln q N N N h W M M M r-h O� N V M N V W N r- -M r-M r- g' 'm N ImIr��'� �p4Ny o_ IIIIIIe w IIIIIII O1 Q wll 51111111 �� III�IIIIIIW Iln r- IIIIIIIRfillll Z - to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to-to to to- Qh IYAllllln 0 N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N aa N N N Nf.: YY Y Y Y Y Y Y Y I~i l~i l~i w l~i l~i l~i l~i Y Y l~i l~i l~i l~i Y Y l~i l~i l~i Y l~i l~i l~i l~i l~i l~i l~i Y Y Y Y Y Y W Y LL LL Y llllllllm �"" O ° O U u -O U v s S:" ° H Q J v a v Q Q „ o J J E E E ° 1 ° S z QMyM o o z o ° ° ° v zJz z Q o Q O O O E vsE HzZ Z M o m° O Q 0 v °v H v Q z Q z0 0 o ° iv '� oQ o Q � �o m� Z Om E o >0 m> �m o Q O OOO O O OO rrcc71 V° O> >O >O O> ° avN oyO N cU o_o> v> 'o y Eoo ww y E E w LL HU 0 Swmm wo o v v E vv v>>v v v v v v v v°' Ufc'Bw l'.r m - , m ° ° ° ° v� v v $ m m m El El El El El El E `m U �� c 0 W M M N C 2 a� W O O N u�M h h M N Om W O h O V O h 0 Om h W Om W O V Z p z c a to to to to to to to to to to to to to to to to to to to-7 to in to to to to to to to to to to to to to to to to to to Q W P 0 0�O W Om h V W O Om O M N M W-W h O W C2- O C2 V V V O C2 N -V W V(V M h V W V N N Om O Om W �+? >Z W to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to C to to to to to to to to to to a�Om Om O O M Z pi h O N O h �O O V O h O Om h W Om W O u�u��V p V u�� �W W V M h �? �o Om Om 0 0 N W Om p M M W O Om� O M N MN M-W h O N�2- O �P O P M u) u) in N in N V N N_N N V N N 3 to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to uJ �V p M uJ W uJ n N V O V uJ N uJ O W W in n�P h W N N u) N W O W N O Illlflilnm N� � m c Q z a to to to to to to to to to to to to to to to to to to to in to in to to to to to to to to to to to to to to to to to to DO N C Om Om 0 0 W Om M M M Om O Om O M N M W W h 0 M h�W V 0 M O M V V V O h N �N III AY I' Z 04 to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to n�nniAY d V p M n M O O Iyµyyl` O M O V O N h 0 Om h Om W O III O W W u) u?P h W u)N u) N O W N W 0 Illn 14 C2 !4 W - N W O uMi O V Om V N u�i N uWi N N upi M N N 'c III �nWMP 1(.I r �' �' W O M N M�O W h 0�O C2 O C2 V V O N W"re 13 Om Om O O h W a h h u)N u) N in n n O N u)V W V N h V W V N N �O O Om Om u) m III ������� rn to to to to to to to to IIq�K to-to to p ;9. <n <n <n <n <n<n<n<n<n Ilq to to to to to to to to to to to to to to to "" I�IIInI nl�lllll� m�n�oo c'��n o, Imo o�W o I� in c'��n�l�O�nvo�l�o rn I�W rn W o�in � IIIIIIIIIIIIIIIIIII M u) V V u)n u)uJ P u) V V N u) IIIIIIIIIIIIIIIIIII � .00 W n W III'y' M d'II0. I ° IIM M M p+ V N W W N h O W IIIII � 1+1 O_Y a to to to to to to to to to to to to to to to to to to to N to N to to to to to to to to to to to to to to to to to to C.`y� re o IIIIIIMImAll C14 lmm. �� m. m C u n III M1lllllllo CGY IIIIIIIII�p IIIIIIIIIAW O O N pi h M O O h O Om h W Om W O III IIIIII M h V p Om Om O W M V V N p W�p W u?P h W M N N W O W N N W O CCS C nnnni n Cl) I����������� c Q u a`to to to to to to to to to to to to to to to to to to to in to in to to to to to to to to to to to to to to to to to to IIIIIIIIIIIIIII IIIIIIII Im ml. m> � N Z W 0 0 W p Om M 0' O Om O M N M h W h O C2 N O C2 V V V O M N wnnnn' � -99 to W2 ui ��p y III�IIIIIIW III IW N � M �N�N V N N N�N V C N N Om O�W Illn � III rn to to to to to to to to to to Inn to to to to to to to to to to to to to to to to to to to to to to to to to to to to IIIIIII "IIIIIIIIII ImIIIIM D O O M M O N O Om V O h O O h 0 Om h W Om W O �m n Ill l�illlllm II IIIIII C co 3 N M T V^�O r- N C) (V C)C) N M M N O Ih O M O W 0��O O��O ui V V Om V h�O�W h O M N W�� �O uMi O V A Om V N u�N uWi N N V upi M N N Q, c I O I im M 0 =a`to to to to to to to to to to to to to to to to to to to in to in to to to to to to to to to to to to to to to to to to w' Q Om 0 0 W N N O O Om h O Om O M N M W W h O M O V V V O N C IIIIIIIIW ......... IW IIIII U �� IIIIInYM1flnl Z y to to to to to to to to to to N to to to to to to to to to to to to to to to to to to to to to to to to to to to to to f.: IYAllllln � N N N N N N N N N N N N N N N N (7 N N N N N N Illllllllllm �" fill l U w w lit, w O U y 0 a y ?__ O i vo>v ?o iiU O °s H r° "O s Z ° Q O a o ss w a m m U4 If''C,S; O— O O U N ! N O.O W N Z fn LL LL 4.. (O E (0 j d y N (0 u) N w 4 N-O = N N = O Z= 0 0 0 U > y N > Q u) Q N = O N t/1 0 K N O O ° ° o 0 0 °� o v v v o E y r LL m E o o c c E E U E E °-°-° v v LL o o xre[� 00 °K w K a y(7 0 v v fn = X v v v ? ?o fBk N mRON OO O� ` ON N N yN N No o o c7; c m LL o °o o m Y m m, y z z H H H E E Eo oE E E " ' = `o v `o `o s ° € . . . . y Nyy0 s >om m m s s o v m m ° ° m m m m m m 0 0 0 m maa�n in'":'H in in in in in ci ci ci'" rc i y� 0 w 0 M N C 2 Z O p M h h p h W if O pi M p p N O W O N 0 z c a to to to to to to to to to to to to to to to to to to to to to to to to to j Z N W to to to to to to to to to to to to to to to to to to to to to to to to O to Z - Z O� �O O� V V N u2 V�2 �p � a>i W V� �O M N W W M O h M 0 0 Om u� N W W Om M W O V \° in N 3 to to to to to to to to to to to to to to to to to to to to to to to to to � m o O` O O Om �o Om V N 2 V N O y o Q z a to to to to to to to to to to to to to to to to to to to to to to to to to m d O N C M N W W yd.Y N uJ N W V M W u)W V N uJ h V N 0 0 N u)O W P ` III IW I'O Z M V N� N h N�o in « u0�NI' N m+ p��+q"d to to to to to to to to to to to to to to to to to to to to to to to to to U d p� III���IIImIIIW � yd O p � M �'p W N� V h�p h O p p N � � •� I "mmm O h W O pi M p p N N .Oi Tnnnn c 3 V W O W 0 P M W N u)h O V(V N b F gW.ym® G LL Z d to to to to to to to to to to to to to to to to to to to to to U d O "d ,�mmapp U M N W W M O h M O O Om N W W Om O 10 O d "^������� III WMP a co N W V M W u�W V N u�h V N O O C > r J o O co N V O O V O O E Q o � *nnnnn �I IIII V - m O IIIIIIIIIIIIIIIIIII IIlllln mllllllllnli 9�m6 �p pm M p W N V h�p h O p p N M N�p e � ITO U IIIIIIIIIIIIIIIIIII cr IIIIIIIIIIII IlllIIlIlInII✓InIIIIl 2 NO OV upNii ao III IIIIIII I mOO d` 0 �2 z cg O. RCO'"••'b• y to to to to to to to to to to to to to to to to to to to to to to to to N C C_ C C IIIIIIIIIIII�Ip '�AFnm�a�"�dpl' cn IIIII 11p�� IIIIIIIIIAW W"19 N M M O W in y U O J cu m IIIIII �Iliiil�� O p M O Oi 0 0 0 O w w-N > •6 O IIIIIIIIIIIII Iwg. If— Illllllwm '",.m F cO 3 ^ V W O W p pi M W N h W O V(V N M V E -� c 9 O i...R... 0' m IW N O I����������� c Q u a` to to to to to to to to to to to to to to to to to to to to to to to to to d 'c n d n o�IIIIIIIIIIIIII III,III�IIII✓IIm mlw"I 'm> G rn d Illlllnnlm Z M W W M O h M O O Om N W W Om O O O Om © 9 E C d wlllllllll a N V O c d Q O co N L b I,p y III�IIIIIIW IIII IW vU, V M V N� N N h N II m 0 C •N 9 ; y� T -III I IIIIIIII - to to to to to to to to to to to to to to to to to to to to to to to to v `o m c SIIIIIII I' E IIIIIII mllllllllll P M O W h M h 0 N M N pi W o°N ` Iq A a O- E IIIIIIIM J IM1IIIIII eM1lll In d O p M�O h h�O o O M M O P M o o N 0 0 "' O O - 0 O a E Q III II IIIIIIIIII 3 W O W p V Om N ui W O N N N V N J p 0 VI m IIIIIIIIII r,10 0 d W V A° llllllllm F c a d s u IIIIIIIIIIIIIII wII lllll llnll d Q .a 03 r`m Ocj cc OW Nlhllllllll N O O O N d Z EOO Ocd N aa N N N N N N N N N N N N N N N N N aa aa aa aa aa O_ _ d U a y d m0 "{,„ N I IIII O LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL = y E a C = &r ."_d_ Illllllllllm 'o ;o o o E � o v K in m s v `o « E `o _ « « d a tik T « « c m c d J0 J,2 \. 5 E 01 a d .... o s o� o o u v o o m v '; � `o o m >. E o J-o o m m 5 °' x O c U v y m v w o « y > o a o " v 0 _ NO d •2O C3 E O O O 00 Z aO O O E 'O oOO C d v v v oo oo °o "o x a m 10 J d > 4 01 w -o -vo x v w w Y Y LL v v v M! c E ~ u v i. rc1 O)fn O y W N '-'LL d d d[; E c U U A Y m E d « « N N N N « « E l d J U 6 d O d O C 1 J U in n? a s c c o o`o`o v v v m ro y o.a a n m d F ' r r 0 O-O w LL U M M K K K J O N d 0 A c >. O o o `m `m `m `m `m vate-° o o car u'S -o z• UU UU U o d a C: E a0 F o a co coo o O O O v o 0 0 0 0 o m `m 5 m c m a o L Q 11 N N M M LL Q LL LL LL LL LL LL LL(7 U U U U LL J (.1 J M O F Q 0 F �� c 0 W SouircewdHI Contract # 061323 IFFU ex1p: 8/9/2027 Tarkett Illlia INumber: 168119 Tarkett IResillient III N: SIPA Required - Contact IRIBIM IlDirlding Effective: July 'll, 2024 -to Juine 30, 2025 Emil sm iii 11111 CARPE"I"CLEANING u0m Priice Per LJ0M* Carpel:Cleaning Program -Two Deep Cleanings Per Year-Annual Cost SF $0.26 3-Year Carpel:Cleaning Program, including two deep cleanings and maint training each year for 3 yrs SF $0.78 5-Year Carpel:Cleaning Program, including two deep cleanings and maint training each year for 5 yrs SF $1.30 Off-cycle(on-dernand) carpel:cleaning services SF $0.13 Other services available upon request Pfted on Demand LVT'CLEANING u0m Priice Per LJ0M* LVT Cleaning Program-Two Deep Cleanings Per Year-Annual Cost SF $0.39 3-Year LVT Cleaning Program, including two deep cleanings and maint training each year for 3 yrs SF $1.17 5-Year LVT Cleaning Program, including two deep cleanings and maint training each year for 5 yrs SF $1.95 Off-cycle(on-dernand) LVT cleaning services SF $0.20 Other services available upon request Proced on Demand RESILIEN"I"(VC17RUBBER) u0m Priice Per LJ0M* Resilient Cleaning Program -Custom Designed SF CUStOM Priced 3-Year Resilient Cleaning Program, including two deep cleanings and maini:training each year for 3 yrs SF CUStOM Priced 5-Year Resilient Cleaning Program, including two deep cleanings and maini:training each year for 5 yrs SF CUStOM Priced Off-cycle(on-dernand) LVT cleaning services SF CUStOM Priced Other services available upon request Proced on Demand *Special situations or urnioin-required regions may require custom pricing Twk,2t(USA.Iri,,, 11,161ng is '01,nlaLerlal Only, frelghL is 110L nclu(�Ue(�i 30000 Ai,,.,a Rd S.I.ri,01-14413 (n()) 6 Page 36 of 39 Urkeft 2341 Souircewdlll Contract # 061323w°°III'°IFU Ipw /° /2 27 Tarkett Alliance Number: 168119 Tarkett IResillient IIIN: SIPA IRS itContact I I I lf)ii Effective: J Illy 1, 2024 -to Juine 30, 2025 1111111101 California AB2398 Carpet • Soft surface product pricing does not include the California AB2398 Carpet Stewardship Assessment Fee. Stewardship Assessment Fee . This fee will appear as a separate line item on invoices for soft surface products shipped to California locations. Neither Tarkett nor its installers will be responsible for the handling,removal,or abatement of asbestos contained flooring materials or adhesives. Asbestos Abatement . Building Owner must provide an Asbestos Hazard Emergency Response Act(AHERA)report to Tarkett prior to implementation by Tarkett of flooring preparation and/or installation of flooring material for each job. If any chemical stripping agents such as those commonly used in asbestos abatement have been utilized,Tarkett and its installers may require additional measures be taken prior to installation of flooring product. Pricing does not include freight or applicable taxes. Pricing shown shall be held for a period indicated.After this period,Tarkett may change the pricing upon 30 days'prior written notice in accordance with the following terms. Pricing After this period,any change in pricing will be based on published industry wide materials or internal price increases and shall not exceed 10%in any trailing 12-month term. Product pricing may be modified or amended with 30-days prior written notice to Customer. If Customer's order is mailed or otherwise placed during said 30-day period,the prior price shall prevail. Soft Surface Products: Minimum order requirement for Powerbond,Modular Tile running line&Broadloom products is 65 square yards. Broadloom Lifelong backing is 250SY minimum. Minimum order requirement for running line products under the Tarkett Quickship program is 25 square yards for Powerbond& Modular Tile except for: Halftone Transition and Code Transition(20 Square Yards) Plexus Colour IV,Abrasive Action 11&Assertive Series(5 Square Yards or one carton of 24"x 24"Modular Tile 6.67 Square Yards) Non-standard styles require a minimum order of 500 square yards. Minimum Order Requirements Modular Tile orders are subject to full carton shipments. Orders of 100 square yards or less are subject to an additional one full carton.(6.67 square yards per carton of 24"x 24"Modular Tile) LVT Products: . LVT products are subject to full carton shipments. Resilient Products: . Cut charge applicable on sheet cut request. . Rubber sheet sold in full roll quantities. . Vinyl tile,wall base and adhesives sold in full carton quantities. Payment Terms . Net 30 Days from the date of invoice. Change Orders . Any work not included in the initial scope of work will require a signed change order before work can begin. . All available alternatives will be reviewed in an effort to satisfy the customer's product delivery requirements. Tarkett Resilient(not including LVT)products include delivery to a distribution hub to the extent noted on the quoted and mutually Deliveries . agreed to pricing.Delivery,including,without limitation,to Authorized Dealers,members job sites,outside of the continental United States,certain distribution locations,or other designated destinations may incur additional fees. . On Resilient products,there will be a lift gate delivery charge(where required)based on location and will be charged accordingly. . Refer to installation instructions on Tarkett.com for the most up to date information. . Costs associated with additional floor preparation will be negotiated on a job-to-job basis. Floor Preparation • Floors must be free of dirt,oil,paint,and excessive moisture in order for the product to perform properly. Please note the MVER,RH&Alkalinity testing must be performed to give an accurate assessment of the concrete condition and the test results/data of each test shall be within acceptable limits. Wet or mechanical removal of all non-water based adhesives is recommended. FOB . Point of Manufacturer or Distribution Hub TnkettUSA,n,,, 1I"161n is for nlaLerlcl Only, flrelgltf is I10L IInclu(:jeci S.I.ri,011 441319 (Tc)c,)FT„T,1e Page Ofi9 qTarkeft 2342 Souircewdlll Contract # 061323w°°IIFFU Ipw /° /2 27 Tarkett Alliance Number: 168119 Tarkett IResillient IIIN: SIPA RequiredContact I I I lf)ii Effective: J Illy 1, 2024 -to Juine 30, 2025 1111111101 • Protection of Floors • Boding Cost • Carpet Cleaning • Night/Weekend Labor • Dumpster Cost • Trip Charges • Stairs • Asbestos Abatement Labor Exclusions • Preformed Corners • Mats • Cleaning/Waxing of Resilient Flooring • Attic Stock • Furniture Moving . Extensive Floor Preparation Materials • Sales Tax • Border Carpet • Removal&Disposal of Resilient Floorinci Area Rugs: • Area rugs are custom made and may not be cancelled. Soft Surface Products: Customer may cancel any portion of a purchase order for standard running line products,or the whole thereof,that have not been • shipped subject to a restocking fee. Material that has already been shipped may be returned only with prior written approval of an authorized Tarkett representative and • may be subject to restocking fees and any return freight incurred. LVT Products: •Order Cancellation or Returns Contour,Venue and the Victory Series products are custom made and may not be canceled or returned. Customer may cancel any portion of a purchase order for the Event Series products,or the whole thereof,that have not already been • shipped,subject to a 30%restocking fee. Products that have already been shipped may be returned only with prior written approval of an authorized Tarkett representative,and • will be subject to a 30%restocking fees and any return freight incurred. Resilient Products: Customer may cancel any portion of a purchase order for standard running line products,or the whole thereof,that have not been • shipped subject to a restocking fee. Material that has already been shipped may be returned only with prior written approval of an authorized Tarkett representative and • may be subject to a minimum 25%restocking fees and any return freight incurred. NOTE:The Parties herein agree that there shall be no cancellation or return for any Custom product orders. Material Only Orders: • An invoice will be issued upon shipment of the material. Invoices Source One Turnkey Projects: • Material -An invoice will be issued upon shipment of the material. • Installation-An invoice will be issued upon completion of installation or as needed for phased installation. Soft Surface Products: • Production of material will begin upon the receipt of a signed valid purchase order or a fully executed contract. • Quickship Carpets-Allow an average of two weeks for production plus applicable shipping time. • Running Line Carpets-Allow an average of eight weeks for production plus applicable shipping time. • Custom Carpets-Allow an average of twelve weeks for production plus applicable shipping time. Lead Times LVT Products: • 2-4 weeks depending on style Resilient Products(Excluding LVT): • Rubber Products-4-6 weeks • Vinyl Sheet and Tile-2-3 weeks for stocked products,16 weeks for unstocked products • Wall Base-3 weeks • Title and Risk of loss shall pass to the Customer upon transfer to the freight carrier. Title/Risk of Loss • Tarkett shall promptly replace damaged or lost material occurring during transit and ship the replacement order as expeditiously as possible at no cost to the Customer. • Tarkett shall file any claims with the carrier on behalf of the Customer for any prepaid shipments. T ,kett USA,Iri. 1I"161n is for nla(r.iricl Only, frelg t(is 110L linclu(:jeci 10000 Ara r,Rd S.I.ri,011 4413 (8:)()) 6 Page 38 of 39 qTarkeft 2343 Souircewdlll Contract # 061323w°°III'°IFU 1p: /° /2 27 Tarkett Alliance Number: 168119 Tarkett IResillient IIIN: SIPA IRS itContact I I I lf)ii Effective: Ji 2024 -to June 30, 2025 1111111101 Warranty • Please visit Tarkett.com for comprehensive warranty terms Soft Surface Products: • Modular Tile product orders will be accepted for full cartons only. Orders of 100 square yards or less are subject to one additional full carton. • Standard Running Line products are subject to the following shippable overage conditions per item ordered: 1,500 Square Yards or less 5 1,501-5,OOO Square Yards 2% Overages 5,001 Square Yards 1 LVT Products: • All orders will be accepted for full cartons only. Resilient Wall Base and Adhesive Products: • All orders will be accepted for full cartons only. Note:Overages for all products must be shown on the Purchase Order. • Custom product constructions and product custom colors are available at negotiated prices. All soft surface custom products are subject to a minimum order requirement based upon the custom product construction and • applicable shippable manufacturing overages. • Custom Accuweaves-untested patterns require mockups prior to order. • Other custom constructions and/or colors may also require mockups prior to order. • All custom option orders must be approved by the Tarkett's Product Development and Technical Services departments. • Custom Broadloom product orders are subject to a manufacturing overage of 5%or 6 lineal feet,whichever is greater. Custom Products • Modular Tile and Powerbond with a custom color require a$350 piece dye charge with a minimum order requirement based on the product. • The Parties herein agree that there shall be no cancellation or return for custom product orders. • All soft surface Custom or dropped product orders are subject to the following shippable overage conditions per item ordered. 1,500 Square Yards or less 5 1,501-5,OOO Square Yards 2% 5,001 Square Yards 1 Note:Overages for all products must be shown on the Purchase Order. • All Tarkett products and services not shown are also available. Please contact your Account Representative for more details. NOTES • Please include product style,color and size on each purchase order as applicable. Please place Tarkett Alliance or Customer Number as well as Resilient NPN number on all orders and communications to ensure • utilization of the proper pricing as well as for reporting. T ,kett USA,In,, 1I"I61n is for nlafr.iricl Only, frelg tf is 110L Iinclu(:jeci 30000 A,,.,a Rd (8a()) e Page 39 of 39 qTarkeft 2344 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 061323-TFU oourcew6 iiiii, CONTRACT This Contract is between Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN 56479 (Sourcewell) and Tarkett USA Inc., 30000 Aurora Road, Solon, OH 44139 (Supplier). Sourcewell is a State of Minnesota local government unit and service cooperative created under the laws of the State of Minnesota (Minnesota Statutes Section 123A.21) that offers cooperative procurement solutions to government entities. Participation is open to eligible federal, state/province, and municipal governmental entities, higher education, K-12 education, nonprofit, tribal government, and other public entities located in the United States and Canada. Sourcewell issued a public solicitation for Flooring Materials with Related Supplies and Services from which Supplier was awarded a contract. Supplier desires to contract with Sourcewell to provide equipment, products, or services to Sourcewell and the entities that access Sourcewell's cooperative purchasing contracts (Participating Entities). 1. TERM OF CONTRACT A. EFFECTIVE DATE. This Contract is effective upon the date of the final signature below. EXPIRATION DATE AND EXTENSION. This Contract expires August 9, 2027, unless it is cancelled sooner pursuant to Article 22. This Contract allows up to three additional one-year extensions upon the request of Sourcewell and written agreement by Supplier. Sourcewell retains the right to consider additional extensions beyond seven years as required under exceptional circumstances. B. SURVIVAL OF TERMS. Notwithstanding any expiration or termination of this Contract, all payment obligations incurred prior to expiration or termination will survive, as will the following: Articles 11 through 14 survive the expiration or cancellation of this Contract. All other rights will cease upon expiration or termination of this Contract. 2. EQUIPMENT, PRODUCTS, OR SERVICES Rev.3/2022 1 2345 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 061323-TFU A. EQUIPMENT, PRODUCTS, OR SERVICES. Supplier will provide the Equipment, Products, or Services as stated in its Proposal submitted under the Solicitation Number listed above. Supplier's Equipment, Products, or Services Proposal (Proposal) is attached and incorporated into this Contract. All Equipment and Products provided under this Contract must be new and the current model. Supplier may offer close-out or refurbished Equipment or Products if they are clearly indicated in Supplier's product and pricing list. Unless agreed to by the Participating Entities in advance, Equipment or Products must be delivered as operational to the Participating Entity's site. This Contract offers an indefinite quantity of sales, and while substantial volume is anticipated, sales and sales volume are not guaranteed. B. WARRANTY. Supplier warrants that all Equipment, Products, and Services furnished are free from liens and encumbrances, and are free from defects in design, materials, and workmanship. In addition, Supplier warrants the Equipment, Products, and Services are suitable for and will perform in accordance with the ordinary use for which they are intended. Supplier's dealers and distributors must agree to assist the Participating Entity in reaching a resolution in any dispute over warranty terms with the manufacturer. Any manufacturer's warranty that extends beyond the expiration of the Supplier's warranty will be passed on to the Participating Entity. C. DEALERS, DISTRIBUTORS, AND/OR RESELLERS. Upon Contract execution and throughout the Contract term, Supplier must provide to Sourcewell a current means to validate or authenticate Supplier's authorized dealers, distributors, or resellers relative to the Equipment, Products, and Services offered under this Contract, which will be incorporated into this Contract by reference. It is the Supplier's responsibility to ensure Sourcewell receives the most current information. 3. PRICING All Equipment, Products, or Services under this Contract will be priced at or below the price stated in Supplier's Proposal. When providing pricing quotes to Participating Entities, all pricing quoted must reflect a Participating Entity's total cost of acquisition. This means that the quoted cost is for delivered Equipment, Products, and Services that are operational for their intended purpose, and includes all costs to the Participating Entity's requested delivery location. Regardless of the payment method chosen by the Participating Entity, the total cost associated with any purchase option of the Equipment, Products, or Services must always be disclosed in the pricing quote to the applicable Participating Entity at the time of purchase. Rev.3/2022 2 2346 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 061323-TFU A. SHIPPING AND SHIPPING COSTS. Freight and shipping costs shall be added to Supplier invoices as a separate line item and paid for by the Participating Entity. All delivered Equipment and Products must be properly packaged. Damaged Equipment and Products may be rejected. If the damage is not readily apparent at the time of delivery, Supplier must permit the Equipment and Products to be returned within a reasonable time at no cost to Sourcewell or its Participating Entities. Participating Entities reserve the right to inspect the Equipment and Products at a reasonable time after delivery where circumstances or conditions prevent effective inspection of the Equipment and Products at the time of delivery. In the event of the delivery of nonconforming Equipment and Products, the Participating Entity will notify the Supplier as soon as possible and the Supplier will replace nonconforming Equipment and Products with conforming Equipment and Products that are acceptable to the Participating Entity. Supplier must arrange for and pay for the return shipment on Equipment and Products that arrive in a defective or inoperable condition. Sourcewell may declare the Supplier in breach of this Contract if the Supplier intentionally delivers substandard or inferior Equipment or Products. B. SALES TAX. Each Participating Entity is responsible for supplying the Supplier with valid tax- exemption certification(s). When ordering, a Participating Entity must indicate if it is a tax- exempt entity. C. HOT LIST PRICING. At anytime during this Contract, Supplier may offer a specific selection of Equipment, Products, or Services at discounts greater than those listed in the Contract. When Supplier determines it will offer Hot List Pricing, it must be submitted electronically to Sourcewell in a line-item format. Equipment, Products, or Services may be added or removed from the Hot List at any time through a Sourcewell Price and Product Change Form as defined in Article 4 below. Hot List program and pricing may also be used to discount and liquidate close-out and discontinued Equipment and Products as long as those close-out and discontinued items are clearly identified as such. Current ordering process and administrative fees apply. Hot List Pricing must be published and made available to all Participating Entities. 4. PRODUCT AND PRICING CHANGE REQUESTS Supplier may request Equipment, Product, or Service changes, additions, or deletions at any time. All requests must be made in writing by submitting a signed Sourcewell Price and Product Change Request Form to the assigned Sourcewell Supplier Development Administrator. This approved form is available from the assigned Sourcewell Supplier Development Administrator. At a minimum, the request must: Rev.3/2022 3 2347 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 061323-TFU • Identify the applicable Sourcewell contract number; • Clearly specify the requested change; • Provide sufficient detail to justify the requested change; • Individually list all Equipment, Products, or Services affected by the requested change, along with the requested change (e.g., addition, deletion, price change); and • Include a complete restatement of pricing documentation in Microsoft Excel with the effective date of the modified pricing, or product addition or deletion. The new pricing restatement must include all Equipment, Products, and Services offered, even for those items where pricing remains unchanged. A fully executed Sourcewell Price and Product Change Request Form will become an amendment to this Contract and will be incorporated by reference. S. PARTICIPATION, CONTRACT ACCESS, AND PARTICIPATING ENTITY REQUIREMENTS A. PARTICIPATION. Sourcewell's cooperative contracts are available and open to public and nonprofit entities across the United States and Canada; such as federal, state/province, municipal, K-12 and higher education, tribal government, and other public entities. The benefits of this Contract should be available to all Participating Entities that can legally access the Equipment, Products, or Services under this Contract. A Participating Entity's authority to access this Contract is determined through its cooperative purchasing, interlocal, or joint powers laws. Any entity accessing benefits of this Contract will be considered a Service Member of Sourcewell during such time of access. Supplier understands that a Participating Entity's use of this Contract is at the Participating Entity's sole convenience and Participating Entities reserve the right to obtain like Equipment, Products, or Services from any other source. Supplier is responsible for familiarizing its sales and service forces with Sourcewell contract use eligibility requirements and documentation and will encourage potential participating entities to join Sourcewell. Sourcewell reserves the right to add and remove Participating Entities to its roster during the term of this Contract. B. PUBLIC FACILITIES. Supplier's employees maybe required to perform work at government- owned facilities, including schools. Supplier's employees and agents must conduct themselves in a professional manner while on the premises, and in accordance with Participating Entity policies and procedures, and all applicable laws. 6. PARTICIPATING ENTITY USE AND PURCHASING A. ORDERS AND PAYMENT. To access the contracted Equipment, Products, or Services under this Contract, a Participating Entity must clearly indicate to Supplier that it intends to access this Contract; however, order flow and procedure will be developed jointly between Sourcewell and Rev.3/2022 4 2348 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 061323-TFU Supplier. Typically, a Participating Entity will issue an order directly to Supplier or its authorized subsidiary, distributor, dealer, or reseller. If a Participating Entity issues a purchase order, it may use its own forms, but the purchase order should clearly note the applicable Sourcewell contract number. All Participating Entity orders under this Contract must be issued prior to expiration or cancellation of this Contract; however, Supplier performance, Participating Entity payment obligations, and any applicable warranty periods or other Supplier or Participating Entity obligations may extend beyond the term of this Contract. Supplier's acceptable forms of payment are included in its attached Proposal. Participating Entities will be solely responsible for payment and Sourcewell will have no liability for any unpaid invoice of any Participating Entity. B. ADDITIONAL TERMS AND CONDITIONS/PARTICIPATING ADDENDUM. Additional terms and conditions to a purchase order, or other required transaction documentation, may be negotiated between a Participating Entity and Supplier, such as job or industry-specific requirements, legal requirements (e.g., affirmative action or immigration status requirements), or specific local policy requirements. Some Participating Entities may require the use of a Participating Addendum, the terms of which will be negotiated directly between the Participating Entity and the Supplier or its authorized dealers, distributors, or resellers, as applicable. Any negotiated additional terms and conditions must never be less favorable to the Participating Entity than what is contained in this Contract. C. SPECIALIZED SERVICE REQUIREMENTS. In the event that the Participating Entity requires service or specialized performance requirements not addressed in this Contract (such as e- commerce specifications, specialized delivery requirements, or other specifications and requirements), the Participating Entity and the Supplier may enter into a separate, standalone agreement, apart from this Contract. Sourcewell, including its agents and employees, will not be made a party to a claim for breach of such agreement. D. TERMINATION OF ORDERS. Participating Entities may terminate an order, in whole or in part, immediately upon notice to Supplier in the event of any of the following events: 1. The Participating Entity fails to receive funding or appropriation from its governing body at levels sufficient to pay for the equipment, products, or services to be purchased; or 2. Federal, state, or provincial laws or regulations prohibit the purchase or change the Participating Entity's requirements. E. GOVERNING LAW AND VENUE. The governing law and venue for any action related to a Participating Entity's order will be determined by the Participating Entity making the purchase. Rev.3/2022 5 2349 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 061323-TFU 7. CUSTOMER SERVICE A. PRIMARY ACCOUNT REPRESENTATIVE. Supplier will assign an Account Representative to Sourcewell for this Contract and must provide prompt notice to Sourcewell if that person is changed. The Account Representative will be responsible for: • Maintenance and management of this Contract; • Timely response to all Sourcewell and Participating Entity inquiries; and • Business reviews to Sourcewell and Participating Entities, if applicable. B. BUSINESS REVIEWS. Supplier must perform a minimum of one business review with Sourcewell per contract year. The business review will cover sales to Participating Entities, pricing and contract terms, administrative fees, sales data reports, performance issues, supply issues, customer issues, and any other necessary information. 8. REPORT ON CONTRACT SALES ACTIVITY AND ADMINISTRATIVE FEE PAYMENT A. CONTRACT SALES ACTIVITY REPORT. Each calendar quarter, Supplier must provide a contract sales activity report (Report) to the Sourcewell Supplier Development Administrator assigned to this Contract. Reports are due no later than 45 days after the end of each calendar quarter. A Report must be provided regardless of the number or amount of sales during that quarter(i.e., if there are no sales, Supplier must submit a report indicating no sales were made). The Report must contain the following fields: • Participating Entity Name (e.g., City of Staples Highway Department); • Participating Entity Physical Street Address; • Participating Entity City; • Participating Entity State/Province; • Participating Entity Zip/Postal Code; • Participating Entity Contact Name; • Participating Entity Contact Email Address; • Participating Entity Contact Telephone Number; • Sourcewell Assigned Entity/Participating Entity Number; • Item Purchased Description; • Item Purchased Price; • Sourcewell Administrative Fee Applied; and • Date Purchase was invoiced/sale was recognized as revenue by Supplier. B. ADMINISTRATIVE FEE. In consideration for the support and services provided by Sourcewell, the Supplier will pay an administrative fee to Sourcewell on all Products provided to Rev.3/2022 6 2350 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 061323-TFU Participating Entities.The Administrative Fee must be included in, and not added to, the pricing. Supplier may not charge Participating Entities more than the contracted price to offset the Administrative Fee. The Supplier will submit payment to Sourcewell for a two (2) percent administrative fee multiplied by the total sales of all Products purchased by Participating Entities under this Contract during each calendar quarter. Labor performed in relation to this Contract shall not be included in the calculation of total sales for purposes of the Administrative Fee. Payments should note the Supplier's name and Sourcewell-assigned contract number in the memo; and must be mailed to the address above "Attn: Accounts Receivable" or remitted electronically to Sourcewell's banking institution per Sourcewell's Finance department instructions. Payments must be received no later than 45 calendar days after the end of each calendar quarter. If a Participating Entity requires an administrative fee from Supplier, Supplier may offset the Participating Entity administrative fee from the 2%Administrative Fee Supplier pays to Sourcewell under this Contract. Notwithstanding anything to the contrary, Supplier must pay Sourcewell a minimum Administrative Fee of 0.5% on Products provided to Participating Entities under this Contract regardless of the administrative fee percentage charged by a Participating Entity. Supplier agrees to cooperate with Sourcewell in auditing transactions under this Contract to ensure that the administrative fee is paid on all items purchased under this Contract. In the event the Supplier is delinquent in any undisputed administrative fees, Sourcewell reserves the right to cancel this Contract and reject any proposal submitted by the Supplier in any subsequent solicitation. In the event this Contract is cancelled by either party prior to the Contract's expiration date, the administrative fee payment will be due no more than 30 days from the cancellation date. 9. AUTHORIZED REPRESENTATIVE Sourcewell's Authorized Representative is its Chief Procurement Officer. Supplier's Authorized Representative is the person named in the Supplier's Proposal. If Supplier's Authorized Representative changes at any time during this Contract, Supplier must promptly notify Sourcewell in writing. 10. AUDIT, ASSIGNMENT, AMENDMENTS, WAIVER, AND CONTRACT COMPLETE A. AUDIT. Pursuant to Minnesota Statutes Section 16C.05, subdivision 5, the books, records, documents, and accounting procedures and practices relevant to this Contract are subject to examination by Sourcewell or the Minnesota State Auditor for a minimum of six years from the Rev.3/2022 7 2351 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 061323-TFU end of this Contract. This clause extends to Participating Entities as it relates to business conducted by that Participating Entity under this Contract. B. ASSIGNMENT. Neither party may assign or otherwise transfer its rights or obligations under this Contract without the prior written consent of the other party and a fully executed assignment agreement. Such consent will not be unreasonably withheld. Any prohibited assignment will be invalid. C. AMENDMENTS. Any amendment to this Contract must be in writing and will not be effective until it has been duly executed by the parties. D. WAIVER. Failure by either party to take action or assert any right under this Contract will not be deemed a waiver of such right in the event of the continuation or repetition of the circumstances giving rise to such right. Any such waiver must be in writing and signed by the parties. E. CONTRACT COMPLETE.This Contract represents the complete agreement between the parties. No other understanding regarding this Contract, whether written or oral, may be used to bind either party. For any conflict between the attached Proposal and the terms set out in Articles 1-22 of this Contract, the terms of Articles 1-22 will govern. F. RELATIONSHIP OF THE PARTIES. The relationship of the parties is one of independent contractors, each free to exercise judgment and discretion with regard to the conduct of their respective businesses. This Contract does not create a partnership,joint venture, or any other relationship such as master-servant, or principal-agent. 11. INDEMNITY AND HOLD HARMLESS Supplier must indemnify, defend, save, and hold Sourcewell and its Participating Entities, including their agents and employees, harmless from any claims or causes of action, including attorneys' fees incurred by Sourcewell or its Participating Entities, arising out of any act or omission in the performance of this Contract by the Supplier or its agents or employees; this indemnification includes injury or death to person(s) or property alleged to have been caused by some defect in the Equipment, Products, or Services under this Contract to the extent the Equipment, Product, or Service has been used according to its specifications. Sourcewell's responsibility will be governed by the State of Minnesota's Tort Liability Act (Minnesota Statutes Chapter 466) and other applicable law. 12. GOVERNMENT DATA PRACTICES Supplier and Sourcewell must comply with the Minnesota Government Data Practices Act, Minnesota Statutes Chapter 13, as it applies to all data provided by or provided to Sourcewell Rev.3/2022 8 2352 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 061323-TFU under this Contract and as it applies to all data created, collected, received, maintained, or disseminated by the Supplier under this Contract. 13. INTELLECTUAL PROPERTY, PUBLICITY, MARKETING, AND ENDORSEMENT A. INTELLECTUAL PROPERTY 1. Grant of License. During the term of this Contract: a. Sourcewell grants to Supplier a royalty-free, worldwide, non-exclusive right and license to use the trademark(s) provided to Supplier by Sourcewell in advertising and promotional materials for the purpose of marketing Sourcewell's relationship with Supplier. b. Supplier grants to Sourcewell a royalty-free, worldwide, non-exclusive right and license to use Supplier's trademarks in advertising and promotional materials for the purpose of marketing Supplier's relationship with Sourcewell. 2. Limited Right of Sublicense. The right and license granted herein includes a limited right of each party to grant sublicenses to their respective subsidiaries, distributors, dealers, resellers, marketing representatives, and agents (collectively"Permitted Sublicensees") in advertising and promotional materials for the purpose of marketing the Parties' relationship to Participating Entities. Any sublicense granted will be subject to the terms and conditions of this Article. Each party will be responsible for any breach of this Article by any of their respective sublicensees. 3. Use, Quality Control. a. Neither party may alter the other party's trademarks from the form provided and must comply with removal requests as to specific uses of its trademarks or logos. b. Each party agrees to use, and to cause its Permitted Sublicensees to use, the other party's trademarks only in good faith and in a dignified manner consistent with such party's use of the trademarks. Upon written notice to the breaching party, the breaching party has 30 days of the date of the written notice to cure the breach or the license will be terminated. 4. Termination. Upon the termination of this Contract for any reason, each party, including Permitted Sublicensees, will have 30 days to remove all Trademarks from signage, websites, and the like bearing the other party's name or logo (excepting Sourcewell's pre-printed catalog of suppliers which may be used until the next printing). Supplier must return all marketing and promotional materials, including signage, provided by Sourcewell, or dispose of it according to Sourcewell's written directions. B. PUBLICITY. Any publicity regarding the subject matter of this Contract must not be released without prior written approval from the Authorized Representatives. Publicity includes notices, informational pamphlets, press releases, research, reports, signs, and similar public notices prepared by or for the Supplier individually or jointly with others, or any subcontractors, with respect to the program, publications, or services provided resulting from this Contract. Rev.3/2022 9 2353 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 061323-TFU C. MARKETING. Any direct advertising, marketing, or offers with Participating Entities must be approved by Sourcewell. Send all approval requests to the Sourcewell Supplier Development Administrator assigned to this Contract. D. ENDORSEMENT. The Supplier must not claim that Sourcewell endorses its Equipment, Products, or Services. 14. GOVERNING LAW,JURISDICTION, AND VENUE The substantive and procedural laws of the State of Minnesota will govern this Contract. Venue for all legal proceedings arising out of this Contract, or its breach, must be in the appropriate state court in Todd County, Minnesota or federal court in Fergus Falls, Minnesota. 15. FORCE MAJEURE Neither party to this Contract will be held responsible for delay or default caused by acts of God or other conditions that are beyond that party's reasonable control. A party defaulting under this provision must provide the other party prompt written notice of the default. 16. SEVERABILITY If any provision of this Contract is found by a court of competent jurisdiction to be illegal, unenforceable, or void then both parties will be relieved from all obligations arising from that provision. If the remainder of this Contract is capable of being performed, it will not be affected by such determination or finding and must be fully performed. 17. PERFORMANCE, DEFAULT, AND REMEDIES A. PERFORMANCE. During the term of this Contract, the parties will monitor performance and address unresolved contract issues as follows: 1. Notification. The parties must promptly notify each other of any known dispute and work in good faith to resolve such dispute within a reasonable period of time. If necessary, Sourcewell and the Supplier will jointly develop a short briefing document that describes the issue(s), relevant impact, and positions of both parties. 2. Escalation. If parties are unable to resolve the issue in a timely manner, as specified above, either Sourcewell or Supplier may escalate the resolution of the issue to a higher level of management. The Supplier will have 30 calendar days to cure an outstanding issue. 3. Performance while Dispute is Pending. Notwithstanding the existence of a dispute, the Supplier must continue without delay to carry out all of its responsibilities under the Contract that are not affected by the dispute. If the Supplier fails to continue without delay to perform its responsibilities under the Contract, in the accomplishment of all undisputed Rev.3/2022 10 2354 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 061323-TFU work, the Supplier will bear any additional costs incurred by Sourcewell and/or its Participating Entities as a result of such failure to proceed. B. DEFAULT AND REMEDIES. Either of the following constitutes cause to declare this Contract, or any Participating Entity order under this Contract, in default: 1. Nonperformance of contractual requirements, or 2. A material breach of any term or condition of this Contract. The party claiming default must provide written notice of the default, with 30 calendar days to cure the default. Time allowed for cure will not diminish or eliminate any liability for liquidated or other damages. If the default remains after the opportunity for cure, the non-defaulting party may: • Exercise any remedy provided by law or equity, or • Terminate the Contract or any portion thereof, including any orders issued against the Contract. 18. INSURANCE A. REQUIREMENTS. At its own expense, Supplier must maintain insurance policy(ies) in effect at all times during the performance of this Contract with insurance company(ies) licensed or authorized to do business in the State of Minnesota having an "AM BEST" rating of A- or better, with coverage and limits of insurance not less than the following: 1. Workers'Compensation and Employer's Liability. Workers' Compensation: As required by any applicable law or regulation. Employer's Liability Insurance: must be provided in amounts not less than listed below: Minimum limits: $500,000 each accident for bodily injury by accident $500,000 policy limit for bodily injury by disease $500,000 each employee for bodily injury by disease 2. Commercial General Liability Insurance. Supplier will maintain insurance covering its operations, with coverage on an occurrence basis, and must be subject to terms no less broad than the Insurance Services Office ("ISO") Commercial General Liability Form CG0001 (2001 or newer edition), or equivalent. At a minimum, coverage must include liability arising from premises, operations, bodily injury and property damage, independent contractors, products-completed operations including construction defect, contractual liability, blanket contractual liability, and personal injury and advertising injury. All required limits, terms and conditions of coverage must be maintained during the term of this Contract. Minimum Limits: Rev.3/2022 11 2355 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 061323-TFU $1,000,000 each occurrence Bodily Injury and Property Damage $1,000,000 Personal and Advertising Injury $2,000,000 aggregate for products liability-completed operations $2,000,000 general aggregate 3. Commercial Automobile Liability Insurance. During the term of this Contract, Supplier will maintain insurance covering all owned, hired, and non-owned automobiles in limits of liability not less than indicated below. The coverage must be subject to terms no less broad than ISO Business Auto Coverage Form CA 0001 (2010 edition or newer), or equivalent. Minimum Limits: $1,000,000 each accident, combined single limit 4. Umbrella Insurance. During the term of this Contract, Supplier will maintain umbrella coverage over Employer's Liability, Commercial General Liability, and Commercial Automobile. Minimum Limits: $2,000,000 5. Network Security and Privacy Liability Insurance. During the term of this Contract, Supplier will maintain coverage for network security and privacy liability. The coverage may be endorsed on another form of liability coverage or written on a standalone policy.The insurance must cover claims which may arise from failure of Supplier's security resulting in, but not limited to, computer attacks, unauthorized access, disclosure of not public data —including but not limited to, confidential or private information, transmission of a computer virus, or denial of service. Minimum limits: $2,000,000 per occurrence $2,000,000 annual aggregate Failure of Supplier to maintain the required insurance will constitute a material breach entitling Sourcewell to immediately terminate this Contract for default. B. CERTIFICATES OF INSURANCE. Prior to commencing under this Contract, Supplier must furnish to Sourcewell a certificate of insurance, as evidence of the insurance required under this Contract. Prior to expiration of the policy(ies), renewal certificates must be mailed to Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN 56479 or sent to the Sourcewell Supplier Development Administrator assigned to this Contract. The certificates must be signed by a person authorized by the insurer(s) to bind coverage on their behalf. Failure to request certificates of insurance by Sourcewell, or failure of Supplier to provide certificates of insurance, in no way limits or relieves Supplier of its duties and responsibilities in this Contract. Rev.3/2022 12 2356 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 061323-TFU C. ADDITIONAL INSURED ENDORSEMENT AND PRIMARY AND NON-CONTRIBUTORY INSURANCE CLAUSE. Supplier agrees to list Sourcewell and its Participating Entities, including their officers, agents, and employees, as an additional insured under the Supplier's commercial general liability insurance policy with respect to liability arising out of activities, "operations," or "work" performed by or on behalf of Supplier, and products and completed operations of Supplier. The policy provision(s) or endorsement(s) must further provide that coverage is primary and not excess over or contributory with any other valid, applicable, and collectible insurance or self-insurance in force for the additional insureds. D. WAIVER OF SUBROGATION. Supplier waives and must require (by endorsement or otherwise) all its insurers to waive subrogation rights against Sourcewell and other additional insureds for losses paid under the insurance policies required by this Contract or other insurance applicable to the Supplier or its subcontractors.The waiver must apply to all deductibles and/or self-insured retentions applicable to the required or any other insurance maintained by the Supplier or its subcontractors. Where permitted by law, Supplier must require similar written express waivers of subrogation and insurance clauses from each of its subcontractors. E. UMBRELLA/EXCESS LIABILITY/SELF-INSURED RETENTION. The limits required by this Contract can be met by either providing a primary policy or in combination with umbrella/excess liability policy(ies), or self-insured retention. 19. COMPLIANCE A. LAWS AND REGULATIONS. All Equipment, Products, or Services provided under this Contract must comply fully with applicable federal laws and regulations, and with the laws in the states and provinces in which the Equipment, Products, or Services are sold. B. LICENSES. Supplier must maintain a valid and current status on all required federal, state/provincial, and local licenses, bonds, and permits required for the operation of the business that the Supplier conducts with Sourcewell and Participating Entities. 20. BANKRUPTCY, DEBARMENT, OR SUSPENSION CERTIFICATION Supplier certifies and warrants that it is not in bankruptcy or that it has previously disclosed in writing certain information to Sourcewell related to bankruptcy actions. If at any time during this Contract Supplier declares bankruptcy, Supplier must immediately notify Sourcewell in writing. Supplier certifies and warrants that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from programs operated by the State of Minnesota; the United States federal government or the Canadian Rev.3/2022 13 2357 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 061323-TFU government, as applicable; or any Participating Entity. Supplier certifies and warrants that neither it nor its principals have been convicted of a criminal offense related to the subject matter of this Contract. Supplier further warrants that it will provide immediate written notice to Sourcewell if this certification changes at any time. 21. PROVISIONS FOR NON-UNITED STATES FEDERAL ENTITY PROCUREMENTS UNDER UNITED STATES FEDERAL AWARDS OR OTHER AWARDS Participating Entities that use United States federal grant or FEMA funds to purchase goods or services from this Contract may be subject to additional requirements including the procurement standards of the Uniform Administrative Requirements, Cost Principles and Audit Requirements for Federal Awards, 2 C.F.R. § 200. Participating Entities may have additional requirements based on specific funding source terms or conditions. Within this Article, all references to "federal" should be interpreted to mean the United States federal government. The following list only applies when a Participating Entity accesses Supplier's Equipment, Products, or Services with United States federal funds. A. EQUAL EMPLOYMENT OPPORTUNITY. Except as otherwise provided under 41 C.F.R. § 60, all contracts that meet the definition of"federally assisted construction contract" in 41 C.F.R. § 60- 1.3 must include the equal opportunity clause provided under 41 C.F.R. §60-1.4(b), in accordance with Executive Order 11246, "Equal Employment Opportunity" (30 FR 12319, 12935, 3 C.F.R. §, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," and implementing regulations at 41 C.F.R. § 60, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor."The equal opportunity clause is incorporated herein by reference. B. DAVIS-BACON ACT, AS AMENDED (40 U.S.C. § 3141-3148). When required by federal program legislation, all prime construction contracts in excess of$2,000 awarded by non- federal entities must include a provision for compliance with the Davis-Bacon Act (40 U.S.C. § 3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 C.F.R. § 5, "Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction"). In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. The non-federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non-federal entity must report all suspected or reported violations to the federal awarding agency. The contracts must also include a provision for compliance with the Copeland "Anti-Kickback" Act (40 U.S.C. § 3145), as supplemented by Department of Labor regulations (29 C.F.R. § 3, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States"). The Act provides that Rev.3/2022 14 2358 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 061323-TFU each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non-federal entity must report all suspected or reported violations to the federal awarding agency. Supplier must be in compliance with all applicable Davis-Bacon Act provisions. C. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT (40 U.S.C. § 3701-3708). Where applicable, all contracts awarded by the non-federal entity in excess of$100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. §§ 3702 and 3704, as supplemented by Department of Labor regulations (29 C.F.R. § 5). Under 40 U.S.C. § 3702 of the Act, each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. § 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence.This provision is hereby incorporated by reference into this Contract. Supplier certifies that during the term of an award for all contracts by Sourcewell resulting from this procurement process, Supplier must comply with applicable requirements as referenced above. D. RIGHTS TO INVENTIONS MADE UNDER A CONTRACTOR AGREEMENT. If the federal award meets the definition of"funding agreement" under 37 C.F.R. § 401.2(a) and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that "funding agreement," the recipient or subrecipient must comply with the requirements of 37 C.F.R. § 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," and any implementing regulations issued by the awarding agency. Supplier certifies that during the term of an award for all contracts by Sourcewell resulting from this procurement process, Supplier must comply with applicable requirements as referenced above. E. CLEAN AIR ACT (42 U.S.C. § 7401-7671Q.) AND THE FEDERAL WATER POLLUTION CONTROL ACT(33 U.S.C. § 1251-1387). Contracts and subgrants of amounts in excess of$150,000 require the non-federal award to agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. § 7401- 7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. § 1251- 1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). Supplier certifies that during the term of this Contract will comply with applicable requirements as referenced above. Rev.3/2022 15 2359 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 061323-TFU F. DEBARMENT AND SUSPENSION (EXECUTIVE ORDERS 12549 AND 12689). A contract award (see 2 C.F.R. § 180.220) must not be made to parties listed on the government wide exclusions in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 C.F.R. §180 that implement Executive Orders 12549 (3 C.F.R. § 1986 Comp., p. 189) and 12689 (3 C.F.R. § 1989 Comp., p. 235), "Debarment and Suspension." SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. Supplier certifies that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation by any federal department or agency. G. BYRD ANTI-LOBBYING AMENDMENT, AS AMENDED (31 U.S.C. § 1352). Suppliers must file any required certifications. Suppliers must not have used federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Suppliers must disclose any lobbying with non-federal funds that takes place in connection with obtaining any federal award. Such disclosures are forwarded from tier to tier up to the non-federal award. Suppliers must file all certifications and disclosures required by, and otherwise comply with, the Byrd Anti-Lobbying Amendment (31 U.S.C. § 1352). H. RECORD RETENTION REQUIREMENTS. To the extent applicable, Supplier must comply with the record retention requirements detailed in 2 C.F.R. § 200.333. The Supplier further certifies that it will retain all records as required by 2 C.F.R. § 200.333 for a period of 3 years after grantees or subgrantees submit final expenditure reports or quarterly or annual financial reports, as applicable, and all other pending matters are closed. I. ENERGY POLICY AND CONSERVATION ACT COMPLIANCE. To the extent applicable, Supplier must comply with the mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. J. BUY AMERICAN PROVISIONS COMPLIANCE. To the extent applicable, Supplier must comply with all applicable provisions of the Buy American Act. Purchases made in accordance with the Buy American Act must follow the applicable procurement rules calling for free and open competition. K. ACCESS TO RECORDS (2 C.F.R. § 200.336). Supplier agrees that duly authorized representatives of a federal agency must have access to any books, documents, papers and records of Supplier that are directly pertinent to Supplier's discharge of its obligations under this Contract for the purpose of making audits, examinations, excerpts, and transcriptions. The Rev.3/2022 16 2360 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 061323-TFU right also includes timely and reasonable access to Supplier's personnel for the purpose of interview and discussion relating to such documents. L. PROCUREMENT OF RECOVERED MATERIALS (2 C.F.R. § 200.322). A non-federal entity that is a state agency or agency of a political subdivision of a state and its contractors must comply with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 C.F.R. § 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds$10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. M. FEDERAL SEAL(S), LOGOS, AND FLAGS. The Supplier cannot use the seal(s), logos, crests, or reproductions of flags or likenesses of Federal agency officials without specific pre-approval. N. NO OBLIGATION BY FEDERAL GOVERNMENT.The U.S. federal government is not a party to this Contract or any purchase by a Participating Entity and is not subject to any obligations or liabilities to the Participating Entity, Supplier, or any other party pertaining to any matter resulting from the Contract or any purchase by an authorized user. O. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS OR RELATED ACTS. The Contractor acknowledges that 31 U.S.C. 38 (Administrative Remedies for False Claims and Statements) applies to the Supplier's actions pertaining to this Contract or any purchase by a Participating Entity. P. FEDERAL DEBT. The Supplier certifies that it is non-delinquent in its repayment of any federal debt. Examples of relevant debt include delinquent payroll and other taxes, audit disallowance, and benefit overpayments. Q. CONFLICTS OF INTEREST. The Supplier must notify the U.S. Office of General Services, Sourcewell, and Participating Entity as soon as possible if this Contract or any aspect related to the anticipated work under this Contract raises an actual or potential conflict of interest (as described in 2 C.F.R. Part 200). The Supplier must explain the actual or potential conflict in writing in sufficient detail so that the U.S. Office of General Services, Sourcewell, and Participating Entity are able to assess the actual or potential conflict; and provide any additional information as necessary or requested. R. U.S. EXECUTIVE ORDER 13224. The Supplier, and its subcontractors, must comply with U.S. Executive Order 13224 and U.S. Laws that prohibit transactions with and provision of resources and support to individuals and organizations associated with terrorism. Rev.3/2022 17 2361 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 061323-TFU S. PROHIBITION ON CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT. To the extent applicable, Supplier certifies that during the term of this Contract it will comply with applicable requirements of 2 C.F.R. § 200.216. T. DOMESTIC PREFERENCES FOR PROCUREMENTS.To the extent applicable, Supplier certifies that during the term of this Contract will comply with applicable requirements of 2 C.F.R. § 200.322. 22. CANCELLATION Sourcewell or Supplier may cancel this Contract at any time, with or without cause, upon 60 days' written notice to the other party. However, Sourcewell may cancel this Contract immediately upon discovery of a material defect in any certification made in Supplier's Proposal. Cancellation of this Contract does not relieve either party of financial, product, or service obligations incurred or accrued prior to cancellation. Sourcewell Tarkett USA Inc. DocuSigned by: DocuSigned by: y S(6&v¢,� ►euSf� �Dyu, By: COFD2A139D06489... By: 430710BA27F44AD... Jeremy Schwartz Rusty Joyce Title: Chief Procurement Officer Title: President-Commercial 8/10/2023 1 3:24 PM CDT 8/10/2023 1 12:40 PM PDT Date: Date: Approved: D/IoAAcuSigned by: lV� 48BAF71B0894454... By: Chad Coauette Title: Executive Director/CEO 8/11/2023 1 8:04 AM CDT Date: Rev.3/2022 18 2362 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 RFP 061323 - Flooring Materials, with Related Supplies and Services Vendor Details Company Name: Tarkett USA Inc. 30000 Aurora Rd Address: Solon, Georgia 44139 Contact: John Sumlin Email: John.Sumlin@tarkett.com Phone: 706-281-2791 Fax: 706-259-2657 HST#: 63-1185575 Submission Details Created On: Tuesday April 25,2023 08:06:51 Submitted On: Tuesday June 13,2023 12:26:11 Submitted By: John Sumlin Email: John.Sumlin@tarkett.com Transaction#: 743e79e7-dff6-459e-805e-c0a59b52afef Submitter's I Address: 104.129.207.98 Bid Number: RFP 061323 Vendor Name: Tarkett US/2363 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 Specifications Table 1: Proposer Identity&Authorized Representatives General Instructions (applies to all Tables) Sourcewell prefers a brief but thorough response to each question. Do not merely attach additional documents to your response without also providing a substantive response. Do not leave answers blank; respond "N/A" if the question does not apply to you (preferably with an explanation). Line Question Response* Item 1 Proposer Legal Name (one legal entity only): Tarkett USA Inc. (In the event of award, will execute the resulting contract as "Supplier") 2 Identify all subsidiary entities of the Proposer Johnsonite by Tarkett whose equipment, products, or services are included in the Proposal. 3 Identify all applicable assumed names or DBA Tarkett, Johnsonite, f.k.a Tandus Centiva names of the Proposer or Proposer's subsidiaries in Line 1 or Line 2 above. 4 Provide your CAGE code or Unique Entity QJQCMQY6HRF5 Identifier (SAM): 5 Proposer Physical Address: 30000 Aurora Road Solon OH 44139 6 Proposer website address (or addresses): www.tarkett.com 7 Proposer's Authorized Representative (name, Rusty Joyce, President-Commercial title, address, email address & phone) (The 30000 Aurora Road, Solon OH 44139 representative must have authority to sign Rusty.Joyce@tarkett.com the "Proposer's Assurance of Compliance" on 706-281-2730 behalf of the Proposer and, in the event of award, will be expected to execute the resulting contract): 8 Proposer's primary contact for this proposal John Sumlin, VP Strategic Accounts, Education (name, title, address, email address & phone): 30000 Aurora Road, Solon OH 44139 john.sumlin@tarkett.com 404-431-2131 9 Proposer's other contacts for this proposal, if Jamie Collins, Sr. Contract Sales Support Specialist any (name, title, address, email address & 1735 Cleveland Hwy, Dalton GA 30721 phone): jamie.collins@tarkett.com 706-281-2730 Table 2A: Depth and Breadth of Offered Equipment Products and Services Line Question Response Item 10 Provide a detailed description of the The Tarkett family has grown strategically through the years to provide the industry's products, and services that you are offering most comprehensive portfolio of sustainable flooring solutions, Service solutions in your proposal. including cutting-edge design and technologies from Johnsonite and formerly Tandus Centiva. All the same great flooring and accessories you've trusted for years, now offered within the Tarkett Solution SPECtrumTM. Modular Carpet Tiles & Planks 24x24, 18x36, 9x36 sizes PVC Free + Cushion Backed Options Ethos@ Modular Backing with Omni-Coat TechnologyTM PVC Free, Silver C 2C, eliminates pH, RH and MVER testing. Flex-Aire TM Cushion Modular the only 100% recyclable sustainable cushion in the industry. Acoustic enhancements; Comfort underfoot; Extended Performance; Ergonomic + Cost Saving benefits, e.g., Sit-to-Stand Desking Solution Powerbondg A 6'0" W rolled good carpet, standard with an attached, closed-cell cushion and is closed loop recyclable. This patented process fuses our proprietary cushion backing to a carpet face, creating unparalleled performance and design capabilities. Powerbondg has proven performance for over 50 years in extreme heavy traffic areas such as airports, stadiums, educational and healthcare facilities. Provided no free liquids are present, no moisture vapor emission rate (MVER) or Bid Number: RFP 061323 Vendor Name: Tarkett US/2364 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 relative humidity (RH) testing is needed, reducing install costs and time. Powerbond is impermeable to moisture; welded seams create wall-to-wall moisture barrier. Broadloom Tarkett manufactures award-winning designed broadloom and a reputation for superior quality. Our tufted broadloom epitomizes sophisticated design and work in tandem with all Tarkett soft and hard surface platforms offering solutions for Workplace, Senior Living, Healthcare, Hospitality and Education. Multiple backings support performance, budget and acoustic requirements. Woven Tarkett's wovens represent the ultimate in luxury and performance. Drawing on weaving techniques handed down through centuries, our design team's contemporary approach to woven broadloom offers an elegant, high end aesthetic in a vast range of designs and colorways for the fractional luxury component in any commercial environment. Luxury Vinyl Tiles & Planks (LVT) Tarkett LVT offers a wide range of sizes, shapes, textures and patterns designed to withstands heavy traffic, with extra resistance to scuffs, scratches and stains. Our patented TechtonicTm advanced polyurethane technology is a massive shift forward in performance for hard surface floors. Techtonic offers 40% better scratch resistance, 18% better abrasion resistance and 50+ million square feet delivered without a claim for scratch, scuff, abrasion or performance, amazing! Even Plane LVT, a non-woven fiberglass layer resists indentation and absorbs the sound of nearby foot traffic 30% better than building code requires, helping create quieter, more productive workspaces. Install Even Plane alongside carpet tile— without transition strips— for additional comfort and delineation of space. With a 32- mil wear layer and state-of-the-art Techtonic@ protection, Even Plane raises the grade on performance, while keeping your feet on even ground. Adaptt LVT with SureSetTM technology is designed to drastically reduce the time and expense of your next floor installation. A unique sculpted wave backing system allows air and moisture in the subfloor to breathe. Pressure-sensitive adhesive is pre- applied in the factory, so no glue is required on site. Tiles and planks stay in place, yet can also be repositioned when necessary, making installation quick, easy and flexible. Vinyl Sheet and Tile Tarkett Vinyl flooring combines a broad portfolio of patterns and colorways with high performance for schools, hospitals and other high traffic areas. From heterogeneous sheet composed of several layers, including a printed sheet for limitless design possibilities, to homogeneous sheet and tile with a through pattern, Tarkett's portfolio is high performing and low emitting, contributing to a safe and healthy indoor environment. Linoleum One of the most natural and sustainable flooring solutions on the market, Tarkett linoleum has been appreciated for its natural beauty, comfort and durability for over 150 years. Our linoleum is made from 94% natural raw materials (linseed oil, wood and cork flour, and resins) and is treated with our unique xfzsurface protection for durability, easy cleaning and cost- effective maintenance. Tarkett linoleum is the world's first to be certified Cradle to Cradle. Rubber Flooring Tarkett rubber flooring offers the largest collection of colors, patterns and textures in the industry. Naturally slip resistant, shock absorbing and underfoot comfort, Tarkett Rubber flooring is perfect for environments that require high performance, durability and acoustic enhancement. Tarkett Rubber has endless custom capabilities, perfect for branding and way finding. Composition Tile Composition tiles provide economic value and a multitude of patterns, colorways and quality options to optimize performance across a number of high traffic installation areas. Composite tiles are budget friendly and withstand heavy foot and rolling traffic. Low-emitting, composite tile contribute to the safety and health of every space. Static Dissipative Vinyl Sheet and Tile Tarkett is a global leader in static dissipative and static conductive flooring solutions engineered to keep sensitive environments such computer rooms, data centers, laboratories, clean rooms and ESD-sensitive areas in hospitals and the electronics and equipment they house safe. Our SDT solutions cover a range of product categories designed to coordinate with colorways and products with in the Tarkett Solution SPECtrumTM Sports I Multi Function Flooring From multi-use gym flooring to competitive basketball courts and yoga studios, sports surfaces need to be adapted to different activities and levels of competition. With every sports flooring solution, we provide the knowledge and expertise to make each project a success. Specialty Applications There are often special spaces within a commercial Bid Number: RFP 061323 Vendor Name: Tarkett US/2365 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 environment that need unique flooring solutions to optimize performance or contribute to safety. Tarkett offers solutions for Acoustics JEnhanced slip resistance Resistance to oil and grease I Electrical resistance and static dissipation] Safe egress I Tarkett's portfolio of specialty flooring coordinates with all Tarkett products. Wall Base That detail between the wall and the floor that brings the whole space together. Our portfolio of options is the strongest in the industry. Tarkett offers more profiles, colors and finishes to compliment your interior space than any other flooring manufacturer. Our wall base product lines are designed to perform, contribute to safety and reduce install schedules. If an architectural/wood detail is desired Tarkett Millwork@ is a perfect solution, eliminating variable fabrication costs and assuring reduced maintenance costs. Millwork@ Masquerade offers endless custom capabilities to match finishes or unique, branded design. Stairwell Management Proper stairwell management minimizes risk by balancing safety and performance, leading to a measurable long- term return. Our integrated stairwell management system includes rubber and vinyl treads, nosing and accessories that enhance the flow of a space, allowing people to move safely and comfortably. Available in a broad array of profiles, textures, patterns and colors to compliment interior finishes and architectural details. Finishing Accessories In high-performance environments, every element works together to create synergy. Interior designs must meet the recommendations of the Americans with Disabilities Act (ADA). To help, we offer an entire family of finishing accessories that will comply with regulations while complementing the existing finish elements. Installations Accessories From Tarkett TAPE TM for floating, configurable modular carpet installations to RollSmartTM, an easy-to-apply LVT adhesive that facilitates faster installation, we measure the total cost of installation and ownership and to improve productivity and reduce cost. Turnkey Installation Services SourceOne@ Services channels all the intricate details of flooring management and installation to professional partners for a complete turnkey solution. Source One handles the complexities of flooring trans-formations, from inception through completion, including estimating services, proposals and order entry, Single purchase and contact point, Product design and manufacturing, Flexible, preferred flooring procurement, furniture lift, delivery and installation, existing flooring recycling, maintenance training, long-term onsite support, ImaginationsTM Custom Design Logo and inset Floor Program We have attached a product brochure as well, or you can access via: https://tarkett- my.sharepoint.com/:b:/p/John_sumlin/ESBUxO5STBFHsKw77sMIwrABwY4PvTgeBppcM8g Xt3J M Rw?e=b O Rz Kc 11 What levels of service (material only, turnkey, Tarkett is proposing: other) are being proposed? 'Material only orders 'Turnkey Installation Services through Tarkett Source One Department 'Flooring Contractor supported sales 'Floor Care Maintenance Services provide by Solide Care 12 Does the response include installation Yes services? 13 If the answer to Line #12 above is Yes, We support a diverse and highly qualified network of flooring contractors including describe in detail the following elements MWBE designations to help with participating agency needs for MWBE set side (Lines #14-16) of installation services. dollars and local business investment. Tarkett also created the first manufacturer lead installation services group in the industry. Blockbuster Video came to us in late 1980s seeking a multi-site solution that allowed them to use our Powerbond 6' carpet product with installation services with one point of contact, combined material and labor warranties, and multi-site project management. Our Source One services was then created and has grown substantially. The industry has followed, and most major mills now offer a "Source One" like turnkey service solution. 14 How does the Participating Entity select an Tarkett supports the participating agencies willingness and desire to support any of installer? our install options covered in our answer to question 13. If a preferred dealer is not currently "approved" Tarkett can evaluate and add dealers to our network to support participating agencies. Bid Number: RFP 061323 Vendor Name: Tarkett US/2366 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 15 How does Proposer ensure installers are Tarkett has an approved list of flooring contractors across the US which is an trained, experienced, and fully licensed within attachment. We do business with these installers and maintenance providers on a jurisdictions where work is performed? regular basis across all our segments (Workplace, Health Care, Hospitality, Retail, ED/GOV and more). This relationship over decades has built the best network of independent flooring contractors in our industry. We provide ongoing training and issue them credit to buy our materials, which is updated yearly. We also offer Tarkett's turnkey services under the Source One Department. Source One has worked with most of our Installation Partners for many years. When we do bring on a new partner, we vet their experience with all types of products; we also have one of our extensively trained Field Installation Coordinators on site for the new partner's first job with us. This allows us to personally confirm they are performing up to our expectations, provide on-site training, or answer any questions. When the Participating Entity is contracting directly with Tarkett for the materials and installation, we maintain up to date licensing for all U.S. States as required. 16 Does Proposer have a standard installation Yes. All of Source One's Installation Partners are required to sign a Sub-Contractors agreement it will require Participating Entities Agreement, a copy is provided in the upload section. to use? If so, please upload a copy with response. Table 2B: Depth and Breadth of Offered Equipment Products and Services Indicate below if the listed types of products or services are offered within your proposal. Provide additional comments in the text box provided, as necessary. Line Item Category or Type Offered Comments 17 Resilient r. Yes r` No 18 Ceramic r. Yes Ceramic options will be made available r No on a case-by-case basis as a Furnish and Install (F&I) allowance allowing flooring contractors and Source One to provide these materials to satisfy a project that includes Tarkett manufactured materials. This service allows convenience and one stop shopping for Sourcewell participating agencies. This is available on our current Sourcewell offer and has proven to be an asset to the participating agencies. Flooring projects have many variables, our offer is best in class at creating a program that can be adapted to these variety of needs better than any supplier in the industry. 19 Porcelain Tile r: Yes Porcelain Tile options will be made r` No available on a case-by-case basis as a Furnish and Install (F&I) allowance allowing flooring contractors and Source One to provide these materials to satisfy a project that includes Tarkett manufactured materials. This service allows convenience and one stop shopping for Sourcewell participating agencies. This is available on our current Sourcewell offer and has proven to be an asset to the participating agencies. Flooring projects have many variables, our offer is best in class at creating a program that can be adapted to these variety of needs better than any supplier in the industry. 20 Wood r Yes r. No 21 Hardwood r" Yes r. No 22 Laminate r. Yes r No 23 Rubber r- Yes r` No Bid Number: RFP 061323 Vendor Name: Tarkett US/2367 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 24 Vinyl r: Yes r No 25 Broadloom r. Yes r No 26 Carpet Tile r: Yes r No 27 Epoxy r. Yes Epoxy options will be made available on r No a case-by-case basis as a Furnish and Install (F&I) allowance allowing flooring contractors and Source One to provide these materials to satisfy a project that includes Tarkett manufactured materials. This service allows convenience and one stop shopping for Sourcewell participating agencies. This is available on our current Sourcewell offer and has proven to be an asset to the participating agencies. Flooring projects have many variables, our offer is best in class at creating a program that can be adapted to these variety of needs better than any supplier in the industry. 28 Flooring hybrids r. Yes r No 29 Floor mats r" Yes r. No 30 Rugs r Yes r. No 31 Supplies related to the removal, r: Yes installation, maintenance, restoration, and r No cleaning of flooring materials complementary to the offering above (Lines #17 - 30) 32 Services related to the removal (including r. Yes Yes - Tarkett ReStart program offers take back and recycling), installation, r No recycling and landfill diversion. maintenance, restoration, and cleaning of flooring materials complementary to the It is highly important to include floor care offering above (Lines #17 - 30) into a flooring project and a flooring contract. Appropriate floorcare ensures that the floor materials are properly maintained for long term appearance retention . This offer does not include custodial care, which is the daily responsibility to remove dirt and trash from a space. We have outlined specific maintenance requirements and procedures, including cleaning schedules, product recommendations, and any necessary repairs or replacements. This not only helps prolong the life of the flooring, but also helps protect the investment made in the flooring material and installation. Table 3: Pricing Offered Line The Pricing Offered in this Proposal is: Comments Item 33 c.better than the Proposer typically offers to GPOs,cooperative procurement organizations,or state purchasing departments. Table 4: Pricing and Delivery Provide detailed pricing information in the questions that follow below. Keep in mind that reasonable price and product adjustments can be made during the term of an awarded Contract as described in the RFP, the template Contract, and the Sourcewell Price and Product Change Request Form. Bid Number: RFP 061323 Vendor Name: Tarkett US/2368 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 Line Question Response* Item 34 Describe your pricing model (e.g., line-item discounts or Tarkett's pricing model is a line item discount off the market list product-category discounts). Provide detailed pricing data price. The discounts range varies by product line with the greatest (including standard or list pricing and the Sourcewell discounts offered on product solutions in greatest demand. Our discounted price) on all of the items that you want product catalog shows the product/style name, list price, discount off Sourcewell to consider as part of your RFP response. If list and member price per unit. Pricing is structured to applicable, provide a SKU for each item in your proposal. accommodate the smallest need (i.e. one carton) up to large Upload your pricing materials (if applicable) in the renovation projects. Tarkett will treat each project independently and document upload section of your response. consider market conditions, volume, project scope to offer best value pricing on every job. We are a quality material manufacturer that specializes in suppling commercial grade materials. We are ideally suited for the participating agency members at Sourcewell. Our labor price list offer an extensive selection of services. To cover all areas with varying economic trends, we provide a Not-to- Exceed Price for each service in a format including 7 specific regions of the U.S. (identified by states included in each). This price list will allow an entity to budget a project, knowing it will not exceed the price in their region. The labor schedule allows for standard rates as well as prevailing wage. 35 If Proposer is including installation services within its Our extensive list of services allows our approved flooring proposal, please describe how installation services will be contractors and our in house installation group (Source One) to priced, including applicable labor rates that may apply. How break any project down item by item for a comprehensive proposal will Proposer address any prevailing wage requirements of showing products and installation. Our Labor Price List includes Participating Entities? Prevailing Wage pricing for every service in every region Sourcewell Serves., Our approved flooring contractors and Source One installation Partners are highly trained managing this type of project. 36 Quantify the pricing discount represented by the pricing Tarkett is providing a discount off list pricing. Percentage discounts proposal in this response. For example, if the pricing in vary depending on product platform with the greatest discount your response represents a percentage discount from offered for the most popular styles members use. MSRP or list, state the percentage or percentage range. Modular Tile: 28 to 52% Powerbond: 29 to 57% Luxury Vinyl Tile: 27 to 51% Resilient (including but not limited to sheet vinyl, rubber, wall base): 20% Broadloom/Woven: 23 to 49% 37 Describe any quantity or volume discounts or rebate Tarkett's pricing is a not to exceed per line item, further discounts programs that you offer. can be offered to members based on order quantity, job location and other market factors that will offer further savings. 38 Propose a method of facilitating "sourced" products or Tarkett has the most comprehensive commercial flooring product line related services, which may be referred to as "open in the industry, for the few materials we do not make we use a market" items or "nonstandard options". For example, you furnish and install allowance. This permits a participating agency may supply such items "at cost" or "at cost plus a member to complete a flooring project with materials we may not percentage," or you may supply a quote for each such manufacturer but are needed to complete the project. We do not request. include every flooring option, but a majority of what a participating agency member needs to complete a flooring project are included. 39 Identify any element of the total cost of acquisition that is We have made every effort to include all cost associated with a NOT included in the pricing submitted with your response. commercial flooring project. In some cases, orders may be subject This includes all additional charges associated with a to a roll cut charge or a lift gate charge. Pricing does not include purchase that are not directly identified as freight or the California AB2398 Carpet Stewardship Assessment Fee or shipping charges. For example, list costs for items like pre- taxes and will be add should it be applicable. delivery inspection, installation, set up, mandatory training, For Source One Turnkey service proposals we will include all or initial inspection. Identify any parties that impose such services necessary for a project based on a site visit performed by costs and their relationship to the Proposer. our installer. We work diligently to avoid any need for Change Orders, although they sometimes come up unexpectedly during a project (for example: upon Removal of existing floorcovering, a need for extensive Floor Prep may be identified due to a problem that was not originally visible). Each proposal will also include a list of exclusions for the customer's convenience. The customer will see a full cost of each project on their proposal, including freight, sales tax, and even the California Assessment Fee for jobs in that state. 40 If freight, delivery, or shipping is an additional cost to the Tarkett USA Inc. uses independent, third-party, freight carriers to Sourcewell participating entity, describe in detail the deliver its products. Product pricing does not include freight and will complete freight, shipping, and delivery program. be prepaid and added as a separate line item on the invoice. 41 Specifically describe freight, shipping, and delivery terms or Tarkett USA Inc. uses independent, third-party, freight carriers to programs available for Alaska, Hawaii, Canada, or any deliver its products. Product pricing does not include freight and will offshore delivery. be prepaid and added as a separate line item on the invoice. Bid Number: RFP 061323 Vendor Name: Tarkett US/2369 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 42 Describe any unique distribution and/or delivery methods or The approved dealer partners servicing Sourcewell members and options offered in your proposal. their local markets have access to Tarkett and Johnsonite resilient inventory maintained by over 275 Tarkett distribution partners across the country, in addition to the stock at Tarkett warehouses. This supports faster delivery for many products and reduces lead times. Tarkett distributors receive shipments at least weekly to replenish stocked items as well as those needed on a project basis. This distribution network offers End Users some freight costs savings due to scheduled pool truck delvers that create economies by pooling shipments and maximizing freight discounts. Tarkett has perfected this delivery system. Table 5: Payment Terms and Financing Options Line Question Response* Item 43 Describe your payment terms and accepted payment Tarkett accepts the payment methods below: methods. Wire ACH Mailed Checks Online payments via Bill Trust - Customers can pay here with a credit card or directly from their bank account for no additional fee. This option does require members to register for a no cost Bill Trust account. There are no service fees for any payments, however, there is a $25,000.00 limit on payments by credit card. 44 Describe any leasing or financing options available for use Tarkett does not offer any leasing or financing options to educational by educational or governmental entities. or governmental entities 45 Describe any standard transaction documents that you We have uploaded our standard terms in the document section. propose to use in connection with an awarded contract The document further defines area like: (order forms, terms and conditions, service level 'Minimum Order requirements agreements, etc.). Upload a sample of each (as 'Overages applicable) in the document upload section of your 'Custom Products response. 'Asbestos Abatement 'Floor Preparation 'Labor Exclusions 'Lead times 'Returns/Cancellations 46 Do you accept the P-card procurement and payment P Cards are accepted via online Bill Trust. This option does process? If so, is there any additional cost to Sourcewell require members to register for a no cost Bill Trust account. There participating entities for using this process? is no additional service fee to pay with this option. Bid Number: RFP 061323 Vendor Name: Tarkett US/2370 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 Table 6: Audit and Administrative Fee Line Question Response* Item 47 Specifically describe any self-audit process or program that you Tarkett has a dedicated Alliance Number that is used in plan to employ to verify compliance with your proposed Contract tracking all sales to Sourcewell members. We communicate with Sourcewell. This process includes ensuring that Sourcewell this number to members and dealer partners and it ensures participating entities obtain the proper pricing, that the Vendor that not only proper pricing is given to members but also reports all sales under the Contract each quarter, and that the tracks all sales for reporting and payment of the CAF fee. Vendor remits the proper administrative fee to Sourcewell. Provide sufficient detail to support your ability to report quarterly sales to Tarkett's local account representatives will also randomly Sourcewell as described in the Contract template. audit the installing contractors that buy flooring and provide service to the Sourcewell member to ensure contract compliance and understanding. The Sourcewell member must make it clear that they have the "desire and ability" to use the agreement on their Purchase Order and other order communications. 48 If you are awarded a contract, provide a few examples of internal Tarkett will review quarterly sales figures to assess our metrics that will be tracked to measure whether you are having success with the contract. We will review orders randomly to success with the contract. ensure that proposals are compliant with our contract. We continue to improve and refine our go to market strategy based on our successes and failures. 49 Identify a proposed administrative fee that you will pay to Tarkett USA Inc. will offer Sourcewell a 2% contract Sourcewell for facilitating, managing, and promoting the Sourcewell administrative fee (CAF) payable on net agreement Contract in the event that you are awarded a Contract. This fee sales of manufactured product adjusted by credits. The is typically calculated as a percentage of Vendor's sales under the labor portion of this agreement performed by our Contract or as a per-unit fee; it is not a line-item addition to the dealers or Source One will not qualify for the fee. Member's cost of goods. (See the RFP and template Contract for Participating Entities (i.e., States or other participating additional details.) agencies) that sign a participating addendum to the Tarkett Sourcewell contract may demand their own administrative fee from Tarkett in addition to the Sourcewell CAF. In the event that a participating entity demands a CAF from Tarkett, Tarkett will pay a maximum of 2% in CAF total between Sourcewell and the participating entity. Table 7: Company Information and Financial Strength Line Question Response* Item 50 Provide a brief history of your company, Tarkett's leadership position in the flooring industry is the result of 140 years of including your company's core values, experience, and builds on the talent, values and commitment of generations of business philosophy, and industry longevity entrepreneurs. Tarkett, originally known as Allibert & Sommer, our heritage of related to the requested equipment, products performance and innovation began in Paris in the late 1800s. Through our or services. acquisitions of Johnsonite, Tandus Centiva and Lexmark, we've brought a complete portfolio under the Tarkett name that meets the needs of any market segment, including Hospitality, Workplace, Education, Government, Healthcare, Retail, Multi- Family and Residential. With Tarkett, you can easily select a flooring platform for the specific needs of every space—and design with materials that don't just look beautiful, but function well. Our full palette of colors, patterns and textures is coordinated to work together visually across platforms, letting you easily carry a design aesthetic throughout an entire floorplan. While our methods have evolved, our process still begins with careful consideration of the goals held by those who live, work, and play on our surfaces each day. Taken together, we call our mixture of craft, science, and purpose Tarkett Human- Conscious DesignSM. And it drives everything we do. Tarkett Human-Conscious Design is our commitment to stand with present and future generations. To create flooring and sports surfaces that are good for people and for the planet. And to do it every day by: 1) Designing from a deep human understanding 2) Providing conscious choices for people and planet 3) Remaining with you, every step of the way Bid Number: RFP 061323 Vendor Name: Tarkett US/2371 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 51 What are your company's expectations in the Should Tarkett be re-awarded we expect to continue to maintain the high level of event of an award? service and thought leadership we currently provide Sourcewell and Sourcewell participating agencies. We also expect to continue to collaborate with Sourcewell for marketing and trade shows as well as attend Sourcewell events like Sourcewell University and H2O Supplier Forum. Continuing these will further grow our partnership and will enhance the participating agencies experience using Sourcewell and Tarkett. Tarkett has continued to work with and collaborate with the Sourcewell commodity managers and administrative staff. We have a history of consistent timely communication and cooperation building a strong relationship with Sourcewell and your participating agencies. These are 3 examples of our thought leadership and collaboration: 1) A recent endeavor was to create the Healthy Building Summit for Public Sector entities. "Bringing together stakeholders around planning, design, construction, student/work life, sustainability, and maintenance to discuss what they learned in COVID was just the tip of the iceberg. The real emphasis was how we use what we learned and move into a collaborative consistency of co-creation fostering new pathways to see an earlier future where all learning spaces are considered healthy spaces". The urgency to have the Education Healthy Building Summit was driven by the growing amount of data that was collected through smart building technology, mental health data, and federal funding. This data exposed the demand for healthy buildings for all students. Several of these demands drove the initial conversation. Although indoor air quality and infection control were major drivers, this was not the only issue facing educational facilities around the country. Other drivers included: Neurodiversity and the recognition of a diverse student population requiring unique social-emotional learning strategies. Cognitive Loads and a clearer understanding of how acoustics and indoor air quality impact not only learning and productivity, but also our relationships. Biophilic Design and Daylight can both positively impact our stress levels (measured as heart rate variability, or HRV) and circadian rhythm. This in turn can lead to stronger brain function, boost feelings of happiness, decrease anxiety, and lower blood pressure. Funding Maintenance and deferred maintenance annual deficit crisis but also the impact that poorly maintained buildings have on poor indoor air quality and other health implications. 2) Tarkett's track record of commitment to Thought Leadership in the marketplace is well known. High performance buildings and schools use best-in-class materials like Tarkett's that can affect worker and student performance with better acoustics, better thermal values in space, better Indoor Air Quality (IAQ) and lower maintenance costs. Tarkett's long standing relationship with the Collaborative for High Performance Schools (CHPS) and with Tarkett's board seat has introduced the high- performance rating program to Sourcewell. This has led to discussions and an opportunity to create High Performance product offerings to K12 schools that can use best in class procurement sourcing (Sourcewell) and CHPS K12 building rating system for high performance facilities. The opportunity is an example of the thought leadership position Tarkett has in the market and the belief that strategic sourcing is a key to our success. Our hope is Tarkett's introduction will lead to a new chapter of great partnerships using great sourcing (CHPS, Sourcewell and Tarkett). The award of this RFP will continue to grow these relationships and others like it. 3) Another example of the Tarkett Sourcewell partnership dates to 2017 when the California Association of Business officers (CASBO) signed a formal endorsement of NJPA. "The CASBO/NJPA partnership is a formal endorsement of the NJPA competitive solicitation and contract award process," Schwartz said. "It also provides an effective and fully supported pathway for CASBO members to access procurement solutions through NJPA's contract awarded vendors." Tarkett (Tandus Centiva at that time) introduced and drove this endorsement with CASBO. Tarkett's longstanding relationships at CASBO brought this idea forward and help execute this endorsement. Sourcewell is now the Department of General Services (DGS) CMAS (California Multiple Award Schedule) contract. Tarkett and Sourcewell has benefited due to this work. The NJPA press release is attached for reference. We hope to continue our long and strong partnerships into the future. Tarkett's vision is to continue to grow relationships that foster strategic sourcing and Sourcewell. We believe this makes us uniquely qualified to continue to grow Sourcewell and strategic sourcing. Bid Number: RFP 061323 Vendor Name: Tarkett US/2372 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 52 Demonstrate your financial strength and To demonstrate our financial strength and stability, we have attached our financial stability with meaningful data. This could statements. Our Net sales for 2022 was 3,358.9 (million Euros) and for 2021 was include such items as financial statements, 1,792.1 (million in Euros). SEC filings, credit and bond ratings, letters of credit, and detailed reference letters. Upload supporting documents (as applicable) in the document upload section of your response. 53 What is your US market share for the Market share data is difficult to gather and validate for that reason we are solutions that you are proposing? submitting estimates based on market research. Some of the data is triangulated and is only an estimate. Carpet Roll 10+ % Carpet Tile 10+% Heterogeneous Sheet Vinyl 5% Homogeneous Sheet Vinyl 15% Linoleum 10% LVT (Luxury Vinyl Tile) 10+% Rubber 7% VCT (Vinyl Composition Tile) 12+% Wall Base 51+% 54 What is your Canadian market share for the Market share data is difficult to gather and validate for that reason we are solutions that you are proposing? submitting estimates based on market research. Some of the data is triangulated and is only an estimate. Carpet Roll 1 % Carpet Tile 10+% Heterogeneous Sheet Vinyl 19% Homogeneous Sheet Vinyl 58% Linoleum 7% LVT (Luxury Vinyl Tile) 4% Rubber 10+% VCT (Vinyl Composition Tile) 29+% Wall Base 34+% 55 Has your business ever petitioned for Tarkett has not ever petitioned for bankruptcy protection. bankruptcy protection? If so, explain in detail. 56 How is your organization best described: is Tarkett is a manufacturer, a service provider through our Source One turnkey it a manufacturer, a distributor/dealer/reseller, services and a maintenance leader with our alliances in floorcare. or a service provider? Answer whichever Tarkett has a direct sales force of over 180 + employee salespeople in North question (either a) or b) just below) best America (please refer to 65&66 for additional breakdown of our sales and service applies to your organization. teams). We have in house field inspectors, trainers, and technical support teams a) If your company is best described as that make our sales force the best in the flooring industry. We are segmented by a distributor/dealer/reseller (or similar entity), vertical markets in our approach and strategy. We focus on Education and provide your written authorization to act as a Government as a core competency because of our unique high quality commercially distributor/dealer/reseller for the manufacturer focused line of flooring. The industry has served residential customers first and of the products proposed in this RFP. If commercial second for decades. Tarkett has served commercial sales first giving us applicable, is your dealer network a marketable advantage. Our Sales force serves Participating Agencies/End users independent or company owned? and our approved independent Flooring Contractor network with expertise and b) If your company is best described as recommendations for solutions in flooring. Our Source One group supports a a manufacturer or service provider, describe manufacturer direct service model if it is required by the End User/Participating your relationship with your sales and service Agency creating a seamless turnkey model. Our network of independent flooring force and with your dealer network in contracts gives us the local feel that ED/GOV often requires. Our sales force delivering the products and services supports all these routes market giving us a consultative feel that a winning supplier proposed in this RFP. Are these individuals needs. your employees, or the employees of a third party? 57 Provide all "Suspension or Debarment' Not applicable - Tarkett has not had any suspension or debarment in the past ten information that has applied to your years. organization during the past ten years. Table 8: Industry Recognition & Marketplace Success Line Question Response* Item Bid Number: RFP 061323 Vendor Name: Tarkett US/2373 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 58 Describe any relevant industry awards or 2023 recognition that your company has received Green Good Design Award, LinoFloor/LinoWall and Inspired Nature in the past five years. Interior Design NYCxDESIGN Award Finalist, Even Plane and iQ Granit/iQ Eminent Fishman Flooring Solutions Vendor Partner of the Year MetropolisLikes Award - Collabrative Collection 2022 Metropolis LIKES (NYCxDESIGN), Renewal Series Interior Design (NYCxDESIGN), Renewal Series Metropolis LIKES @NeoCon, Inspired Nature Spaces4Learning New Product Awards (K-12 and Higher Ed), iQ Granit/iQ Eminent Architizer A+ Product Awards Finalist, Inspired Nature Metropolis Planet Positive Award and Editor's Pick, Lino Floor/LinoWall Interior Design Best of Year Finalist, Inspired Nature and iQ Granit/iQ Eminent Good Design Award, Inspired Nature and LinoFloor/LinoWall EFA Expo's Editor's Picks, Renewal Series Starnet Design Awards—included in multiple winning projects 2021 HiP Award Finalist, Workplace: Carpet category, Meta Firma Collection Best of NeoCon Hard-Surface Flooring: Natural Materials, Color Splash Good Design Award, FlightPath & AirSpace, Tatami System 2020 EPA Encouraging Environmental Excellence Award — Middlefield facility Azure Magazine AZ Award Winner, iD Mixonomi Interior Design Best of Year Finalist, Light Shift Collection NYCxDESIGN Award Finalist, Drop Cloth 2019 ASID Design Impact Award, Garden Walk at EFA Starnet Design Awards — Part of multiple winning projects Designer Pages Spec Stars: http://media.designerpages.com/award-winners/ IIDA/HD Expo Product Design: MergEmerge LVT in Flooring-Hard Surfaces Category Metropolis Likes Award, iD Mixonomi HiP Award for Hospitality Flooring: iD Mixonomi HiP Awards Finalist in the Innovative Manufacturing Process category, Tatami System HiP Awards finalist in the Workplace: Carpet category, Interleave and Composition Series HiP Awards finalist in the Workplace: Hard Flooring category, Drop Cloth Best of NeoCon Gold in Carpet: Broadloom, Tatami System Buildings Product Innovations Award Grand Prize, Tatami System Arch Records Product of the Year, Tatami System Interiors+Sources: 2019 Readers Choice Awards, iD Mixonomi Good Design Award, Tatami System and FlightPath & AirSpace Interior Design Best of Year Award, iD Mixonomi Interior Design Best of Year Finalist, Tatami System and iD Mixonomi AN Products of the Year: Honorable Mention: Tatami System in Textiles category Honorable Mention: iD Mixonomi in Finishes + Surfaces — Indoor category Architizer A+ Awards Finalist, Pentagonals Interiors + Sources Reader's Choice Best Products, iD Mixonomi 59 What percentage of your sales are to the 10 % governmental sector in the past three years? Estimates provided. The recent pandemic has skewed these numbers for 2021 & 2022. We are seeing growth in these sectors for 2023 YTD. 60 What percentage of your sales are to the 25+% education sector in the past three years? Bid Number: RFP 061323 Vendor Name: Tarkett US/2374 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 61 List any state, provincial, or cooperative Tarkett holds several state and cooperative contracts including: purchasing contracts that you hold. What is State of New York the annual sales volume for each of these State of Florida contracts over the past three years? State of Georgia State of Mississippi State of Louisiana State of California State of Pennsylvania State of Connecticut E and I Omnia Partners Buyboard Choice Partners Premier Vizient Allied States Contract sales volume is confidential, and we do not share it with other entities, however we estimate these contracts to collectively account for 10-20% of the overall sales. 62 List any GSA contracts or Standing Offers Tarkett holds a GSA Contract GS-27F-0032, contract sales volume is confidential, and Supply Arrangements (SOSA) that you and we do not share with other entities. The recent pandemic has skewed these hold. What is the annual sales volume for numbers for 2021 & 2022. We are seeing growth in these sectors for 2023 YTD. each of these contracts over the past three We estimate our GSA contract sales to be an average of $500,000 annually. Our years? sales to the federal government and its agencies is much higher NOT using the GSA schedule Table 9: Top Five Government or Education Customers Line Item 63. Provide a list of your top five government, education, or non-profit customers (entity name is optional)to whom you have provided equipment, products, or services similar to the solutions sought in this RFP, including entity type, the state or province the entity is located in, scope of the project(s), size of transaction(s), and dollar volumes from the past three years. Entity Name Entity Type State 1 Scope of Work Size of Transactions Dollar Volume Past Three Province�" Years* Large School Education Nevada-NV Products utilized include 4 million per year 10 million District Powerbond and modular tile carpet as well as LVT. Large school Education Texas-TX Products utilized include 3.5 million per year 8.5 million District Powerbond carpet, LVT, resilient and eSource One Turnkey installation services. Large faith Non-Profit Utah-UT Products utilized include 3.5 million per year 8.5 million based Powerbond and modular tile organization carpet products as well as Source One Turnkey installation services. Large School Education Texas-TX Products utilized include 2.5 million per year 7 million District Resilient, Powerbond and modular tile carpet products as well as Source One Turnkey services. Large School Education Florida-FL Products utilized include 2.5 million per year 7 million District Imaginations (Custom cut designs), Powerbond and modular tile carpet, LVT, resilient and Source One Turnkey services Bid Number: RFP 061323 Vendor Name: Tarkett US/2375 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 Table 10: References/Testimonials Line Item 64. Supply reference information from three customers to whom you have provided equipment, products, or services similar to the solutions sought in this RFP and who are eligible to be Sourcewell participating entities. Entity Name* Contact Name* Phone Number* Sarasota County Schools, FL Don Hampton (941) 927-9000 ext 68835 Director of Facilities Don.hampton@sarasotacountyschools.net Pasco County Schools, FL Carey Llazari (727) 774-7952 Const. Services Project Coordinator cllazari@pasco.k12.fl.us Cypress-Fairbanks ISD Roy J. Sprague, Jr., AIA, CSI, ALEP, LE Fellow (281) 897-4108 Chief Operations Officer Table 11: Ability to Sell and Deliver Service Describe your company's capability to meet the needs of Sourcewell participating entities across the US and Canada, as applicable. Your response should address in detail at least the following areas: locations of your network of sales and service providers, the number of workers (full-time equivalents) involved in each sector, whether these workers are your direct employees (or employees of a third party), and any overlap between the sales and service functions. Line Question Response* Item 65 Sales force. Tarkett maintains a sales force of just over 180 Account Executives and Regional Business Managers that are located across the US and Canada, Supporting our sales team are 15 Regional Vice Presidents, 3 divisional Vice Presidents, two Education/Government Strategic Accounts Vice President and many customer and technical support specialist. Tarkett maintains a strong segmented sales force that allows us to speak directly to our markets. SLED (State Local & Education) market is made up of facility administration, Maintenance and operations, Design and construction, flooring contractors, distribution partners, architects/designers and other influencers. Tarkett is able to speak to each of these groups and help create a solution based approach for any flooring project. Our focus on segmentation allows us to be acutely aware of the needs of each and provide our best-in-class flooring solutions in a consultative manner. 66 Service force. Tarkett has an exceptional dealer network with over 400 approved dealers throughout the US and Canada. Our dealers are trained and certified in the handling and installation of our flooring products. Part of the dealer commitment is to utilize contracts and cooperative purchasing agreements to maximize opportunities to promote Tarkett flooring solutions. Our dealers are authorized to service Sourcewell participating agencies can buy material only or fully delivered and installed goods. 67 Dealer network or other distribution Tarkett's approved dealer network as well as distribution network spans across the methods. US and Canada. Our approved dealers can provide participating entities material only sales or full turnkey services. Our extensive network of providers allows for the participating entity to use local businesses and foster community relationships. Additionally, about 40% of our dealer partners are certified small, woman, minority, veteran owned etc. that further supports the local communities and can provide a tier 2 diversity spend in support of goals the participating agency may have. Bid Number: RFP 061323 Vendor Name: Tarkett US/2376 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 68 Describe in the detail the ordering Material Only Orders Direct via Tarkett Direct: process, including the respective roles of Member can send a PO to their local Tarkett Account Executive or directly to our distributors, dealers, or others (including Customer Service Department at sub-contractors) in providing solutions to West CustomerCareWest@tarkett.com Participating Entities. This may include a Central CustomerCareCentral@tarkett.com step by step process identifying who is East CustomerCareEast@tarkett.com responsible for meeting the needs of the Participating Entity at each stage of delivery. Each PO will require: Sourcwell Alliance Number: 168119 Product Name/Color/Amount needed Billing and Ship too Addresses The Customer Service team will confirm receipt of order request, advise of shipment date as well as provide answer to questions should any arise. Source One turnkey orders: Members will contact their dedicated regional account coordinator and provide detailed project information including Sourcewell Alliance number 168119, products desired, and scope of work needed. Source One will complete a proposal for the member to approve and schedule services upon approval. The account coordinator will be in constant communication for project status updates and manage all aspects of the request from start to project completion. Orders via Tarkett Approved Dealer Partners: Members will contact their local dealer and request products and service utilizing the Tarkett Sourcewell Contract Alliance 168119. The dealer partner will ensure they understand the scope of work needed and manage all aspects of the request from start to project completion. Flooring Contractors (Dealers) will order the materials needed for each project ensuring Sourcewell contract information appears on all proposals and orders that are submitted. Each PO will require: Sourcwell Alliance Number: 168119 Product Name/Color/Amount needed Billing and Ship too Addresses 69 Please describe the relationship between Tarkett's relationship between our Dealer Partners and Distribution Network is a true Proposer any distributors, dealers, or partnership. Whether they have been our partner for 15+ years or 1 month the others (including sub-contractors). commitment and level of service is the same. Our Account Executives work hand and hand with our Dealer Partners to understand the needs of the local market and challenges end users may be facing because adverse flooring conditions. Together they drive solutions that provide optimal flooring solutions that look great and are healthy for the people occupying the space and the environment. In the same respect, our Regional Business Managers support our distribution partners and collaborate to understand the market needs and drive solutions, further supporting the end users providing a high level of customer satisfaction. Quarterly or yearly reviews are conducted to measure not only their performance and service of Tarkett products but also our level of service to them. Bid Number: RFP 061323 Vendor Name: Tarkett US/2377 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 70 Describe in detail the process and Order Entry — Target: 1 Business Day or Less procedure of your customer service Orders are to be entered within 1 business day from the time the Customer Service program, if applicable. Include your Representative receives the purchase order. This metric is measured through analysis response-time capabilities and of daily reports for orders entered. commitments, as well as any incentives Order Management — Target: Less than an Average of 1 Sales Order Line per Day that help your providers meet your stated Factored by the number of sales order lines that have missed a ship time due to a service goals or promises. block or missing information on an order. This metric is measured through analysis of daily and weekly reports on various items regarding order details. Phone Accessibility Completed Rate — Target: 95% or Higher The completed rate is factored by the ratio between the number of calls answered vs. number of calls offered. This metric is measured through analysis of weekly reports showing the completed rate for all calls that have come in. Service Level — Target: 80% or Higher The service level is factored by the ratio between the number of calls answered within 20 seconds vs. the number of calls offered. This metric is measured through analysis of weekly reports showing the completed rate for all calls that have come in. Communication We conduct monthly quality coaching reviews with each Customer Service Representative to go over their phone and email communication. The supervisor monitors phone calls and emails, and then use a scorecard to grade one of each for the monthly review. We measure professionalism, ability and willingness to help the customer, quality of the help provided, etc. The scorecards for these reviews help to identify any areas that a Customer Service Representative may need additional coaching and/or training. Customer Satisfaction Customer satisfaction is measured through surveys that are sent out to our customers. 71 Describe your ability and willingness to Tarkett has the ability to provide products and installation to all members throughout provide your products and services to the United States, with our extensive dealer partner network there is no area that can Sourcewell participating entities in the not be serviced United States. 72 Describe your ability and willingness to Tarkett is a global company and can serve any Sourcewell member located in provide your products and services to Canada. Pricing for products is included in US dollars and can be converted to CAD Sourcewell participating entities in Canada. as requested. 73 Does Proposer intend to serve nonprofit Yes, Tarkett will serve all eligible Sourcewell participating agencies if awarded a agencies if awarded a contract? contract. 74 Identify any geographic areas of the United Tarkett will service all geographic areas. The exception would be should any state States or Canada that you will NOT be have legislation that has passed that does not allow for the use of a cooperative fully serving through the proposed contract. services agreement to purchase non-consumable products (i.e., flooring and related services). Additionally, the contract labor pricing does not include Alaska, Hawaii, Canada, or US Territories. These areas would be negotiated labor if that is possible or we would provide material only sales. 75 Identify any Sourcewell participating entity Products and Services will be provided to all sectors except those segments or sectors (i.e., government, education, not-for- regions where a cooperative agreement is not allowed by law to be used to profit) that you will NOT be fully serving purchase non-consumable products (i.e., flooring and related services) through the proposed contract. Explain in detail. For example, does your company have only a regional presence, or do other cooperative purchasing contracts limit your ability to promote another contract? 76 Define any specific contract requirements Although we can offer turnkey services in Alaska, Hawaii, and US Territories, the or restrictions that would apply to our labor would not be on contract due to several factors, including: 1) unstable market participating entities in Hawaii and Alaska trends in these areas, 2) distance and/or remoteness can offer distinct challenges, and in US Territories. preventing us from offering a similar market rate as other 48 states (plus Washington DC). We do not offer turnkey services in Canada due to 1) challenges with managing projects across country lines, and 2) US to Canadian dollar conversion instability. Table 12: Marketing Plan Line Question Response* Item Bid Number: RFP 061323 Vendor Name: Tarkett US/2378 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 77 Describe your marketing strategy for Tarkett has expanded their marketing team over the past 2 years to 40% more head promoting this contract opportunity. count and hiring. We have moved most of our external creative to now be internal which Upload representative samples of your creates deeper customer understanding married with capabilities. This includes a new marketing materials (if applicable) in Vice President of Marketing, Creative Director, led by Jonathan Stanley who is now the the document upload section of your Director of SLED markets (Education & Government). His sole focus is embracing the response. customer needs and developing information that would best support customer experience and engagements. One unique event Tarkett hosts each year is a Healthy Building summit which supports our organizational compass but also includes our target audience to enhance their ability to lead this conversation. Our vision includes strategic sourcing as a part of these discussions allowing best value purchasing versus low price. Our 2023 summit will include a representative form strategic sourcing. To listen to some of the voice participants from our most recent Healthy Building Summit please visit our YouTube channel: https://www.youtube.com/watch?v=QDA5—M558NM a. Tarkett is launching an entirely new North American website to launch in June of 2023. We are investing in some key word search optimization driving people to the Tarkett Education landing page which will in turn drive them to the Sourcewell landing page. Our marketing automation metrics on visits and many other options will be available for us to best understand what messages resonate with key customers. b. We will collaborate with Sourcewell upon award to create a new 2 page digital and printable marketing piece. Marketing pieces like this have been very effective in the past and can live on the Sourcewell landing page. c. Salesforce Training with new award with an elite team of AEs that target Sourcewell members within the SLED market segment. This includes about 100 Account Executive who are now assigned to the national SLED network as well as connections into the Canadian market. d. Trade Shows including NSPMA, A4LE, APPA, ASBO, ACUHOi, and numerous state and local SLED shows. Tarkett has a dedicated team of creative and set up team for the national booth shows and always look for our Sourcewell partner to bring us the flag. We submit to present at all national trade shows and this year have been accepted to all of them so far. e. Trade Magazines are a PR pathway Tarkett has used for decades. We have a robust list of full page adds that support new product launches and editorials. Annually our SLED leadership gets interviewed by leading organizations such as Floor Focus, Learning by Design, and other interior trade writers. f. We will meet to review the Sourcewell landing page to insure it is updated. We would like to implement some videos and featured products and sustainability initiatives. g. Key event(s) initiatives should be a collaborative design where we target an event function together and co brand a customer event. 78 Describe your use of technology and From Jan-April 2023 across all platforms (Linkedln, Facebook, Instagram, Pinterest, and digital data (e.g., social media, YouTube) we have had over 8,000 different engagements across platforms with more than metadata usage) to enhance 125,000 followers. Our main Tarkett sites have a valuable following as well as each marketing effectiveness. Account Executives reach which has a dramatic and personalized relationship impact. We are using marketing automation to track our progress. Our likes per month vary with a minimum of 500 and a dramatically growing reach and engagement rate. Our likes are up 21% vs this time last year and up 15,000 followers from this time last year. Our follower audience includes participating agencies, dealer, architects, designers, as well as industry influencers within our industry like furniture manufacturers, engineers, and other industry partners. We will prepare a social post on the Sourcewell award that will be broadcasts nationally and also shared on local personal targeted accounts. This post will include information and a link on the value Sourcewell brings to their members. 79 In your view, what is Sourcewell's role Sourcewell has a goal of reaching the right individuals at participating agencies with their in promoting contracts arising out of clear value proposition. Facilities departments in addition to procurement officials are key this RFP? How will you integrate a to this strategy. Partnering to target audiences together at trade shows, targeted member Sourcewell-awarded contract into your events in MSAs, and marketing to growth MSAs is an important role Sourcewell can sales process? continue to expand. I would like to see a quarterly planning meeting between Sourcewell and Tarkett to discuss where we can expend and target together. I would also like more purchasing data from participating agencies, so we have a good understanding on what your customers are buying. One example would be price point per category on the overall flooring category. Tarkett will integrate Sourcewell-awarded contract into our sales organization by first launching an internal announcement, external social announcement, and ongoing internal training. These 3 initiatives will be valuable reminders of our existing habits. Our sales organization is elite at understanding, promoting, and offering Sourcewell by brand these participating agencies. Tarkett sales executives are heavily encouraged to attend all events such as the Sales Accelerator forum. These events and others like the Get to Know for our organization to stay engaged which is heavily encouraged participation from Tarkett leadership. Bid Number: RFP 061323 Vendor Name: Tarkett US/2379 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 80 Are your products or services Tarkett does have an online ordering portal that can be send up for an individual available through an e-procurement members. This would allow them with 24/7 access to: ordering process? If so, describe your Place Orders e-procurement system and how Check inventory in real time governmental and educational Check status of your sales order customers have used it. Review order details • Access to Order Confirmations & Invoices Table 13: Value-Added Attributes Line Question Response* Item 81 Describe any product, equipment, As a Tarkett partner, the Tarkett Technical Services Department is available for all of your maintenance, or operator training installation and maintenance needs. By working together, we can develop a long-lasting programs that you offer to relationship that results in successful installations. The only expense to you for this service Sourcewell participating entities. is your time. We know time is a valuable resource, so we are happy to schedule a visit at Include details, such as whether your convenience. training is standard or optional, • Installation Summits — Tarkett Installers working who provides training, and any with field installers at every experience level costs that apply. Sheet Vinyl and Linoleum Certification — Qualifying the best of the best • Maintenance Training (Call for details) Maintenance service section still being formulated • Tarkett is pleased offer a floorcare solution through a best in class service provider. We are including a fee schedule to allow participating agencies access this great opportunity. Floor Care is a field of science that works around custodial care and preserves long term appearance retention with a professional provider. This is a new add and we want to make it a game changer for those interested in maintaining their floors versus replace them every 5-7 years. Bid Number: RFP 061323 Vendor Name: Tarkett US/2380 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 82 Describe any technological Tarkett is a leader in advancing technologies in the products we offer. A few examples of advances that your proposed that are: products or services offer. Powerbond Cushion RSO hybrid resilient sheet flooring (hybrid between carpet and resilient sheet flooring) has heterogeneous construction of nylon and closed-cell cushion, the tuft blanket is fused to the closed cell cushion to create a carpet look but resilient performance. The IRS is for the adhesive that is applied at the mill so all adhesive off gassing occurs in manufacturing not inside the building. Powerbond looks like carpet, offers high performance wear and easy installation. This patented, time-tested product is an ideal solution for high moisture substrates, it can be installed with no moisture testing of the substrate. No standing water, you can install. Unheard of in the flooring industry. Due to all these unique attributes Tarkett Powerbondg Cushion IRS flooring is CERTIFIED asthma & allergy friendly@ —the world's first soft surface flooring to receive this designation. We have provided the press release and an overview of Powerbond Cushion IRS in the document upload section or you can visit the third party site directly at: https://www.al lerg ystand and s.co m/news events/tarkett-a nnou nces-that-powerbo nd-rs-flooring-is- certified-asthma-al lergy-friend ly/ Ethos@ Omnicoatg modular carpet tile backing. Tarkett was the first to harness Polyvinyl Butyral (PVB) Polymer found in postconsumer windshields and safety glass over 10 years ago, creating a time - tested alternative to traditional carpet backing polymers. It is nothing new for us to venture outside our market to find valuable alternative waste streams for feedstock. Glass recyclers create mountains of film found in disposed of windshields and safety glass during the glass recycling process. We use this film to make ethos@, reducing our dependence on raw materials and lowering our environmental footprint. Another excellent example of our innovations with respect to product quality performance is our patented Dynex SD nylon used in all our commercial carpet materials (Carpet Tile and Powerbond 6'): all Tarkett Dynex SD yarns are cationic which permanently repel stains. Standard nylon has positively charged nodes; therefore, nylon fiber can stain with negatively charged staining agents. The polarity of nylon can be reversed through sulfonation. The negatively charged cationic nylon (through sulfonation) repels negative-charged stains, creating a permanent stain resistant product resulting in stain resistant, easier to maintain and better-looking flooring for Sourcewell members. Unlike topical treatments on standard nylon that can be worn off by foot traffic and washed off by maintenance activities, the stain resistance of Dynex SD is permanent because the cationic properties are inherent to the structure of the fiber. We offer a separate lifetime stain warranty for that reason. In addition to having the permanent stain resistant properties, Dynex SD products are treated with, Eco-EnsurerM, a fluorine-free, anti-soil chemistry, for enhanced soil protection/removal, as well as durability to foot traffic. The proprietary Eco-Ensure process/treatment is applied through a heat- actuated cohesion process that results in mechanical polymer entrapment and complete coverage of all individual fiber surfaces of carpet products. Eco-Ensure is designed for durability to foot traffic and cleaning cycles and is Cradle to Cradle CertifiedTm Gold in the Material Health Category. Tarkett iQ Flooring. Lots of companies claim they have no-wax floors. However, read the fine print, and you will find they have no-initial-wax floors or no-wax-until-such-a-time-as-you- need-it floors. Only Tarkett Granit and Optima with iQ construction never need wax or finish. Forever. Period. That is because iQ is not a topcoat or a wear layer. It is a proprietary technology. Also, because you never wax or finish, iQ floors it is great for your bottom line. Not just because they cost less to maintain but because they cause less disruption to the people who use the space. Tarkett TechtonicTM is a protective polyurethane floor coating used on our LVT and is unlike any other, developed and tested by an international team whose goal was to provide our customers with superior surface protection. Our competitors boast about what they add to their surfaces' coatings. But those additives can increase the likelihood of ugly whitening when their product gets scratched. Because Techtonic does not include unnecessary composite materials, this matte finish offers a dramatically strong defense against scratches and scratch whitening, as well as abrasions, scuffs, and stains—defending both your floors, and your peace of mind. Millwork Wall base was developed based on a customer's challenge of the cost of keeping their wood trim repaired/painted. Our millwork collection installs at roughly half the cost of wood trim and because it never requires touch-up or repainting it continues to deliver return on investment throughout its life. It is manufactured with no dye lot restrictions and can be color matched to any pantone. Very handy in space design and maintenance of space. Source One@ turnkey installation management program for Tarkett USA Inc. The department was created in 1991 in response to a customer request to issue one purchase order and have single-source responsibility for ordering, delivery, and installation of material. Source One channels all the intricate details of flooring management and installation to professional certified installers nationwide, providing a complete turnkey solution and vertically integrated installation warranty. Bid Number: RFP 061323 Vendor Name: Tarkett US/2381 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 83 Describe any "green" initiatives We are often asked to simplify our sustainability story. The truth is that making a positive or Environmental, Social, and impact on our world and its citizens is not so simple. Reducing the use of fossil fuels and Governance (ESG) that relate to incorporating recycled materials into our products can pose challenges, but Tarkett is your company or to your products working hard to make these improvements—because we value your health, and that of our or services, and include a list of environment. In our ongoing efforts to promote sustainability, achieving carbon neutrality is the certifying agency for each. just one more step toward creating a better world. Cradle to Cradle Certified TM product standards guide our eco-design approach on the basis of five criteria: material health, product circularity, renewable energy and climate requirements, water stewardship, and social fairness. Tarkett North America provides the industry's broadest selection of carbon-neutral floor coverings, including carpet tile, Powerbond, LVT, rubber tile, homogeneous and heterogeneous vinyl sheet, and linoleum—all certified Carbonfreea by the Carbonfund foundation. We've completely removed phthalates from our entire product portfolio, and drastically reduced VOC emissions to contribute to better indoor air quality. We were the first flooring company to create a take-back recycling program, and we continually look for new ways to increase the content of recycled materials in our flooring solutions. We design our products for the lowest possible use of water, detergents and energy while cleaning, thus reducing their environmental footprint throughout their lifecycle. Additionally, Tarkett has been a member of the United Nations Global Compact since 2010. Our membership shows our commit to upholding all the principles on human rights, labor, environment, and anti-corruption that of which the United Nation's Global Compact stands on. 84 Describe how your products Claiming to use 'good materials' is one thing. Proving you do is another. At Tarkett, we contribute to or promote the demand to know every detail about the materials we use, so we can be totally honest with health, quality of life and well- you. It's why we're obsessed with the health and sustainability standards of Cradle to being of our members and others Cradle@ - a methodology that guides our good material choices. And even then, we're (e.g., Low VOC emissions, always on the hunt for something better. Complete transparency from us, peace of mind for minimal acoustical impact, you. Ninety-eight percent of our materials are independently assessed by third parties to allergen repellant materials, light ensure they measure up to our exceptionally high health and environmental standards (which reflectant). are often far higher than the recognized industry standards). Our transparency philosophy also led us to create highly detailed Environmental Product Declarations (EPD) and Material Health Statements (MHS) to share detailed information with our customers, collaborators and nOn-governmental organization (NGO) challengers about the environmental impact of our products, based on life cycle analysis. When we say we're committed to giving you healthier spaces to live and work, that's not just talk, we mean it. In fact, by following Cradle to Cradle@ principles, we have created products with healthy materials that keep VOC emissions low. In fact, our products exceed the strictest industry standards for air quality by so much, we've had to set our own standards. Standards that we can prove with science, not just words. It means you can breathe clearer air, knowing you made a conscious choice for your flooring. At Tarkett we've been pioneers of flooring solutions with low and ultra-low VOC emissions since 2011, offering products with VOC emission levels that are between 10 and 100 times lower than the most stringent world standards. In some cases, our VOC emissions are so low that they cannot even be quantified. We've also developed glue-free laying techniques for our click and loose-lay vinyl collections and modular carpet tile, further reducing the potential for VOCs in your indoor air. A Tarkett floor can help achieve higher standards of sustainability and reach green building certifications like LEED, WELL, ILFI and BREEAM You can see more in depth information in question 85 that defines our certifications that further prove how we promote the health, quality of life and well-being to Sourcewell members and others. 85 Identify any third-party issued eco- For over 140 years now, we commit every day to the design of great spaces. For Tarkett, labels, ratings, ESG scores or this means putting people and planet first, caring about the environment and the health of certifications that your company present and future generations incorporated by our Tarkett Human-Conscious Design@ has received for the equipment or approach. products included in your It is our holistic way of doing business, capable of marrying the specific expectations of Proposal related to energy each of our customers with the profound challenges of protecting our planet, reducing our efficiency or conservation (such carbon footprint and changing the game with circular economy. Working together with our as: FloorScore, Formaldehyde partners, we deliver safer and healthier spaces in which people can reach their full Emission Standards, FSC potential. By joining forces, we build a stronger foundation - one we can all stand firmly on, Certified, EPDs, HPDs, LEED, for generations to come. Together we are building the Way to Better Floors. WELL Building Standard), life- All third-party certifications and sustainability attributes can be found at Tarkett.Ecomedes.com cycle design (cradle-to-cradle), or other green/sustainability factors. Cradle to Cradle Cradle to Cradle Certified@ validates the ecodesign approach based on five criteria: material health, product circularity, clean air and climate protection, water and soil stewardship, and social fairness. Each criterion is given a score from Basic to Platinum. Tarkett's certified products include: ethos@ Modular with Omnicoat TechnologyTM - Cradle to Cradle Silver V3.1 LinoFloor xf TM - Cradle to Cradle Silver v3.1 Rubber Tile Collection — Cradle to Cradle Bronze v3.1 Baseworks Thermoset Rubber Wallbase — Cradle to Cradle Silver v3.1 In addition to the above, many of Tarkett's adhesives + additives have earned Cradle to Bid Number: RFP 061323 Vendor Name: Tarkett US/2382 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 Cradle Material Health Certificates including: 100 Clear Thin Spread Adhesive 901 Spraysmart Resilient Flooring Spray Adhesive, 905 Releasable Adhesive, 925 Resilient Flooring Adhesive, 926 Rubber Sheet & Vinyl Flooring Adhesive, 959 Vinyl Tile and Plank Adhesive,960 Wall Base Adhesive, 986 Terra Turf Adhesive, C-12E Pressure Sensitive Adhesive,C-56 Premium Floor Primer, C-EX Adhesive, Greenbond B-19 Broadloom Adhesive, Rollsmart Carbon Footprint + Science Based Targets Science Based Targets: Tarkett committed in 2021 to reducing its whole value chain emissions by 30% by 2030 compared to 2019, and submitted its short-term targets (Scope 1 & 2 and Scope 3) in February 2022 for review and approval by the Science-Based Target Initiative (SBTi). This represents a significant step change compared to Tarkett's previous objective, which was focused on its operational GHG emissions (Scope 1 & 2), as it now widens out to include its value chain emissions (Scope 3) related to the production of raw materials and to the endof- life treatment of its products. These so-called Scope 3 value chain emissions represent 90% of Tarkett's overall GHG emissions. Tarkett has published Product Specific EPDs for the below products: ethos@ Modular with Omnicoat TechnologyTM Powerbond Flex-Aire Baseworks Rubber Tile Collection HO Product Range Acczent Range Even Plane LinoFloor xf TM Transparency Material Health Statement: Tarkett developed, together with the EPEA, the Material Health Statement to help meet the building industry's need for more granular information, drive collaboration on sustainability and move ahead of regulation to go beyond compliance, providing clear, transparent information on the health and environmental profile of the materials in our products, including any potential risks. The MHS discloses ingredients down to 100 ppm ethos@ Modular with Omnicoat TechnologyTM Baseworks Rubber Tile Collection HO Product Range Acczent Range Even Plane LinoFloor xf TM Declare Label: ethos@ Modular with Omnicoat Technology TM LinoFloor xf TM Rubber Tile Collection Indoor Air Quality Since 2011, Tarkett has been a pioneer in developing flooring with low or ultra-low levels of Volatile Organic Compounds (VOC) emissions in nearly all of its product ranges. Tarkett offers products with total VOC emissions that are 10 to 100 times lower than the most stringent world standards. This effort had been recognized by several certifications:99% of Tarkett's products (globally) are tested and comply with the appropriate VOC test. The testing scopes used are: Floorscore Certification CRI Green Label Plus Greenguard Asthma + Allergy Certification: Tarkett North America offers and commercial flooring solutions that have been certified asthma & allergy friendly@ by AAFA (all FiberFloorg vinyl ranges as well as other products such as iD Inspiration@, Acczent, several laminated ranges, and a soft surface flooring with Powerbondg RS). For flooring to be certified asthma & allergy friendly@, AAFA's independent third-party testing must show that the floor is easily cleaned and has a low capacity for retaining allergens. The certification process involves testing not only the product itself, but also the installation method and recommended cleaning process as a complete system to ensure no harmful materials are introduced while installing or cleaning the floor. Asthma + Allergy Compliant Products Include: iD Latitude iQ collection Acczent collection Performa Powerbond IRS ReStart Bid Number: RFP 061323 Vendor Name: Tarkett US/2383 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 Tarkett is committed to building a circular economy, notably through the collection and recycling of used flooring and sports surfaces. ReStart@ is Tarkett's flagship program for flooring waste collection. From 2010 — 2022 Tarkett (globally) has collected 115,000 tons. 86 Please identify whether Proposer Tarkett is classified as a large business and does not qualify for any minority owned status. is a minority, women, veteran However, Tarkett does have a large network of dealer install partners who are certified owned business enterprise, a small, woman, minority, veteran owned etc that can provide a tier 2 diversity spend in small business entity, or a labor support of goals the participating agency may have. surplus area firm. If so, please provide all certification forms. Additionally, please describe how Proposer may partner with these entities in performance of this contract. 87 What unique attributes does your Please refer to Question 51 for that response as well: company, your products, or your Tarkett brings knowledge of the built environment that allows us to speak with authority services offer to Sourcewell around flooring material selection, flooring materials acquisition/ownership and maintenance. participating entities? What makes your proposed solutions unique in In question 82 you can see the technological advances that Tarkett has made, these your industry as it applies to advances provide not only solutions to adverse flooring challenges for cost savings but also Sourcewell participating entities? maximize return on investment through exceptional durability. Additionally, our solutions provide assurance that products members are sourcing are not only made sustainably made but are also recyclable at end of use/life. Powerbond - a hybrid resilient sheet flooring is a closed-cell cushion backing that is inseparable (cannot delaminate or separate) and offers an impermeable wall to wall moisture barrier. Six months after a school district's installation a flash flood generated a mud flow filling a number of classrooms with 6"-8" of mud. After the district shoveled the mud and cold water extracted the Powerbond flooring it returned to new condition. The impermeable nature of the product kept the mud on the top surface without penetrating to the sub-floor. Four years later, the only way you can tell the rooms were filled with mud is the brown mud stain above the rubber base on the walls. Additionally, Tarkett Powerbond IRS is now certified Asthma and Allery friendly, the world's first soft surface flooring to receive this designation. Tarkett's Solution SPECtrum provides coordinated colors, patterns and textures across product brands and platforms—for a seamless design throughout the building's floorplan. Designed to help members create unified experiences and more productive workspaces. The BrillianceSM Digital Color System from Tarkett is about so much more than color. It's about working more efficiently. Getting more done in the hours we have. Feel more confident in our material selections—all while working remotely. The system is designed to place everything you need at your fingertips—no matter where you happen to be working. Create palette boards, find sustainability information, and easily order samples—all in one virtual place. By getting the right color match every time, the tool reduces sample waste and shipping, helping us all design more responsibly and reduce our carbon footprint. We think that's pretty brilliant. Johnsonite rubber tile, stairwell management, wall base and accessories delivers a perfect ColorMatch@ without dye lots. This designer palette of 32 leading colors are scientifically precise and coordinated across multiple product categories with no dye lots... ever! Our rigorous manufacturing and quality standards enable you to confidently mix and match a color across all Johnsonite products - rubber and vinyl flooring products, wall base, stairwell management and finishing accessories. When you don't see the exact color you need, create it. Tarkett's custom coloring capabilities allow you to use the floor as your canvas. Johnsonite Stairwell Management with the industry's broadest offering of rubber and vinyl treads, nosings and accessories, Johnsonite's stairwell management system helps people move between floors safely and comfortably Custom Floor Design programs are used for more intricate and detailed designs. Designs are fabricated and shipped to the job site and inset by the flooring contractor. IMAGINATIONS/FLOOR ART may include but are not limited to logos, mascots, or images that are unique or repeated designs (animals, stars, flowers, etc.). Tarkett USA Inc.'s Imaginations program is a first in the flooring industry, and we are the only company to offer this unique service in those products. With our unique line of product platforms, you can use shape, color, and texture to design a floor that will help create an experience and communicate a brand message. Custom cutting can also be used in practical ways such as showing direction or dividing a space without using physical barriers. From start to finish, our designers and technicians will work to make your design vision a reality. Tarkett's YouTube channel (https://www.youtube.com/@TarkettContract) provides members with helpful videos on areas like customer testimonials, installation training, maintenance training and tips, product inspiration, and in-depth product information. IQ Optima (no wax sheet vinyl) is designed around the needs of education and healthcare facilities, iQ offers outstanding performance and the industry's lowest life cycle costs. In addition to extreme resistance to wear, stains, and abrasions in high-traffic areas; Tarkett's Bid Number: RFP 061323 Vendor Name: Tarkett US/2384 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 proprietary iQ technology eliminates the need for refinishing over the life of the floor; a simple dry buffing restores floors to their original appearance. Explore the collection's soft, tonal visuals inspired by the beauty and resilience of natural stone. Special options for anti- static and anti-slip are also available. TechtonicTm Tarkett TechtonicTM is a protective polyurethane floor coating unlike any other, developed and tested by an international team whose goal was to provide our customers with superior surface protection. Our competitors boast about what they add to their surfaces' coatings. But those additives can increase the likelihood of ugly whitening when their product gets scratched. Because Techtonic doesn't include unnecessary composite materials, this matte finish offers a dramatically strong defense against scratches and scratch whitening, as well as abrasions, scuffs and stains—defending both your floors, and your peace of mind. Tarkett's vision is to continue to grow relationships that foster strategic sourcing and Sourcewell. We believe this makes us uniquely qualified to continue to grow Sourcewell and strategic sourcing. These are 3 examples of our thought leadership and collaboration: 1) A recent endeavor was to create the Healthy Building Summit for Public Sector entities. "Bringing together stakeholders around planning, design, construction, student/work life, sustainability, and maintenance to discuss what they learned in COVID was just the tip of the iceberg. The real emphasis was how we use what we learned and move into a collaborative consistency of co-creation fostering new pathways to see an earlier future where all learning spaces are considered healthy spaces". The urgency to have the Education Healthy Building Summit was driven by the growing amount of data that was collected through smart building technology, mental health data, and federal funding. This data exposed the demand for healthy buildings for all students. Several of these demands drove the initial conversation. Although indoor air quality and infection control were major drivers, this was not the only issue facing educational facilities around the country. Other drivers included: Neurodiversity and the recognition of a diverse student population requiring unique social-emotional learning strategies. Cognitive Loads and a clearer understanding of how acoustics and indoor air quality impact not only learning and productivity, but also our relationships. Biophilic Design and Daylight can both positively impact our stress levels (measured as heart rate variability, or HRV) and circadian rhythm. This in turn can lead to stronger brain function, boost feelings of happiness, decrease anxiety, and lower blood pressure. Funding Maintenance and deferred maintenance annual deficit crisis but also the impact that poorly maintained buildings have on poor indoor air quality and other health implications. 2) Tarkett's track record of commitment to Thought Leadership in the marketplace is well known. High performance buildings and schools use best-in-class materials like Tarkett's that can affect worker and student performance with better acoustics, better thermal values in space, better Indoor Air Quality (IAQ) and lower maintenance costs. Tarkett's long standing relationship with the Collaborative for High Performance Schools (CHPS) and with Tarkett's board seat has introduced the high-performance rating program to Sourcewell. This has led to discussions and an opportunity to create High Performance product offerings to K12 schools that can use best in class procurement sourcing (Sourcewell) and CHPS K12 building rating system for high performance facilities. The opportunity is an example of the thought leadership position Tarkett has in the market and the belief that strategic sourcing is a key to our success. Our hope is Tarkett's introduction will lead to a new chapter of great partnerships using great sourcing (CHPS, Sourcewell and Tarkett). The award of this RFP will continue to grow these relationships and others like it. 3) Another example of the Tarkett Sourcewell partnership dates to 2017 when the California Association of Business officers (CASBO) signed a formal endorsement of NJPA. "The CASBO/NJPA partnership is a formal endorsement of the NJPA competitive solicitation and contract award process," Schwartz said. "It also provides an effective and fully supported pathway for CASBO members to access procurement solutions through NJPA's contract awarded vendors." Tarkett (Tandus Centiva at that time) introduced and drove this endorsement with CASBO. Tarkett's longstanding relationships at CASBO brought this idea forward and help execute this endorsement. Sourcewell is now the Department of General Services (DGS) CMAS (California Multiple Award Schedule) contract. Tarkett and Sourcewell has benefited due to this work. The NJPA press release is attached for reference. We hope to continue our long and strong partnerships into the future. Table 14A: Warranty Describe in detail your manufacturer warranty program, including conditions and requirements to qualify, claims procedure, and overall structure. You may upload representative samples of your warranty materials (if applicable) in the document Bid Number: RFP 061323 Vendor Name: Tarkett US/2385 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 upload section of your response in addition to responding to the questions below. Line Question Response* Item 88 Do your warranties cover all products, parts, and Yes, Tarkett products have varying commercial warranty time frames. labor? 'Powerbond and modular tile are covered by a non-prorated Lifetime Limited Warranty 'Broadloom and Woven styles offer a warranty of 10 to 20 years depending on backing selected. 'Luxury vinyl tile and planks — we offer a range of LVT lines that offer various warranties including a 25 year, a 20 year and a 10 year. 'Sheet Vinyl — depending on sheet vinyl line selected there are various warranties including 20 year, 15 year or 10 year warranty 'Linoleum — 10 year 'Vinyl Composition Tile — VCT carries a 10 year warranty 'Rubber Products- 5 years 'Wall base and accessories — 2 years 'Labor provided by Source One Turnkey — 3 years You can search the full warranty details at https://com mercial.tarkett.com/resource-center/specifications-warranties 89 Do your warranties impose usage restrictions or Yes, products must have been properly installed in accordance with Tarkett's other limitations that adversely affect coverage? published guideline and Tarkett adhesives must be used. Additionally, Limited or no coverage will be provided when: -Product has been improperly cleaned or damage caused by negligent or improper storage, handling or transportation. -Damage or deterioration caused by improper site conditions. -Incidental damage caused by other trades, resulting from inadequate protection during construction or renovation. You can search the full warranty details at https://com mercial.tarkett.com/resource-center/specifications-warranties 90 Do your warranties cover the expense of Yes, products must have been properly installed in accordance with Tarkett's technicians' travel time and mileage to perform published guideline and Tarkett adhesives must be used. warranty repairs? Additionally, Limited or no coverage will be provided when: -Product has been improperly cleaned or damage caused by negligent or improper storage, handling or transportation. -Damage or deterioration caused by improper site conditions. -Incidental damage caused by other trades, resulting from inadequate protection during construction or renovation. You can search the full warranty details at https://com mercial.tarkett.com/resource-center/specifications-warranties 91 Are there any geographic regions of the United Tarkett should not encounter any situation where a provider is not available. States or Canada (as applicable) for which you cannot provide a certified technician to perform warranty repairs? How will Sourcewell participating entities in these regions be provided service for warranty repair? 92 Will you cover warranty service for items made by Any products that Tarkett provides and does not manufacture will have the other manufacturers that are part of your proposal, warranty provided by that manufacturer. or are these warranties issues typically passed on to the original equipment manufacturer? Bid Number: RFP 061323 Vendor Name: Tarkett US/2386 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 93 What are your proposed exchange and return Soft Surface Products: programs and policies? •Customer may cancel any portion of a purchase order for standard running line products, or the whole thereof, that have not been shipped subject to a restocking fee. •Material that has already been shipped may be returned only with prior written approval of an authorized Tarkett representative and may be subject to restocking fees and any return freight incurred. LVT Products: •Contour, Even Plane, Adaptt and Victory Series products are custom made and may not be canceled or returned. •Customer may cancel any portion of a purchase order for the Event Series products, or the whole thereof, that have not already been shipped, subject to a 30% restocking fee. •Products that have already been shipped may be returned only with prior written approval of an authorized Tarkett representative, and will be subject to a 30% restocking fees and any return freight incurred. Resilient Products: •Customer may cancel any portion of a purchase order for standard running line products, or the whole thereof, that have not been shipped subject to a restocking fee. •Material that has already been shipped may be returned only with prior written approval of an authorized Tarkett representative and may be subject to a minimum 25% restocking fees and any return freight incurred. NOTE: The Parties herein agree that there shall be no cancellation or return for any Custom product orders. 94 Describe any service contract options for the Tarkett is available to provide manufacturer lead maintenance and installation items included in your proposal. training to Sourcewell members at no cost to them. Additionally, Tarkett Source One Turnkey Services is able to provide some maintenance services (which are indicated on our labor price sheet). Should a member be in need of a more routine or comprehensive maintenance program, Tarkett is partnering with a third-party provider Solid Care. We have included the Solid Care fee schedule for participating agency to purchase these services directly from them. Bid Number: RFP 061323 Vendor Name: Tarkett US/2387 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 Table 148: Performance Standards or Guarantees Describe in detail your performance standards or guarantees, including conditions and requirements to qualify, claims procedure, and overall structure. You may upload representative samples of your performance materials (if applicable) in the document upload section of your response in addition to responding to the questions below. Line Question Response * Item 95 Describe any performance standards or All the Installation Partners working on Tarkett turnkey Source One projects are guarantees that apply to your services closely vetted, and we ensure they meet or exceed ASTM industry standards. We provide Powerbond training and certification to each of them, as well as having our certified Field Installation Managers onsite for any high-profile or challenging projects. And as the customer is contracting directly with Tarkett for materials and labor on turnkey projects, all work performed by Source One sub-contracted Installation Partners is guaranteed by Tarkett's 3-year labor warranty. A dedicated Source One Coordinator is constantly in contact with the installation team to ensure the project is managed in a timely fashion and addressing any issues that may come up throughout the process. For projects directly contracted with an approved dealer partner or floor care partner, that company warrants the installation or service provided. Tarkett prides itself in best- in-class relationships, these service providers are known for their professionalism. We would work with the end user to facilitate a solution with our partners. All our products have warranties that we will hold and administer. 96 Describe any service standards or The Account Coordinators for Tarkett Source One Department receive extensive guarantees that apply to your services training for several months before handling all aspects of projects on their own. (policies, metrics, KPIs, etc.) Each job follows a structured procedure to ensure all aspects of are covered and everything is processed according to our company policies, allowing us to meet the high standards we expect for excellent customer experience. At the close of every project, an NPS (Net Promoter Score) Survey is submitted to the customer contact we worked with AND to the installation team involved. NPS is a metric used to measure customer experience programs, such as ours, and helps to gauge overall satisfaction and loyalty to our business. The responses we receive allow us to address any concerns by creating KPI's and initiating projects for any issues that have been brought to our attention. In this way, we can find new and better ways to not only help the customer we've been in contact with; but ALL of our customers. We are extremely pleased with the results we've had for Source One in 2023 (Jan- May), with a response rate of 22% (national average is 12.4%) and an NPS score of 96 (national average ranges from 25 to 40). Exceptions to Terms, Conditions, or Specifications Form Oidly flha7,se PIY'a:7pa7"aer Exc:"?ptlolr s to Teiri II"1s, (,a:"anSiffiIa:71ns,or SpeC,fficat11o1C s flha t have been aC,f,4''pted L)y Souircewe II have been II raI co Yr po i at e d II into flh e contract text, Documents Ensure your submission document(s) conforms to the following: 1. Documents in PDF format are preferred. Documents in Word, Excel, or compatible formats may also be provided. 2. Documents should NOT have a security password, as Sourcewell may not be able to open the file. It is your sole responsibility to ensure that the uploaded document(s)are not either defective, corrupted or blank and that the documents can be opened and viewed by Sourcewell. 3. Sourcewell may reject any response where any document(s) cannot be opened and viewed by Sourcewell. 4. If you need to upload more than one (1)document for a single item, you should combine the documents into one zipped file. If the zipped file contains more than one (1)document, ensure each document is named, in relation to the submission format item responding to. For example, if responding to the Marketing Plan category save the document as"Marketing Plan." Bid Number: RFP 061323 Vendor Name: Tarkett US/2388 000uSign Envelope ID: ooEc41oo-6FAc-4001eon00000eo1000ca * Iricila Tarkott SoumowoU Catalog forRFPO01323.pdf Tuesday June 13, 2023 12:18:50 * Table 7_52. Tarkett Financial eXaVemonLpdf Friday June O0. 2O231O:30:54 * MMarketiMarkedngSamp|oszip Monday June 12. 2O2312:34:10 * YVMBE/MBE/SBEorRelated Certificates (optional) * Table 14aYVarnan1yzip Friday June 00. 2023 15:10:45 * Standarddooumontszip Friday June O0. 2O2315:45:50 * Table 15_07 Terms md|inosdoox Friday June O0. 2O231O:41:13 * Additional Dooumontszip Monday June 12, 2023 08:02:30 Bid Number:� RFPU61323 Vendor Name:� TarkettUS/ 2389 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 Addenda, Terms and Conditions PROPOSER AFFIDAVIT AND ASSURANCE OF COMPLIANCE I certify that I am the authorized representative of the Proposer submitting the foregoing Proposal with the legal authority to bind the Proposer to this Affidavit and Assurance of Compliance: 1. The Proposer is submitting this Proposal under its full and complete legal name, and the Proposer legally exists in good standing in the jurisdiction of its residence. 2. The Proposer warrants that the information provided in this Proposal is true, correct, and reliable for purposes of evaluation for contract award. 3. The Proposer, including any person assisting with the creation of this Proposal, has arrived at this Proposal independently and the Proposal has been created without colluding with any other person, company, or parties that have or will submit a proposal under this solicitation; and the Proposal has in all respects been created fairly without any fraud or dishonesty. The Proposer has not directly or indirectly entered into any agreement or arrangement with any person or business in an effort to influence any part of this solicitation or operations of a resulting contract; and the Proposer has not taken any action in restraint of free trade or competitiveness in connection with this solicitation. Additionally, if Proposer has worked with a consultant on the Proposal, the consultant(an individual or a company) has not assisted any other entity that has submitted or will submit a proposal for this solicitation. 4. To the best of its knowledge and belief, and except as otherwise disclosed in the Proposal, there are no relevant facts or circumstances which could give rise to an organizational conflict of interest. An organizational conflict of interest exists when a vendor has an unfair competitive advantage or the vendor's objectivity in performing the contract is, or might be, impaired. 5. The contents of the Proposal have not been communicated by the Proposer or its employees or agents to any person not an employee or legally authorized agent of the Proposer and will not be communicated to any such persons prior to Due Date of this solicitation. 6. If awarded a contract, the Proposer will provide to Sourcewell Participating Entities the equipment, products, and services in accordance with the terms, conditions, and scope of a resulting contract. 7. The Proposer possesses, or will possess before delivering any equipment, products, or services, all applicable licenses or certifications necessary to deliver such equipment, products, or services under any resulting contract. 8. The Proposer agrees to deliver equipment, products, and services through valid contracts, purchase orders, or means that are acceptable to Sourcewell Members. Unless otherwise agreed to, the Proposer must provide only new and first-quality products and related services to Sourcewell Members under an awarded Contract. 9. The Proposer will comply with all applicable provisions of federal, state, and local laws, regulations, rules, and orders. 10. The Proposer understands that Sourcewell will reject RFP proposals that are marked "confidential" (or"nonpublic," etc.), either substantially or in their entirety. Under Minnesota Statutes Section 13.591, subdivision 4, all proposals are considered nonpublic data until the evaluation is complete and a Contract is awarded. At that point, proposals become public data. Minnesota Statutes Section 13.37 permits only certain narrowly defined data to be considered a"trade secret," and thus nonpublic data under Minnesota's Data Practices Act. 11. Proposer its employees, agents, and subcontractors are not: 1. Included on the"Specially Designated Nationals and Blocked Persons" list maintained by the Office of Foreign Assets Control of the United States Department of the Treasury found at: https://www.treasury.gov/ofac/downloads/sdnlist. df; 2. Included on the government-wide exclusions lists in the United States System for Award Management found at: https://sam.gov/SAM/; or 3. Presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from programs operated Bid Number: RFP 061323 Vendor Name: Tarkett US/2390 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 by the State of Minnesota; the United States federal government or the Canadian government, as applicable; or any Participating Entity. Vendor certifies and warrants that neither it nor its principals have been convicted of a criminal offense related to the subject matter of this solicitation. By checking this box I acknowledge that I am bound by the terms of the Proposer's Affidavit, have the legal authority to submit this Proposal on behalf of the Proposer, and that this electronic acknowledgment has the same legal effect, validity, and enforceability as if I had hand signed the Proposal. This signature will not be denied such legal effect, validity, or enforceability solely because an electronic signature or electronic record was used in its formation. - John Sumlin , VP, Education Strategic Accounts, Tarkett USA Inc. The Proposer declares that there is an actual or potential Conflict of Interest relating to the preparation of its submission, and/or the Proposer foresees an actual or potential Conflict of Interest in performing the contractual obligations contemplated in the bid. r- Yes r.- No The Bidder acknowledges and agrees that the addendum/addenda below form part of the Bid Document. Check the box in the column"I have reviewed this addendum" below to acknowledge each of the addenda. II have urevliiewed tllh e File Name lbelllow addeindtAiin aurnd pages aftaalll°uineints(!!if a IIF IIF III lii a a Id III e) Addendum_7_RFP_061323_Flooring Dv 1 Fri June 2 2023 03:02 PM Addend um_6_RFP 061323_Flooring 1 Tue May 30 2023 03:03 PM Addend um_5_RFP 061323_Flooring 1 Tue May 23 2023 03:08 PM Addend um_4_RFP 061323_Flooring Dw 2 Thu May 18 2023 01:36 PM Addendum_3_RFP_061323_Flooring 1 Wed May 17 2023 04:25 PM Addend um_2_RFP 061323_Flooring v 1 Tue May 16 2023 03:20 PM Addend um_1_RFP_061323_Flooring 1 Tue May 9 2023 09:07 AM Bid Number: RFP 061323 Vendor Name: Tarkett US/2391 DocuSign Envelope ID:870F5044-274F-4979-8044-B464723BBEE2 SOURCEWELL STATE OF MINNESOTA S0I.xcPw'e11 Member Thi el moved the adoption of the following Resolution: RESOLUTION TO APPROVE SOLICITATION AND/OR RE-SOLICITATION OF CATEGORIES 3/21/2023 Resolution No.2023.07 WHEREAS, Sourcewell desires to issue a solicitation, and is seeking permission from the Board to issue a solicitation, for the categories listed on Appendix A, which is attached and incorporated. WHEREAS,through the Sourcewell Procurement Policy, the Board designated the Chief Procurement Officer to administer Sourcewell's cooperative purchasing and contracting program; and WHEREAS,the Chief Procurement Officer recommends approval of categories detailed above. NOW THEREFORE BE IT RESOLVED that the Board of Directors hereby approves the solicitation of categories. The motion for the adoption of the foregoing resolution was duly seconded by Member Nagel and the following voted in favor: (list names here) zylka, Nagel , Thiel , Barrows , Arts , Kicker and the following voted against: (list names here or"NONE") NONE whereupon said resolution was declared duly passed and adopted. ATTEST: DocuSigned by: OEF5785E1EAD4CF... Clerk to the Board of Directors 2392 DocuSign Envelope ID:870F5044-274F-4979-8044-B464723BBEE2 APPENDIX A SOURCEWELL PROCUREMENT DEPARTMENT BOARD ITEMS-March 2023 Requesting Board permission to Solicit the following categories: 0 None z m z D zM Requesting Board permission to Re-Solicit the following categories: D Flooring Materials with Related Supplies and Services M m 9 NEW CONTRACTS Supplier Name Contract Number Solicitation Title BOXX Modular,Inc. 120822-BXX "Relocotoble Building and Storage Solutions with Related Services" 0 McGrath RentCorp dba Mobile Modular Management 120822-MMR "Relocotoble Building and Storage Solutions with Related Services" z N Triumph Modular,Inc. 120822-TRM "Relocotoble Building and Storage Solutions with Related Services" m I Avaya,Inc. 120122-AVY "Unified Communication and Contoct Center Solutions" Gioia P.Ambrette dba Newcastle Communications 120122-NEW "Unified Communication and Contoct Center Solutions" M Mitel Business Solutions,Inc. 120122-MBS "Unified Communication and Contoct Center Solutions" z D Presidio Networked Solutions 120122-PSO "Unified Communication and Contoct Center Solutions" RingCentral,Inc. 120122-RNG "Unified Communication and Contoct Center Solutions" m 9 CONTRACT EXTENSIONS Supplier Name Contract Number Solicitation Title Krueger International,Inc. 121919-KII "Furniture Solutions with Related Accessories and Services" "Athletic and Physical Education Equipment and Supplies with Flaghouse,Inc. 071819-FLG RelotedAccessories" "Athletic and Physical Education Equipment and Supplies with Litania Sports/Porter Athletic/Gill Athletics 071819-PTA RelotedAccessories" "Athletic and Physical Education Equipment and Supplies with Prophet Corp./Gopher Sport 071819-PRO Related Accessories" "Athletic and Physical Education Equipment and Supplies with School Health Physical Education 071819-PAL RelotedAccessories" "Pre-Engineered Buildings with Related Materials,Site Preportion, Nucor Buildings Group 013019-NUC Installation ondAncilloryServices" "Portable Construction Equipment with Related Accessories and Clark Equipment/Bobcat/Doosan 041719-CEC Attachments" NEW IDIQ CONTRACTS None IDIQ Contract Extensions Company Name Contract Number None 2393 DocuSign Envelope ID:637A0871-A414-46B3-AF92-633293B80E65 dp SOURCEWELL STATE OF MINNESOTA " �:'���iurc e))iU;', �r Member Ki rche r moved the adoption of the following Resolution: RESOLUTION TO RATIFY COOPERATIVE CONTRACTING AWARDS 8/15/2023 Resolution No.202321 WHEREAS,the Sourcewell Board of Directors previously authorized the solicitations for the cooperative categories listed on Appendix A,which is attached and incorporated; and WHEREAS,Sourcewell issued the cooperative contracting solicitations for the authorized categories; and WHEREAS,through the Sourcewell Procurement Policy, the Board designated the Chief Procurement Officer to administer Sourcewell's cooperative purchasing and contracting program and to award all competitively solicited contracts,without limitation; and WHEREAS,the Chief Procurement Officer made the awards listed based on the results of the competitive solicitation process; and WHEREAS,the Board acknowledges that the awards made by the Chief Procurement Officer are valid and binding; however, based upon some members' legal requirements the Chief Procurement Official is required to seek subsequent Board ratification of all cooperative purchasing awards. NOW THEREFORE BE IT RESOLVED by the Board of Directors ratifies the cooperative contracting awards made by the Chief Procurement Officer listed on Appendix A. The motion for the adoption of the foregoing resolution was duly seconded by Member Barrows and the following voted in favor: (list names here) zylka, Nagel , Thiel , Barrows , Arts , Kircher, Kicker and the following voted against: (list names here or"NONE") NONE whereupon said resolution was declared duly passed and adopted. ATTEST: DocuSigned by: �w 91 EFs785 Clerk to the Board of Directors 2394 DocuSign Envelope ID:637A0871-A414-46B3-AF92-633293B80E65 APPENDIX A SOURCEWELL PROCUREMENT DEPARTMENT BOARD ITEMS-August 2023 Requesting Board permission to Solicit the following categories: O Employee Benefit Administrative Products and Services Z m Z D m Z Requesting Board permission to Re-Solicit the following categories: DSchool Buses with Related Accessories,Supplies,Parts,and Services =i Refuse Collection Vehicles with Related Equipment,Accessories,and Services 3 Industrial and Workplace Storage Systems with Related Accessories �^ Indefinite Delivery Indefinite Quantity Construction-California NEW CONTRACTS Supplier Name Contract Number Solicitation Title "Fleet Electrification Transition Planning,Management,and Related Guidehouse,Inc. 051123-GUI Services" "Fleet Electrification Transition Planning,Management,and Related Hatch Associates Consultants,Inc. 051123-HAT Services" "Fleet Electrification Transition Planning,Management,and Related O Highland Electric Fleets,Inc. 051123-HEF Services" Z "Fleet Electrification Transition Planning,Management,and Related Z ICF Resources,LLC 051123-ICF Services" D "Fleet Electrification Transition Planning,Management,and Related m InCharge Energy,Inc. 051123-INC Services" m Z "Fleet Electrification Transition Planning,Management,and Related v D IN Associates,LLC 051123-INA Services" m "Fleet Electrification Transition Planning,Management,and Related H PA Consulting Group,Inc. 051123-PAC Services" "Fleet Electrification Transition Planning,Management,and Related Positive Energy,Inc. 051123-PST Services" "Fleet Electrification Transition Planning,Management,and Related Sia Partners,Inc. 051123-SIA Services" AXIS Insurance Company 051623-AXC "Group Employee Benefits and Related Services" Colonial Life&Accident Insurance 051623-CLA "Group Employee Benefits and Related Services" Lincoln National Group 051623-LNG "Group Employee Benefits and Related Services" MetLife,Inc. 051623-MET "Group Employee Benefits and Related Services" Reliance Matrix 051623-RLC "Group Employee Benefits and Related Services" Adroit Advanced Technologies 062723-ADT Alternative Student and Client Transportation Services" Assist Services 062723-ARS Alternative Student and Client Transportation Services" First Student 062723-FIR Alternative Student and Client Transportation Services" HopSkipDrive 062723-HSD Alternative Student and Client Transportation Services" Bentley Mills 061323-BPS "Flooring Materials with Related Supplies and Services" Division 9 061323-DV9 "Flooring Materials with Related Supplies and Services" Forbo Flooring Systems 061323-FRO "Flooring Materials with Related Supplies and Services" Interface Americas 061323-IFA "Flooring Materials with Related Supplies and Services" Mannington Mills 061323-MMI "Flooring Materials with Related Supplies and Services" Mats,Inc. 061323-MAT "Flooring Materials with Related Supplies and Services" Milliken Services 061323-MAC "Flooring Materials with Related Supplies and Services" Mohawk Carpet Distribution 061323-MCD "Flooring Materials with Related Supplies and Services" Roppe Corporation 061323-RPP 1"Flooring Materials with Related Supplies and Services" Shaw Integrated and Turf Solutions 061323-Sll I"Flooring Materials with Related Supplies and Services" Tarkett USA 061323-TFU I"Flooring Materials with Related Supplies and Services" CONTRACT EXTENSIONS Supplier Name Contract Number Solicitation Title Genuine Parts Company-NAPA Integrated "Fleet and Facility Related Vendor Managed Inventory and Logistics Business Solutions 110520-GPC Management Solutions" Unifirst Corporation 040920-UFC "Uniforms with Related Products and Services" CNH Imdustrial America 110719-CNH Ag Tractors with Related Attachments,Accessories and Supplies" NEW IDIQ CONTRACTS Company Name Contract Number Region-Type of Work None IDIQ Contract Extensions Company Name lContract Number 2395 DocuSign Envelope ID:637AO871-A414-46B3-AF92-633293B8OE65 APPENDIX A Continued Johnson-Laux Construction,LLC MD-RI-GC04-052621-JLC Centennial Contractors Enterprises,Inc. MD-RI-GC03-052621-CCE Step 1 Enterprises,LLC MD-RI-GC01-052621-SIE Vigil Contracting,Inc. MD-R4-GCOI-052621-VGL Adrian L.Merton,Inc. MD-R5-HVACO2-052621-ALM Centennial Contractors Enterprises,Inc. MD-R3-GCO2-052621-CCE Centennial Contractors Enterprises,Inc. MD-R4-GCO2-052621-CCE Bethel Electric Construction Company of Maryland, LLC MD-R3-EOI-052621-BEC Vigil Contracting,Inc. MD-R2-HVAC01-052621-VGL Vigil Contracting,Inc. MD-R4-EO2-052621-VGL S-Works Construction Corporation MD-R2-GC03-052621-SWC Paige Industrial Services,Inc. MD-R3-GC03-052621-PAI Paige Industrial Services,Inc. MD-R3-EO2-052621-PAI Paige Industrial Services,Inc. MD-R3-RW02-052621-PAI Vigil Contracting,Inc. MD-R5-GCO2-052621-VGL Adrian L.Merton,Inc. MD-R4-HVACO2-052621-ALM Vigil Contracting,Inc. MD-R4-HVAC01-052621-VGL Vigil Contracting,Inc. MD-R5-HVAC01-052621-VGL Vigil Contracting,Inc. MD-R2-EO2-052621-VGL The Matthews Group MD-R2-GC04-052621-TMG Paige Industrial Services,Inc. MD-R5-GC03-052621-PAI Skyline Roofing,Inc. MD-112-RW01-052621-SKY Skyline Roofing,Inc. MD-R3-RW01-052621-SKY Vigil Contracting,Inc. MD-R2-GC01-052621-VGL Paige Industrial Services,Inc. MD-R6-HVACO2-052621-PAI Paige Industrial Services,Inc. MD-R5-RW02-052621-PAI Paige Industrial Services,Inc. MD-R6-RW02-052621-PAI Bethel Electric Construction Company of Maryland, LLC MD-RI-EO1-052621-BEC Paige Industrial Services,Inc. MD-R3-PAC01-052621-PAI Paige Industrial Services,Inc. MD-R5-PACO2-052621-PAI Bethel Electric Construction Company of Maryland, LLC MD-R4-E01-052621-BEC Bethel Electric Construction Company of Maryland, LLC MD-R5-EOI-052621-BEC Adrian L.Merton,Inc. MD-R2-HVACO2-052621-ALM Vigil Contracting,Inc. MD-R6-GCOI-052621-VGL Vigil Contracting,Inc. MD-R6-HVACOI-052621-VGL Vigil Contracting,Inc. MD-R5-EO2-052621-VGL Centennial Contractors Enterprises,Inc. MD-R6-GC04-052621-CCE Vigil Contracting,Inc. MD-R3-GC04-052621-VGL Vigil Contracting,Inc. MD-R3-HVACOI-052621-VGL Nichols Contracting,Inc. MD-R3-GC01-052621-NIC Bethel Electric Construction Company of Maryland, LLC MD-R6-E01-052621-BEC Skyline Roofing,Inc. MD-RI-RW01-052621-SKY Skyline Roofing,Inc. MD-R5-RW01-052621-SKY Vigil Contracting,Inc. MD-R6-EO2-052621-VGL Nichols Contracting,Inc. MD-R5-GC01-052621-NIC F.H.Paschen,S.N.Nielsen&Associates,LLC MD-RI-GCO2-052621-FHP S-Works Construction Corporation MD-R4-GC04-052621-SWC Paige Industrial Services,Inc. MD-R6-GC03-052621-PAI Centennial Contractors Enterprises,Inc. MD-R5-GC04-052621-CCE Bethel Electric Construction Company of Maryland, LLC MD-R2-E01-052621-BEC Adrian L.Merton,Inc. MD-R3-HVACO2-052621-ALM Paige Industrial Services,Inc. MD-R6-PACO2-052621-PAI Place Services,Inc. KY-E-GC01-062420-PLS The Lusk Group KY-E-RW01-062420-LMC Calhoun Construction Services KY-NC-GCO2-062420-CAC The Lusk Group KY-W-E02-062420-LMC Tecta America Corp. KY-W-RW02-062420-TEA Place Services,Inc. KY-NC-GC03-062420-PLS Place Services,Inc. KY-NC-E01-062420-PLS The Lusk Group KY-NC-RW01-062420-LMC 2396 DocuSign Envelope ID:637AO871-A414-46B3-AF92-633293B8OE65 APPENDIX A Continued The Lusk Group KY-NC-E02-062420-LMC The Lusk Group KY-W-RW01-062420-LMC Tecta America Corp. KY-NC-RW02-062420-TEA Tecta America Corp. KY-E-RW02-062420-TEA Triton Services,Inc. KY-NC-HVAC01-062420-TRS The Lusk Group KY-W-GC03-062420-LMC The Lusk Group KY-E-HVAC01-062420-LMC The Lusk Group KY-E-E02-062420-LMC The Lusk Group KY-NC-GC05-062420-LMC The Lusk Group KY-E-GC03-062420-LMC Place Services,Inc. KY-W-E01-062420-PLS Place Services,Inc. KY-W-GC01-062420-PLS Place Services,Inc. KY-E-EO1-062420-PLS Triton Services,Inc. KY-NC-GCOl-062420-TRS The Lusk Group KY-W-HVAC01-062420-LMC F.H.Paschen,S.N.Nielsen&Associates,LLC KY-NC-GC04-062420-FHP F.H.Paschen,S.N.Nielsen&Associates,LLC KY-W-GCO2-062420-FHP F.H.Paschen,S.N.Nielsen&Associates,LLC KY-E-GCO2-062420-FHP The Lusk Group KY-NC-HVACO2-062420-LMC 2397 The This document printed New York State Tuesday, 04/25/2023 m ,M Contract Reporter NYS'official source of contracting opportunities Bringing business and government together ContractingOpportunity Title: Flooring Materials with Related Supplies and Services Agency: Sourcewell Division: Procurement Department Contract Number: 061323 CR Number: 2097504 Contract Term: 4 years Date of Issue: 04/25/2023 Due Date/Time: 06/13/2023 4:30 PM Central Time County(ies): All NYS counties Classification: Construction Vertical: Building Construction; Rehabilitation & New Construction - Commodities Opportunity Type: General Entered By: Tara Wolff Description: Sourcewell, a State of Minnesota local government unit and service cooperative, is requesting proposals for Flooring Materials with Related Supplies and Services to result in a contracting solution for use by its Participating Entities. Sourcewell Participating Entities include thousands of governmental, higher education, K-12 education, nonprofit, tribal government, and other public agencies located in the United States and Canada. A full copy of the Request for Proposals can be found on the Sourcewell Procurement Portal [https://proportal .soc - . v]. Only proposals submitted through the Sourcewell Procurement Portal will be considered. Proposals are due no later than June 13, 2023, at 4:30 p.m. Central Time, and late proposals will not be considered. Service-Disabled Veteran-Owned Set Aside: No Business entities awarded an identical or substantially similar procurement contract within the past five years: Bentley Mills, Inc. Interface Americas, Inc. I<arndean International, LLC 1 of 5 2398 Mannington Mills, Inc. Mohawk Carpet Distribution, Inc. Shaw Industries, Inc. Tarkett USA, Inc. 2 of 5 2399 Contact Information Primary contact: Sourcewell Procurement Department Tara Wolff Procurement Manager 20212th Street NE P.O. Box 219 Staples, MN 56479 United States Ph: 218-541-5362 rfppsourcewell-mn.gov Submit to contact: Sourcewell Procurement Department Tara Wolff Procurement Manager 20212th Street NE P.O. Box 219 Staples, MN 56479 United States Ph: 218-541-5362 rfppsourcewell-mn.gov 3 of 5 2400 Bid Results Bid Results have not been entered 4 of 5 2401 Awards Awards have not been entered © 2023, Empire State Development http://www.esd.ny.gov/ 5 of 5 2402 Daily Journal of Commerce 11 NE Martin Luther King Jr Blvd. 11"C Portland, OR, 97232 Phone: 503-226-1311 Fax: 503-222-5358 Affidavit of Publication To: Sourcewell - Carol Jackson Po Box 219 Staples, MN, 564790219 Re: Legal Notice 2497782 State of OR } } SS: County of Multnomah } I, Nick Bjork, being duly sworn, depose and say that I am the Publisher of the Daily Journal of Commerce, a newspaper of general circulation in the counties of CLACKAMAS, MULTNOMAH, and WASHINGTON as defined by ORS 193.101 and 193.020, published in Portland in the aforesaid County and State;that I know from my personal knowledge that the notice described as: SOURCEWELL a printed copy of which is hereto annexed,was published in the entire issue of said newspaper 1 time(s) in the following issues: 04/26/2023. SEE EXHIBIT A State of Oregon County of Multnomah SIGNED OR ATTESTED BEFORE ME ON 2nd day of May 2023 By Nick Bjork By: State of Oregon Notary Public, State of OR No. 1031542 My commission expires on December 5, 2026 OFFICIAL ' o HELLE AN NE I~OPP NOTARY P0BU -OREGON 2403 Page 1 of 2 EXHIBIT SOURCEWELL IFILOORIING MATERIALS WITH RELATED SUPPLIES AND SERVICES Proposal a 4vie 4,30 pm, June 13,2023 REOUIEST FOR PROPOSALS Sourcowell, a Stato of Mimasota local government unit and service coopers- live, is requesOng proposails 'lor' Floor` glg Malpr'Ols lovith arld, Sefvlces to resull iron a contTacliIng soluf- ti0l') for use by its, Participating lEntities. Sourcewelf Participating Entities nncliucle thoiasands, of r,,pvnmrneirital, hi�giher od- kkcah,on, K-12' educallion, irilorwlrrofil, triliml governmervt, and othef IltruiNic agencies located in t�hie United States and Canada, A full copvy of the Requost for Proposals C�1111 W 10011d OR thO SA)LAIrGOW01 IPI'OCI,JI'O,, arwil Portal wo:mIligovil. Only proposals wIti,roiRect thFOILFgh the Soumewell Procurement Portal will be considered. Proposallis are due no hater than,Jume 13, 2023, at 4,10 p.rn-0,pnirmi'l"irniv,�v,id 1r1t uCl1 d gllh will 001 be Pwbflshii d A m 26, 2023. 2497 7 82 2404 Page 2 of 2 LOCAL100 PO Box 531643 Cincinnati, QH4Sl63-1G43 The Oklahoman Minnesota local govern- 8vu/covoO ment unit and service 3ommmpd| cooperative, is requesting PO BOX 2|9 proposals for Flooring STAPLE'S K0N5h479 Materials with Related Supplies and Services to STATE OF OKLAHOMA, COUNTY OF OKLAHOMA result in a contracting The Oklahoman, a daily newspaper of general circulation inthe solution for use by its State of Oklahoma, and which iea daily newspaper published in Participating Entities. Oklahoma County and having paid general circulation therein; Sourcewell Participating published and personal knowledge of the facts herein state and Entities include thousands that the notice hereto annexed was Published in said newspapers of governmental, higher in the issues dated on: education, K-12 education, 04/25/2023. 05/02/2023 ment, and other public and that the fees charged are legal. agencies located in the Sworn to and subscribed before nnO5/02/2O23 United States and Canada. A full copy of the Request for Proposals can be found on the Sourcewell Procurement Portal ell-mn.gov]. Only propos- als submitted through the Sourcewell Procurement Portal will be considered. Notary,State of W 1,County,of'Brown x3yrnmmi,ioncxpirn, later than June 13, 2023, Publication Cost: $4025 at 4:30 P.m. Central Time, and late proposals Order No: 8732049 #ofCopies: Customer No: 727698 PO#: 1111 S I ��OT AN INVOlCU rlea=do^m use this�orm/orpvme,/minit* e, Page of 1 AFFIDAVIT OF PUBLICATION Account# Order Number Identification Order PO Amount Cols Depth 34474 411983 Print Legal Ad-IPL01194760-IPLO119476 $157.13 1 18 L Attention: Carol Jackson SOURCEWELL State of South Carolina PO BOX 219 carol.jackson@sourcewell-mn.gov County of Richland REQUEST FOR PROPOSALS Sourcewell,a State of Minnesota local gov- I,Tara Pennington,makes oath that the emmeM-urnt-aril-servim-eooperative,-is----------------------------------------------------- , requesting proposals for Flooring Mate-rials with Related Supplies and Ser- advertlSment,was published in The State,a vices to result in a contracting solution for newspaper published in the City of Columbia, use by its Participating Entities.Sourcewell Participating Entities include thousands of State and County aforesaid,in the issue(s)of governmental, higher education, K-12 ed- ucation, nonprofit, tribal government, and other public agencies located in the United States and Canada.A full copy of the Re- 1 insertion(s)published on: quest for Proposals can be found on the Sourcewell Procurement Portal[https://pro- 04/25/23 portal.sourcewell-mn.gov]. Only proposals submitted through the Sourcewell Procure- ment Portal will be considered. Proposals are due no later than June 13,2023,at 4:30 p.m.Central Time,and late proposals will not be considered. IPLO119476 Apr25 2023 Tara Pennington Sworn to and subscribed before me this 24th day of April in the year of 2023 S Notary Public in and for the state of Texas,residing in Dallas County F TE P,HANIEHATCH:9R 133534406 'Expires January 14,2026 Errors-the lidbilityOf the publisherondccountoferrorsin or omissions from 3/7yddVer#SeMe17t willinno wdyeKeed the 3m01117t0f the charge for thespWe occupiedbythe item in error,and then onlyforthe first incorrect insertion." Extra charge for lost or duplicate affidavits. Legal document please do not destroy! 2406 SA III TUESDAY APRIL 25,2023 III USATODAY 11141'.WS� New study links sugary drinks to early death in some people Adrienne Rodriguez ories or sugars in them.It's good advice .w/Uku,✓ / USA TODAY for everybody." Americans may want to think twice What sugary drinks about reaching for that cool glass of are bad for you? lemonade this summer after a study —PRODUCT ION/GETTV IMAGES published last week found sugary The report included datafrom 1980 to drinks may be linked to an increased 2018 and is among the first large-scale 'Be picky';Replacing sugary drinks lowers risk risk of heart disease and death in cer- studies to examine links between death tain people. or disease and beverages among people Researchers found replacing one serving of a sugar sweetened beverage with Researchers from Harvard TH.Chan with Type 2 diabetes,study authors say. coffee,tea,low-fat cow's milk or plain water led to better health outcomes. School of Public Health studied more Sugar-sweetened beverages that than 12,000 participants diagnosed were reported included caffeinated and The risk associated with all-cause And the risk associated with with Type 2 diabetes and reported how caffeine-free colas,and non-carbonat- mortality was lower with the death from heart disease was often they consumed suchsugar-sweet- ed drinks like fruit punches,lemonade following drinks: lower with these drinks: ened drinks as soda,fruit punch and and fruit drinks like orange,apple and 18%for coffee •20%with coffee lemonade. grapefruit,according to the study. They found people with Type 2 dia- Researchers found each serving of •16%for tea •24%with tea betes who regularly drank sugar-sweet- one ofthese drinks was associated with •12%for low-fat cow's milk •19%with low-fat cow's milk ened beverages had a higher risk of de- 8%higher risk of all-cause mortality veloping cardiovascular disease or dy- among people with Type 2 diabetes. •16%for plain water •20%with plain water ing prematurely compared with those The recommended daily intake of who consumed other drinks,according sugar should benomorethan10%ofthe "People living with diabetes should be picky about how they keep themselves to the report published Thursday in the calories consumed,Nestle said,which hydrated,"said lead author Qi Sun,associated professor in the department of peer-reviewed journal The BMJ. is about 50 grams a day. nutrition and epidemiology at Harvard T.H.Chan School of Public Health. More than 37 million Americans have "Switching from sugar sweetened beverages to healthier beverages will bring diabetes,according to the Centers for Sugar vs.artificial sweetener health benefits." Disease Control and Prevention,and it's estimated that up to 95%of them have The study also found that switching Type 2 diabetes. out sugar-sweetened beverages with "This adds to a growing body of re- one that was artificially sweetened was both artificial and natural. Though Health and patient safety coverage search,"said Marion Nestle,an emeritus associated with an 8%lower risk of all- they're considered safe by federal regu- at USA TODAY is made possible in part professor of nutrition and food studies cause death and a 15%lower risk of lators,they're not necessarily consid- byagrantfromtheMasimo Foundation at New York University.Although"it's a death related to heart disease. ered healthy,and the long-term effects for Ethics,Innovation and Competition message to people with diabetes to try But more studies have been raising of sugar substitutes are largely un- in Healthcare The Masimo Foundation to switch drinks that don't have any cal- the concern about sugar substitutes, known. does not provide editorial input. "They can stop the degeneration,but choose to go first in such trials demon- Gene therapy they cannot heal what is broken,"Feld- strafe great courage,asthey make sacri- //o bong said of the scientists. flees for the benefit of those who come Continued from Page 1A � T The couple's one regret is that they after them" OM couldn't convince the FDA to be less Still,gene therapy holds tremendous destroying nerve cells in the brain and iv cautious about the therapy. Earlier promise,Collins said. spinal cord.The child rapidly deterio- ) t '" treatment and a higher dose might "lwould want people to be optimistic rates and usually dies by age 3. // ' have led to a different outcome,Feld- that over the coming years,we're going The trial,which USA TODAY wrote ��� �i��J/ii,;d� bong and Rokina said.They would hap- to get much better at this-and not to about in 2021 as part of a series on rare ,�� � pily have faced the risk of a brain hem- feel hopeless or despondent or pessi- diseases,offered them a different vision ��/ P1 orrhage for the possibility of a better mistiq"hesaid. of the future,even though the result Lf Jab outcome. wasn't what they dreamed of Y i ��/TIr6q .� "If we could have changed anything, Deriving meaning from misery "We are heartbroken,but also we / ��/�I��dd we would have shouted loud enough for realize within ourselves that the battle // FDA to hear us" Over the past six months,Alissa re- was lost long ago,not now,"Alissri fa ���// gressed rapidly. then said in Idea conversation a week i(l fty, ,I Risk is a necessary Her seizures returned with a ven- after her funeral."It's hard to say,but it s r 'A a part of progress geance.Breathing became a struggle. was for the best for her in the end" Alissa Feldborg had a rare disease that Though doctors had told them she triggered seizures and other problems. Medicine advances in fits and starts wasn't aware of her surroundings,her The promise of clinical trials PROVIDED BYTHOMAS"E 0RG and relies on volunteers like Alissa's parents worried she was suffering. family,said Dr.Francis Collins,former They certainly were.Their lives and Feldborg and Rokina,who live in Co- longtime director ofthe National Insti- those of their four older children-three penhagen,Denmark,had read about the core her,we were afraid that it would be Rules of Health and a lifelong champion sons from his previous marriage and UMass trial online and were thrilled along devastating life for her,"Feldborg of genetic research and therapy. one from hers-were dictated by Alis- when Alissa passed all the require- said. "I think it's appropriate to be enor- sa's round-the-clock care needs. "I ments to be included. mously inspired and excited about the would not wish this on my worst ene- The researchers were clear Alissa How much and how soon? potential"for gene therapy,Collins said. my,"Feldborg said. might not benefit from treatment-her Roughly 6,500 rare diseases are Alissa was resuscitated five times in disease might already be too advanced- About 18 months after Alissa's treat- caused by known DNA misspellings,but the last three weeks of her life.The sixth the dosage,based on studies in sheep, ment,the company that sponsored the treatments exist for fewer than 500 of time,it didn't work might be too low.As the weeks and then trial said it could no longer afford to them so far,he said. Now,the boys are each suffering in months ticked by,waiting for the Food keep it going.UMass raised funds to As to why therapies like this don't al- their own ways and Feldborg and Roki- and Drug Administration to approve the continue to follow the nine children who ways work,Collins pointed to biology. as mostly feel emptiness. treatment,their expectations dimmed. had already been dosed. `People don't appreciate how compli- `No emotions,no happiness.The sun Still, where there's action,there's Dr.Terence Flotte,dean of the T.H. Gated human biology is,"said Collins, is shining,the spring is coming,but hope and the couple was grateful to be Chan School of Medicine atUMass,said who has spent his career trying to re- you're just indifferent,"Rokina said. able to grab onto any sliver. via email that his team intends to try the verse a genetic disease called progeria They have no regrets about partici- So,at the end ofJanuary 2021,when therapy on one or two more children, that causes rapid aging. paling in the trial even though the out- Alissa wasn't yet 14 months old,doctors bringing the total to 10 or 11. Only one or two spelling mistakes in came didn't meet their wildest dreams. gave her two doses of gene therapy,one Some in the trial were infants and a person's 3-billion-letter genome can Alissa still had a brief blooming after infused into her spinal cord and one di- others were older children with later on- affect trillions of cells across the body, the treatment when she should have rectly into her brain. set disease.The infants show mild im- including in the brain,which is ex- seen nothing but decline,Feldborg said. The early days were promising.For provements and retained neurologic tremely hard to access with treatments, "What we really hope for now is that about six months, her deterioration function longer after treatment,Plane he said. there's some kind of meaning with her slowed.Her smile returned.She seemed said,while some of the older children With gene therapy treatments like life.They're going on with the trial,"he almost present. experienced a mixed picture with both the one Alissa tried,"you can see the said.At somepoint,there willbesome- "There were a lot of positive things positive and negative signs. payoff,"Collins said."You just can't see where it succeeds and this is what we're after this treatment,"Rokina said. The gene therapy,which enables the how long it is,how many twists and hoping for....If this is the meaning of Her ability to swallowand cough also children to make the enzyme they're turns, how many unexpected hail- Alissri life,then at least there is some improved,which worried her parents. missing,also seems to be more consis- storms are going to hit you along the meaning" The couple's biggest fear was that the tently effective in a closely related dis- way." Health and patient safety coverage therapy,intended to correct the genetic ease called Tay-Sachs. Being among the first patients to re- at USA TODAY is made possible in part mistake that was poisoning Alissa's Alissahad beenthe firstpatient fully ceive a gene therapy is challenging for byagrantfrom theMasimo Foundation brain,would extend her life but not sub- enrolled.Some later children received patients and families, UMass'Flotte for Ethics,Innovation and Competition stantially improve her vegetative state. higher doses and were treated when said in an candied statement."Those in Healthcare The Masimo Foundation "When we realized it wasn't going to they were younger. pioneering patients and families who does not provide editorial input. or MARKETPLACE TODAY vi view me Classified listings, visit:cl more satoday.com for Odverui In,r—t art]SEE 3970070 w Av russellJahns cam/—t NOTICES BUSINESS MARKETPLACE ASSOCIATE GENERAL DENTIST OPPORTUNITY FULL-NMEPOSMONINWANNENCOW,,UNUFFICE Sour well,aSLte o(Mi nnesotalo-1 goer Tent Unit and OfknogdUo.mdalguaaomeo,a2roofCOlPcwosaoa koefi¢.VAuuiog Ro.Gin U,,U oopemt ve srequest a ng proposals(or Flooring no Wolm{a nr T nReTh d hig,{en,iUR cdd,Ril.iRd:nmfideotioalltlles �h"��a ana ,�na��m��n�n,aaaannammmaa�Nr�n�,am ,aWma, Attention Business Materials with Related Supplies and Services to result In deaseamaatus ao Iwarvimenservtaes@ienrysaAetnuanAa cone.sssssoi� a_UR.fi'nga,,fionforuaabyitaParudpRfingEnfifi a 0 flunllySeekers! sou�rvallPerrldpRfingErrtlrles'Indudemousends ENDODONTIST POSITON AVAILABLE KottanNe�Bo NgT.flha td hi hereducadon K12 education, MULUTIIPUDOCTOU OFoflCCEIMTIXAS o goVarnman g wn min an ann,m a u a uxwaar hang waima�Erastyla Trends on cats&dogs nonprortdbalg,V.rnm.ntandomarpnbfoagancaa t1 tt-t mlmrMrttmdana of wnsenaemal.Hain m- apPo.annlzaarhan CraetoppawntyIwT,,Uvo°I to treat hots cats ocated In the United&RVt and Canada. 1in,nJVn1NO aaiy am.Poti,snnershpi,p iU:loNtniavenanlueot Don't Let This One Pass You,I p mrr�um a1 rsmeamamnma'Un,iu.im,amwr,ammnr.ui+a:,nmtanmra° GeLdTFull DelN Here &skin allergies A tau DOPY of me Hequeat for Proposals can be a Wnm�nms,rNn,:aAanm:nnranwmsnan.sssna�lrnananoadl round on ma sour..wau ProV,ramam pore www.erurrurr:rmlranaeraoh.aom without steroids! nnna:/mronodaLaonr ewell-mn.aov. GET NOTICED FULL-TIME GENERAL DENTIST WANTED fiI Q,. 1 Call Or,ARTnuaaa n n At Tractor Supply' OnfypmpOSels,wbmiffedf—gh fhe So -11 wimaq aveawo - sranwi Mtar Hodlne irooarenf iortarwatba oa7,n'dared, naoemne.a .min r,Pw n a oa n.w n e. 1.888.701.0320 USA TODAY's 411 ubrNl'ilwy fitment ioasN P.Posalsare dueno later than June 13,2023,at 4:30pm Marketplace Central Time,and late proposals will not be wnsidered. Toadvertise In USATODAY,call:1800)397-0070 2407 S, M G wu I WLt V' s fR J k sit Y, d16 m a t ✓i "L. .. � d� GMI w» u� z13 " �" 1 Y o l r m .iz r ',X F rest 1 CY u i IS CL r��n re X 4 U. m 0 � � X� � w � � 2408 I 11111 "1 J)i,_:t �',)I I(, I" - it`N7 10 Puxcl . ctsc , ................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................ CJ',IaG dj,,"� I ogouft Home New Bid Closed Bids My Stuff Tools Bid RFP #061323 - Flooring Materials [Switch to Vendor View ic)urriewdll S lq% with Related Supplies and Services Bid Type RFP Bid Number 061323 Access IIII IIIpOIIirts View reports on who Title Flooring Materials with Related has been notified of Supplies and Services the bid or accessed it. ation Start Date Apr 25, 2023 8:51:29 AM CDT II:Notific Access rep report ort' End Date Jun 13, 2023 4:30:00 PM CDT Questions Agency Sourcewell 0 Questions 0 Unanswered I Bid Contact Jeremy Schwartz iew/Ask Questions (218) 894-5488 rfp@sourcewell-mn.gov IlEdit 1131d 202 12th Street NE [Create Addendum P.O. Box 219 Staples, MN 56479-0219 Description Sourcewell, a State of Minnesota local government unit and service cooperative, is requesting proposals for Flooring Materials with Related Supplies and Services to result in a contracting solution for use by its Participating Entities. Sourcewell Participating Entities include thousands of governmental, higher education, K-12 education, nonprofit, tribal government, and other public agencies located in the United States and Canada. A full copy of the Request for Proposals can be found on the Sourcewell Procurement Portal [https:Hproportal.sourcewelll mn.gov]. Only proposals submitted through the Sourcewell Procurement Portal will be considered. Proposals are due no later than June 13, 2023, at 4:30 p.m. Central Time, and late proposals will not be considered. Pre-Bid Conference Date May 17, 2023 10:00:00 AM CDT Location Online Conference Notes Login information will be emailed two business days prior to the event. Documents No Documents for this bid Customer Support: agencysupport@publicpurchase.com I Copyright 1999-2023 O I The Public Group, LILC.All rights reserved. 2409 S 11 OL,Ircewell ���3 d IL..N u.ne� gg2 i in d no re Ilbiid Cireate Account t l OgD Bid Details Bid Goods Classification: Bid Type: RFP - General Bid Number: RFP 061323 Bid Name: Flooring Materials, with Related Supplies and Services Bid Status: Closed Bid Closing Tue Jun 13, 2023 4:30:00 PM (CDT) Date: Question Mon Jun 5, 2023 4:30:00 PM (CDT) Deadline: Electronic Not Applicable Auctions: Language for Bid English unless specified in the bid document Submissions: Submission Online Submissions Only Type: Submission Online Submissions Only Address: Public Opening: Yes Public Opening See RFP and FAQ documents for details. Address: Description: Sourcewell, a State of Minnesota local government unit and service cooperative, is requesting proposals for Flooring Materials with Related Supplies and Services to result in a 2410 contracting solution for use by its Participating Entities. Sourcewell Participating Entities include thousands of governmental, higher education! K-12 education, nonprofit, tribal government, and other public agencies located in the United States and Canada. A full copy of the Request for Proposals can be found on the Sourcewell Procurement Portal h..�i ii ii llii cull pp q,, 7]. Only proposals submitted through the Sourcewell Procurement Portal will be considered. Proposals are due no later than June 13, 2023, at 4:30 p.m. Central Time, and late proposals will not be considered. Bid Document Bid Opportunity notices and awards and a free preview of the bid Access: documents is available on this site free of charge without registration. Please note, some documents may be secured and you will be required to register for the bid to download and view the documents. There is no cost to obtain an unsecured version of the document and /or to participate in this solicitation. Categories: �.II:::i . ..... . : 2. . .[.IL2. ..... .:�] Register for this Bid Download Bid Documents P hhwlgj Mrfdwlrgv The following are the meeting times and locations for the opportunity: Meeting Location Description Date / Time Mandatory Meeting Meeting Document Login instructions will be posted to the Online Pre- "Documents" section and available to registered Wednesday May Proposal suppliers two business days prior to the web 17, 2023 10:00 AM No Conference (CDT) conference. 2411 tii 0 A 10 7E f`eAI Or, Q, m oo PI CJ rs ID cL CZ W -rn IS E a C2 Ccl Z u I 41 Q, E E c a g 'j rA ra IN ME :D In � �.N kr I"y,. S 2 E r) A Ca. ✓ "0 Lo V Id /fik 0 rap 41 0 �21 LO Q E 10, la 1�j %-- c I D 0 1". 2412 C(Osed Cm f4irt UJart lle ortly Publish vrri,c , rr,t, ,-- SoliicitatiortSetting A V clIdt,Rids vu', N. G v.alrA.x2C:ptr i4 rt 4r rl'rr'Ve. No .+'!rr€en'ral F1gt6n1"ev/ai No v"I ,ul,lot7rEl! 1 uI^r vvltl Pt^o L1,arG pdcr Solicitation Oetalls A Meandatcroy Ou,€or¢tratican e""I it tk+r lyp'A� HIP ti,Ich,florr lore'be, 061323 ;;V<;fu tutor r¢hd,rm Fhrorlrrg Maticr131w vuith Rnhrta^A s¢appxphss amB SrYrwlr,:ps„ i1io ra*vmtryl. C#—h,"xnrmot t rruntry&P-vine vlScMe C araaad i f OM,@ rpo r{rl slturrV f4y ..v.ra.rruc.ww,4G Foe pt Qu,l'.I(,rrtt N.e Ap'spi nostnMlrrPe„rmotiorr(p".h'rtsmnal U.Onlyl . vstr1la/Proje. vPr',�rrno .061323 Wlaxufing,Mots,W,with kmlutodl S.. I rocrrra O ppPlu^s urrn4 Adve r tlsement, A IBa,ia;:.Selling, r�A/(r¢tr7 nr'M"yp" €per,to SHsuppiierP lsYTrncWl C,,iti act Al noui it $240,000,010T,➢,A) ,lAH,h[}y0.e 05/9/2023 CI ry0,Ae&i re 06/13/21231630.000 14d1h0t0iygkrla Vrlu It.o,i,e Yrt,+r till" 1Q7,Q 0,001 over C,M1tl... $,gvf ta.d t,.atego,lei,, f91.I I yr r C'u<1 /u e;te Vio,k Ir-v l vc I/thin u 1 krtxl f,lx I Moi'tar OarMii tS,fAroBv,t!c/rion.,aat'Inlrr/D-tolklc,Prrsyevts R,t r f o r t'in II a,Wing I-I( ,S t 1r1r1 At 1 t f l ei p y,^r i 3 Woof 5 yg w 4 )r olt il,1'1W>I F,[l i M t)v 111('5 11 e i e,p,i i i Irn M,toni yWol llid,I gir 1.1 is ISw rage , Fe tr e fall t,,t Rl,I Il I M Il—I k.WA l It u,>h rl f„Pai Ili r is Lot[ Iod rl;u'tlufrtt, nf:4: ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------ S.1 x:it M joe Ove^,l'" r*>cuilcewdl 71 Flooring Materials with Related Supp fifes and Services ur,tszs t Ctas,l FlbaaEn 11t,:7?.<frJ;t la'FJ.fIr.I�Ir�t'.1 Il:teq"IL Sou re.0,t b W,of mi'u—I"I"I'll;ul 4............M u t e f",,lee.,ul,y¢ o ILary,Is requesting po.po it,for Mottlroq Woe,1a 1,with Peteted Suppiles a ad Services to result 0.ri a etc rtrastirrg volution for use by it,nor fiflit "nd Ut ht t s.yut n,r w II ParC ipst4n rg[ofiti a it,Inds tl — ,of goveirturoori 1,h gl ,h elution,K 12 oh-11..1,ncinp,fit,1,'i ei Kova o ul.,t,a rid t the,pu bli,vil ni'es I-A.d In Ito, United Staketi andCd—da.Afull enpy'1'Hie Negteewt to,Popaav1,—be found on the Sourcewell Procutenrext Penal llvlPs://f r,Ir I,I,o Ar::tr 11 ;r,Arrr Only pul'-A sub'rrftto.d threrug3'i the 5ourc 11 Pirtirurc.—.1l Pattpl will be consideir.P&Pool,vain ere du_no We,t'hau June 11,2023,Mt 4 10 p v a:r,M,,l 11 re r:,end I;t'u pt cti—,K Minot of ot,e:ar,v r'h.a d, -11trrtl;13UCOlfMklg,t,I ved,Povesedhylliddlitip—, 2413 I li aeh9 st-imJ�,ntr,/11.,v:.l 061323-Flooring Materials with Related Supplies and Se... Notice Basic Information Estimated Contract Value(CAD) $240,000,000.00(Not shown to suppliers) Reference Number 0000245972 Issuing Organization Sourcewell Owner Organization Solicitation Type RFP-Request for Proposal(Formal) Solicitation Number 061323 Title Flooring Materials with Related Supplies and Services Source ID PP.CO.USA.868485.C88455 Details Location All of Canada,All of Canada Purchase Type Duration:4 years Description Sourcewell,a State of Minnesota local government unit and service cooperative,is requesting proposals for Flooring Materials with Related Supplies and Services to result in a contracting solution for use by its Participating Entities.Sourcewell Participating Entities include thousands of governmental,higher education,K-12 education,nonprofit,tribal government,and other public agencies located in the United States and Canada.A full copy of the Request for Proposals can be found on the Sourcewell Procurement Portal[https://proportal.sourcewell-mn.gov].Only proposals submitted through the Sourcewell Procurement Portal will be considered.Proposals are due no later than June 13,2023,at 4:30 p.m. Central Time,and late proposals will not be considered. Dates Publication 2023/04/25 09:38:52 AM EDT Question Acceptance Deadline 2023/06/05 05:30:00 PM EDT Questions are submitted online No Bid Intent Not Available Closing Date 2023/06/13 05:30:00 PM EDT Contact Information Procurement Department 218-894-1930 rfp@sourcewell-mn.gov Bid Submission Process Bid Submission Type Electronic Bid Submission Pricing Lump sum Pricing Lump sum Bid Documents List Item Name Description Mandatory Limited to 1 file Bid Documents Documents defining the proposal No No 2023/04/25 09:39:01 AM EDT Page 1 02414 061323-Flooring Materials with Related Supplies and Se... Categories Selected Categories GSIN Category(1) G Goods Goods N72 Household And Commercial Furnishings And Appliances Household And Commercial Furnishings And Appliances N7220 FLOOR COVERINGS Floor Coverings Includes Linoleum;Rubber and Asphalt Tile;Carpets;Rugs;Rug pads. MERX Category(1) G Goods Goods G13 Fabricated Materials Fabricated Materials UNSPSC Categories(2) 30000000 Structures and Building and Construction and Manufacturing Components and Supplies 30160000 Interior finishing materials 30161700 Flooring 52000000 Domestic Appliances and Supplies and Consumer Electronic Products 52100000 Floor coverings 52101500 Rugs and mats 2023/04/25 09:39:01 AM EDT Page 2 02415 DocuSign Envelope ID:CDE32CC8-OB5D-4CF2-9591-F477BDOE175E �;'� ENrA�ryr i YPM Wp Proposal Opening Record Date of opening: June 13, 2023 Sourcewell posted Request for Proposal#061323,for the procurement of Flooring Materials with Related Supplies and Services, on the Sourcewell Procurement Portal [p,rp„ airta np,urcew ,�� imn,,8py] on Tuesday,April 25, 2023, and the solicitation remained in an open status within the portal until June 13, 2023, at 4:30 pm CT. The RFP required that all proposals be submitted through the Sourcewell Procurement Portal no later than 4:30 pm CT on June 13, 2023,the date and time specified in the Solicitation Schedule. The undersigned certify that all responses received on Request for Proposal#061323 were submitted through the Sourcewell Procurement Portal, and that each Proposer's response material was digitally sealed upon submission and remained inaccessible until the due date and time specified in the Solicitation Schedule. Responses were received from the following: Bentley Mills, Inc.-Submitted 6/13/23 at 10:11:50 AM CBC America, LLC dba TOLI International TOLI TOLI Corp.-Submitted 6/09/23 at 2:15:39 PM Champion Flooring-Submitted 6/13/23 at 12:26:17 PM Division 9 Flooring-Submitted 6/13/23 at 3:14:53 PM Emser Tile, LLC-Submitted 6/13/23 at 4:22:32 PM Engineered Floors, LLC dba J+J Flooring Group-Submitted 6/13/23 at 9:03:57 AM Facility Armor-Submitted 6/13/23 at 2:05:16 PM Forbo Flooring, Inc., dba Forbo Flooring Systems-Submitted 6/12/23 at 1:57:27 PM Gerflor USA-Submitted 6/12/23 at 4:20:31 PM Giant Floor and Wall Covering Co., Inc. -Submitted 6/02/23 at 5:39:36 PM Interface Americas, Inc. -Submitted 6/09/23 at 11:55:32 AM Karndean International, LLC-Submitted 6/13/23 at 2:24:30 PM Mannington Mills, Inc. -Submitted 6/09/23 at 10:59:07 AM Mats, Inc. dba Matter Surfaces-Submitted 6/12/23 at 2:49:11 PM Maxxon, Inc. -Submitted 6/13/23 at 1:15:24 PM MegaCera, LLC-Submitted 6/13/23 at 5:24:56 AM Milliken Services, LLC-Submitted 6/13/23 at 9:28:54 AM Mohawk Carpet Distribution, LLC-Submitted 6/12/23 at 2:25:09 PM RB&G Products, LLC dba Zandur-Submitted 6/08/23 at 11:06:44 AM Roppe Holding Company-Submitted 6/13/23 at 4:13:58 PM Shaw Integrated and Turf Solutions, Inc.-Submitted 6/13/23 at 8:17:35 AM Tarkett USA, Inc. -Submitted 6/13/23 at 12:26:11 PM UPOFLOOR Americas, Inc. dba Kahrs Commercial Flooring-Submitted 6/13/23 at 11:43:45 AM 2416 DocuSign Envelope ID:CDE32CC8-OB5D-4CF2-9591-F477BDOE175E The Proposals were opened electronically, and a list of all Proposers was made publicly available in the Sourcewell Procurement Portal, on June 13, 2023,at 4:31:17 PM CT.All responsive proposals were then submitted for review by the Sourcewell Evaluation Committee. DocuSigned by: DocuSigned by: 7DDDCEFD8B3D45D... 6EE63AEDEDSF46E... Greg Grunig, MS, Procurement Lead Analyst Carol Jackson, Procurement Analyst 2417 ;WI . ■■M■ ee2 kc ■;:; §2` ■ ■§ _ ©__■ §k^ E . E f� �A =m` k ;& _ & �! �! !� �19uj /� ■& _ IN_o■ ;a ; _„® =�4 _ § & ;. ^ ;;.; § |k 9 | ;) 2 c !| C, 10 - %2 ,! „�_ .� } , . ■;;; §m® ƒ L� k — ■ | C ) 2 ;■ . ; ,,,, en, ( " \ }A 2 \ ) ` S « , 2 ;- k '\ moo bo lo N - - p ) - 2 — § 6 -77 ° ..o.. . ..,. §;, E Vol . �,.� e2/ ;! . .V.� § k § § No| ! ! Q ] ; ■■-® _ ;2 ® | § ! A � \ B \ ' 2 a| n a■.■ ■§ ©§ ^ ®°'a ■§ ( § | | ! } \ 0 y . lE. | | . ;• |;! !� !�| e ` E .,a|�2!!]�#k) ` c, k!!) ;k|) !||!\ !!) ;k2l !|!|j 2418 jn AIAO Sourcewell lu'I"inm�l RFP #061323 REQUEST FOR PROPOSALS for Flooring Materials with Related Supplies and Services Proposal Due Date: June 13, 2023, 4:30 p.m., Central Time Sourcewell, a State of Minnesota local government unit and service cooperative, is requesting proposals for Flooring Materials with Related Supplies and Services to result in a contracting solution for use by its Participating Entities. Sourcewell Participating Entities include thousands of governmental, higher education, K-12 education, nonprofit, tribal government, and other public agencies located in the United States and Canada. A full copy of the Request for Proposals can be found on the Sourcewell Procurement Portal [_https jZproportal.sourcewell-mn. ov1. Only proposals submitted through the Sourcewell Procurement Portal will be considered. Proposals are due no later than June 13, 2023, at 4:30 p.m. Central Time, and late proposals will not be considered. SOLICITATION SCHEDULE Public Notice of RFP Published: April 25, 2023 Pre-proposal Conference: May 17, 2023, 10:00 a.m., Central Time Question Submission Deadline: June 5, 2023, 4:30 p.m., Central Time Proposal Due Date: June 13, 2023, 4:30 p.m., Central Time Late responses will not be considered. Opening: June 13, 2023, 6:30 p.m., Central Time See RFP Section V.G."Opening" Rev.3/2022 Sourcewell RFP#061323 Flooring Materials with Related Supplies and Services Page 1 2419 I. ABOUT SOURCEWELL A. SOURCEWELL Sourcewell is a State of Minnesota local government unit and service cooperative created under the laws of the State of Minnesota (Minnesota Statutes Section 123A.21) that facilitates a competitive public solicitation and contract award process for the benefit of its 50,000+ participating entities across the United States and Canada. Sourcewell's solicitation process complies with State of Minnesota law and policies, conforms to Canadian trade agreements (including Canadian Free Trade Agreement, Ontario-Quebec Trade and Cooperation Agreement, and Canada-European Union Comprehensive Economic and Trade Agreement, as applicable), and results in cooperative purchasing solutions from which Sourcewell's Participating Entities procure equipment, products, and services. Cooperative purchasing provides participating entities and suppliers increased administrative efficiencies and the power of combined purchasing volume that result in overall cost savings. At times, Sourcewell also partners with other purchasing cooperatives to combine the purchasing volume of their membership into a single solicitation and contract expanding the reach of contracted suppliers' potential pool of end users. Sourcewell uses a website-based platform, the Sourcewell Procurement Portal, through which all proposals to this RFP must be submitted. B. USE OF RESULTING CONTRACTS In the United States, Sourcewell's contracts are available for use by: • Federal and state government entities'; • Cities, towns, and counties/parishes; • Education service cooperatives; • K-12 and higher education entities; • Tribal government entities; • Some nonprofit entities; and • Other public entities. In Canada, Sourcewell's contracts are available for use by: • Provincial and territorial government departments, ministries, agencies, boards, councils, committees, commissions, and similar agencies; • Indigenous self-governing bodies; • Regional, local, district, and other forms of municipal government, municipal organizations, school boards, and publicly funded academic, health, and social service 1 Pursuant to HAIR§3-128-2,the State of Hawaii, Department of Accounting and General Services,State Procurement Office,on behalf of the State of Hawaii and participating jurisdictions,has provided notice of its Intent to Participate in the solicitation as a participating entity. Rev.3/2022 Sourcewell RFP#061323 Flooring Materials with Related Supplies and Services Page 2 2420 entities referred to as MASH sector (this should be construed to include but not be limited to the Cities of Calgary, Edmonton, Toronto, Ottawa, and Winnipeg), as well as any corporation or entity owned or controlled by one or more of the preceding entities; • Crown corporations, government enterprises, and other entities that are owned or controlled by these entities through ownership interest; and • Members of the Canoe procurement group of Canada, and their partner associations: Canoe members are regional, local, district or other forms of municipal government, school boards, publicly-funded academic, health and social service entities in Alberta and across Canada, as well as any corporation or entity owned or controlled by one or more of the preceding entities—as well as partner associations, including Saskatchewan Association of Rural Municipalities, Association of Manitoba Municipalities, Local Authorities Services/Association of Municipalities Ontario, Nova Scotia Federation of Municipalities, Federation of Prince Edward Island Municipalities, Municipalities Newfoundland Labrador, Union of New Brunswick Municipalities, North West Territories Association of Communities, Civiclnfo BC, and their members. For a listing of current United States and Canadian Participating Entities visit Sourcewell's website (note: there is a tab for each country): https://www.sourcewell-mn.gov/sourcewell-for- vendors/agency-locator. Participating Entities typically access contracted equipment, products, or services through a purchase order issued directly to the contracted supplier. A Participating Entity may request additional terms or conditions related to a purchase. Use of Sourcewell contracts is voluntary and Participating Entities retain the right to obtain similar equipment, products, or services from other sources. To meet Participating Entities' needs, Sourcewell broadly publishes public notice of all solicitation opportunities, including this RFP. In addition, where applicable, other purchasing cooperatives and procurement officials receive notice and are encouraged to re-post the solicitation opportunity. Proof of publication will be available at the conclusion of the solicitation process. II. SOLICITATION DETAILS A. SOLUTIONS-BASED SOLICITATION This RFP and contract award process is a solutions-based solicitation; meaning that Sourcewell is seeking equipment, products, or services that meet the general requirements of the scope of this RFP and that are commonly desired or are required by law or industry standards. Rev.3/2022 Sourcewell RFP#061323 Flooring Materials with Related Supplies and Services Page 3 2421 B. REQUESTED EQUIPMENT, PRODUCTS, OR SERVICES It is expected that proposers will offer a wide array of equipment, products, or services at lower prices and with better value than what they would ordinarily offer to a single government entity, a school district, or a regional cooperative. 1. Sourcewell is seeking proposals for Flooring Materials with Related Supplies and Services, that include, but are not limited to the following types of flooring solutions; a. Resilient; b. Ceramic; c. Porcelain Tile; d. Wood; e. Hardwood; f. Laminate; g. Rubber; h. Vinyl; i. Broadloom carpet; j. Carpet Tile; k. Epoxy; I. Flooring hybrids; m. Floor mats; n. Rugs; o. Supplies related to the removal, installation, maintenance, restoration, and cleaning of flooring materials complementary to the offering above (a.— n); and, p. Services related to the design services, removal, installation, maintenance, restoration and cleaning of flooring materials complementary to the offering above (a. — n.). Proposers may include related equipment, accessories, supplies and services to the extent that these solutions are ancillary or complementary to the equipment, products, or services being proposed. 2. The primary focus of this solicitation is on Flooring Materials with Related Supplies and Services. This solicitation should NOT be construed to include a services-only solutions. 3. This solicitation does not include those equipment, products, or services covered under categories included in pending or planned Sourcewell solicitations, or in contracts currently maintained by Sourcewell, identified below: a. Athletic Surfaces with Installation, Related Equipment, Materials, and Services (RFP #031022); and, b. Artificial Turf and Tracks with Installation, Related Equipment, Materials, and Supplies (RFP#031622). Rev.3/2022 Sourcewell RFP#061323 Flooring Materials with Related Supplies and Services Page 4 2422 Generally, the solutions for Participating Entities are turn-key solutions, providing a combination of equipment, products and services, delivery, and installation to a properly operating status. However, equipment-only or products-only solutions may be appropriate for situations where Participating Entities possess the ability, either in-house or through local third- party contractors, to properly install and bring to operation the equipment or products being proposed. Sourcewell prefers suppliers that provide a sole source of responsibility for the equipment, products, and services provided under a resulting contract. If proposer is including the equipment, products, and services of its subsidiary entities, the proposer must also identify all included subsidiaries in its proposal. If proposer requires the use of distributors, dealers, resellers, or subcontractors to provide the equipment, products, or services, the proposal must address how the equipment, products or services will be provided to Participating Entities, and describe the network of distributors, dealers, resellers, and/or subcontractors that will be available to serve Participating Entities under a resulting contract. Sourcewell encourages suppliers to offer the broadest possible selection of equipment, products, and services being proposed over the largest possible geographic area and to the largest possible cross-section of Sourcewell current and future Participating Entities. C. REQUIREMENTS It is expected that proposers have knowledge of all applicable industry standards, laws, and regulations and possess an ability to market and distribute the equipment, products, or services to Participating Entities. 1. Safety Requirements. All items proposed must comply with current applicable safety or regulatory standards or codes. 2. Deviation from Industry Standard. Deviations from industry standards must be identified with an explanation of how the equipment, products, and services will provide equivalent function, coverage, performance, and/or related services. 3. New Equipment and Products. Proposed equipment and products must be for new, current model; however, proposer may offer certain close-out equipment or products if it is specifically noted in the Pricing proposal. 4. Delivered and operational. Unless clearly noted in the proposal, equipment and products must be delivered to the Participating Entity as operational. 5. Warranty. All equipment, products, supplies, and services must be covered by a warranty that is the industry standard or better. D. PROSPECTIVE CONTRACT TERM The term of any resulting contract(s) awarded by Sourcewell under this solicitation will be four years. Sourcewell and supplier may agree to up to three additional one-year extensions based on the best interests of Sourcewell and its Participating Entities. Sourcewell retains the right to Rev.3/2022 Sourcewell RFP#061323 Flooring Materials with Related Supplies and Services Page 5 2423 consider additional extensions beyond seven years as required under exceptional circumstances. E. ESTIMATED CONTRACT VALUE AND USAGE Based on past volume of similar contracts, the estimated annual value of all transactions from contracts resulting from this RFP are anticipated to be USD $60 Million; therefore, proposers are expected to propose volume pricing. Sourcewell anticipates considerable activity under the contract(s) awarded from this RFP; however, sales and sales volume from any resulting contract are not guaranteed. F. MARKETING PLAN Proposer's sales force will be the primary source of communication with Participating Entities. The proposer's Marketing Plan should demonstrate proposer's ability to deploy a sales force or dealer network to Participating Entities, as well as proposer's sales and service capabilities. It is expected that proposer will promote and market any contract award. G. ADDITIONAL CONSIDERATIONS 1. Contracts will be awarded to proposers able to best meet the need of Participating Entities. Proposers should submit their complete line of equipment, products, or services that are applicable to the scope of this RFP. 2. A proposer may submit only one proposal. If related, affiliated, or subsidiary entities elect to submit separate proposals, rather than a single parent-entity proposal, each such proposal must be prepared independently and without cooperation, collaboration, or collusion. 3. If a proposer works with a consultant on its proposal, the consultant (an individual or company) may not assist any other entity with a proposal for this solicitation. 4. Proposers should include all relevant information in its proposal, since Sourcewell cannot consider information that is not included in the proposal. Sourcewell reserves the right to verify proposer's information and may request clarification from a proposer, including samples of the proposed equipment or products. 5. Depending upon the responses received in a given category, Sourcewell may need to organize responses into subcategories in order to provide the broadest coverage of the requested equipment, products, or services to Participating Entities. Awards may be based on a subcategory. 6. A proposer's documented negative past performance with Sourcewell or its Participating Entities occurring under a previously awarded Sourcewell contract may be considered in the evaluation of a proposal. Rev.3/2022 Sourcewell RFP#061323 Flooring Materials with Related Supplies and Services Page 6 2424 III. PRICING A. REQUIREMENTS All proposed pricing must be: 1. Either Line-Item Pricing or Percentage Discount from Catalog Pricing, or a combination of these: a. Line-item Pricing is pricing based on each individual product or services. Each line must indicate the proposer's published "List Price," as well as the "Contract Price." b. Percentage Discount from Catalog or Category is based on a percentage discount from a catalog or list price, defined as a published Manufacturer's Suggested Retail Price (MSRP) for the products or services. Individualized percentage discounts can be applied to any number of defined product groupings. Proposers will be responsible for providing and maintaining current published MSRP with Sourcewell, and this pricing must be included in its proposal and provided throughout the term of any contract resulting from this RFP. 2. The proposer's not to exceed price. A not to exceed price is the highest price for which equipment, products, or services may be billed to a Participating Entity. However, it is permissible for suppliers to sell at a price that is lower than the contracted price. 3. Stated in U.S. and Canadian dollars (as applicable). 4. Clearly understandable, complete, and fully describe the total cost of acquisition (e.g.,the cost of the proposed equipment, products, and services delivered and operational for its intended purpose in the Participating Entity's location). Proposers should clearly identify any costs that are NOT included in the proposed product or service pricing. This may include items such as installation, set up, mandatory training, or initial inspection. Include identification of any parties that impose such costs and their relationship to the proposer. Additionally, proposers should clearly describe any unique distribution and/or delivery methods or options offered in the proposal. B. ADMINISTRATIVE FEES Proposers awarded a contract are expected to pay to Sourcewell an administrative fee in exchange for Sourcewell facilitating the resulting contracts. The administrative fee is normally calculated as a percentage of the total sales to Participating Entities for all contracted equipment, products, or services made during a calendar quarter, and is typically one percent (1%) to two percent (2%). In some categories, a flat fee may be an acceptable alternative. IV. CONTRACT Proposers awarded a contract will be required to execute a contract with Sourcewell (see attached template). Only those modifications the proposer indicates in its proposal will be available for discussion. Much of the language in the Contract reflects Minnesota legal requirements and cannot be altered. Numerous and/or onerous exceptions that contradict Rev.3/2022 Sourcewell RFP#061323 Flooring Materials with Related Supplies and Services Page 7 2425 Minnesota law may result in the proposal being disqualified from further review and evaluation. To request a modification to the template Contract, a proposer must submit the Exceptions to Terms, Conditions, or Specifications table with its proposal. Only those exceptions noted at the time of the proposal submission will be considered. Exceptions must: 1. Clearly identify the affected article and section. 2. Clearly note the requested modification; and as applicable, provide requested alternative language. Unclear requests will be automatically denied. Only those exceptions that have been accepted by Sourcewell will be included in the contract document provided to the awarded supplier for signature. If a proposer receives a contract award resulting from this solicitation it will have up to 30 days to sign and return the contract. After that time, at Sourcewell's sole discretion, the contract award may be revoked. V. RFP PROCESS A. PRE-PROPOSAL CONFERENCE Sourcewell will hold an optional, non-mandatory pre-proposal conference via webcast on the date and time noted in the Solicitation Schedule for this RFP and on the Sourcewell Procurement Portal.The purpose of this conference is to allow potential proposers to ask questions regarding this RFP and Sourcewell's competitive contracting process. Information about the webcast will be sent to all entities that have registered for this solicitation opportunity through their Sourcewell Procurement Portal Vendor Account. Pre-proposal conference attendance is optional. B. QUESTIONS REGARDING THIS RFP AND ORAL COMMUNICATION All questions regarding this RFP must be submitted through the Sourcewell Procurement Portal. The deadline for submission of questions is found in the Solicitation Schedule and on the Sourcewell Procurement Portal. Answers to questions will be issued through an addendum to this RFP. Repetitive questions will be summarized into a single answer and identifying information will be removed from the submitted questions. All questions, whether specific to a proposer or generally related to the RFP, must be submitted using this process. Do not contact individual Sourcewell staff to ask questions or request information as this may disqualify the proposer from responding to this RFP. Sourcewell will not respond to questions submitted after the deadline. Rev.3/2022 Sourcewell RFP#061323 Flooring Materials with Related Supplies and Services Page 8 2426 C. ADDENDA Sourcewell may modify this RFP at any time prior to the proposal due date by issuing an addendum. Addenda issued by Sourcewell become a part of the RFP and will be delivered to potential proposers through the Sourcewell Procurement Portal. Sourcewell accepts no liability in connection with the delivery of any addenda. Before a proposal will be accepted through the Sourcewell Procurement Portal, all addenda, if any, must be acknowledged by the proposer by checking the box for each addendum. It is the responsibility of the proposer to check for any addenda that may have been issued up to the solicitation due date and time. If an addendum is issued after a proposer submitted its proposal, the Sourcewell Procurement Portal will WITHDRAW the submission and change the proposer's proposal status to INCOMPLETE. The proposer can view this status change in the "MY BIDS" section of the Sourcewell Procurement Portal Vendor Account. The proposer is solely responsible to check the "MY BIDS" section of the Sourcewell Procurement Portal Vendor Account periodically after submitting its proposal (and up to the Proposal Due Date). If the proposer's proposal status has changed to INCOMPLETE, the proposer is solely responsible to: i) make any required adjustments to its proposal; ii) acknowledge the addenda; and iii) ensure the re-submitted proposal is received through the Sourcewell Procurement Portal no later than the Proposal Due Date and time shown in the Solicitation Schedule above. D. PROPOSAL SUBMISSION Proposer's complete proposal must be submitted through the Sourcewell Procurement Portal no later than the date and time specified in the Solicitation Schedule. Any other form of proposal submission, whether electronic, paper, or otherwise, will not be considered by Sourcewell. Late proposals will not be considered. It is the proposer's sole responsibility to ensure that the proposal is received on time. It is recommended that proposers allow sufficient time to upload the proposal and to resolve any issues that may arise. The time and date that a proposal is received by Sourcewell is solely determined by the Sourcewell Procurement Portal web clock. In the event of problems with the Sourcewell Procurement Portal, follow the instructions for technical support posted in the portal. It may take up to 24 hours to respond to certain issues. Upon successful submission of a proposal, the Sourcewell Procurement Portal will automatically generate a confirmation email to the proposer. If the proposer does not receive a confirmation email, contact Sourcewell's support provider at support@bidsandtenders.ca. Rev.3/2022 Sourcewell RFP#061323 Flooring Materials with Related Supplies and Services Page 9 2427 To ensure receipt of the latest information and updates via email regarding this solicitation, or if the proposer has obtained this solicitation document from a third party, the onus is on the proposer to create a Sourcewell Procurement Portal Vendor Account and register for this solicitation opportunity. Within the Sourcewell Procurement Portal, all proposals must be digitally acknowledged by an authorized representative of the proposer attesting that the information contained in in the proposal is true and accurate. By submitting a proposal, proposer warrants that the information provided is true, correct, and reliable for purposes of evaluation for potential contract award. The submission of inaccurate, misleading, or false information is grounds for disqualification from a contract award and may subject the proposer to remedies available by law. E. GENERAL PROPOSAL REQUIREMENTS Proposals must be: • In substantial compliance with the requirements of this RFP or it will be considered nonresponsive and be rejected. • Complete. A proposal will be rejected if it is conditional or incomplete. • Submitted in English. • Valid and irrevocable for 90 days following the Proposal Due Date. Any and all costs incurred in responding to this RFP will be borne by the proposer. F. PROPOSAL WITHDRAWAL Prior to the proposal deadline, a proposer may withdraw its proposal. G. OPENING The Opening of proposals will be conducted electronically through the Sourcewell Procurement Portal. A list of all proposers will be made publicly available in the Sourcewell Procurement Portal after the Proposal Due Date, but no later than the Opening time listed in the Solicitation Schedule. To view the list of proposers, verify that the Sourcewell Procurement Portal opportunities list search is set to "All" or "Closed."The solicitation status will automatically change to "Closed" after the Proposal Due Date and Time. VI. EVALUATION AND AWARD A. EVALUATION It is the intent of Sourcewell to award one or more contracts to responsive and responsible proposers offering the best overall quality, selection of equipment, products, and services, and Rev.3/2022 Sourcewell RFP#061323 Flooring Materials with Related Supplies and Services Page 10 2428 price that meet the commonly requested specifications of Sourcewell and its Participating Entities. The award(s) will be limited to the number of proposers that Sourcewell determines is necessary to meet the needs of its Participating Entities. Factors to be considered in determining the number of contracts to be awarded in any category may include the following: • Total evaluation scores (giving consideration to natural breaks in the scoring of responsive proposals); • The number and geographic location of highest-scoring proposers that offer: o A comprehensive selection of the requested equipment, products, or services; o A sales and service network ensuring availability and coverage for Participating Entities' use; and o Other attributes of the proposer or contents of its proposal that assist Participating Entities in achieving environmental and social requirements, and goals. Information submitted as part of a proposal should be as specific as possible when responding to the RFP. Do not assume Sourcewell has any knowledge about a specific supplier or product. B. AWARD(S) Award(s) will be made to the highest-scoring proposer(s) whose proposal conforms to all conditions and requirements of the RFP, and consistent with the award criteria defined in this RFP. Sourcewell may request written clarification of a proposal at any time during the evaluation process. Proposal evaluation will be based on the following scoring criteria and the Sourcewell Evaluator Scoring Guide (a copy is available in the Sourcewell Procurement Portal): Conformance to RFP Requirements 50 Financial Viability and Marketplace Success 75 Ability to Sell and Deliver Service 100 Marketing Plan 50 Value Added Attributes 75 Warranty 50 Depth and Breadth of Offered Equipment, Products, or Services 200 Pricing 400 TOTAL POINTS 1000 C. PROTESTS OF AWARDS Any protest made under this RFP by a proposer must be in writing, addressed to Sourcewell's Executive Director, and delivered to the Sourcewell office located at 202 12th Street NE, P.O. Rev.3/2022 Sourcewell RFP#061323 Flooring Materials with Related Supplies and Services Page 11 2429 Box 219, Staples, MN 56479. All documents that comprise the complete protest package must be received, and time stamped at the Sourcewell office by 4:30 p.m., Central Time, no later than 10 calendar days following Sourcewell's notice of contract award(s) or non-award. and must be time stamped by Sourcewell no later than 4:30 p.m., Central Time. A protest must allege a procedural, technical, or legal defect, with supporting documentation. A protest that merely requests a re-evaluation of a proposal's content will not be entertained A protest must include the following items: • The name, address, and telephone number of the protester; • Identification of the solicitation by RFP number; • A precise statement of the relevant facts; • Identification of the alleged procedural, technical, or legal defect; • Analysis of the basis for the protest; • Any additional supporting documentation; • The original signature of the protester or its representative; and • Protest bond in the amount of$20,000 (except where prohibited by law or treaty). Protests that do not address these elements will not be reviewed. D. RIGHTS RESERVED This RFP does not commit Sourcewell to award any contract, and a proposal may be rejected if it is nonresponsive, conditional, incomplete, conflicting, or misleading. Proposals that contain false statements or do not support an attribute or condition stated by the proposer may be rejected. Sourcewell reserves the right to: • Modify or cancel this RFP at any time; • Reject any and all proposals received; • Reject proposals that do not comply with the provisions of this RFP; • Select, for contracts or for discussion, a proposal other than that with the lowest cost; • Independently verify any information provided in a proposal; • Disqualify any proposer that does not meet the requirements of this RFP, is debarred or suspended by the United States or Canada, State of Minnesota, Participating Entity's state or province; has an officer, or other key personnel, who have been charged with a serious crime; or is bankrupt, insolvent, or where bankruptcy or insolvency are a reasonable prospect; • Waive or modify any informalities, irregularities, or inconsistencies in the proposals received; • Clarify any part of a proposal and discuss any aspect of the proposal with any proposer; and negotiate with more than one proposer; • Award a contract if only one responsive proposal is received if it is in the best interest of Participating Entities; and Rev.3/2022 Sourcewell RFP#061323 Flooring Materials with Related Supplies and Services Page 12 2430 • Award a contract to one or more proposers if it is in the best interest of Participating Entities. E. DISPOSITION OF PROPOSALS All materials submitted in response to this RFP will become property of Sourcewell and will become public record in accordance with Minnesota Statutes Section 13.591, after negotiations are complete. Sourcewell considers that negotiations are complete upon execution of a resulting contract. It is the proposer's responsibility to clearly identify any data submitted that it considers to be protected. Proposer must also include a justification for the classification citing the applicable Minnesota law. Sourcewell may reject proposals that are marked confidential or nonpublic, either substantially or in their entirety. Sourcewell will not consider the prices submitted by the proposer to be confidential, proprietary, or trade secret materials. Financial information, including financial statements, provided by a proposer is not considered trade secret under the statutory definition. Rev.3/2022 Sourcewell RFP#061323 Flooring Materials with Related Supplies and Services Page 13 2431 Sour-cewel 05/09/2023 Addendum No. 1 Solicitation Number: RFP 061323 Solicitation Name: Flooring Materials, with Related Supplies and Services Consider the following Question and Answer to be part of the above-titled solicitation documents. The remainder of the documents remain unchanged. Question 1: Referencing Table 14B Line Item 95, "Describe any performance standards or guarantees that apply to your services". Is "services" intended to mean Installation Services or Warranty Services? Answer 1: Table 14A affords a proposer the opportunity to describe their warranty program and coverages. Table 14B is intended to allow a proposer to describe any performance standards or guarantees associated with any services offered as part of their proposal. End of Addendum Acknowledgement of this Addendum to RFP 061323 posted to the Sourcewell Procurement Portal on 05/09/2023, is required at the time of proposal submittal. 2432 Sour-cewel 05/16/2023 Addendum No. 2 Solicitation Number: RFP 061323 Solicitation Name: Flooring Materials, with Related Supplies and Services Consider the following Question and Answer to be part of the above-titled solicitation documents. The remainder of the documents remain unchanged. Question 1: Will the pre-proposal conference be recorded? Answer 1: A copy of the presentation slides for the Sourcewell pre-proposal conference will be made available to all registered vendors after the completion of the webcast. In addition, assuming no technical difficulties, a link to a recording of the webcast will be shared and posted within the RFP's "Bid Documents" section on the Sourcewell Procurement Portal. End of Addendum Acknowledgement of this Addendum to RFP 061323 posted to the Sourcewell Procurement Portal on 05/16/2023, is required at the time of proposal submittal. 2433 Sour-cewel 05/17/2023 Addendum No. 3 Solicitation Number: RFP 061323 Solicitation Name: Flooring Materials, with Related Supplies and Services Consider the following Question and Answer to be part of the above-titled solicitation documents. The remainder of the documents remain unchanged. Question 1: Table 213: Indicate below if the listed products or services are offered within your proposal. Provide additional comments in the text box provided, as necessary. Where is the text box or how do we add a box to provide additional comments. Answer 1: The text box was not appearing due to a system setting oversight and has since been corrected. End of Addendum Acknowledgement of this Addendum to RFP 061323 posted to the Sourcewell Procurement Portal on 05/17/2023, is required at the time of proposal submittal. 2434 Sour-cewel 05/18/2023 Addendum No. 4 Solicitation Number: RFP 061323 Solicitation Name: Flooring Materials, with Related Supplies and Services Consider the following Questions and Answers to be part of the above-titled solicitation documents. The remainder of the documents remain unchanged. Question 1: What is the expected delivery timeframe after a PO is issued? Answer 1: Sourcewell utilizes a competitive, solutions-based solicitation approach that is not based on detailed specifications, finite quantities, or pre-determined locations. Sourcewell participating entities include thousands of public agencies located in the United States and Canada. There is no estimate of participating entity use by service type or category. Question 2: Can you elaborate on the marketing plan? It is unclear to me to whom my firm will be promoting and marketing our services/goods, and what such promotional activities might look like. Answer 2: Refer to RFP Section II. F. — Marketing Plan for guidance on the marketing plan requirements. Each proposer, in its discretion, will determine the content of its marketing plan. The solicitation is a competitive process and proposals will be evaluated on the content submitted. Question 3: If my company does not have a CAGE code or a Unique Entity Identifier (SAM), only a Federal Employer Identification Number(FEIN), are we allowed to participate in the RFP? 2435 Answer 3: A CAGE or Unique Entity Identifier(SAM) code is not required to be considered for or awarded a Sourcewell contract. Proposals are evaluated based on the criteria as stated in the RFP. Refer to the General Instructions above Questionnaire Table 1— "...respond "N/A" if the question does not apply to you (preferably with an explanation)." End of Addendum Acknowledgement of this Addendum to RFP 061323 posted to the Sourcewell Procurement Portal on 05/18/2023, is required at the time of proposal submittal. 2436 Sourcewel 05/23/2023 Addendum No. 5 Solicitation Number: RFP 061323 Solicitation Name: Flooring Materials, with Related Supplies and Services Consider the following Question and Answer to be part of the above-titled solicitation documents. The remainder of the documents remain unchanged. Question 1: Referencing Table 7 Line Item 51: When asking about our company's expectations in the event of an award, what are you really referring to? Answer 1: In the competitive process, Sourcewell will not advise a proposer on the content of the proposal. It is left to the discretion of each proposer to determine their internal expectations should they be awarded a contract. End of Addendum Acknowledgement of this Addendum to RFP 061323 posted to the Sourcewell Procurement Portal on 05/23/2023, is required at the time of proposal submittal. 2437 I.Jo rcewel r d� 05/30/2023 Addendum No. 6 Solicitation Number: RFP 061323 Solicitation Name: Flooring Materials with Related Supplies and Services Consider the following Addendum to be part of the above-titled solicitation documents. The remainder of the documents remain unchanged. RFP Addendum: The provider that services the Sourcewell Procurement Portal rescheduled a production release of their application. Due to this update, the Sourcewell Procurement Portal will be inaccessible during the release night of June 12, 2023 from 7:00 pm to 12:00am (EST). The remainder of the RFP content and the solicitation schedule remains unchanged. End of Addendum Acknowledgement of this Addendum to RFP 061323 posted to the Sourcewell Procurement Portal on 05/30/2023, is required at the time of proposal submittal. 2438 Sourcewel 06/02/2023 Addendum No. 7 Solicitation Number: RFP 061323 Solicitation Name: Flooring Materials, with Related Supplies and Services Consider the following Question and Answer to be part of the above-titled solicitation documents. The remainder of the documents remain unchanged. Question 1: Item 97:To identify any exception, or to request any modification, to Sourcewell standard Contract terms, conditions, or specifications, a Proposer must submit the proposed exception(s) or requested modification(s) via redline in the Contract Template provided in the "Bid Documents" section. Proposer must upload the redline in the "Requested Exceptions" upload field. All exceptions and/or proposed modifications are subject to review and approval by Sourcewell and will not automatically be included in the Contract. Where do we find this Contract Template?Additionally, where do we locate the standard contract terms and conditions? Answer 1: The Contract Template is available for download (as well as the RFP) on the Bid Details page of the Sourcewell Procurement portal. The Contract Template contains the standard contract terms and conditions. End of Addendum Acknowledgement of this Addendum to RFP 061323 posted to the Sourcewell Procurement Portal on 06/02/2023, is required at the time of proposal submittal. 2439 DocuSign Envelope ID:84096366-2C22-4E08-8244-E13A6551 E07D Q g.�Mrovg�nra � r Sourcewell COMMENT AND REVIEW to the REQUEST FOR PROPOSAL(RFP)#061323 Entitled Flooring Materials with Related Supplies and Services The following advertisement was placed April 25, 2023 in USA Today, in South Carolina's The State, and on the Sourcewell website www.sourcewell-mn.gov, Sourcewell Procurement Portal https://proportal.sourcewell- mn. ov Biddingo, Merx, PublicPurchase.com,The New York State Contract Reporter www.nyscr.nV.gov, April 26, 2023 in Oregon's Daily Journal of Commerce, and April 25 and May 2, 2023 in The Oklahoman: Sourcewell, a State of Minnesota local government unit and service cooperative, is requesting proposals for Flooring Materials with Related Supplies and Services to result in a contracting solution for use by its Participating Entities. Sourcewell Participating Entities include thousands of governmental, higher education, K-12 education, nonprofit, tribal government, and other public agencies located in the United States and Canada.A full copy of the Request for Proposals can be found on the Sourcewell Procurement Portal [https://proportal.sourcewe . Only proposals submitted through the Sourcewell Procurement Portal will be considered. Proposals are due no later than June 13, 2023, at 4:30 p.m. Central Time, and late proposals will not be considered. The solicitation process was conducted through the Sourcewell Procurement Portal.The following parties expressed interest in the solicitation by registering for this opportunity within the portal: Accu Steel, Inc. Kal-Trading, Inc. AHF Products Karndean International, LLC American Biltrite (Canada), Ltd. Mannington Mills, Inc. Bentley Mills, Inc. Mathusek, Incorporated BOSS CARPET ONE, LLC Mats, Inc. dba Matter Surfaces Britespan Building Systems, Inc. Maxxon, Inc. CBC America, LLC dba TOLI International TOLI TOLI Corp. MegaCera, LLC CDK Logistics, LLC Milliken &Company cfs INTERIORS& FLOORING Milliken Services, LLC Champion Flooring Mohawk Carpet Distribution, LLC Division 9 Flooring NPN Carpet Installation, Inc. 2440 DocuSign Envelope ID:84096366-2C22-4E08-8244-E13A6551 E07D SOu.uiF-CE Efl1l Pa Ec 2 of 6 Ecore International NWT& Nunavut Construction Association Emser Tile, LLC Opler Flooring Engineered Floors, LLC dba J+J Flooring Group PANDAFLOOR CONTRACTING, LTD Equitable PWXPress Excelsior Concrete Coatings RB &G Products, LLC dba Zandur Facility Armor Regina Construction Association Floorsite, Inc. Resell Solutions, LLC Forbo Flooring, Inc., dba Forbo Flooring Systems Roppe Holding Company Freedom Construction, LLC Sentinel Polymers Canada, Inc. Gerflor USA Share Corporation Giant Floor and Wall Covering Co., Inc. Shaw Integrated and Turf Solutions, Inc. Good News Group, Inc. Sled Consulting, LLC Great Floors, Inc. Tarkett USA, Inc. healthchek network, LLC Tiles In Style DBATaza Supplies, LLC UPOFLOOR Americas, Inc. dba Kahrs Interface Americas, Inc. Commercial Flooring All Proposals remained sealed within the Sourcewell Procurement Portal until the scheduled due date and time. Proposals were electronically opened, and the list of all Proposers was made publicly available on the Sourcewell Procurement Portal, on June 13, 2023 at 4:31:17 pm CT. Proposals were received from the following: Bentley Mills, Inc. CBC America, LLC dba TOLI International TOLI TOLI Corp. Champion Flooring Division 9 Flooring Emser Tile, LLC Engineered Floors, LLC dba J+J Flooring Group Facility Armor Forbo Flooring, Inc., dba Forbo Flooring Systems Gerflor USA Giant Floor and Wall Covering Co., Inc. Interface Americas, Inc. Karndean International, LLC Mannington Mills, Inc. Mats, Inc. dba Matter Surfaces Maxxon, Inc. MegaCera, LLC Milliken Services, LLC Mohawk Carpet Distribution, LLC RB & G Products, LLC dba Zandur Roppe Holding Company Shaw Integrated and Turf Solutions, Inc. Tarkett USA, Inc. UPOFLOOR Americas, Inc. dba Kahrs Commercial Flooring 2441 DocuSign Envelope ID:84096366-2C22-4E08-8244-E13A6551 E07D SOu.uiF-CE Efl1l Pd'gE� of 6 Proposals were reviewed by the Proposal Evaluation Committee: James Voelker, CPCM, CFCM, Procurement Supervisor Carol Jackson, Procurement Analyst Brandon Town, NIGP-CPP, CPSM, CPSD, Procurement Analyst Nick Scholer, Procurement Analyst The findings of the Proposal Evaluation Committee are summarized as follows: The Proposal Evaluation Committee applied the Sourcewell RFP evaluation criteria and determined that the products and services offered in the proposal response from Champion Flooring, fell outside of the Requested Equipment, Products, or Services of the RFP. All other proposals were found to meet the scope and mandatory submittal requirements and were evaluated. Bentley Mills, Inc., manufactures a wide selection of flooring options including resilient, vinyl, broadloom, carpet tile, flooring hybrid, and rugs.Their sales staff and service network will work throughout the United States and Canada to serve Sourcewell participating entities. Bently Mills, Inc., actively promotes recycling and carpet waste minimization through their FULFILL program.They are offering substantial discounts off list price. Division 9 Flooring, distributes a comprehensive catalog of flooring solutions such as resilient, ceramic, porcelain tile, wood, hardwood, laminate, rubber, vinyl, broadloom, carpet tile, epoxy, flooring hybrids, floor mats, and rugs. Their sales and installers are ready to serve Sourcewell participating entities in the United States and Canada. Division 9 Flooring is a nationally certified Woman-Owned Business from both NWBOC and WBENC.They are offering Sourcewell participating entities competitive pricing discounts. Forbo Flooring, Inc., provides a broad offering of flooring types including resilient, vinyl, broadloom, carpet tile, flooring hybrids, and floor mats.Their sales staff and dealer network will serve Sourcewell participating entities throughout the United States and Canada. All of Forbo Flooring's product categories offer 100%safe and traceable raw materials.They are offering considerable discounts off list price. Interface Americas, Inc., manufactures a variety of flooring options such as resilient, rubber, vinyl, and carpet tile. Their sales team and extensive dealer network are ready to serve Sourcewell participating entities in the United States. Interface Americas' flooring products are carbon neutral across their full product life cycle through their third-party verified Carbon Neutral FloorsTM program.They are offering Sourcewell participating entities solid pricing discount. Mannington Mills, Inc., is a manufacturer of resilient, rubber,vinyl, broadloom, carpet tile, and rug flooring solutions.Their regionally aligned sales teams and 400 dealer/installer partners will work throughout the United States to serve Sourcewell participating entities. Mannington Mills' commercial products can also contribute credits towards LEED, WELL, and other green building rating certifications.They are offering competitive discounts off list price. Mats, Inc., distributes a solid selection of resilient,wood, rubber, vinyl, broadloom, carpet tile, flooring hybrids, floor mats, and rug flooring materials.Their internal sales staff and dealer partners are ready to serve Sourcewell participating entities in the United States and Canada. Mats, Inc., offers sustainable flooring solutions that support green building and certification programs including LEED, Mindful Materials, and WELL Building Standard and are also a signatory of the Manufacturer Materials Pledge with Mindful Materials.They are offering Sourcewell participating entities solid discounts from list pricing. 2442 DocuSign Envelope ID:84096366-2C22-4E08-8244-E13A6551 E07D SOu.uiF-CE Efl1l Pa Ec 4 of 6 Milliken Services, LLC, provides a full selection of flooring solutions including resilient, ceramic, porcelain tile, wood, hardwood, laminate, rubber, vinyl, broadloom, carpet tile, epoxy,flooring hybrids, floor mats, and rugs. Their sales staff and dealer network of over 7000 will work throughout the United States and Canada to serve Sourcewell participating entities. Milliken Services' acoustic technology of their carpet tile solutions reduces in- room and through-floor noise by up to 50%compared to other flooring.They are offering substantial discounts off list price. Mohawk Carpet Distribution, LLC, manufactures a wide variety of flooring solutions including resilient, laminate, rubber,vinyl, broadloom, and carpet tile.Their commercial sales force and dealer network are ready to serve Sourcewell participating entities in the United States and Canada. Mohawk Carpet Distribution's EcoFlex ONE backing is 100%carbon neutral and additionally provides a 5%carbon offset.They are offering Sourcewell participating entities solid pricing discounts. Roppe Holding Company, is a manufacturer of flooring solutions such as resilient, rubber, and vinyl.Their regionally aligned sales staff and distributor partners will work throughout the United States and Canada to serve Sourcewell participating entities. All of Roppe Holding Company's products are emissions tested to GreenGuard Gold or FloorScore certification.They are offering competitive discounts off list price. Shaw Integrated and Turf Solutions, Inc., provides a large selection of resilient, ceramic, porcelain tile, wood, vinyl, broadloom, carpet tile, flooring hybrids, floor mats, and rug flooring solutions.Their sales staff and installation partners are ready to serve Sourcewell participating entities in the United States and Canada. Shaw's re[TURN]° Reclamation Program allows for the return of EcoWorx, ReWorx, and Shaw-made resilient flooring to be diverted from landfills and recycled into new products.They are offering Sourcewell participating entities substantial pricing discounts. Tarkett USA, Inc., manufactures a wide selection of resilient, ceramic, porcelain tile, laminate, rubber, vinyl, broadloom, carpet tile, epoxy, and flooring hybrid solutions.Their sales force and approved dealer network will work throughout the United States and Canada to serve Sourcewell participating entities.Tarkett USA's products are Cradle to Cradle CertifiedT'" for five criteria which include, material health, product circularity, renewable energy and climate requirements, water stewardship, and social fairness.They are offering competitive discounts off list price. For these reasons, the Sourcewell Proposal Evaluation Committee recommends award of Sourcewell Contract #061323 to: Bentley Mills, Inc. #061323-13PS Division 9 Flooring #061323-DV9 Forbo Flooring, Inc., dba Forbo Flooring Systems #061323-FRO Interface Americas, Inc. #061323-IFA Mannington Mills, Inc. #061323-MMI Mats, Inc. dba Matter Surfaces #061323-MAT Milliken Services, LLC #061323-MAC Mohawk Carpet Distribution, LLC #061323-MCD Roppe Holding Company #061323-RPP Shaw Integrated and Turf Solutions, Inc. #061323-SII Tarkett USA, Inc. #061323-TFU 2443 DocuSign Envelope ID:84096366-2C22-4E08-8244-E13A6551 E07D SOUIF'CEME,lI Pa Ec ! ref 6 The preceding recommendations were approved on July 21, 2023. 1Y:ocSige�d�by:®� "_"u:"'FA61 /0 PiI elv E4A0... James Voelker, CPCM, CFCM, Procurement Supervisor DocuSigned by:: "' 6EE63AEDED5F46E... Carol Jackson, Procurement Analyst D7 DocuSigned by: �"""'''/111 q l� P�2: BCA93CD6377421... Brandon Town, NIGP-CPP, CPSM, CPSD, Procurement Analyst DocuSignne++d E�by: 5G 40 LPG 4513A60DCA01467... Nick Scholer, Procurement Analyst 2444 DocuSign Envelope ID:84096366-2C22-4E08-8244-E13A6551 E07D SOu.uiF-CE Efl1l Pa E 6 of 6 i..� STATEMENT OF COMPLIANCE As Chief Procurement Officer for Sourcewell, I have reviewed the recommendation of the Evaluation Committee and the accompanying support materials documenting the process followed for RFP#061323 for Flooring Materials with Related Supplies and Services. The committee accepted, deemed responsive, evaluated, and recommended proposals for award. Under authority granted to the Chief Procurement Officer in Sourcewell's bylaws, the recommendations set forth above are approved. I hereby certify: 1. Sourcewell is a government agency, created and authorized by Minnesota law to provide cooperative procurement contracts. 2. The procurement process and resulting contracts have been awarded in compliance with the laws of the State of Minnesota (Minnesota Statutes Chapter 471 and Minnesota Statutes Section 123A.21), and in conformity to Sourcewell's Procurement Policy. DocuSigned by: y J(6xvf'� COFD2A139D06489... Jeremy Schwartz, CSSBB, CPPO, NIGP-CPP Sourcewell Chief Procurement Officer 2445 f W N o Z O N N z z z z z z } z z } LE E O E U co LU U E o m E C U w 0 0 U E O° QOU o O U O U O O O Of O E Q ° m ° .° o Go o 0 0 0 a E o g o - o ° U w ° a E ° o w ° � `o o_ `° o m 0 w o 0 o `° 0 � U � ° o' oo 0 E � E °o `m ? E -°o m U o o U rn U ° o °U. ° o f U a ° E > o 0 0 w@ m o w `o a o @j ° E I °° ° U o o w OEm - ° @ E ° E m Y U U ° @J 9 3 ° @� ° 0 a-�i c�i i, E E -o w ° 3 m @) -°o a°�i 3 N 9 'O E i 5 u U N Y C7 L U o LL m U Oi Y 9 9 E O N N 0 C E - N L tz Z p -O O_ = -O C - _ C C >� >N f�0 N N > f0 f0 N f0 _ O O >' > > �' N N Of C N -O > ° C.) Y E o CO w z a� CD a x o a� m `m `m fO `o o a� o w m 0 K A C7 COY C7 2 U O LL m J K Y U z K w y m U H m 0 / Z d 9 7 M n n N M N N O N (h n O O V O ^ O In O Ch � n O � I� V � � N N N W In O O In (h n N / a / W N W In V O In V O n O N O V i0 W O r, O^+ In n V M 00+ W N O M V V CO O (h (h (h In O In In In O In In O In (h (h O In O In n O In iO (h O W W W O O N O J CO Z 0 > If O a� CO O U � m -O O 0 a� a� a� a� Y a� a� > ai w ° y LL N > i C U O C i -O ° N COy T a (n a m p` m m U O (n (n K ° o a� a� a� w a a� a a y ° v ° o 'm r E U E -° ° o E a� ° c� M y ° E m > w �p N y O N y O y O O u) O 'y O O > O N N N Y O m w 2 a ° w m > z U w > o+ o ° a z U ? w w z w v� N z �,.� M O N O O V W > N N (h O O (h m (h W In O N Z O In (h i0 i0 O+ W O OV J NN O� (h N O In In N O O O O� (`') � � N O O n V n N O i0 O In W In n O N M U M o O+ i0 i0 i0 In In In In In In i0 In In In i0 i0 In i0 In i0 In In In In i0 N In In In In In In N O+ (h (h (h (h (h (h (h (h (h (h (h (h (h (h (h (h (h (h (h (h (h (h (h (h n W W W W O+ O+ O+ O+ O+ O+ Of O O fE0 fE0 N N fE0 L CO 9a 0O ONU NN :EiO o- NO YO -iO N o° NO m O m 0D TO' 'U c�m 2 m y C7 Cf0 OUm o y > C) w ^m 0 T N U 0 N a O z U 0 ° T N U N O E N z N U U U U E O_ E T O d C Of N E N a N y y N U O T ° O O U m w y O Of O O N Of o O Of O 0 p_ O LL LL O O Of U N f°O ° Of j Of y LL N Of o O LL L.L O L i U O O O O LL O O_ O J T C y O fo Of U LL Of fo O N O O O O i 'O C C m LL U d LL i i w p ° N LL m O U y O N E C y N N U O N y O '�°-� E E f0 Of LL H C N N O N N O U LL N LL O 2 w L.L p O E C E E 5 '> °� ° E Y U o 0 0 a°i a� a� *= `� w fO E U y w o LL E It o fo fo o o o o N x m ° fo O_ O_ O_ O_ L C N C7 N O Oi LL °� oa - C7 o o LLL m U U U U U U U U 0 0 C7 Y K y y C C y H U z w K a a Q U U U W Q Y J W J J J J J J J J J J J J J J J J J J J J J J K N N N a a a a a a a ¢ Q a a a a a a a a a a a a ¢ a a a a a a a- a as co N N m w 0 N K z io m — 0 0 E W z° z° > > > > z° z° > } Zp zp zE LE p z° > > o O U N O O y N E E O LU U U cr wgn OU U E N E O O O w O J U O OU U N O0 O E ow EO o U N -� p .- p J N N jp U O p w o o o ? o o o 0 E .� o E o 0 o 'm N E m p Y 3 i o° ° m NE o — om v a -@ @ ` E m @ a� C v o 0o o O iN NN O O O UNE i 0a0 o O CD— >U UTm Y O CD mCD m WN O W X d Z N rA O d I-� O+ 4 4 O N W ch 6 4 4 O+ ch 6 6 m 6 6 m W W O 6 I, m 6 N r, VV� � W ti � N y � a> > � �- U 0 � a CO > CC c gn > > a ° n a xk `n W 3 m 0 m > > ° CO V Q # (n > N U i > Q > Q N N 0 -p N T (n 'O N O > -O (n m O G > -O m CO > m H E U ° > N N Q 0 U � m m T O T n N G cm 'y Q ry O (0 m O O 3 Q i (n (0 >+ i LL O U m Q E N O Q N 0 m = E 0 =o p 3 Q m ai m -o m p a+ o G y' 'O N O (n O O i 'O > N ° O O G m `m N m a� w m p O rn ° 2 p v a u D U m p 5 o m a = U > n `o O E Y Z m O �,.� m ui z o o o O m Q U } CO ni w 0- Cl)Z (h LL N O O O O m � r O i0 Z i0 N Ln O N W In O O r O i0 O+ O i0 Ln Ln r m O m U M � 6. M 5 O .N mr m �o N a2 �r O mo v m v �n oN N v .2 o+ �2 rG O r m I� w O (h O i0 O+ I� N d' i0 O i0 O d' m O i0 Ln i0 N O N N O N O O (h m d' (h d' I� O � (h m I� r r (h Ln O r r O (h m N I� O N O N N O Ln O+ O+ O+ O+ O+ O+ O+ O+ O+ O+ O+ O+ O+ O+ O+ O+ O+ O+ O+ O+ O+ O+ O+ O+ O+ O+ m m m m m m m m m � O1 N T U O O1 O1 ~ O O_ > >' N N D_ D_ V m N N .T, U U' G N m O m C m C C O O ° O -O p E E v LL ° Q O .N > m Q O -o O ° -o G 0 (0 Z m m O m m O m (0 N N N O m 'O Of m G D_ -O N > O N > N O N icm o c c . E r E m 3 O m o E m a p > m m m O m o ° m O m o m m > > a� o m m o a� m a� o O LL rn rn > LL rn a } rn z CD a rn O m w CD F- U LL � O U CO � U CD 3 0 co) J 0 w U J m 3 U 00 J LL m J U O Ot Ot O J J C wU O O G p H = UO O o ( O ~ � NO LLOO t > ° mO — > w m CO > O O 0 O O O U G U U O O CO Q ° O O OO ° ° - N U iD p O > (n NO E OLL U E O CO EE° °OO O N o UU O N UE ° N ° U U VJ O O p O_ ° N N ( ( (n G N G N E ° N NO ° N 0- O O0 N 0 0 W Z s a Z ZU U 0 NOmO _ - = (n Q U U U U U U U U U U U U U U U U U U U U U U U U U U U 0 Q U U U y f W 110 o Z O W W m N N N N CO 3 ? Z T T Z T Z co E E O C E E E EO Co U U O OU T oE E oqm °- Ec3 oE E o @�o 0 o m ° 00E S ° ° ° ° v E E w w LLo o w O E O E 0 U ° -�O o o °0foO' 90wwowo _ ooE i o m o w w @ w 0 0 m 0 @ 0 E U o o 0 o dU3 � °oE � -a o ° eJ3 >"�° o w m o > ° 0 r Uo 0 3 o � 0 o n U 0 0Q �N V f0 O O N N U U N c� C oEoN 9OmN ~Eo ° ° m0o om E UU o o O U n o w - 2 3 00 N a LL 0._ N ON > m OOifo 2mj O y! C0 O Y C7 C7 C7 Q CO U ( Z 0 (q Q C7 LL! Z O rA O i0 I, O O W m m O O N n n m O m i0 O (h (h O N O O I, W V O i0 In W t V I, O N O O N O i0 N W M. O In O ~�' N JNvO+ hIn WO+ In OhNNON I �o+ o OOW M 0 rn rn rn N V W 6 V 6 n n V "k, N O N W N W N w Wn n N m N(I�h OoV w NV oW InvIn n W In W W �I i0 i0 i0 i0 i0 i0 O O O O (h W N (h (h In In In W O— In � n N W �y„�� N In In In In � In In Q� W W W W W W vv v v v v W v v W W W v z O W v v L v v W W W W zW W W W 0 Fil tL � U � C N O O = N O O y o m o m o a� C ' `° m = Z > a E Z a m m E ago > p a CO o a Q °� -o a� '� H Z r' .� a (n Cn Q m > 00 � m N N T U N � m 'O T ON U = L ¢ N O N m o > 3 =o 3 = '� N `° 3 0 o o a� a O Of U O p Y Q 2 N 0 L L N N W 3 0 O L LL L N Y U N C f0 T o a E O 3 rn E r r o w x O E r Y C O o_ O >O Z W 0 Q 0_ O O NO N W ^ r T O 'm Q m 0 O O O O O L.L > O N Z Z Z N J (n O O LL Z W G Z m 0 Z N N Z O O O O+ LL ^ O O O phi O I� V O 00+ m In O O W O O N O W O O (h In W V N O In � In i0 V V O N In O (h W I� O O O Oi W (h V O i0 (h W W In C � � 0 U _ .2 v� i0 I� i0 O O (h In (h N (h N O n O V In N In i0 i0 i0 i0 i0 i0 O+ O+ N m N (h V (h (h N N N (h N N V V (h N V N m(h N N N N V m(h m(h m(h N O O O O O O (h (h (h (h (h (h (h (h (h (h (h (h (h (h (h (h (h (h (h (h (h (h (h (h (h (h (h U O O O O O m N N C N N N O O p OO > > 0 a O mUm m0 c o 5 w0 E a E E J LL� = m (n Z � ( H H m c J °N O N — N O m N En Q - J O C N p N E O N C Of o m �i m 'c5 E o 0 0 0 V 30 0m C COO N 0 (/7 0 U EOO O E 00 0 5 E m ° O 0 0 - LL u 0 o U 0 f LLpO 0 LL 0 N O LLOE = U a: O U m E Lm 11 C LL Y m o Li Wz3 0 >0 C 0 C UO UO NO O N O O 0 0 (n0 N p -E C 0W O O T ° ° E aC C C CD a a a m m m ON a w QH H H H H H W W J J J J J J J J J J J J J J J J J J J J J J J J J J J � U U U U U U 0 0; LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL - LL LL LL LL LL LL LL LL LL LL LL y d� aw 3 N z 50 U m N m N N N 0 U W Y 3 Z > > > m 09 LE E U W U ° O O E Oi N (0 E E O N Q0 p > O O O E OU E O p p 5 E O a ° O E U 0 U o o E E O E a E o a E o Q o E P o a E p o ° o m o o o o N o o a� ui i a� E `m E a� m ° p_ o o - - - E c`0i a�i °' o ui E o ° p ° 'a p ap a 0 o p m p ° E o y 0 0 @ 3 O E N O M O U O N > °' (0 N U V- N @) O E O O pt 'O N _p O U N T O O N p_ O E N E O N E N !0 O U N � .T (0 N pf E- (0 O N U N ° p N N N U p py� ° G ° aL a a� G� Uo p p o 3 E o U r m p o T @J > p m �°- 2 @J aL > .o o °1 N U a� � U o_ 5, ° `o a@Ji U o @j ° ° aoi pL U o w > w a m E 3 U ° o o E E �° E -`0p oa o -°p m ° ° ° E oa oa UN po Q 3 p o p p y -o x o ° zY O O O p D_ N N (0 U ,F >+ pf N -O N ° o = ° p m o ° a p p A a a '� a 3 r a LL` o N p E U U O O Y (0 N > T O N m N ° O — N cl) O (0 E O T O W p lZ' O o p >. m m U LL iv E y Y Q LL LL a U E y z m o m U = p p a p m J E E > p = m p E O O N — T O N — O (0 (0 (0 N (0 N O O N (0 O U' U m o m U J w m t- f m o � o a m m � m o a' a a J m U W O O m O d' I' of O I' N O O d' (2 d' d' ip O f.y O d O L O m of of d' r m N O O ip ip I� O W O+ N `p O (h O O O ip O N of d' ip of d' ip (h d' N O Ln W N N ° I� N O N O (h W I� O N `, ip i0 Ln Ln O Ln i0 m O Ln r N N W n o� r o � O v O � rn 7 N o� N n rn p p M v ^ o� M rn n � O 19 � 19 r O W (h O+ W O+ d' O+ i0 O+ O+ O+ (h d' N W O+ N N ch r m m W r, N N 6 4u W I� m i0 m O O Ln O N d' N p O+ r ip I� r W m" Ln N ip d' of N O+ N m m m N r- M M w M r r� .p F, F, Z Ln w Z rn Ln o� N r w Ln m m � Ln rn M w M .p w A O O W O W 0 0 0 O W O O O n n W O W O W O W r N r n W � Ln Ln (h Ln r r r O O O r d I- r r O O r O of O VV� LL m W O y N CO z j O M � z m M y m c o w m LdLU � (0 O-a CO T m O Q N p >' ° 0 N M N T E N j, O Y N t0 i VJ > 3 = (0 N (�0 N �° °� 3 in 3 o U rn a m p v � °� ° > �° �O o ° � �° 'o+ S3 o n = a = p =p U ° o a c m o p LL p Y ° H 3 Y N "0 p O *0 U N G O_ T p Oi Oi J LL N Of U - pf O ? Q O -2 m CD N y p o p 3 p a� E ° 3 p U .� O (0 'O N (0 p N s' Y N O "_ _ m U U (n N N (n Oi J J' a lZ' N m a p- N ° . U a' O O Z W W N O '6 3 N Z W Z Z LL Z W ~ v U r� o Ln v W N o a o z v o Ln Ln o r� rn Ln > U LL o o rn W Ln z Ln W O ip I� W O+ Ln (h O N of O d' N I� d' d' Lw O Ln O O Ln O m O N of O+ ip of ip O+ O ip N I� O N ip O O (`') ip of Ln i0 Ln ip Ln O of d' ip (`') O O O Ln (h Ln W Ln (h i0 Ln (h i0 N r N N O N of Ln N of N (`') N Ln W G � M U M _ F. N O N S O (0 N O N N p N y (0 y y O p p p p 'j 'j LO p p- LL m N U N O -O N O C O N O O ° ° N O >, N O p D_ N (0 o' i a� `o api -3p °� ° p i i :p m E E r p -p a' o E E m N p T 3 p (0 w p U O -0 O N ry = O m O Lp (0 O U O N ry N p O -p O � O O O_ `m (0 O 'p 3 t- LL LL a z LL m a m z a z Y a z z E o LL m a m _ U 3 n U a m n -o O E- O N N p O N U z O U D_ D_ O O O N > Q LL J O N O L.L U L.L D_ O pf E- (0 O p _ M U p H O O iT U`' (0 G i U 00 CD (0 °p of G i O N O i M U o N pf i O pf LL (0 i i p O > U E p a� o a� m '� E LL a� o ° o- a� p LL O p o 'o °o op aL > E i }, E � o m E o o E LL U o F- `° LL U LL E m o O O = m N a� E °' o U E m a� '� U E m ° oa p_ p N O U 0 N O G p_ a U O_ U N G pp O (0 U `p LL E ° i — E N U N - N U 'O N LL ° p ° N ° p o2J (0 N 'O O > U U U -p O (n LL 00 m E 'O N w _ 'O (n p pt E 00 LL LL U -O U (0 N O — (0 T N LL X Z E LL O _ pf > ° E N O N N p N p N 'p_ f: � Of m p p N U O p .N T (0 -O i 0 p U � LL LL j, j O_ O_ > r U (0 N N G O °' (0 N G N N N E (0 O U N O_ ° 'E O O m O M O U N O D_ T (0 N O (0 O N m O O ? p O (p LL (n E O O ° f H 3 U m U U O Z U a' (n W H > > LL U U a U U O J J Z LL lZ' f Q m 0 LL y 0 �o N w z z3 0 50 w w 0 m m z E E o a 0 LU U O G U p gn EoE� 'oG E E O E m U� m� oUa > .UYOO O O N E U O O 0 o EE ° E� U E o o > o oo o o 2 a a U p o mp o E o O 0- O oo m -2 @ N O U� @p U o @ U m @ oo > @ E o S m O @ @) o °2 .2 0 o ° � @ ' oo m° o - 2 E Eo m o > > m EE m 2 E E mEc`0i m `m o oCO E O m O ma a`3 °OT> EaG oo o oU o Y E O O U i LLmG E O O m m EmV p UO m J N G i Y` -O > >> E >o a E oUEmma co CD a> w z O O V I� O Ln i0 r O Ln Ln r O Ln (h i0 Ln d' d' Ln O W d' I� W N N O+ O d' O+ Ln r N rn rn O r O o v n o o n rn rn o o N rn o o n v r n r . (h A h (h O N O N r W n W n n n n (2 h W h O O O O h W 0 0 W W � r O r � (h N N N of O of (h r W O i0 of d O d d of d (h W ti N N m m W m O '� G G ry `> N O O' C,) N N in rn a> > m p` > a> m ° m w m CO c9 i a> .� m m CC a 2 a> Cn 2 o r > `° a> o E a> LL xk m 3 Q 3 -o a> -o �° O i Y > — O N T 0 O (n N G V> O D_ N m (0 > N a. O U G N O -O �> U ry O O O >' N i U G G O N a 2 m V`- m p m _ O i O i—°° m cmi `—° Y E E a> a> T o Y E -Eon o �> -`o 3 ° 5 r o m ° m a> o E f E o m r a 5 a m w O O a Cl) Cl) ai z d. LL o a t- v v o t` .� m >, z o a cv z d. = O U N �n �n r> o� r> o = a> U O O O O N Ln (h O Ln O i0 Ln d' N d' of O of N I� (h � d' of O+ O m i2 N of of O d' Mw O L2 r M O d' O+ (h N O i0 (h r N (`� � i0 I� O Ln r W G O U I� d' O m O O r, O O i0 O O O+ N O O I� N O O O N O O O N r O N N N N i0 N (h W � I� O of of d' O (h W O of of i0 O of N I� N i0 i0 O O O O O O O O r � O of of O+ of of m 3 O> Otj N CO D_ N N 4> y O> O O N > JN O J ON NN N O O E m O( ON aO O O LLX J E E >at� p o EX N w !E O 'O N OU OOTN X O f U m m (JNN N ( m m m O N U m (n G U C L O E E Ow CO CO p N w U O N z LL (6 m i CO J 6. N U U -O m O O < O> U N O LL m m O m E w o ~ � U m o a> > o a o o U � O m O .TN. LLU YLoo_ — ao- > O 0 O m oO O m - oO w U O_ O m O O ? ` -2 2 OOp o N O +O O EiLL w � O O N N - O =O U m O E Ncl) G '>p_ i cm m U a a oz�m U LL O a m Cm) U oa rnOE.L > U CO)U a' (n (n f' Q Y Y Y J J J J J J J J J J a s a s m m m m m y G w N K z zo > 3 z° z° z° z° z° z° z° z° > z° z° z° z° z° z° z° a� U LE o E V) Of N (UO E U U o E cr O N U o UONO f N > N p U Np U O p O o E E O E o O E E o o E E p E o O o E o o p O O O U Eo UE a � E o ui M ° oE0E w o OOO G 0 >Gm O (p U > m O U OOp O E E m o aEm ° w U x 2a @ Go m o U O oo o a o m U `02 ° DoENOU _ ° > a�i m U U `m o a� 'o =o `° -woo U @ m oa E E U U ° o n U a o N a w Ud U Gd m m @ U E m ° y U U m J `—° `° o E 3 @J o pi E -mo > m -o ai ° -ma o m Y o_ -mo o_ a3i a� �° c°'i m E E U i O N N O 5 LL z U E O OU .N� m m ° mU ym U. m -O °-O OC ° N C C = m 0 o I U U m 0 2 _EC JNEm 0 w Z O O O 'Zr r, L Or OO 0 O 0 i0 NN 0 i0 Ln W O 0 0 Ln Ln (h d' (h W Ln Ln N w r W i0 W O O O+ I. (h n J 6 6 O r Ln (h In r O+ 6 ch Ln i6 6 W N ch ch W w O+ W O I� (h O+ N (2 O I, N r m d' d' Ln O m O N d' N E .m-. A h h N h h h h r N W N 0 0 0 0 N 0 O N w w N L/ of i0 0 n r r n r h O O O 0 N 0 O O O O h O N N m V W p � r O C) o w N 'O O > m gn H V GQ r m Z o > m rO> ary'Om W m (Nn ° N> -o > ( mm ° Q > N f- o p, mmO ( (aa E o p O r a > OU OO � mm aaN`mn�� mNCp_ U o 0a m Nm a m CD o z O C/i m N Ln O LL O O of Ln U d' (h m O r O O O O d' O O+ O d' O+ N O O M of N s N (`') of of G M U � � OaG� w f Oa� LLry = m OE N m mo _ _ J E E >N aN � J NO N ° n � a n m O o 'm o 0 m C) CD a � a� � U w O U O � C N U o mO of w o p p O O m y m o °o o U J .Q O � Z — Q O LL E m E i Of V V N N o2J G N t/J vO a LL o CD O o` D ° °p Ymci 0N N > O O O CO G UE ° ° OE E °E o o o Q U E O m N LLa E °o FF o Eo Ui a T T m w w O U C > p 0 O — Ea�mNGi CO COUi O V i O O O O O O O U — — O O U m O U w o � + m x o oa o_ ao ° > r a E > N O'O Om U O O U U N O m U -Q O m m m m O 0 a a a Um = N N m U Z: m Q° U U U U I- Q Z Z Z Z 0 Q Q Q Q Q Q Q Q Q F^^ F^^ F^^ F^^ U U U U U U U U U U 2 :E 2 2 2 2 2 2 2 L 2 � � � � � � L �"L L" .-L Z Z Z Z Z Z Z Z Z Z N w N K z zo o 7:, o o o O O O O O O m O O O O z = z z z > > z z z z z z > 3 > > z z z z LE 0 U o E O O O w O E E E U E o N gn Q O wQ oo 5a o EE 2 ° f E m f E p O o EO ` ( O O p .� U E N O E a E o o`o O Ow E EE o0 O U o N oO O N > o E o i ° yo O UO On N3n c Oo� m a� Oo'i m_ E U o- E N O O G O N �p p G N O O N m i G O i= O 'O O N O `p m p O 'N E N N U O E O G N O p C�J N U@ O m > p E m @ m o O o `o U m U a U U - a U U m a m Y G� U U Go o ° U o U U aT E 0 w r E qw 2w m > m -moo @J > aNi @J m aNi a� a� E a o m E U � o m a m ri -mo -mo E ° E E m �� E -8 m Q E m -o 0 --o c`0i E � � O ry N N N U a °O N E O E Em OE _O O N N m U a OCD m ° N= pmN>i wN o°° m m nE � -om m CD U E E E w o ' ' oo oO o � rn o o m n rn LL ° a Y o = 3 a w Z `o `o rA O d' O (h r N N d' O of O r� i0 O O O O d' O+ O (h r O (h W (h N O O (h O Ln W O O+ i0 of of N of of m N N (h m m W (`� (`� Ln Ln of r, d' N �4 �r w 0 � LL � = U V y G m U -O o O O m O >' Ow > rn o w in 3 H V p U ' O > waZ-p Q > j Noa m N E CO ZCO rn -o Q°-o O o 0 'aOiWmUom0 o o 'OCD E E'O C N O OCD — o j V -o . - U O w p 00. � O _O OO x 2 m O_ 0 U p_ E 5 � U U O O w o r o o a UO Urn a m ON N m r r � m O O N U r () a NN ONa� n d O I� N r O O O of (2 (2 O N of O+ O O+ (h O O O I, of of of of of of I, r of of N N N N N N N N N N N N N N N N N N � � � i0 i0 O O O O O O O O O O of of of of of D_ Oi O O O N >i m = Oi Q Q N Q p '> N U O D_ N i m N N U N N N O O G G y O E Of G O m -O G m O G m m N N > > i O LL (0 N (0 T m O O G O N = G �, O N 3 N � (� `m Oxi m m °� °� - m m `m °' E E > a� m m E a� a� m m 2 2 m 2 m U J U' U LL U a U' U' m U a a' W LL m O O a' m o f z m (n a a J a rn U C) J J N O U U U Y m C QOf U N 5 N O J 01 N CO m LL p U E OV LLOE t G G G m_ LLG Z C O E Uo O O O o N` iN pm O E U N N U N O E p O aG� T LLp E O O O E o O OC f UO > > > p E (n > N O O O O_ O O NEO NO LL O O O C con con oa 5 o m O O O O C O E O m E O N m p E oU N O O O O w Om w LL U ` OmNOC_ f U W LL LL LL U : d d a' (n CO (n !n U CO E LL 2 U LL U m LL U 2 2 mJ Z a a' m m U m m f Q U U U U U U U U U U U U U U U © © z; w w z z z z z z z z z z z z z z g z z z z z z z z z z z z z z Z z Z z z z z z z z 'z z z z z- z z z z z y M w N K z zo w w w w w w 0 0 0 o w o m m m m o 0 o O m O O m z z z > z > > z 3 > 3 3 > 3 z z z z 3 z z 3 > W ° O U � U U E G JQ U CG Ny U o OE U E U E U ry oO O O T E ON p o E E ° E ° °o o ° > = o � °@ _ E ow o ° Ea 2O N o O_ O E O O_ ME ` 0EO_ i = O O O E E ° x O o U o 3 p Y ° G @) o@) U oU a GU oi(0 m ` m ° >?o ° oo o oo o cv cv ° E E f O UaNi E o N Q N ° G *' - N N N - N z o O a� a� a� o 0 o m E ° ° U ° a� > o O N CD 'O U T N Y O G G p� N G N Y N U (p V i O N LL m m U N i p (0 N (0 O N U LL U' O N N (0 O D_ E m T (0 LL U U (00 G > LL Of (°� J Y >, m LL 2 _ = m O � f m E a� E °� m ° E m E `m o .o m o 'm E o m `0 m m O a-Oi o o a�i a�i Y o m m a o 0 cD c� c� o w n i o a a t- rn � rn � � w o Q d. O O O O N N O O (h O d' O Ln (h Ln O O O Ln Ln Ln N Ln O N O Ln W i0 i0 O N r W O (h r O d' O d' O O O i0 N I� Ln O r (h Ln (h O O (h (h d' (h Ln O Ln (h N I, r 6 O d' N (h (h �? 4 6 W (h N Ln O — A n n n N n N r N n h n V W 0 W n n N N n N 0 n n W n n W W d n WO r O r O h W O of m of of of of h 6 6 V ^ O O O y N a°' >G M mN '> rn rn a rn G o Q s- a> O > p > c >OE iN N O > >m - = Q J Q O O 0 N O O r DO N � 2 GN E NN N O N N ZoNO -O(n W _O O O mO f 4 E d' of Ln (2 N r (2 (`') c r U V V °o cb rn v ob r� v m N O it O O O N O N of (2 (h (h O (h Ln N O d' O N i0 N O+ i0 i0 I� L2 O O 7 7N N of of of of of N Y O (0 Oo -p U LL T Q Y Y i (n N U O O O N N } m } N G i N (0 = O T ° o a' -3o U 3 >, °� ° 3 3 3 m oa °� r Q Q Z 0 Z Z w ii m >° w Z m (�9 m Z 2 Z m Z Q Z U Z C� (n U U U O G 0 G G i U O U m p N N i > O> w E Q D_ ° Oa N N o E NG LLNp O °D ° orn ° E o> 2 3 ow . . o . O ° oaS 5a O E . -o O mO E U ° O UU ° E E Cp O j EO o ° U �U O UOo O O O 0(0 O N O w E ° U N O O_ YO N ENNO O O O N i O LL N 0E m OaG OOf O O O n 'OE O N p Um E OOOJ NN UG o oa C7 2 Cl) (n Q m m U U U U U W W M LL LL CD C7 C7 C7 C7 2 2 Y J J Z O a s � � � [L--, > > > > > > > > > > > > > > > >�z z z z z; z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z d� w N 0 z zo N O O O O N O ry O O O O ry O O } Z Z Z Z } Z } Z Z Z Z } Z Z LE O U y O E W 00 E O O E f o E o ° N E(0U pO(0 oE E E E UEE ° o E0 O° E O O _ U2- U O O O E - O O O O_ O OGp wUO E O p U OOO O jW O_ U O 'O O N N E 'OO O E p O 15 O O O 0 N N O O O (0 C U m ° � O> @ - ° E E E ry N @) @)O N C Ui O O -o o o ° o E o ° E E o Q oa E � E E E -`00 E E Y w ° E E m Y c`0i U N O O -o _ `O a` p (0 O Of U N ° N 'N UN a� � a in a c9 m a .� o o �° 2 a� a�i aNi m �° a LL a a a a a a LL a m ° U Of G Of (0 (n N J N O C (0 6 m N N - T N w N N N C G T 0 U O ° m a°� = m a°� 3 0 o m -° w - m a>> m Y Y °� >, ° o > m ° m `m a i o m a cv a cv o a Y o YCO a n w Y = a Y m U rA o Ln o 0 0 o rn rn o Ln o o v o 0 0 v .o M .o .o v rn o r� O+ G) O 6. O r Ln Ln O d' O O O O+ O I� O ^ O+ O+ O+ O+ O Ln O N (h Ln (h w Ln N O O O r r r (h O d' Ln Ln O r d. O O i0 O+ c,N d' O d' N (h W A h N N N W W Ln h n O (2 O 0 V M M 0 1 O O V O W W O n O O VV� � W ti h) o fA -o > (U ° ._ 2 a p ° ° a� z -o o -o Q w m a� o CC 0 O -p > N (0 O f> -� N lZ' U 'O T N L/ C C a > LL C N > Z 0 O > CC Q m ° 'o o n a o a m a > .>_ m Y o LL ° o a 3 a H o ate° Q a o ° o z a' a a v o o z m o ° w U) `u o > aL in o f a� ° -°o `m oa 3 o °' o m 3 0 `m ° cv 3 N N E 'm N (0 > *' G (0 I, N 2 8 m E -o -o a`°i E w = " a>> -° aEi m o N in �i > E m` LL aNi ai - ai U) Z z o m rn a� v o 3 o rn ° 2 w 0 °� °� O rn a r-I U I, O Y d' O yi Ln O Ln O O r w O of Ln O (`') O O+ (h N O d' O O O O Ln O O N O O of N Ln N Ln � Ln O Ln Ln r � O N O d' N N i0 O+ of I� (h O (h N O N i0 O (h d' Ln Ln N (`') G U (h (h (h Ln (h (h (h (h (h (h rm r v v v v v v v v O v v rn T N N � ZT p) ~ N to -Up U U U o_ -`0o cYi a a� o _ }° `-" x oa E ° E o o r>n m a� a� o o o o E 3 p o E E 3 aL o > E m E p E _ o >> m m a>> a-Oi m r m m 3 E r °_ (0 O O (0 N p O T O (0 N O O -i' O O s' V) LL Z lZ' U W U Z J m J U LL VJ m 2 U U m lZ' LL U Z f O f H O J W LL N D y E o w U w O y ti o o p ° ° O T T ° a a a E a o a ti `o a U ° p 'o y Q a E � ° p o i° m 4 O_ U U O ° o2J LL O ° d U ` O_ _ LL � O N N O N U U o O ° O U N U LL LL m U � Q d O U °- °_ °_ O O O U D_ (p w w O N O -O - O U w Of N (0 U p (p VJ E LL N U U N N LL ° G i Of O N N U (n N _ (0 (p E N (0 -_ .2 U LL (0 U O LL O LL (0 N N _ W lZ' - G a' N LL 'y �O o U ° . U "' O U LL O ovU O O O O_ N (0 X O m °D O N °D N jp U o2J U i ovU O �- N O LL` rn rn U r r a U U o J z rn r a m U c� 3 LL H Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z O O O O O O O O O O O O O O O 0 0 '. 0 0 y w N 0 z zo a> a> O O O O O N Z Z Z Z Z o0 >, 0mt LE y E � O O GE N E O E p ° O ° O O E E `O E E E E 0 o � a> 0 Q O 0 0 °0 0 0 0 0 0 o i ° E ° E E2 i t� U E O U i O O m ? O G'p ,0 3 'O U N N � E 'p N U O C�J G @� O> O N N @� t m ° m >, Y O N U ym. U U ° r o 2 3 o E a� ° ° @) E o m —mo U m @) Q) o ° '0 ° E o a U U - @) U a 3 ° = m m -mo 3 >m `ma0 a>> Y m a> CD m U a o ° U ~ E G Oi O N N (0 p O N z N O m O r r 3 Q' U w c) m m o3 [ CD CO Nm NGE Oa>> YU Yao O 'O -O at OCO LL N m > > O > m o ni mm'Y t= c9 Y w � Z O d O (h N Ln N Ln (h O Ln d' O of N I� Ln d' I� W Ln N O W (h r Ln O d' i0 N W N p O+ N O r N W d' r 6 O (h O O 6 O cb L O Ln r O ch c O O c, w (h m Ln Ln Ln r W O+ i0 N N O+ i0 d' N (h Ln O+ O N d' Ln d' O r .m-. A h N N d O N d O n r O d r N d d N (h MO d Ln 0- Ln Ln Ln n Ln n Ln 0 W O d O d O 0 O O i0 0 O O N h N O �o W �o�o W �o o+ o+ �o �o d' � d' W W H O lZ' CO O V y O w ^ N y N m T CON N m o O H CO -p a -O — CC aN aY M m o p >p > ° N CO Na>N p LL o -o> 0- o m O > - o m >a o o m O E m (Gm0O m3_ a O z O O ° >w > O Em O cLL N E E > m O cx w O E N ° f O Z O — Ooa_>O f O m Y U' LZ' m m J a J 2 U (h m O U O N LL m LL O U (h a' O = O� OJ i0 Ln i0 N i0 i0 Ln N O i0 O d' i0 (h r Ln Ln � O O O O Ln O O O O O i0 O (h r O O O p o O d U � N N I� r Ln i0 O Ln i0 O O r O r Ln i0 Ln O O O O O+ O+ N N N N CO Ln (h (h (h (h (h (h (h (h N (h (h r ~ O N m O> O> O> O> O mO mO3° O> ° U LLLLN N N OOO > w > > o o E E -o T ° oo m m Oo ` ° O w m m m o 2 m m m m - - - awmm o a a :2 Y Z: :2 >- ao = c> Cn a c> c> c> CD in 0) Y z Y z :2 :2 z z C) c> c> a a> a> a> °1 `O `O `O '> E 2- 0 O O N Q m LL N i C C C O Z N U U G O O i N m N O > O UO OO> O> O (On E °O D UUN NN U°> UOU O ->O °Ey Oi O+ YE0 m O C C C iO OGmD _ ONNm G OLL> O O O O O O O °- a: =mG O_ U O> O O m O O O O O O U OGO 0 Em HOU U U OCO m U N > N C x M CD E mLL O f m m m E n m m 2 CO OG > a W Q a a a a a a a a a a a a a a a U U U © p Z Z Z Z Z Z Z Z Z Z Z x F O o a a a a a a a a a a a a a a a n n n n ux M y cfl aw N z z o 03 `-'' z 5 ° ° ° x LE E O E y OU E E E O w O O O EE w ' O3 ° x E ° E E UN ui O O O OO O ` U O O O O O �i O �i U EO f E ° O N O OO E w O O U O U O N O O O O E O O O O O N U W O u o O E = m m O u' a i = O ° o aDEU ° O OOo ° °cE O UON _ OiN j mN i O 3 i ryryG O O U O GO °6 —o @ @) (5 E E @o_ � o O W. a x o O E oO N @ O E N ° 2 @) U @) Go o @) o `W" `m °� ° �' Y' -mom a=i @) o E E aai m °� oa m o a� .°�� O U N U U s' > CO� a' f U (0 N E O_ N -O W Y m E 3 N m O_ -O E -tii U 'N� Y_ O N N O C mO OOE mm o-N NE ° OE E O > o ._ O N°O ° jmo m - = = m O LL m° m � m CD O m U > N E j Om U N U O O m n z LL n c m > n o J i U OUmT w O L/ N 2 O Q) O 6 O ON O OOof n n N 0 O O OOd Id, rO N O N d O 0 0 ^ O W N r O N i0 `O N O ~ J N O (h p d (h' N O+ O' Ln O+ (h O+ O O' W p ( N ip 19 W r N N O W I� d' of (h d' N of O (h ^ O Ln Ln Ln i0 Ln O 4 I� r O 66 h r A i0 of of `O of N (h N i0 of N N i0 i0 O+ I� W d' (h O (`� i0 of Ln W (h M O O N Ln W Ln W d' O+ O+ i0 i0 N i0 O+ I� (h O mi0 Ln W i0 N O+ CJ Ln i0 O 0 O+ N h (h N W O h O h h O of O 0 N O h N h O I� W d. O i0 W ^ V W N of O+ N O+ (h N >W o U � - - - O Z N � � m (A -O o o m � # ° � m o V O W # at m N °O O Ot m y W m z ,.m_- O cr _o O z p` p a nrr c Ni , `0 m N U U o m 3 J -o 0 m x - mp_ a } o = E '°(n -o m ° a� T T ° v -o Q CC o Y a m LL a - W O J n E a E m m > # H _ (n m N m O - m N m E N N m O Y U LL 2 LL a T 3 (0 W N O N N N p m 3 J O ° - � a� m = y m m `m y -o ° -o > 3 3 3 in rn Q w � U rn S z 3 � d -° 3 Q �,� m m a m U CP V r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r � O - O O - V O O O >, O O m O i (N (O O U U O O N U NOO OO NN E 5 O 2- O O OND =O=O> O O> UC U U 2 2 0 2 2 � CD � U � CO UUVJ _O> a = E2 O N N U N U Of Of Of U oU N E J N N N O N O O O z O N U O Ot (n O O O Ot O d. O_ CO N LL -O LL LL LL N U i O1 O1 f 2 2 G > m m m - °O _ U LLa° a aUN -a0p aO sUO N m LLm LLm �m ( dmUo 0 - o -i g oO ` CO O rEaN� rEaN� rE ° mN UmG UEN O 1 O 1 = O m O O OO = o � OO >; YaOn 'U 'i 'i 0 x o O U O ( ( E O N ° - OO ( �' �' E a EE E O Y OEOLLO 03 N O n m U O' y ti aw o 3 N o Z O 5m m _ a� m m m m m N E N p p p p p ry O E O ° ry 2 2 2 2 2 } z CO z 3 } LE F; J U O N U U = O E Ot N G o° °c E ° Qo m o0 0 E o E 00 E U O ON U3 O a U a a o E Ga ° o E ° ° ° O y E w '° O a� cUi N � °i 3 ° o ` o =2 O ' am ma O E o 0 a @ ao o ° 'Ea o o ° S E0 � O - O x m x a o E O o O xm > �, ON U O E �_ `0 m E o o� a� w ° m -o -0 E m O m i U Y > m ° Y m Of U m ry Q m m X m m N 3 N N = E 3 � E °_ m E °' °_ � N °3 U � � a' `0 N U E LL N U � U N i 3 o m N a a� N T > T N O * m `° i w a� -o Z m ° a a ° _ ° C a m E > o 6 � O Y N O O Of > O N G 'O N O U N U i N a Y d (/j U CD 2 ry U LL m H N Y U' r d N d U' J s U m G m >+ O ry N LL E °1 E N i N O N T Y N N X T — -p E t/J D_ N T O r > N ry s' U T N 'O U w N m G m U w t- Z x � N O d' N of i0 O (h (h r N w o v o o M O 7 6 N o v mO w of I� O r (h ^ Ln O d' ip O+ I� W N O N d' I� N Ln �j I� Ln d' m w w N C, Ln N O+ Ln of C, Ln (h (h C, i0 of of N A O+ (h d' N of I- N O � O of � N O+ N (h N of N N � ^ I� d' N d' (h of N (h d' O+ N W N I� O O (h r N(h N N Ln Ln (2(h N N O ^ (h r (h O O (h O ^ i0 (`� O+ i0 N O+ CD O O -o m O LL o a - V1 Ei G a' O N � p N >i # N N p — T N Q z m J in -o p m '> a J m m m a m .� m a H — o m - a� o r Lu a� -o -0 3 0 m o CO m = rn o O m m m a� °_ m m m a�i oa °oa E °' m m m T O O w + E t- -o E ° o o O U w E w E w . ° a�i x ° 5 a°i o O m > o N N 0 — m " N o a U w I- m m z I- 3 m` CO CD a CD 'a 3 Y � m 'a -F � rn in N � w � z = 3 J � o o n o w � U � 3 N O N Ln Ln O d' O O O N (h Ln (h r (h (h O O O+ Ln O O O O MN LnN (h O O O O O O r i0 Ln O O r N (`') U LOrrn NiWrC0 N CN O ior0 C0f OOIr� rNWrOC Of >UCO a O N G O O O E' .> U O O Q a aO E N =N(oNah NOVNO 1 (dNE z= ° U za � � z � Uw22 °} w � 2 LL z C c CO r 'tz ti N N ° Q N m m O N N m m N U O O U O J O w ON 'O '� O >i CO O U U d LL LL N LL O O U G E E E LL LL ° E E O °o ,5 U 3 U ° E U U U E E LL H `° `° ° a� ° ° w E °1 U o E O = ° oD O_ O o N E i O O G G LL E ` E = O U C 00_ m U LL N U N > LL 00_ 00_ `m m i i E 'E O o `O o E o 'E `0 3 0 U N N O p U U E E o O O °_ N ° O m i m O N p O O M- � i G G (0 (0 (0 i U LL LL 2 U LL U ry O m m G G (0 m } i i 'E (n E �i a� J m cn m a°i a°i a°i a°i LL x x x m `o -o -°o U •-. o "- m p ° U a� m m °_ °_ °_ °_ o- a� a� a� 3 a� m m o o m ° o °� oD o a� o o o LL LL a � � CO � � � r > 3 } o o p w LL 2 = J J 'a 3 3 H i- ham- Imo- tom- Imo- Imo- > > > > > > > > > > > > I- y 00 �w N O Z N N ?O M M m m CO CO Z Z Z Z Z LE y O W N cr Q N E E U EO U N 00 OU of N 00 EO U_ N N - O U W 00 O p N L U E N @ @) E N N U O0 Of O O N m C O m C O C C F Y U LZ Y a: T (n LL N U LL U w m N m E N O N r 100 Z > Y 2 0 2 0 M W x d Z N O O+ O f.y O d N O (h N Ln (h .o m W N of i0 O+ d' N J o v n o n T WO O O O N O O O O O O O W ti T O y O m y wcr a > Vl G > CO T > > N m Cn _ N O Q z a� Q CO O y (p m N T Z Y w OJ Ln -O N O U uj LL E N N LL XO m O c Q N i0 > LLI 2 a Z O m of N O m of O ^ o io LL M (h N G O U N O+ O+ O+ O+ O+ Ln Ln Ln N OJ OJ OJ OJ F' N U > E a' 0 M G G G m y -m N m C p m m � 0 U w -o w N 0 0 a'i o_ cYi m m m - - m m Y CO CO Q 1- J w LL (n U U w O w a `m Z U Q a o � N m O LL j N N N `0 00 O O O O O LL O ry U p O LL O LL U: LL T E LL ow (p >+ E 0 T X m O_ O >i � m m O O CD CD � O' (n (n 1� LL U U 2 O' I- y Monroe County Purchasing Policy and Procedures ATTACHMENT D.5 COUNTY ADMINISTRATOR CONTRACT,SUMMARY FORM FOR CONTRACTS $100,000.00 and Under Contract with- Precision Contractors o Effective Date: See notes below Expiration Date: Contract Purpose/Description: Key Largo Community Park Replacement of(6)steel columns Contractor shall commence within ten(10)days after written authorization. Start/Finish dates are to be announced upon execration of this Agreement.Once commenced,Contractor shall diligently continue performance until completion of Project. Contract is Original Agreement Contract Amendment/Extension Renewal Contract Manager: Wlliam DeSantis 4307 Facilities Maintenance/Stop##9C CONTRACT COSTS Total Dollar Value of Contract: $ 9,945.00 Current Year Portion: $ (must be$100,000.00 or less) ' (If multiyear agreement then requires BOCC approval,unless the iowl ainni.hliir c 4Inwunr is 1 00.000.00 or I ss). Budgeted? YAK No ❑ Grant: $ N/A County Match: $ N/A Fund/Cost Center/S end Cate O : 147 20503-00062 ADDITIONAL COSTS Estimated Ongoing Costs: $ /yr For: (Not included in dollar value above) (e.g.maintenance,utilities,janitorial,salaries,etc.) Insurance Required: YES 0 NO ❑ See pages 24-26 for Certificates of Insurance CONTRACT REVIEW Reviewer Date In Department Head Signature: William DeSantis Patricia Eables Digitally signed by Patricia Eables County Attorney Signature: Date''2024 12'1116'22''42-06'00' Jaclyn Flatt Digitally signed by Jaclyn Platt Risk Management Signature: Date''2024'12'1611''14''67-06'00' Purchasing Signature: Lisa Abreu Digitally 20241216ned yLisa Abreu Date'.2024.12.16 12'.22'.62-06'00' John Quinn Digitally signed by John Quinn OMB Signature: Date'.2024.12.16 12'.46'.22-06'00' Comments: Revised BOCC 4/19/2023 Page 84 of 105 2459 0 to Iq N PROFESSIONAL SERVICES AGREEMENT BETWEEN MONROE COUNTY AND PRECISION CONTRACTORS OF SOUTH FLORIDA, INC This Agreement is made by and between Monroe County,a political subdivision of the State of Florida, whose address is 1100 Simonton Street, Key West, Florida 33040, ("County"/"Client" /"Owner"))and Precision Contractors of South Florida, Inc("Precision"/"Contractor"), a Florida Company authorized to do business in the State of Florida,whose address is 7761 SW 34"'Terrace, Miami, Florida 33155. WITNESSETH That for the considerations set forth below,the parties hereto agree as follows: 1. Description of Services: The services for the replacement of six(6)steel columns at the large pavilion located at Key Largo Park, 555 Saint Croix Place, Key Largo, Florida 33037 ("Project), are as set forth in Precision's Proposal dated December 3, 2024, ("Proposal"), attached hereto as Attachment A and made a part hereof. Contractor shall provide the services as set forth in the Scope of Work in said Proposal. 2. Effective Date and Period of Performance: This Agreement shall become effective (the"Effective Date")upon the date this Agreement is signed by both parties. Contractor shall commence performance under the contract,which may include applying for a permit if one is required,within ten(10)days after written authorization. Start/Finish dates are to be announced upon execution of this Agreement. Once commenced, the Contractor shall diligently continue performance until completion of the Project. The Contractor shall accomplish Final Completion of the Project within thirty(30)days after commencement, unless an extension of time is granted by the County. 3. Basis of Compensation: This Project will be funded with general budget funds of the Parks and Beaches Department. The compensation to the Contractor under this Agreement for the replacement of six(6)steel columns (- shall be a total Lump Sum of Nine Thousand Nine Hundred Forty-five and 00/100 ($9,945.00) Dollars. i Any alterations, deviation and/or changes in plans from specifications as set out in the Proposal j and this Agreement involving extra cost will be executed only upon written request by the Owner j and will become an extra charge, if necessary, over the lump sum payment amount set forth in this paragraph. 4. Method of Invoicing: i This project will be invoiced upon completion of the work. Invoices shall be sent to the Facilities Maintenance Department, Attention, Chrissy Collins, via email at m„ilIq.iijin7:.°. � m. „rr"7um �ma uyim „! ." „7, who will review the documents and route them to the appropriate County Staff for approval. Upon receiving all required approvals, the invoice(s) will be forwarded to the County Clerk of Courts' office ("Clerk") for payment. The Contractor is to submit to the County invoices with supporting documentation that are 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. 1 cfl d N The County is exempt from sales and use taxes. A copy of the tax exemption certificate will be provided upon request. Final payment shall be made by the County, as the Owner, to the Contractor when the Contract has been fully performed by the Contractor and the work has been accepted by the County. 5. Professional Retainer: i No retainer fee is requested, nor to be provided. 6. General Conditions/Reguirements: a. Payment for invoices prepared by Precision is due and payable upon receipt.County shall pay pursuant to the Florida Local Government Prompt Payment Act, Fla. Stat. Sec. 218.70, upon receipt of a Proper Invoice from Precision. Payments due and unpaid under the Contract shall bear interest pursuant to the Florida Local Government Prompt Payment Act. b. This Agreement may be terminated by either party hereto upon fifteen(15)days' notice in writing to the other party. Upon termination, Precision shall prepare and submit a final invoice for services rendered to the date of termination together with any termination expenses incurred. For Contracts of any amount,if the County determines that the Contractor 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, j the County shall have the option of(1)terminating the Agreement after it has given the Contractor/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. C. Any drawings and specifications developed pursuant to this Agreement are instruments of service, and as such the original documents, tracings, and field notes are and remain the property of Precision regardless of whether the work for which they were prepared is executed. d. In the event that legal action is instituted to enforce any of the terms of this Agreement, the party which does not prevail shall pay the legal expenses of the prevailing party, including attorney's fees for collection, litigation, and appeal. e. The parties hereto each bind itself, its successors,executors, administrators and assigns to the other party to this Agreement and to the successors, executors, administrators and assigns of such other party in respect of all covenants of this Agreement. f. Precision's liability for services to be rendered under this Agreement shall be limited to$1,000,000 or the amount of Precision's fee(whichever is greater), unless Client pays for the assumption of additional liability by Precision as a separate line item in Article 3, Compensation. g. If applicable, Client agrees that Precision shall not be responsible for liability caused by the mere presence or previous release of hazardous substances at the site. The Client will either make others responsible for liabilities due to such conditions or will indemnify and save harmless Precision from such liability. This Agreement does not cover the costs for testing and remediation of hazardous materials (asbestos, lead, etc.), and/or 2 N W d' N permit or inspection fees required by local building department for the overall project, if any. The provisions of this Article 6.g. shall survive any termination of this Agreement. h. The Contractor shall ensure that all non-exempt employees for this effort are compensated in accordance with all State and Local Laws. i. The Contractor shall load, haul, and properly dispose of all construction debris and materials. j. The Contractor shall provide and maintain appropriate (OSHA required) construction warning signs and barriers. k. The Contractor shall furnish all required work site safety equipment. I. Construction work times shall be limited to those as specified by the County. M. The Contractor needs to be aware of the facility, Park activities, and staff with unusual schedules and plan accordingly. n. The Contractor is required to have all current licenses necessary to perform the work and shall submit a copy of the Contractor's License and Monroe County Business Tax Receipt along with this Agreement upon execution. 7. Indemnification, Hold Harmless, and Defense: Notwithstanding any minimum insurance requirements prescribed elsewhere in this agreement,the Contractor shall defend, indemnify and hold the County and the County's elected and appointed officers 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, (A) any activity of the Contractor or any of its employees, agents, contractors or other invitees during the term of this Agreement, (B) the negligence or recklessness, intentional wrongful misconduct, errors or other wrongful act or omission of the Contractor or any of its employees,agents,sub-contractors or other invitees,or(C)the Contractor's default in respect of any of the obligations that it undertakes under the terms of this Agreement, except to the extent the claims,actions,causes of action, litigation, proceedings,costs or expenses arise from the intentional or sole negligent acts or omissions of the County or any of its employees, agents, contractors or invitees(other than the Contractor). The monetary limitation of liability under this contract 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 as set forth in the insurance requirements included in Paragraph 8 herein. 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 Contractor's failure to purchase or maintain the required insurance, the Contractor 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 Contractor,the Contractor agrees and warrants that the Contractor 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. 3 M to d' N The extent of liability is in no way limited to, reduced, or lessened by the insurance requirements contained elsewhere within this Agreement. This indemnification shall survive the termination of this Contract. Nothing contained in this paragraph is intended to nor shall it constitute a waiver of the sovereign immunity of the County. 8. Insurance Requirements: As a pre-requisite of the work and services governed, or the goods supplied under this contract (including the pre-staging of personnel and material), the Contractor shall obtain, at his/her own expense, insurance as specified in this paragraph and made part of this contract. The Contractor will ensure that the insurance obtained will extend protection to all Subcontractors engaged by the Contractor. Alternatively, the Contractor may require all Subcontractors to obtain insurance consistent with the insurance amounts and limits as noted herein. The Contractor will not be permitted to commence work governed by this contract (including pre- staging of personnel and material) until satisfactory evidence of the required insurance has been furnished to the County as specified below. Delays in the commencement of work, resulting from the failure of the Contractor to provide satisfactory evidence of the required insurance, shall not extend deadlines specified in this contract and any penalties and failure to perform assessments shall be imposed as if the work commenced on the specified date and time, except for the Contractor's failure to provide satisfactory evidence. The Contractor shall maintain the required insurance throughout the entire term of this contract and any extensions. Failure to comply with this provision may result in the immediate suspension of all work until the required insurance has been reinstated or replaced. Delays in the completion of work resulting from the failure of the Contractor to maintain the required insurance shall not extend deadlines specified in this contract and any penalties and failure to perform assessments shall be imposed as if the work had not been suspended, except for the Contractor's failure to maintain the required insurance. The Contractor will be held responsible for all deductibles and self-insured retentions that may be contained in the Contractor's Insurance policies. The Contractor shall provide, to the County, as satisfactory evidence of the required insurance, either: • Certificate of Insurance or •A Certified copy of the actual insurance policy. i The County,at its sole option, has the right to request a certified copy of any or all insurance policies required by this contract. All insurance policies must specify that they are not subject to cancellation, non-renewal, material change, or reduction in coverage unless a minimum of thirty (30) days prior notification is given to the County by the insurer. The acceptance and/or approval of the Contractor's insurance shall not be construed as relieving the Contractor from any liability or obligation assumed under this contract or imposed by law. Any deviations from these General Insurance Requirements must be requested in writing on the County prepared form entitled "Request for Waiver of Insurance Requirements" and approved by Monroe County Risk Management Department. j Contractor shall maintain in full force and effect the following insurance with coverage limits as 4 d cfl d N noted which are reasonable in light of the work to be undertaken: Workers Compensation Statutory Limits Employers' Liability $100,000 Bodily Injury by Accident $500,000 Bodily Injury by Disease, policy limits $100,000 Bodily Injury by Disease, each employee General Liability $300,000 Combined Single Limit Vehicle: $200,000 per Person (Owned, non-owned, $300,000 per Occurrence and hired vehicles) $200,000 Property Damage or $300,000 Combined Single Limit Builders Risk Not Required Construction Bond Not Required The Monroe County Board of County Commissioners, its employees and officials, 1100 Simonton Street, Key West, Florida 33040, shall be named as Certificate Holder and as "Additional Insured" on all policies, except for Workers' Compensation. 9. Ethics Clause: By signing this proposal, the undersigned warrants that he/she/it has not employed, retained, or otherwise had act on his/her/its behalf any former County officer or employee subject to the prohibition 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. 10. Code of Ethics: 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 112.313, 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. 11. 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." 5 LO to Iq N j 12. Drug-Free Workplace: By signing this proposal, the undersigned certifies that the contractor complies fully with, and in accordance with Florida Statute, Section 287.087, the requirements as follows: 1) They will publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specify 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) Impose 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. ADDITIONAL CONTRACT PROVISIONS I 1) Nondiscrimination/Equal Employment Opportunity: i The Contractor 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. Contractor agrees 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 in employment on the basis of race, color, religion, sex, or national origin; 2) Title IX of the Education Amendment of 1972, as amended (20 USC ss. 1681-1683, and 1685- 1686), 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 disability; 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 11) Any other nondiscrimination provisions in any Federal or state statutes which may apply to the parties to, or the subject matter of, this Agreement. 6 cfl cfl d N II) Maintenance of Records: The Contractor shall maintain all books, records, and documents directly pertinent to performance under this Agreement in accordance with generally accepted accounting principles consistently applied. Records shall be retained as applicable for a period of seven(7)years from the termination of this Agreement or in accordance with the State of Florida retention schedules (https://dos.fl.gov/library-archives/records-management/general-records-schedules/),whichever is greater. Each party to this Agreement or its authorized representatives shall have reasonable and timely access to such records of each other party to this Agreement for public records purposes during the term of the Agreement and the applicable retention period following the termination of this Agreement. III) Right to Audit: Availability of Records. The records of the parties to this Agreement relating to the Project, 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); back charge logs and supporting documentation; general ledger entries detailing cash and trade discounts earned, insurance rebates and dividends; any other supporting evidence deemed necessary by Owner 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 Owner'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 open to inspection and subject to audit and/or reproduction by Owner's representative and/or agents of Owner or the County Clerk. Owner 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 interviews and written confirmations with employees, subcontractors, suppliers, and contractors' representatives. All records shall be kept for seven (7) 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 Contractor pursuant to this Agreement were spent for purposes not authorized by this Agreement,or were wrongfully retained by the Contractor, the Contractor shall repay the monies together with interest calculated pursuant to Sec. 55.03 of the Florida Statutes, running from the date the monies were paid to Contractor. The right to audit provisions survive the termination or expiration of this Agreement. IV) Public Records Compliance: The Contractor must comply with Florida public records laws, including but not limited to Chapter 119, Florida Statutes and Section 24 of article I of the Constitution of Florida. The County and Contractor shall allow and permit reasonable access to, and inspection of, all documents, records, papers, letters or other"public record" materials in its possession or under its control subject to the provisions of Chapter 119, Florida Statutes, and made or received by the County and Contractor in conjunction with this contract and related to contract performance. The County shall have the right to unilaterally cancel this contract upon violation of this provision by the Contractor. Failure of the Contractor to abide by the terms of this provision shall be deemed a material breach of this contract and the County may enforce the terms of this provision in the form of a court proceeding and shall, as a prevailing party, be entitled to reimbursement of all attorney's fees and costs 7 I- to dq N associated with that proceeding. This provision shall survive any termination or expiration of the contract. The Contractor is encouraged to consult with its advisors about Florida Public Records Law in order to comply with this provision. Pursuant to Fla. Stat., Sec. 119.0701 and the terms and conditions of this contract, the Contractor is required to: (1) Keep and maintain public records that would be required by the County to perform the service. (2) Upon request 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 contractor 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 Contractor or keep and maintain public records that would be required by the County to perform the service. If the Contractor transfers all public records to the County upon completion of the contract,the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for 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 Contractor of the request, and the Contractor must provide the records to the County or allow the records to be inspected or copied within a reasonable time. If the Contractor does not comply with the County's request for records, the County shall enforce the public records contract provisions in accordance with the contract, notwithstanding the County's option and right to unilaterally cancel this contract upon violation of this provision by the Contractor. A Contractor who fails to provide the public records to the County or pursuant to a valid public records request within a reasonable time may be subject to penalties under Section 119.10, Florida Statutes. The Contractor shall not transfer custody, release, alter, destroy or otherwise dispose of any public records unless or otherwise provided in this provision or as otherwise provided by law. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: MONROE COUNTY ATTORNEY'S OFFICE, 1111 12T" Street, SUITE 408, KEY WEST, FL 33040, publicrecords(&-monroecounty-fl.com, PHONE NO. 305-292-3470. V) E-Verify System: Beginning January 1, 2021, in accordance with Fla. Stat., Sec.448.095, as may be amended from time to time, the Contractor and any subcontractor shall register with and shall utilize the U.S. 8 II 00 W Iq N I Department of Homeland Security's E-Verify system to verify the work authorization status of all new employees hired by the Contractor 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 f 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 Contractor shall maintain a copy of such affidavit for the duration of the contract.The Contractor shall comply with and be subject to the provisions of Fla. Stat., Sec. 448.095. Pursuant to Section 448.095: 1. A public agency, Bidder, or subcontractor who has a good faith belief that a person or an entity with which it is contracting has knowingly violated s.448.09(1)shall terminate the contract with the person or entity. 2. A public agency that has a good faith belief that a subcontractor knowingly violated this subsection, but the Bidder otherwise complied with this subsection, shall promptly notify the Bidder and order the Bidder to immediately terminate the contract with the subcontractor. 3.A contract terminated under this paragraph is not a breach of contract and may not be considered as such. If a public agency terminates a contract with a Bidder under this paragraph, the Bidder may not be awarded a public contract for at least one (1)year after the date on which the contract was terminated. A Bidder is liable for any additional costs incurred by a public agency as a result of the termination of a contract. VI) Notice Requirement: Any written notices or correspondence given pursuant to this contract shall be sent by United States Mail, certified, return receipt requested, postage prepared, or by courier with proof of delivery. Notice is deemed received by Contractor 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. 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 shall be sent to the following persons: For Contractor: Precision Contractors of South Florida, Inc 7761 SW 341h Terrace Miami, Florida 33155 For Owner: Facilities Maintenance Department Attention: Chrissy Collins 123 Overseas Hwy. —Rockland Key Key West, Florida 33040 And Monroe County Attorney's Office 1111 121h Street Suite 408 Key West, Florida 33040 VII) Uncontrollable Circumstance: Any delay or failure of either Party to perform its obligations under this Agreement will be excused to the extent that the delay or failure was caused directly by an event beyond such Party's control, without such Party's fault or negligence and that by its nature could not have been foreseen by such Party or, if it could have been foreseen, was unavoidable: (a) acts of God; (b) flood, fire, earthquake, explosion, tropical storm, hurricane or other declared emergency in the geographic area of the Project; (c)war, invasion, hostilities (whether war is declared or not), terrorist threats or 9 to Iq CN acts, riot, or other civil unrest in the geographic area of the Project; (d)government order or law in the geographic area of the Project; (e) actions, embargoes, or blockades in effect on or after the date of this Agreement; (f) action by any governmental authority prohibiting work in the geographic area of the P 'ect;(emch. a "Uncontrollable Circumstance"). Contractor's financial inability to perfonn, changes in cost nr availability cfmaterials, componenbs, or services, market conditions, or supplier actions or contract disputes will not excuse performance by Contractor under this Section. Contractor shall give County written notice within seven (7) days of any event or circumstance that is reasonably likely to result in an Uncontrollable Civuunnebanoe, and the anticipated duration ofsuch Uncontrollable Circumstance. Contractor shall use all diligent efforts to and the Uncontrollable Civcumetonca, ensure that the effects of any Uncontrollable Circumstance are minimized and resume full performance under this Agreement. The County will not pay additional cost am a result cfan Uncontrollable Circumstance. The Contractor may only seek e no cost Change Order or Amendment for such reasonable time as the Owner's Representative may determine. ViU) Admudication of Disputes or Disagreements: County and Contractor agree that all disputes and disagreements shall be attempted to be resolved by meet and confer sessions between representatives of each of the parties. |f the issue orissues are oUU not resolved to the satisfaction of the portieo, then any party shall have the right to seek such relief or remedy ma may be provided by this Agreement orby Florida law. This Agreement io not subject to arbitration. This provision does not negate or waive the provisions of Section |. Nondiscrimination, or Paragraph 6.D., concerning termination or cancellation. 13. Governing Law, Venue, and Inttr r 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 Contractor agree that venue ohm|| lie in the appropriate court or before the appropriate administrative body in Monroe County, Florida. 14. If any term, covenant, condition or provision of this Agreement (or the application thereof to any circumstance or person) shall be declared invalid or unenforceable to any extent byo court of competent jurindintion, the remaining terma, oovenonta, conditions and provisions of this AQreemnent, ahm|| not be affected thereby; and each remaining term, covenant, condition and provision of this Agreement shall be valid and shall be enforceable to the fullest extent permitted by law unless the enforcement of the remaining terms, covenants, conditions and provisions of this Agreement would prevent the accomplishment of the original intent of this Agreement. The County and Contractor agree to reform the Agreement to replace any stricken provision with o valid provision that comes as close as possible to the intent of the stricken provision. 15. Aftorney's Fees and Costs: County and Contractor agree that in the event any cause of action or administrative proceeding is initiated or defended by any party relative tothe enforcement or interpretation of this Aoreernent, the prevailing party shall be entitled to reasonable otbornay'ofeeo. court costs, invaadgmUve, and out-of-pocket expenoea, an on award against the non-prevailing party, at all levels of the court system, including in appellate proceedings. 16. 10 0 ti N Contractor 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, and a Drug-Free Workplace Statement, attached hereto as Attachment B and made a part hereof. 17. Authority: Each party represents and warrants to the other that the execution, delivery, and performance of this Agreement have been duly authorized by all necessary County and corporate action, as required by law. 18. Cooperation: In the event any administrative or legal proceeding is instituted against either party relating to the formation, execution, performance, or breach of this Agreement, County and Contractor agree to participate, to the extent required by the other party, in all proceedings, hearings, processes, meetings,and other activities related to the substance of this Agreement or provision of the services under this Agreement. County and Contractor specifically agree that no party to this Agreement shall be required to enter into any arbitration proceedings related to this Agreement. 19. Conflicts: In the event there are any conflicts in the terms of this Agreement, the Proposal, or other oral agreements or understandings between the parties, the terms of this Agreement shall control. 20. Section Headings: Section headings have been inserted in this Agreement as a matter of convenience of reference only, and it is agreed that such section headings are not a part of this Agreement and will not be used in the interpretation of any provision of this Agreement. 21. Entire Agreement: This writing embodies the entire agreement and understanding between the parties hereto, and there are no other agreements and understandings, oral or written, with reference to the subject matter hereof that are not merged herein and superseded hereby. Any amendment to this Agreement shall be in writing, approved by the Board of County Commissioners, and signed by both parties before it becomes effective. IN WITNESS WHEREOF, the parties hereto have caused the Agreement to be executed by their duly authorized officers on the dates as written below. Contractor: Client: Precisiop Contractors of South Florida, Inc. Monroe County BY: BY: Printed Nam Printed Name: Title: r Title: County Administrator or Designee 1 DATE: DATE: 11MONROE COUNTY'`ATTORNEY IS aRCEj ti d� N ATTACHMENT A PRECISION CONTRACTORS OF SOUTH FLORIDA, INC PROPOSAL DATED DECEMBER 3, 2024 i i i i I 12 I� PRECISION PI is 7861-759-3555 December 3rd 2024 Key Largo Community park 555 Saint Croix PI. Key Largo, FL 33037 ATT: Chrissy Collins, William Desantis, Scott Atkins RE: Replacement of(6) steel columns We are pleased to submit our proposal for your project at the above referenced location. Our proposal is based on the information provided to us by owner and by our field observations. Our total sum quote inclusive of the description and specifications included in the breakdown is for the amount of$9,945.00 This project is proposed to be constructed and reach substantial completion within 15 days from the date we receive the deposit to proceed. Scope of work: • Isolate area to be worked on with barricades and caution tape • Brace each section and remove the existing damaged columns • Cut out concrete base, install new column with galvanize hardware • Install (6) new 6 x 6 x%" steel columns with 12"x12"x%" bases under concrete • All work to be done during daytime working hours • Leave area clean and debris free * Note: This price is good for 30 days due to material availability and daily price increases. ........... ............. ............. ............. ............. ............. ............. ............. ............. ............. ............. ............. ............. ............. ....................... Precison Contractors of South Florida,Inc. 1 Phone:786-759-3555 Email:V. ,,irm7c.:.�.p!r2 lIsiiioir7 oir7tira toirs;flll,;.,coiry7 2472 PAYMENT SCHEDULE: Balance at completion: 100% $9,945.00 TERMS: Any alterations, deviation and/or changes in plans from above specifications involving extra cost will be executed only upon written request by the owner and will become an extra charge over the estimate. This proposal does not include costs for testing and remediation of hazardous materials, costs for removing, relocating, repairing, or modifying existing framing, surfacing, HVAC, electrical, and plumbing systems (or bringing those systems into compliance with current building codes), costs for testing and remediation of hazardous materials (asbestos, lead, etc.), and/or permit or inspection fees required by local building department for the overall project, if any. All agreements are contingent upon strike, accident, or delays beyond our control. Payments shall be made in accordance with this agreement. Precision Contractors of South Florida, Inc. shall impose a 1.5%monthly late charge fee on any payment received more than 30 days after due date. In the event that payments are not timely made, Precision Contractors of South Florida, Inc. shall be entitled to recover all costs associated with collection of funds due, including but not limited to reasonable attorney's fee for collection, litigation and appeal. This proposal is subject to final approval by an authorized agent or officer of Precision Contractors of South Florida, Inc.following acceptance by you. Only then so accepted and finally approved shall this proposal constitute a contract between us. If we can be of any further help please don't hesitate to contact us. Approved by: Accepted by: Jose R Ga z, President Precision Contractors of South Florida, Inc. ........... ............. ............. ............. ............. ............. ............. ............. ............. ............. ............. ............. ............. ............. ....................... Precison Contractors of South Florida,Inc. 2 Phone:786-759-3555 Email:V. ,,irm7c.:.�.p!r2 lIsiiioir7 oir7tira toirs;flll,;.,coiry7 2473 Preuison Contractors of South Florida,Inc. 3 phone:7os-7se'asss Email: ti Iq N I I ATTACHMENT COUNTY FORMS f I �I I' 15 cfl ti d N LOBBYING AND CONFLICT OF INTEREST CLAUSE SWORN STATEMENT UNDER ORDINANCE NO. 010-1990 MONROE COUNTY, FLORIDA ETHICS CLAUSE (�Y�(qDb (Company) 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- 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". (Signature) Date: i STATE OF: COUNTY OF: kad Inde, i i Subscribed and swam o or affir ed b fore e, by means o physical presence or ❑ online notarization, on DQ _20 (date) by (name,o ant). e/S I r know lame or h produced ers II as id ti ication. (Typ f'dentification) r r NOTARY BLIC i My commission expires: (SEAL) Notary Public State of Florida Arliet Vita My Commission Q�r HH 249109 Exp. 4/4/2026 16 ti ti d CV DRUG-FREE WORKPLACE FORM g t '>► ie, S 87 h e y e ifies that: The undersl ne n or t accor nc w t for da t �¢ (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. IL P j ue Date STATE OF: COUNTY OF: Subscribed andsworn to (or affirm d) efore m , by means of hysi al pr ence or ❑ online notarization, on _ (date) by _._........._ (name of affiant). He/She "personally o me oINOTAR duced � .� (type of ido s tion. B IC (SEAL) My Commission Expires: Notary Public State of Florida 17 Arliet Vita 1111 MyHH 249109 on Exp. 4/4/2026 00 1 dq N 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." � rr I have read the above and state that neitherb a109 MOO- 1� « (Respondent's name) nor any Affiliate has been placed on the convicted vendor list within the last thirty-six (3,P) months. (Sig atu ......rv,. Date: STATE OF: ND COUNTY OF: f Subscribed and sworn t (or affir d) before pe, y means of physical presence or ® online notar' ation, on the day of v �.�m.� ( 'e) y me or has produced (name of affiant). He/She is � y rso all k n ... (type of identification) as identification. NOTARY PUB ,'. (SEAL) My Commission Expires: qjjx�� Notary Public State of Florida Arliet Vita My Commission 1111 HH 249109 EXp. 4/4/2026 I i i 18 ti d N VENDOR CERTIFICATION REGARDING SCRUTINIZED COMPANIES LISTS Project Description(s): on i --Pu 11511. Respondent Vendor Name: Vendor FEIN: Vendor's Authorized RepresentaXjve Name and Title. I Address: ] City: I State: Zip: Phone Number ..,, .. �m�ailAdd�ress� 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: I 0-�, �ho is authorized to sign on behalf of the abov r eren d Authorized Sign ure: Print Na e: Title: 1 Note: The List are available at the following Department of Management Services Site: i� IfJVmIVV#6.k.tllYl!`�„I.d 1141( 'Y 4).!{ V4��I�•,, /� % 4 wh . 19 00 Iq 04 AFFIDAVIT ATTESTING nQNONCOERCIV CONDUCT FOR LABOR OR SERVICES Entity/Vendor Na e:, Vendor FEIN: C SW ity: Tfl State:, Z i p: Phone Number:' lie& As a nongovernmental entity executing,renewing,or extending a contract with a government entity,Vendor is required to provide uo affidavit under penalty of perjury attesting that Vendor does not use coercion for labor or services in accordance with Section 7D7.O6, Florida Statutes. &s defined in Section 787.06(2)(u)`coercion means: l. Using orthmu6nQtu use physical force against any person; 2. Restraining,isolating,or confining or threating to restrain, isolate,or confine any person without lawful authority and against her o,his will; 3. Using lending or other credit methods to establish a debt by any person when labor o, services are pledged as u security for the dc6«, if the value of the labor or services as o:uuonub\y assessed is no, applied tovvun6 the liquidation of the debt, the length and nature of the labor o, service are no, respectively limited and defined; 4. Destroying, concealing, removing, confiscating, withho\din&, o, possessing any uotuu| or purported pusuport, visa, or other immigration dooument, o, any other uotuu| or purported government identification document,o[any person; 5. Causing orthou6nQto cause financial harm to any person; 6. Enticing or luring any person by fraud or deceit;o, 7. Providing a controlled substance as outlined in Schedule I or Schedule 11 of Section 893.03 to any person for the purpose o[exploitation of that person. As a person authorized to sign on behalf of Vendor, I certify under penalties of perjury that Vendor does not use coercion for labor or services in accordance with Section 787.06. Additionally, Vendor has reviewed Section 787.06, Florida Statutes,and agrees,ou6idrby same. Certified B .who is authorized to sign on behalf of the abo e referenc company. Authorized Sign ture: Print Nam� 20 l r 00 tV FOREIGN ENTITIES AFFIDAVIT F.S.287.138 I, 1 of the city of®_ 1 according to law on my oath,and under penalty of perjury,depose and say that: 66 UJ a. am Apf-) of the firm of (Qo Entity ),the Firm making the Proposal for the project described in this Agreement for replacement of the columns on the Pavilion at the Key Largo Community Park and that I executed the said proposal with full authority to do so; b. The Entity is not owned by the government of a foreign country of concern as defined in Section 287.138, Florida Statutes. (Source:§287.138(2)(a),Florida Statutes); C. The government of a foreign country of concern does not have a controlling interest in Entity. (Source:§287.138(2)(b), Florida Statutes); d. Entity is not owned or controlled by the government of a foreign country of concern,as defined in Section 692.201, Florida Statutes. (Source:§288.007(2), Florida Statutes); e. Entity is not a partnership,association,corporation,organization,or other combination of persons organized under the laws of or having its principal place of business in a foreign country of concern, as defined in Section 692.201,Florida Statutes,or a subsidiary of such entity.(Source:§288.007(2), Florida Statutes); f. Entity is not a foreign principal, as defined in Section 692.201, Florida Statutes. (Source: § 692.202(5)(a)(1), Florida Statutes); g. Entity is in compliance with all applicable requirements of Sections 692.202,692.203,and 692.204, Florida Statutes. h. (Only applicable if purchasing real property) Entity is not a foreign principal prohibited from purchasing the subject real property.Entity is either(a)not a person or entity described in Section 692.204(1)(a), Florida Statutes, or (b) authorized under Section 692.204(2), Florida Statutes, to purchase the subject property. Entity is in compliance with the requirements of Section 692.204, Florida Statutes.(Source:§§692.203(6)(a),692.204(6)(a), Florida Statutes) i. 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. I (Signatur I ti Date: 10 STATE OF: "T IU n t/1 r COUNTY OF: 1 back Subscribed and sworn to(or affirmed)before me, by means of physical presence or❑online notarization, on 61�N Y (date)by (name of affiant). He/She is personally known me or has produced T (type of identification)as identification. I NOTARYPUB C Notary Public State of Florida My Commission Expires: i Arliet Vita My Commission IIII HH 249109 EXp. 4/4/2026 21 N 0 N INSURANCE AGENT'S STATEMENT have reviewed the above requirements with the proposer named above. The following deductibles apply to the corresponding policy. POLICY DEDUCTIBLES 0 Liability policies are Occurrence Claims Made dhl, Ofs lix(ovef Insurance Agency SignAure Page 45 of 54 i CERTIFICATEwOF INSURANCE _....._. _. .___ _ ........ .w. .w.__.. ISSUE DATA_._. .._ _9/04/2024 THIS CERTIFICATE 0.ISSUED A8 A MATTER�INFORMATION ONLY AND CONFER8 NO RIGHTS UPON THE CERT�tCATE iIOIDER TNT CERTIFICATE DOE8 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 ),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER IMPORTANT:IF THE CERTIFICATE HOLDER IS AN ADDITIONAL INSURED,THE POL.ICY(IES)MUST BE ENDORSED.M WBROGATIONI 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 00 LIEU OF SUCH (S). .__. .... _.. _......_ ..o. PRODUCER ( OCOVERAGE _E••__�E ,,._.INSURER 81 AFFORDING CO......�...,��.............................VERAG ..............� ..�................,....... Neighbors Insurance Agency,Inc. INSURER A Mesa Underwriters Specialty Insurance Company 7149 West Flagler St ...............................� ...... .....� ...�„�,w..n .._r...........�. m� 11Wiarni,FL 33144 INSURER B:r NIA INSURED INSURER C. Precision Contractors of South,Florida INSURER D. 7751 SW 34th Terrace ....��................M.�w�......m..,........ .......................�..,...,........n,.�...M. .............,..... ........,.,................,.. ..................................._..,............,.... .. Miami,FL 33155 INSURER E. N/A .. COVERAGES ....................�w...��.,..,.............w.,.. ,,...��.��.�..............,.. IS IS TOCERTiFY ....................�.,.....��...,.,.� ...........,......,,...........� m..... ..... .....................................,,........ ........ ..w........,... .,. ,.........................w......,..... ..........�.,......�.... 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&§4".C�TYPE f F'"—.."._........................LICY ....._.,�.,...........................P— 16Yw......................._..., )LICY LIMITS........ ...w...................................„.....,.... MITTS LTI .. ....__..INSURANCE._.. NUMBER................... ............... T.__..__._......__..., EXPIRATION DA TE _EFFEE CTIVE DATE XP _�._. _.. ............ A GENERAL,LIAMUTY MP0009019009905 {{i 09/02f24 09/02/25 ..�.�....,.._..._�GENERAL,AI'XaRL°�(AT ........................_,_... ._�_�.. �„���._.......2, 0 00 PRODUCTS-COKOP A. ., _ ..........., 1. 000 ... "RS &ADV,INA.#RY 11 Iq EACH OCCURRENCE 1,000,000 /V! 100,000 EXPENSE .(Any ,,.......„,..�..w...,,,.,.,.n.. ..,.,.,.. MED BPERSONAL LJASIUTY .,, ..,....�,....,..�.................................. CX)4nSIHEi.I'b SIhY.......,....�.IkIIT ...,...,...,. .w,.,,.......,._.....,....................,,,...�..,...�.., GLF OTHERS E " �' " tl,kl OCCURRENCE ff NCE T�'$ ... P ar°Ess L ILI�. �.. ..w�._ .. � MEDICAL By . �� F PAYMENTS �.. .. ..,� ,., . ...... .� . _.,,... ..m tY b I 9.10. ACAAEGATE �_. WAN" KtkXYW�, ....... ..... .. ...._...�................................ . ..._...._......................._ ............ E PROPERTY SU113ING : ._.m .�,m ............ ....o.Po, .......... VN 'NT _....BUVNESS INNOIL.__........._...................._ i3 INSURANCE IS ISSUED PURSUANT TO THE FLORIDA SURPLUS LINES LAW.PERSONS INSURED BY SURPLUS LINES CARRIERS DO NOT HAVE THE PROTECTION OF THE FLORIDA GUARANTY ACT TO THE EXTENT OF ANY RIGHT OF RECOVERY FOR THE OBLIGATION OF AN INSOLVENT UNLICENSED INSURER. SURPLUS LINES INSURERS'POLICY RATES AND FORMS ARE NOT APPROVED BY ANY FLORIDA REGULATORY AGENCY. S. .W.�.ONI OF OPERAMNS .�_ SPECIALTY ITEMS Corbatftrs E ve Stoevosors ex E S m tr sub a ,m "r 0bukhr nBoard of I C aemni na di'mej tm s kth r I to al II QEx° ir��R it a- ur SURPLUS ..LINES..AGENT VIRGINIA CLANCY LICENSEII A206695 13577 FEATHERSOUND DRIVE PO BOX 17069 CLEARWATER.FLORIDA 33762 CERTIFICATE HOLDER SHOULD ANY OF� .®....��� ��. � �..��.�... T .�� BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL.._ ....HE ABOVE DESCRIBED POLK:IES BE CANCELLED BE DELIVERED IN rxCounty Board of County CommssOners ACCORDANCE WITH THE POLICY PROVISIONS, Key West,FL 3 AUTHORIZED SIGNATURE� 1100�S St 2483 CERTIFICATE OF LIABILITY IIINSURA,N�CE I �2�2I �M t tl CERTIFICATE IS ISSUED TT Of ONF I� TlluN'21INI CH IC A CONIFERS NO RIGHTS UPON THE RTIFNIt�AT HOLDER, THIS CERTWICATE DOES NOT AFFIRMAUVEll V OR NEGATIVELY , EXTEND ALTER THE COVERAGE AFFORDED BY THE POUCIIIES FUFIIwCNW rHIS CERTIFICATE CIIF INSURANCE NCE DOES NOT CONSTITUTE CONTRACT BETWEEN TFIF ISSUING* Ii Ct ' 4,'S), NNwt,NTIwNII21IU0 FGFIF -!Lf u;"FgvIE PIRODUICL1�:FC,ANDITHE CERTWICATE HOI.I DER IMPORTANT If the cwtiftate twoldw hs an ADI)FT"ZONAL INSURED,the Frmticy,(Ws)must have ADDITiONAL iNSJAJIRJED provisJoris rsr be endors&T 11 SUIRROGAT0N IS WAIVED, III ct to t tart"s mind candkitions of Ow;v#cy,copirtain pollicWis may requiro rura enclicirsernant, A statatinonil on tlhIs ciesdrIkake dovisnel v4"lIor .ts to 11"c rt0li hotdor to Nona of such IpwIR&W,' IrTr^JCI, U»mdnr 0_R.EORGE�1CT �L 191E IIGHB AS INSURANCE AGENCY � Fµ � tiAX � l �wLJLv�N AIL P'N C141Fo F1egWirt Sw TFa �r ru� rI TBulmrlruulmn�rvnmdronrrr 11 ny.lw ullwo WVWIAtd'Wr(4 AFlFORVI i,,,QV%RAQl,, 04AK0 Wowrin Flk,. 33144a�W uwl dk.d.OFVII°IlrNlft�'Po Ilnk UI IFNR L; IVatlkYLArMED Inawsiton Conkraiilairsul'1Tmut I>°umrnt r likswiftlMc 1161 S'W 34TH CI,I1; m1r 4W II�FmwF�r G+91�1ramll FL T'Lt1;"�Ls COVERAGES CERTIFICATE TIIFIIC T NUIINIII I I : _ _ _ _ _ E"IS81 ON II UMSE L I IHJ 1 1„%NIN b.IL„L1"0FY T'Id4a9l THE P1,yLJOlES CW h a,ff,;AN E L.II"mR1.0.) .R,,U IRr,rVE BEEN Lai,+➢,11 0 ro i l RIL„ INSURED ri F,FL ME II 4.F TraIC 0 nLIC r F Ttfi OD IND11CAJE h rSu0 rOV IN6 TUR S 1 ANY iiV,)1RII Rrr111NN1 I'l�af�,M 041 a:;(04 09R1014 O f ANY 1l,II tRA(R9 4,R11 T;THER 4J�r�`UVE NI WITH RESPECT`'ECT I1.7 io w'e�CH TN ' 9„�„Id"1"Po01"Or„'A'T . MAY 19NI Yw9,"94J191,4.9 I NTAY N'elE '`?rr IN, Wliti IfUiSURAN~N4":d A049rtlN' ED sy THE" W1ti'alll94"'41,"'S Dir""Sl„IW`V,rII1,0 II "'0`NEPlN IS wnN,. ul9h"d„,9' TO A,TO 'IHit,„ 'IE4rMS NFG,d.fLi4rdlo klrL<NrdRIfRJrN�9a,WW"11,F,INmF41. F'.:1L.VFONYm1qil✓° Rr� 1VIh9TRVFFtLaN�dFttl9d0..LAIRI'I^rF D("LwldFli1 irrlkra. ,,,, ,. ,. Fwnrrruu raver mra) IrI@ey„�, Fk,IRo rWr �, EM,"jo,r�f k,rNi aV;lafguF t ! 1aemRwl'„9p Ti'N9TN9rr4mR"T?'T _, .N.,wlrmr✓r-MAraR ir(..Qoun I I Y P U4N Jut��r G9»w�p��urA���ec It .. ... .. MID w N.W OwRlmwp,)U'54mw4 31 414Ut i1j'Arr N ?nPMfyi,MW5REgvATE 1 A40 AdIPIRJ1,a PE I I 'I Ck PII.6+dAl:,r4erJA'116niW 4E r... S a;y Irr^�{y➢�.,'W _1 Jmc 4ti74T: 4�PI i"m1,A,Uf,Pm k.,W4tl(a 9C Iwg UIuW"w"",� r ... w m .. Iwwr a irr4 d „Nn i.ulkn r — ,J tL l NA�rr N'rk J N'V rNaa rr"r N I'� rmu u!u„r,or aukemm,rowdwnlm r010,u,row VR ,Ir rl muv 1 509,>'B,�KA-6 001 '11102124 � C75/02/25" 0,0CM,Y 0uum�,r �( o w i r 4o,1a oruWm Owl raPo Nc0l a I'W)N 1 Na lk II Id41 R Y W rurUural a"�w^ n .....�94V 41 W ....... Av Y e4,r f"'PU1l nr .,.,.:..��............... ...�.... � ...,.......... w�� . .. ................................. .........: iw�R&�Iv .R� ;arr�r;�l,vN� I ytl��'nayn,,mwWrwiuuiF L r......a It M 4y5r rr7L 04, I ru;rt,u,�q., rmrrF rr��w�u�� r�bFl llM`r bNr,^� a�w�.ti rl�q�'b40 _� �� m I li a4N nr F AlllPK Trr Nmr�H amW+��4 of t I /A } �a IIIpNmw� lw,raamr Wm"Hn �.`", J ..."' r L 011,4N,A r EA t Iw-mow U.24 "E 4 4n AA.N4...Iw ut N klNl4.�...'R... WAW IDVW1rW.ww P IFIO N OF mWrwrr:PmmmrW&k r LOCATIONS N VERMLIES iArJQRD'ii0k AAW1 Bwoovu1 mau,W Rao rwm 0""tax he MRAIWON"II rr wm aw sodoo 641 u"u»rarv4r@ 0!ru woe County Board of C,m,rw l y Cmammurmo wornw F is fiVed r N,iwn A,M11iumnM housed ,. LLA SHOULD ANY OF THE ABOVE DESCFRIKED PCK)lC,IVES OF CANuaCE ED REFllrlRE TW� EXPIRAnON DATE; THEREOF, NOTICE WtLL BE DELIVERED IN Monroe County Board of County Commissioners ACCORIDANU 0TWTHE POk.IV 'M F u 0l 11 00 1100 Simonton St. Key West,Ficrida 33O40 Ai, TA WIVE . ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ..w. ,,,,,, . ._,._ _ . _ _ _ ..�.�....� ..._ �� _� ,...... 21 t� •2 I IL4 C� —CORPORATION, Ails rights reserved, ACOAD 2 (2 1 1 � The ACORD naime and UNr lal air@ reglatered rrmairks,of AI ' RRD 2484 JIMMY PATRONIS CHIEF FINANCIAL.OFFICER STATE OF FLORIDA DEPARTMENT OF FINANCIAL SERVICES DIVISION OF WORKERS'COMPENSATION *•CER°TiF ICATE OF ELECTION TO BE EXC4.APT F.90'.0 FLO.910A:'JOB 1:CE17S'CO 110,01SA TION LAW CONSTRUCTION INDUSTRY EXEMPTION This certifies that the individual listed below has elciUcd to be exompf fron-, n ridu Coy ipcn�4ion law. EFFECTIVE DATE: 9/29/2024 EXPIRATION DATE: 9/29/2026 PERSON: JOSE R GAMEZ EMAIL: ARLIETVITAQAOL.COM FEIN: 823876447 BUSINESS NAME AND ADDI:ESS: PRECISION CONTRACTORS OF SOUTH FLORIDA, INC. 7761 SW 34TH TER MIAMI, FL 33155 This certificate of election to be exempt is NOT a license issued by the Department of Business and Professional Regulation.To determine if the certificate holder is required to have a license to perform work or to verify the license of the certificate holder,go to www.myfloridalicense.com. IMPORTANT:Pursuant to subsection 440.05(13),F.S.,an officer of a corporation who elects exemption from this chapter by filing a certificate of election under this section may not recover benefits or compensation under this chapter.Pursuant to subsection 440.05(11),F.S.,Certificates of election to be exempt issued under subsection(3)apply only to the corporate officer named on the notice of election to be exempt.Pursuant to subsection 440.05(12),F.S.,notices of election to be exempt and certificates of election to be exempt shall be subject to revocation if,at any time after the filing of the notice or the issuance of the certificate,the person named on the notice or certificate no longer meets the requirements of this section for issuance of a certificate.The department shalt revoke a certificate at any time for failure of the person named on the certificate to meet the requirements of this section. DFS-F2-DWC-252 CERTIFICATE OF ELECTION TO BE EXEMPT E01974913 QUESTIONS?(850)413-1609 RULE 69L-6.012, F.A.C.REVISED 01/2023 2485 ATTACHMENT C 2024 - 2025 MIAMI-DADE - STATE OF FLORIDA LOCAL BUSINESS TAX PRECISION CONTRACTORS OF SOUTH FLORIDA, INC. 2486 I11111111111111111111111111 MIAMI-DADE COUNTY - STATE OF FLORIDA N/A December 10,2024 MIAMFDADE LOCAL BUSINESS TAX RENEWAL 7340258 2024 -2025 APPLICATION RECEIPT.7632735 STATE#CGC1531875 DBA/BUSINESS NAME: BUS.COMMENCEMENT DATE:12/28/2017 PRECISION CONTRACTORS OF SOUTH FLORIDA INC SEC TYPE OF BUSINESS BUSINESS LOCATION: BLDG1 GENERAL BUILDING CONTRACTOR 7761 SW 34TH TER 1 MIAMI,FL 33155-3523 OWNER/CORP. APPLICATION DETAILS PRECISION CONTRACTORS OF SOUTH FLORIDA INC FEE AMOUNT C/O ALEX J GONZALEZ QUALIFIER Receipt Fee 30.00 PHONE# 786-759-3555 UMSA Fee 30.00 7761 SW 34TH TER Beacon Council Fee 15.00 MIAMI,FL 33155-3523 Bingo Permit Fee 0.00 Nightclub Permit Fee 0.00 Multi-Municipal Contractor Fee 0.00 Restricted Contractor Fee 0.00 Library Fee 0.00 N Transfer Fee 0.00 AICS CODE: 2389 Doing Business without a License Penalty 0.00 Print Blocking Flags: Late Penalty 0.00 Collection Cost 0.00 Addt'I Doc Description: State/County License or Certificate NSF Fee 0.00 Prior Years Due 0.00 Amount Recently Paid - 75.00 TOTAL AMOUNT DUE: 0.00 ................................................................................................................................................................................................................................................................................................................. To pay online go to https:/Imiamidade.county-taxes.com If no longer in business, please notify us in writing. To pay by mail, make check payable to: Review and correct the information shown on this application. Miami-Dade County Tax Collector A 25%penalty will be assessed to anyone found operating Business Tax without a paid local business tax, in addition to any other 200 NW 2nd Avenue,3rd Floor penalty provided by local ordinance(Sec 8A-176(2)). Miami FL 33128 To pay in person go to: A Certificate of Use and/or City Business Tax 200 NW 2nd Avenue, 1st Floor Receipt may also be required. (305)270-4949 local.businesstax@miamidade.gov A service fee of not less than$25.00 up to a minimum of 5%will be charged for all returned checks. ................................................................................................................................................................................................................................................................................................................. t RETAIN FOR YOUR RECORDS t MIAMI-DADE COUNTY- 1 DETACH HERE AND RETURN THIS PORTION WITH YOUR PAYMENT 1 N/A December 10,2024 STATE OF FLORIDA LOCAL BUSINESS TAX RENEWAL RECEIPT.7632735 2024 -2025 APPLICATION STATE#CGC1531875 7340258 BUSINESS LOCATION: 7 + 7 6 3 z 7 3 5 + 2 0 2 5 7761 SW 34TH TER MIAMI,FL 33155-3523 Scan to pay BUS.COMMENCEMENT DATE:12/28/2017 SEC TYPE OF BUSINESS OWNER/CORP. 0 0 BLDG1 GENERAL BUILDING CONTRACTOR PRECISION CONTRACTORS OF SOUTH FL 1 APPLICATION IS HEREBY MADE FOR A LOCAL BUSINESS TAX RECEIPT OR PERMIT FOR THE BUSINESS PROFESSION OR C/O ALEX J GONZALEZ QUALIFIER OCCUPATION DESCRIBED HEREON.I SWEAR THAT THE INFORMATION IS TRUE AND CORRECT. 0 • , PRECISION CONTRACTORS OF SOUTH FLORIDA INC C/O ALEX J GONZALEZ QUALIFIER 7761 SW 34TH TER SIGNATURE REQUIRED SEE INSTRUCTIONS ABOVE MIAMI,FL 33155-3523 Please pay only one amount.The amounts due after Sept 30th Include penalties per FS 205.053. If Received By Dec 31,2024 Jan 31,2025 Feb 28,2025 Mar 31,2025 Please Pay $0.00 $0.00 $0.00 $0.00 7000000000000000000000007632735202500000007500000000000001 2487 ATTACHMENT D 2024 FLORIDA PROFIT CORPORATION ANNUAL REPORT PRECISION CONTRACTORS OF SOUTH FLORIDA, INC. 2488 2024 FLORIDA PROFIT CORPORATION ANNUAL REPORT FILED DOCUMENT#P17000101249 Mar 06, 2024 Entity Name: PRECISION CONTRACTORS OF SOUTH FLORIDA, INC. Secretary of State 5587541758CC Current Principal Place of Business: 7761 SW 34TH TER MIAMI, FL 33155 Current Mailing Address: 7761 SW 34TH TER MIAMI, FL 33155 US FEI Number: 82-3876447 Certificate of Status Desired: No Name and Address of Current Registered Agent: GAMEZ,JOSE R 7761 SW 34TH TER MIAMI,FL 33155 US The above named entity submits this statement for the purpose of changing its registered office or registered agent,or both,in the State of Florida. SIGNATURE: Electronic Signature of Registered Agent Date Officer/Director Detail : Title P Title OFFICER Name GAMEZ,JOSE R Name GONZALEZ,ALEX J. Address 7761 SW 34 TER Address 7761 SW 34TH TER City-State-Zip: MIAMI FL 33155 City-State-Zip: MIAMI,FL 33155 FL 33155 1 hereby certify that the information indicated on this report or supplemental report is true and accurate and that my electronic signature shall have the same legal effect as if made under oath;that 1 am an ofioer or director of the corporation or the receiver or trustee empowered to execute this report as required by Chapter 607,Florida Statutes;and that my name appears above,or on an attachment with all other like empowered. SIGNATURE:JOSE R. GAMEZ PRESIDENT 03/06/2024 Electronic Signature of Signing Officer/Director Detail Date 2489 ATTACHMENT E FLORIDA DEPARTMENT OF BUSINESS & PROFESSIONAL REGULATIONS PRECISION CONTRACTORS OF SOUTH FLORIDA, INC. 2490 0 C II A S II Il Ik r. 0 0 14a.II II 6 A F,"A Ida Y" JW Ikir.IN-i III 0 U q & 4,,0 `rrSII0INtA,Il t G U A 0 `4 ul 11JL"I COVIAC1 LIS `,,A�YACCI J�N GNLJINE. SERVCEES LJCE NSE E'. ME FTA L.S 1:47:31 PM 1211012024 Apply ft)iI a [Jceinse Licensee Information Verity cersee Name: GONZALEZ,A..LE X JASON (Primary Name) PRECISION CONTRACTORS OF SOUTH View IFood&III.odging Illlrnsl ections FLORIDA, INC. (DBA Name) File a C oirriplaint Main Address: 15733 SW 43 TER MIAMI Florida 33185 C ontinuing Education C ouirse County: DADE Search View Application Status License Location: 7761 SW 34 TER MIAMI FL 33155 Find l:Aairn linforimiation County: DADE Lhrflhicensed AdWity 1Ceairc.1 i License Information AB&F1[)dhhnqueint Invoice&Activity L ist Search License Type: Certified General Contractor Rank: Cert General License Number: CGC1 531875 Status: Current,Active Licensure Date: 03/24/2022 Expires: 08/31/2026 Special Qualification Effective Qualifications Construction 03/24/2022 Business Alternate Names Vlie w FRelated Liceinse linforimiation Vlie w Liceinse C oirriplaint 2601 Blair Stone Road,Tallahassee FIL 32399::Email:Customer Contact Center::Customer Contact Center:850.487.1395 The State of Florida is an AA/EEO employer.Copyright @2023 Department of Business and Professional Regulation-State of Florida.Privacy Statement Under Florida law,email addresses are public records.If you do not want your email address released in response to a public-records request,do not send electronic mail to this entity.Instead,contact the office by phone or by traditional mail.If you have any questions,please contact 2491 50.47.1395.'Pursuant to Section 455.275(1),Florida Statutes,effective October 1,2012,licensees licensed under Chapter 455,F.S.must provide the Department with an email address if they have one.The emails provided may be used for official communication with the licensee. However email addresses are public record.If you do not wish to supply a personal address,please provide the Department with an email address which can be made available to the public.Please see our Chapter 455 page to determine if you are affected by this change. 2492 Monroe County Purchasing Policy and Procedures ATTACHMENT D.5 COUNTY ADMINISTRATOR CONTRACT.SUMMARY FORM FOR CONTRACTS $1r00,000.00 and Under Tarkett Use Inc. Effective Date: TBD Expiration Date: Contract Purpose/Description: Project#940310 Flooring Proposal For Monroe Co-Gato Building Office-Labor Contract is Original Agreement Contract Amendment/Extension Renewal Contract Manager: William DeSantis 4307 Facilities Maintenance I Stop#9C CONTRACT COSTS Total Dollar Value of Contract: $ 17,999.72 Current Year Portion: $ (must be$100,000.00 or less) (If multiyear agreement then requires BOCC approval,unless the iowl ainni.hliir c is 1 00.000.00 or I ss). Budgeted? Yes■❑ No ❑ Grant: $ 17,999.72 County Match: $ N/A Fund/Cost Center/S end Cate o : 125-06067-00061 1 GNT-00000205 PROJ-00000187 ADDITIONAL COSTS Estimated Ongoing Costs: $ /yr For: (Not included in dollar value above) (e.g.maintenance,utilities,janitorial,salaries,etc.) Insurance Required: YES 0 NO ❑ As part of the"piggyback"Minnesota Contract CONTRACT REVIEW Reviewer Date In Department Head Signature: William Desantis Patricia Eables Digitally signed by Patricia Eables County Attorney Signature: Date''2024 12'1713''34''09-05'00' Jaclyn Flatt Digitally signed by Jaclyn Platt Risk Management Signature: Date''2024'12'1713''47''39-05'00' Purchasing Signature: Lisa Abreu Digitally s Date 2024 signed Abreu '. . . 15'.01'.35-05'00' John Quinn Digitally signed by John Quinn OMB Signature: Date'.2024.12.17 15'.56'.29-05'00' Comments: Revised BOCC 4/19/2023 Page 84 of 105 2493 Tarkett Project# 940310 1112712024 Chrissy Collins/Willie DeSantis 940310 Monroe Co Gato Building Office RE: Flooring Proposal for: 940310 Monroe Co-Gato Building Office We are pleased to provide the following quotation for the above referenced facility. Pricing is based on the Tarkett/Sourcewell Contract 4061323. SCOPE OF WORK: Stvle Color Name Color# Quantity UoM Unit Price Line Total LABOR Carpet Installation-Modular Tile 179 YD2 @ $ 8.25 $ 1,476.75 Install Primer 1,603 FT2 @ $ 0.93 $ 1,490.79 Base(up to 4")-FURNISH AND INSTALL 360 FT @ $ 3.38 $ 1,216.80 Carpet Removal-Direct Glue 179 YD2 @ $ 4.05 $ 724.95 Removal and Disposal of Cove Base 360 FT @ $ 0.57 $ 205.20 Adhesive Removal 1,603 FT2 @ $ 1.10 $ 1,763.30 Major Floor Preparation(to include self-leveling)-Material Only (55sft per 554 bag) 2,000 FT2 @ $ 1.54 $ 3,080.00 Major Floor Preparation-(to include self-leveling) Labor Only (55sft per 554 bag) 2,000 FT2 @ $ 1.54 $ 3,080.00 Transition Strips and Labor 12 FT @ $ 4.25 $ 51.00 Hourly Labor 11 HRS @ $ 204.54 $ 2,249.94 Stage Inside Delivery 2 HRS @ $ 61.26 $ 122.52 Mileage Reimbursement 600 EA @ $ 0.87 $ 522.00 Hotel/Motel 7 EA @ $ 192.76 $ 1,349.32 Food(per Diem) 11 EA @ $ 60.65 $ 667.15 Subtotal $ 17,999.72 Estimated Sales Tax $ - TOTAL $ 17,999.72 NOTES: 1. Field measure and estimated quantities by: Nick McCalla Icon Floors d.d.d P d'SIO S)ouuullo"s"IJpcclfua:audllw inclluudcd in Ohc aullaovc'wo�pc s4 muofla)r Protection of Floors Attic Stock Night/Weekend Labor Dumpster Cost Bonding Cost Mats Preformed Comers Trip Charges Removal&Disposal Resilient Flooring Stair Materials Extensive Floor Preparation Furniture Moving Asbestos Abatement Sales Tax Carpet Cleaning Cleaning/Waxing of Resilient Border Carpet I Iiali'0 S 01 1PA'd''ObII "d'I: (Scen6jed to CV"edif Adriru°m>aud) dFof q)idaros I All Matcri' tlk and f,rJ r .Pa C'Y Inch duc V,lthin t6 rmll 'o c wh invoicc(YlfhrmcriIds V'ill be ltYv'7iccd upon�'hipYIncnt,labor V,ill be ltYvviccd I1lmfl C7IRplction or i",1 hi"'Cd). 1.Change Orders:Any work not included in the above scope of work will require a signed change order before work can be performed. 2.Term of Quote:Prices given are firm for sixty days from proposal date. 3.Lead Times:Please note that we are a made to order mill and we cannot commence production until a signed PO or contract is received. Note that normal lead times are as follows: • Fast Track Carpets,two weeks plus shipping; • Running Line Carpets,four to six weeks plus shipping; 1 2494 Tarkett Project# 940310 1112712024 • Custom Carpets,six to eight weeks plus shipping; • Lead times are approximate and do not start until after the purchase order or fully-executed contract is received. 4.Floor Preparation:Additional floor preparation may be required as a result of an unforeseen condition of the floor.Costs associated with this floor preparation will be negotiated on a job-to-job basis.Our products perform properly when installed on floors that are free of dirt,oil,paint and excessive moisture.Floors that have moisture readings greater than the manufacturer specified tolerance will not meet specification and will require further curing time or treatment prior to carpet installation. We recommend only wet scraping or mechanical removal of all non-water based adhesives. 5.Asbestos Abatement:This quote DOES NOT include asbestos abatement.Neither we nor our installers are responsible for the handling,removal or abatement of asbestos contained floor material or adhesive.Further,our policy is to request an Asbestos Hazard Emergency Response Act(AHERA)report prior to proceeding with any floor material or floor adhesive removal.We and our installers consider it the owner's responsibility to produce this report prior to executing this contract. If any chemical stripping agents such as those commonly used in asbestos abatement have been used,we and our installers may require additional measures be taken prior to installation of any product.These measures may affect the price of this quote.Please contact our Technical Services Department at 800/248-2878 ext.2129 for more details. Please indicate your acceptance of this proposal by returning your signed purchase order,or fully-executed contract via fax to 706/260-3005.Please address it to my attention.Should you have any questions,please call me at 800/248-2878. We look forward to working with you on this project. Sincerely, MtcheU 80�01 Tke Cou v�,t�Accepts tke Above-Proposal.: Michelle Boyd Account Coordinator MONROE COUNTY,FLORIDA Source One Department By: County Administrator or Designee MONROE COUNTY ATTORNEY'S OFFICE EC3A5 fCSARPw1 PATRICIA 6EES ASSISTANT COUNTY ATTORNEY Am 12/1 (7 2024e_�, 2 2495 Tarkett Resillient III it Contact IRIBIM IFIii Effective: J Illy 1, 2024 -to Juine 30, 2025 Find User Backing ing Discount Off Price Per Styie Cade Styie Description Cade Backing Description List Price List Price 4Uom u0 11648 2nd Power II CCU ethos@ Modular with Orrmicoat $8.24 40.13% $34.87 SY 11648 2nd Power II C;F Flex Aire@ Cushion $9.y2 39.27% $36.1 n SY 11648 2nd Power II C R Flex Aire@ Cushion RS $60.79 38.44% $37.42 SY 11648 2nd Power II M Powerhaond Cushion $y2.7 y 40.88% $31.19 SY 11648 2nd Power II MR Powerhaond Cushion RS $4.02 39.91% $32.46 SY 02578 Abrasive Action II CCU ethos@ Modular with Orrmicoat $132.00 43.02% $7 n.21 SY 02578 Abrasive Action II C;F Flex Aire@ Cushion $133.28 42.61% $76.49 SY 02578 Abrasive Action II C R Flex Aire@ Cushion RS $134.y y 42.21% $77.76 SY 02578 Abrasive Action II M Powerhaond Cushion $112.81 44.36% $62.77 SY 02578 Abrasive Action II MR Powerhaond Cushion RS $114.393 43.86% $64.04 SY 04255 Accentuate CCU ethos@ Modular with Orrmicoat $6 y.64 4 y.01% $36.10 SY 04255 Accentuate C;F Flex Aire@ Cushion $66.91 44.1% $37.37 SY 04255 Accentuate C R Flex Aire@ Cushion RS $68.19 43.33% $38.6 n SY 04255 Accentuate M Powerhaond Cushion $9.7 y 46.42% $32.02 SY 04255 Accentuate MR Powerhaond Cushion RS $61.02 4 y.4% $33.29 SY 03026 Aftermath II CCU ethos@ Modular with Orrmicoat $y1.13 38.02% $31.67 SY 03026 Aftermath II C;F Flex Aire@ Cushion $y2.38 37.10% $32.9 n SY 03026 Aftermath II C R Flex Aire@ Cushion RS $y3.6 y 36.22% $34.22 SY 03026 Aftermath II M Powerhaond Cushion $44.40 39.26% $26.97 SY 03026 Aftermath II MR Powerhaond Cushion RS $4 y.67 38.16% $28.24 SY 11016 Aggregate CCU ethos@ Modular with Orrmicoat $38.17 33.27% $2 n.47 SY 11016 Aggregate C;F Flex Aire@ Cushion $39.4 y 32.19% $26.7 n SY 11016 Aggregate C R Flex Aire@ Cushion RS $40.72 31.18% $28.02 SY G00 y2 Aida Cloth CSC; ethos@ Modular with Orrmicoat $6 y.y3 33.06% $43.8 n SY 11613 Alight Edit CCU ethos@ Modular with Orrmicoat $33.41 30.12% $23.3 n SY Tnrkett u9A.lru. I11,16l� Is frn ��rsLerlal 0i"Bly f�r.lgltf Is i�0L li"BcIG�c r.ci (,��������Airr��ra�6 d Urkeit S.I.ri,01-1 A.A.1319 (F��i�i)F��;na-F��;ne ���JC��?1 CDC 3a:.� 2496 SouircewdHI Contract # 061323 IFFU ex1p: 8/9/2027 Tarkett Illlia INumber: 168119 Tarkett IResillient III N: SIPA Required - Contact IRIBIM 11F)ii Effective: Ju Illy l, 2024 -to Juine 30, 2025 ji NEN= SEEM End User Backing Discount Off Price Per Styie Code Styie Description Code Backing Description List Price List Price Uom u0m 11613 Alight Edit CF Flex Aire@ Cushion $34.68 29.01% $24.62 SY 11613 Alight Edit CR Flex Aire@ Cushion RS $35.96 27.98% $25.90 SY G0043 Alliurn GC ethos@ Modular with Orrmicoat $105.14 50.86% $51.66 SY 04655 Angulate GU ethos@ Modular with Orrmicoat $91.65 46.29% $49.23 SY 04655 Angulate CF Flex Aire@ Cushion $92.92 45.65% $50.50 SY 04655 Angulate CR Flex Aire@ Cushion RS $94.20 45.03% $51.78 SY 04655 Angulate M Powerbond Cushion $77.87 47.11% $41.18 SY 04655 Angulate MR Powerbond Cushion RS $79.14 46.35% $42.46 SY 02803 Applause III GU ethos@ Modular with Orrmicoat $63.73 42.12% $36.89 SY 02803 Applause III CF Flex Aire@ Cushion $65.00 41.29% $38.16 SY 02803 Applause III CR Flex Aire@ Cushion RS $66.28 40.50% $39.44 SY 02803 Applause III M Powerbond Cushion $54.09 43.26% $30.69 SY 02803 Applause III MR Powerbond Cushion RS $55.36 42.26% $31.96 SY 04837 Assertive Action GU ethos@ Modular with Orrmicoat $99.40 42.97% $56.69 SY 04837 Assertive Action CF Flex Aire@ Cushion $100.67 42.43% $57.96 SY 04837 Assertive Action CR Flex Aire@ Cushion RS $101.95 41.90% $59.24 SY 04837 Assertive Action M Powerbond Cushion $87.73 43.42% $49.64 SY 04837 Assertive Action MR Powerbond Cushion RS $89.01 42.80% $50.91 SY 04838 Assertive Rib GU ethos@ Modular with Orrmicoat $103.86 46.51% $55.55 SY 04838 Assertive Rib CF Flex Aire@ Cushion $105.14 45.95% $56.83 SY 04838 Assertive Rib CR Flex Aire@ Cushion RS $106.41 45.40% $58.10 SY 04839 Assertive Stria GU ethos@ Modular with Orrmicoat $119.14 48.67% $61.15 SY 04839 Assertive Stria CF Flex Aire@ Cushion $120.41 48.16% $62.42 SY 04839 Assertive Stria CR Flex Aire@ Cushion RS $121.69 47.65% $63.70 SY 04839 Assertive Stria M Powerbond Cushion $101.61 49.10% $51.71 SY Tn,k,2t(uSA.Iri,,, ::11,16lig is '01, maLerlal 0111y, frelghL is 10L 30000 Ai,,.,a Rd S.I.ri,01-1441319 (na) 6 Page 2 of 39 Urkeft 2497 SouircewdHI Contract # 061323 IFFU ex1p: 8/9/2027 Tarkett Illlia INumber: 168119 Tarkett IResillient III N: SIPA Required - Contact IRIBIM IlDirlding Effective: Ju Illy l, 2024 -to Juine 30, 2025 ji IIIIIIIIIIIIIIIIIJIM EEN= SEEM End User Backing Discount Off Price Per Styie Code Styie Description Code Backing Description List Price List Price Uom u0m 04839 Assertive Stria MR Powerbond Cushion RS $102.88 48.49% $52.99 SY A0044 Attract GIJ ethos@ Modular with Orrmicoat $50.44 31.78% $34.41 SY A0044 Attract CF Flex Aire@ Cushion $51.71 30.99% $35.69 SY A0044 Attract CR Flex Aire@ Cushion RS $52.99 30.25% $36.96 SY 04840 Avant GIJ ethos@ Modular with Orrmicoat $80.48 48.69% $41.30 SY 04840 Avant CF Flex Aire@ Cushion $81.75 47.93% $42.57 SY 04840 Avant CR Flex Aire@ Cushion RS $83.03 47.19% $43.85 SY 04840 Avant M Powerbond Cushion $74.52 50.68% $36.76 SY 04840 Avant MR Powerbond Cushion RS $75.80 49.82% $38.03 SY 11339 Balance GIJ ethos@ Modular with Orrmicoat $44.22 36.59% $28.04 SY 11339 Balance CF Flex Aire@ Cushion $45.49 35.57% $29.31 SY 11339 Balance CR Flex Aire@ Cushion RS $46.77 34.60% $30.59 SY 11826 Balancing Accents GIJ ethos@ Modular with Orrmicoat $58.77 30.55% $40.81 SY 11826 Balancing Accents CF Flex Aire@ Cushion $60.04 29.90% $42.09 SY 11826 Balancing Accents CR Flex Aire@ Cushion RS $61.32 29.28% $43.36 SY 11825 Balancing Act GIJ ethos@ Modular with Orrmicoat $58.77 30.55% $40.81 SY 11825 Balancing Act CF Flex Aire@ Cushion $60.04 29.90% $42.09 SY 11825 Balancing Act CR Flex Aire@ Cushion RS $61.32 29.28% $43.36 SY 11471 Blockade GIJ ethos@ Modular with Orrmicoat $59.43 38.58% $36.50 SY 11471 Blockade CF Flex Aire@ Cushion $60.70 1 37.77% $37.78 SY 11471 Blockade CR Flex Aire@ Cushion RS $61.98 36.99% $39.05 SY 11471 Blockade M Powerbond Cushion $50.13 40.31% $29.92 SY 11471 Blockade MR Powerbond Cushion RS $51.41 39.31% $31.20 SY A0002 Cache Tweed GIJ ethos@ Modular with Orrmicoat $54.30 39.49% $32.86 SY A0002 Cache Tweed CF Flex Aire@ Cushion $55.58 38.59% $34.13 SY Tn,k,2t(uSA.Iri,,, ::11,16lig is '01, maLerlal 0111y, frelghL is 110L 30000 Ai,,.,a Rd S.I.ri,01-1441319 (na) 6 Page 3 of 39 Urkeft 2498 SouircewdHI Contract # 061323 IFFU ex1p: 8/9/2027 Tarkett Illlia INumber: 168119 Tarkett IResillient III N: SIPA Required - Contact IRIBIM IlDirlding Effective: Ju Illy l, 2024 -to Juine 30, 2025 ji IIIIIIIIIIIIIIIIIJIM EEN= SEEM End User Backing Discount Off Price Per Styie Code Styie Description Code Backing Description List Price List Price Uom u0m A0002 Cache Tweed CR Flex Aire@ Cushion RS $56.85 37.72% $35.41 SY A0002 Cache T weed M Powerbond Cushion $48.41 38.00% $30.01 SY A0002 Cache Tweed MR Powerbond Cushion RS $49.69 37.03% $31.29 SY 11359 Capture GIJ ethos@ Modular with Orrmicoat $39.04 34.42% $25.60 SY 11359 Capture CF Flex Aire@ Cushion $40.32 33.33% $26.88 SY 11359 Capture CR Flex Aire@ Cushion RS $41.59 32.31% $28.15 SY 04843 Cartography GIJ ethos@ Modular with Orrmicoat $66.87 47.25% $35.28 SY 04843 Cartography CF Flex Aire@ Cushion $68.15 46.36% $36.55 SY 04843 Cartography CR Flex Aire@ Cushion RS $69.42 45.51% $37.83 SY 04843 Cartography M Powerbond Cushion $63.66 48.07% $33.06 SY 04843 Cartography MR Powerbond Cushion RS $64.94 47.12% $34.34 SY 11688 Celestial GIJ ethos@ Modular with Orrmicoat $45.77 35.88% $29.35 SY 11688 Celestial CF Flex Aire@ Cushion $47.05 34.91% $30.63 SY 11688 Celestial CR Flex Aire@ Cushion RS $48.32 33.99% $31.90 SY 11688 Celestial M Powerbond Cushion $40.53 31.49% $27.77 SY 11688 Celestial MR Powerbond Cushion RS $41.81 30.53% $29.04 SY 11689 Celtic Knot GIJ ethos@ Modular with Orrmicoat $45.77 35.88% $29.35 SY 11689 Celtic Knot CF Flex Aire@ Cushion $47.05 34.91% $30.63 SY 11689 Celtic Knot CR Flex Aire@ Cushion RS $48.32 33.99% $31.90 SY 11689 Celtic Knot M Powerbond Cushion $40.53 1 31.49% $27.77 SY 11689 Celtic Knot MR Powerbond Cushion RS $41.81 30.53% $29.04 SY 11183 Chain Reaction GIJ ethos@ Modular with Orrmicoat $68.56 39.76% $41.30 SY 11183 Chain Reaction CF Flex Aire@ Cushion $69.83 39.04% $42.57 SY 11183 Chain Reaction CR Flex Aire@ Cushion RS $71.11 38.34% $43.85 SY 11183 Chain Reaction M Powerbond Cushion $58.36 41.56% $34.11 SY Tn,k,2t(uSA.Iri,,, 11,16lig is '01, maLerlal 0111y, frelghL is 110L 30000 Ai,,.,a Rd S.I.ri,01-1441319 (Fa) 6 Page 4 of 39 Urkeft 2499 SouircewdHI Contract # 061323 IFFU ex1p: 8/9/2027 Tarkett Illlia INumber: 168119 Tarkett IResillient III N: SIPA Required - Contact IRIBIM IlDirlding Effective: Ju Illy l, 2024 -to Juine 30, 2025 ji IIIIIIIIIIIIIIIIIJIM EEN= SEEM End User Backing Discount Off Price Per Styie Code Styie Description Code Backing Description List Price List Price Uom u0m 11183 Chain Reaction MR Powerbond Cushion RS $59.63 40.67% $35.38 SY 03747 Change 11 GIJ ethos@ Modular with Orrmicoat $73.68 42.86% $42.10 SY 03747 Change 11 CF Flex Aire@ Cushion $74.96 42.13% $43.38 SY 03747 Change 11 CR Flex Aire@ Cushion RS $76.23 41.43% $44.65 SY 03747 Change 11 M Powerbond Cushion $66.95 47.19% $35.36 SY 03747 Change 11 MR Powerbond Cushion RS $68.23 46.31% $36.63 SY 03974 City Walk GIJ ethos@ Modular with Orrmicoat $39.45 42.37% $22.73 SY 03974 City Walk CF Flex Aire@ Cushion $40.72 41.05% $24.01 SY 03974 City Walk CR Flex Aire@ Cushion RS $42.00 39.80% $25.28 SY 04628 Code GIJ ethos@ Modular with Orrmicoat $90.59 46.42% $48.54 SY 04628 Code CF Flex Aire@ Cushion $91.86 45.77% $49.81 SY 04628 Code CR Flex Aire@ Cushion RS $93.14 45.15% $51.09 SY 11644 Color Spectrurn II GIJ ethos@ Modular with Orrmicoat $66.47 42.57% $38.17 SY 11644 Color Spectrurn II CF Flex Aire@ Cushion $67.74 41.77% $39.45 SY 11644 Color Spectrurn II CR Flex Aire@ Cushion RS $69.02 40.99% $40.72 SY 11644 Color Spectrurn II M Powerbond Cushion $61.06 45.25% $33.43 SY 11644 Color Spectrurn II MR Powerbond Cushion RS $62.34 44.32% $34.71 SY 11128 Colorknit GIJ ethos@ Modular with Orrmicoat $48.67 35.47% $31.40 SY 11128 Colorknit CF Flex Aire@ Cushion $49.94 34.57% $32.68 SY 11128 Colorknit CR Flex Aire@ Cushion RS $51.22 1 33.71% $33.95 SY 11128 Colorknit M Powerbond Cushion $48.32 40.40% $28.80 SY 11128 Colorknit MR Powerbond Cushion RS $49.60 39.36% $30.08 SY 11130 Colorrnap GIJ ethos@ Modular with Orrmicoat $54.00 38.21% $33.37 SY 11130 Colorrnap CF Flex Aire@ Cushion $55.27 37.32% $34.64 SY 11130 Colorrnap CR Flex Aire@ Cushion RS $56.55 36.48% 1 $35.92 SY Tn,k,2t(uSA.Iri,,, 11,16lig is maLerlal 0111y, frelghL is 110L lclu(��e(�i 30000 Ai,,.,a Rd S.I.ri,01-1441319 (na) 6 Page 5 of 39 Urkeft 2500 SouircewdHI Contract # 061323 IFFU ex1p: 8/9/2027 Tarkett Illlia INumber: 168119 Tarkett IResillient III N: SIPA Required - Contact IRIBIM IlDirlding Effective: Ju Illy l, 2024 -to Juine 30, 2025 ji IIIIIIIIIIIIIIIIIJIM NEN= SEEM End User Backing Discount Off Price Per Styie Code Styie Description Code Backing Description List Price List Price Uom u0m 11130 Colorrnap M Powerbond Cushion $48.54 40.93% $28.67 SY 11130 Colorrnap MR Powerbond Cushion RS $49.82 39.88% $29.95 SY 11614 Connect Edit GIJ ethos@ Modular with Orrmicoat $33.41 30.12% $23.35 SY 11614 Connect Edit CF Flex Aire@ Cushion $34.68 29.01% $24.62 SY 11614 Connect Edit CR Flex Aire@ Cushion RS $35.96 27.98% $25.90 SY 11328 Continuum GIJ ethos@ Modular with Orrmicoat $65.06 39.64% $39.27 SY 11328 Continuum CF Flex Aire@ Cushion $66.34 38.88% $40.55 SY 11328 Continuum CR Flex Aire@ Cushion RS $67.61 38.15% $41.82 SY 11328 Continuum M Powerbond Cushion $60.19 43.36% $34.09 SY 11328 Continuum MR Powerbond Cushion RS $61.47 42.46% $35.37 SY 11570 Corded Cloth GIJ ethos@ Modular with Orrmicoat $41.37 32.85% $27.78 SY 11570 Corded Cloth CF Flex Aire@ Cushion $42.65 31.87% $29.06 SY 11570 Corded Cloth CR Flex Aire@ Cushion RS $43.92 30.94% $30.33 SY 11570 Corded Cloth M Powerbond Cushion $35.15 30.14% $24.56 SY 11570 Corded Cloth MR Powerbond Cushion RS $36.43 29.09% $25.83 SY 11577 Corollary GIJ ethos@ Modular with Orrmicoat $51.42 40.81% $30.43 SY 11577 Corollary CF Flex Aire@ Cushion $52.70 39.83% $31.71 SY 11577 Corollary CR Flex Aire@ Cushion RS $53.97 38.89% $32.98 SY 11577 Corollary M Powerbond Cushion $42.57 37.23% $26.72 SY 11577 Corollary MR Powerbond Cushion RS $43.85 1 36.15% $28.00 SY G0032 Correlate GC ethos@ Modular with Orrmicoat $89.80 39.60% $54.24 SY 01957 Crayon GIJ ethos@ Modular with Orrmicoat $81.09 45.25% $44.40 SY 01957 Crayon CF Flex Aire@ Cushion $82.37 44.55% $45.67 SY 01957 Crayon CR Flex Aire@ Cushion RS $83.64 43.87% $46.95 SY 01957 Crayon M Powerbond Cushion $64.63 45.18% 1 $35.43 SY Tn,k,2t(uSA.Iri,,, 11,16lig is '01, maLerlal 0111y, frelghL is 110L 30000 Ai,,.,a Rd S.I.ri,01-1441319 (Fa) 6 Page 6 of 39 Urkeft 2501 SouircewdHI Contract # 061323 IFFU ex1p: 8/9/2027 Tarkett Illlia INumber: 168119 Tarkett IResillient III N: SIPA Required - Contact IRIBIM IlDirlding Effective: Ju Illy l, 2024 -to Juine 30, 2025 ji IIIIIIIIIIIIIIIIIJIM NEN= SEEM End User Backing Discount Off Price Per Styie Code Styie Description Code Backing Description List Price List Price Uom u0m 01957 Crayon MR Powerbond Cushion RS $65.91 44.30% $36.71 SY 11770 Create Balance GIJ ethos@ Modular with Orrmicoat $45.16 36.42% $28.71 SY 11770 Create Balance CF Flex Aire@ Cushion $46.44 35.42% $29.99 SY 11770 Create Balance CR Flex Aire@ Cushion RS $47.71 34.47% $31.26 SY 11770 Create Balance M Powerbond Cushion $41.71 33.39% $27.78 SY 11770 Create Balance MR Powerbond Cushion RS $42.98 32.40% $29.06 SY G0078 Create Impact GC ethos@ Modular with Orrmicoat $53.93 35.65% $34.71 SY 11769 Create Purpose GIJ ethos@ Modular with Orrmicoat $45.16 36.42% $28.71 SY 11769 Create Purpose CF Flex Aire@ Cushion $46.44 35.42% $29.99 SY 11769 Create Purpose CR Flex Aire@ Cushion RS $47.71 34.47% $31.26 SY 11769 Create Purpose M Powerbond Cushion $41.71 33.39% $27.78 SY 11769 Create Purpose MR Powerbond Cushion RS $42.98 32.40% $29.06 SY 11771 Create Space GIJ ethos@ Modular with Orrmicoat $45.16 36.42% $28.71 SY 11771 Create Space CF Flex Aire@ Cushion $46.44 35.42% $29.99 SY 11771 Create Space CR Flex Aire@ Cushion RS $47.71 34.47% $31.26 SY 11771 Create Space M Powerbond Cushion $41.71 33.39% $27.78 SY 11771 Create Space MR Powerbond Cushion RS $42.98 32.40% $29.06 SY G0080 Create Unity GC ethos@ Modular with Orrmicoat $53.93 35.65% $34.71 SY G0079 Create Vision GC ethos@ Modular with Orrmicoat $53.93 35.65% $34.71 SY A001 0 Double Boucle GIJ ethos@ Modular with Orrmicoat $49.32 40.80% $29.20 SY A001 0 Double Boucle CF Flex Aire@ Cushion $50.59 39.77% $30.47 SY A001 0 Double Boucle CR Flex Aire@ Cushion RS $51.87 38.79% $31.75 SY A001 0 Double Boucle M Powerbond Cushion $46.61 44.17% $26.02 SY A001 0 Double Boucle MR Powerbond Cushion RS $47.89 43.00% $27.30 SY 1 11366 j Early Bloorn GIJ ethos@ Modular with Orrmicoat $63.71 40.99% $37.60 SY Tn,k,2t(USA.Iri,,, ::11,16lig is '01, maLerlal 0111y, frelghL is 110L 30000 Ai,,.,a Rd S.I.ri,01-1441319 (na) 6 Page 7 of 39 Urkeft 2502 SouircewdHI Contract # 061323 IFFU ex1p: 8/9/2027 Tarkett Illlia INumber: 168119 Tarkett IResillient III N: SIPA Required - Contact IRIBIM IlDirlding Effective: Ju Illy l, 2024 -to Juine 30, 2025 ji IIIIIIIIIIIIIIIIIJIM NEN= SEEM End User Backing Discount Off Price Per Styie Code Styie Description Code Backing Description List Price List Price Uom u0m 11366 Early Bloorn CF Flex Aire@ Cushion $64.99 40.18% $38.87 SY 11366 Early Bloorn CR Flex Aire@ Cushion RS $66.26 39.41% $40.15 SY 11366 Early Bloorn M Powerbond Cushion $56.25 43.68% $31.68 SY 11366 Early Bloorn MR Powerbond Cushion RS $57.53 42.71% $32.96 SY 11573 Earthbound GIJ ethos@ Modular with Orrmicoat $48.08 37.79% $29.91 SY 11573 Earthbound CF Flex Aire@ Cushion $49.36 36.81% $31.19 SY 11573 Earthbound CR Flex Aire@ Cushion RS $50.63 35.89% $32.46 SY 11573 Earthbound M Powerbond Cushion $41.72 36.03% $26.69 SY 11573 Earthbound MR Powerbond Cushion RS $42.99 34.97% $27.96 SY 11734 Ebbing Waves GIJ ethos@ Modular with Orrmicoat $48.57 34.73% $31.70 SY 11734 Ebbing Waves CF Flex Aire@ Cushion $49.84 33.85% $32.97 SY 11734 Ebbing Waves CR Flex Aire@ Cushion RS $51.12 33.00% $34.25 SY 11734 Ebbing Waves M Powerbond Cushion $44.91 33.16% $30.01 SY 11734 Ebbing Waves MR Powerbond Cushion RS $46.18 32.25% $31.29 SY 11615 Edge Edit GIJ ethos@ Modular with Orrmicoat $33.41 30.12% $23.35 SY 11615 Edge Edit CF Flex Aire@ Cushion $34.68 29.01% $24.62 SY 11615 Edge Edit CR Flex Aire@ Cushion RS $35.96 27.98% $25.90 SY 11175 Edifice GIJ ethos@ Modular with Orrmicoat $62.26 37.52% $38.90 SY 11175 Edifice CF Flex Aire@ Cushion $63.53 36.77% $40.18 SY 11175 Edifice CR Flex Aire@ Cushion RS $64.81 36.04% $41.45 SY 11175 Edifice M Powerbond Cushion $55.62 40.19% $33.26 SY 11175 Edifice MR Powerbond Cushion RS $56.89 39.29% $34.54 SY 11611 Electric Edit GIJ ethos@ Modular with Orrmicoat $33.41 30.12% $23.35 SY 11611 Electric Edit CF Flex Aire@ Cushion $34.68 29.01% $24.62 SY 11611 Electric Edit CR Flex Aire@ Cushion RS 1 $35.96 1 27.98% 1 $25.90 SY Tn,k,2t(uSA.Iri,,, 11,16lig is maLerlal 0111y, frelghL is 110L lclu(��e(�i 30000 Ai,,.,a Rd S.I.ri,01-1441319 (Fa) 6 Page 8 of 39 Urkeft 2503 SouircewdHI Contract # 061323 IFFU ex1p: 8/9/2027 Tarkett Illlia INumber: 168119 Tarkett IResillient III N: SIPA Required - Contact IRIBIM IlDirlding Effective: Ju Illy l, 2024 -to Juine 30, 2025 ji IIIIIIIIIIIIIIIIIJIM EEN= SEEM End User Backing Discount Off Price Per Styie Code Styie Description Code Backing Description List Price List Price Uom u0m 11141 Elysian GIJ ethos@ Modular with Orrmicoat $74.22 43.09% $42.24 SY 11141 Elysian CF Flex Aire@ Cushion $75.49 42.36% $43.52 SY 11141 Elysian CR Flex Aire@ Cushion RS $76.77 41.65% $44.79 SY 11141 Elysian M Powerbond Cushion $65.20 44.35% $36.29 SY 11141 Elysian MR Powerbond Cushion RS $66.48 43.50% $37.56 SY 11600 Ernaline GIJ ethos@ Modular with Orrmicoat $50.06 36.70% $31.68 SY 11600 Ernaline CF Flex Aire@ Cushion $51.33 35.79% $32.96 SY 11600 Ernaline CR Flex Aire@ Cushion RS $52.61 34.93% $34.23 SY 11600 Ernaline M Powerbond Cushion $44.18 35.33% $28.57 SY 11600 Ernaline MR Powerbond Cushion RS $45.45 34.33% $29.85 SY 04119 Esparto GIJ ethos@ Modular with Orrmicoat $74.61 40.59% $44.33 SY 04119 Esparto CF Flex Aire@ Cushion $75.89 39.90% $45.61 SY 04119 Esparto CR Flex Aire@ Cushion RS $77.16 39.24% $46.88 SY 04119 Esparto M Powerbond Cushion $64.43 42.00% $37.37 SY 04119 Esparto MR Powerbond Cushion RS $65.70 41.18% $38.65 SY 11498 Fabricate GIJ ethos@ Modular with Orrmicoat $54.69 41.15% $32.18 SY 11498 Fabricate CF Flex Aire@ Cushion $55.96 40.21% $33.46 SY 11498 Fabricate CR Flex Aire@ Cushion RS $57.24 39.32% $34.73 SY 11498 Fabricate M Powerbond Cushion $51.14 42.71% $29.30 SY 11498 Fabricate MR Powerbond Cushion RS $52.42 41.67% $30.57 SY 11598 Fallow Ground GIJ ethos@ Modular with Orrmicoat $50.06 36.70% $31.68 SY 11598 Fallow Ground CF Flex Aire@ Cushion $51.33 35.79% $32.96 SY 11598 Fallow Ground CR Flex Aire@ Cushion RS $52.61 34.93% $34.23 SY 11598 Fallow Ground M Powerbond Cushion $42.69 34.89% $27.80 SY 11598 Fallow Ground MR Powerbond Cushion RS $43.96 33.88% $29.07 SY Tn,k,2t(uSA.Iri,,, 11,16lig is '01, maLerlal 0111y, frelghL is 110L 30000 Ai,,.,a Rd S.I.ri,01-1441319 (Fa) 6 Page 9 of 39 Urkeft 2504 SouircewdHI Contract # 061323 IFFU ex1p: 8/9/2027 Tarkett Illlia INumber: 168119 Tarkett IResillient III N: SIPA Required - Contact IRIBIM IlDirlding Effective: Ju Illy l, 2024 -to Juine 30, 2025 ji IIIIIIIIIIIIIIIIIJIM NEN= SEEM End User Backing Discount Off Price Per Styie Code Styie Description Code Backing Description List Price List Price Uom u0m 03377 Field Day GIJ ethos@ Modular with Orrmicoat $63.04 42.64% $36.16 SY 03377 Field Day CF Flex Aire@ Cushion $64.31 41.79% $37.43 SY 03377 Field Day CR Flex Aire@ Cushion RS $65.59 40.98% $38.71 SY 03377 Field Day M Powerbond Cushion $55.58 44.76% $30.70 SY 03377 Field Day MR Powerbond Cushion RS $56.85 43.75% $31.98 SY 11612 Flarne Edit GIJ ethos@ Modular with Orrmicoat $33.41 30.12% $23.35 SY 11612 Flarne Edit CF Flex Aire@ Cushion $34.68 29.01% $24.62 SY 11612 Flarne Edit CR Flex Aire@ Cushion RS $35.96 27.98% $25.90 SY 11251 Formation GIJ ethos@ Modular with Orrmicoat $60.27 37.66% $37.57 SY 11251 Formation CF Flex Aire@ Cushion $61.55 36.88% $38.85 SY 11251 Formation CR Flex Aire@ Cushion RS $62.82 36.13% $40.12 SY 11252 Formation Transition GIJ ethos@ Modular with Orrmicoat $60.92 37.61% $38.01 SY 11252 Formation Transition CF Flex Aire@ Cushion $62.20 36.84% $39.28 SY 11252 Formation Transition CR Flex Aire@ Cushion RS $63.47 36.10% $40.56 SY 11024 Freelance GIJ ethos@ Modular with Orrmicoat $56.48 38.92% $34.50 SY 11024 Freelance CF Flex Aire@ Cushion $57.76 38.06% $35.78 SY 11024 Freelance CR Flex Aire@ Cushion RS $59.03 37.24% $37.05 SY 11024 Freelance M Powerbond Cushion $56.00 43.65% $31.56 SY 11024 Freelance MR Powerbond Cushion RS $57.27 42.68% $32.83 SY 11511 Gabardine GIJ ethos@ Modular with Orrmicoat $49.29 1 38.08% $30.52 SY 11511 Gabardine CF Flex Aire@ Cushion $50.57 37.12% $31.80 SY 11511 Gabardine CR Flex Aire@ Cushion RS $51.84 36.20% $33.07 SY 11511 Gabardine M Powerbond Cushion $47.88 39.39% $29.02 SY 11511 Gabardine MR Powerbond Cushion RS $49.15 38.37% $30.29 SY 10887 Geolknit GIJ ethos@ Modular with Orrmicoat $46.53 36.04% $29.76 SY Tn,k,2t(uSA.Iri,,, ::11,16lig is '01, maLerlal 0111y, frelghL is 110L 30000 Ai,,.,a Rd S.I.ri,01-14413 (na) 6 Page 10 of 39 Urkeft 2505 SouircewdHI Contract # 061323 IFFU ex1p: 8/9/2027 Tarkett Illlia INumber: 168119 Tarkett IResillient III N: SIPA Required - Contact IRIBIM IlDirlding Effective: Ju Illy l, 2024 -to Juine 30, 2025 ji IIIIIIIIIIIIIIIIIJIM EEN= SEEM End User Backing Discount Off Price Per Styie Code Styie Description Code Backing Description List Price List Price Uom u0m 10887 Geoli CF Flex Aire@ Cushion $47.80 35.08% $31.03 SY 10887 Geoli CR Flex Aire@ Cushion RS $49.08 34.17% $32.31 SY 10887 Geoli M Powerbond Cushion $47.61 40.47% $28.34 SY 10887 Geoli MR Powerbond Cushion RS $48.88 39.41% $29.62 SY 02969 Grid Overlay 11 GIJ ethos@ Modular with Orrmicoat $79.13 51.40% $38.45 SY 02969 Grid Overlay 11 CF Flex Aire@ Cushion $80.40 50.59% $39.73 SY 02969 Grid Overlay 11 CR Flex Aire@ Cushion RS $81.68 49.80% $41.00 SY 02969 Grid Overlay 11 M Powerbond Cushion $75.97 57.42% $32.35 SY 02969 Grid Overlay 11 MR Powerbond Cushion RS $77.24 56.47% $33.62 SY A0043 Ground Harmony GIJ ethos@ Modular with Orrmicoat $64.96 31.19% $44.70 SY A0043 Ground Harmony CF Flex Aire@ Cushion $66.24 30.59% $45.98 SY A0043 Ground Harmony CR Flex Aire@ Cushion RS $67.51 30.01% $47.25 SY 11638 Guardian NX 11 GIJ ethos@ Modular with Orrmicoat $47.32 33.93% $31.26 SY 11638 Guardian NX 11 CF Flex Aire@ Cushion $48.59 33.04% $32.54 SY 11638 Guardian NX 11 CR Flex Aire@ Cushion RS $49.87 32.19% $33.81 SY 11638 Guardian NX 11 M Powerbond Cushion $42.90 31.95% $29.20 SY 11638 Guardian NX 11 MR Powerbond Cushion RS $44.18 31.03% $30.47 SY 04313 Halftone GIJ ethos@ Modular with Orrmicoat $73.31 46.21% $39.44 SY 04313 Halftone CF Flex Aire@ Cushion $74.59 45.42% $40.71 SY 04313 Halftone CR Flex Aire@ Cushion RS $75.86 1 44.66% $41.99 SY 04313 Halftone M Powerbond Cushion $68.67 46.96% $36.43 SY 04313 Halftone MR Powerbond Cushion RS $69.95 46.10% $37.70 SY 03366 Haphazard 11 GIJ ethos@ Modular with Orrmicoat $65.64 45.01% $36.10 SY 03366 Haphazard 11 CF Flex Aire@ Cushion $66.91 44.15% $37.37 SY 03366 Haphazard 11 CR Flex Aire@ Cushion RS $68.19 43.33% $38.65 SY Tn,k,2t(uSA.Iri,,, 11,16lig is '01, maLerlal 0111y, frelghL is 110L 30000 Ai,,.,a Rd S.I.ri,01-14413 (Fa) 6 Page 11 of 39 Urkeft 2506 SouircewdHI Contract # 061323 IFFU ex1p: 8/9/2027 Tarkett Illlia INumber: 168119 Tarkett IResillient III N: SIPA Required - Contact IRIBIM 11F)ii Effective: Ju Illy l, 2024 -to Juine 30, 2025 ji EEN= SEEM End User Backing Discount Off Price Per Styie Code Styie Description Code Backing Description List Price List Price Uom u0m 03366 Haphazard 11 M Powerbond Cushion $59.75 46.42% $32.02 SY 03366 Haphazard 11 MR Powerbond Cushion RS $61.02 45.45% $33.29 SY G0061 Hidden Arbor GC ethos@ Modular with Orrmicoat $64.99 28.31% $46.59 SY 11601 Idyllic Landscape GU ethos@ Modular with Orrmicoat $50.06 36.70% $31.68 SY 11601 Idyllic Landscape CF Flex Aire@ Cushion $51.33 35.79% $32.96 SY 11601 Idyllic Landscape CR Flex Aire@ Cushion RS $52.61 34.93% $34.23 SY 11601 Idyllic Landscape M Powerbond Cushion $44.18 35.33% $28.57 SY 11601 Idyllic Landscape MR Powerbond Cushion RS $45.45 34.33% $29.85 SY 11083 Input GU ethos@ Modular with Orrmicoat $47.38 35.55% $30.54 SY 11083 Input CF Flex Aire@ Cushion $48.65 34.62% $31.81 SY 11083 Input CR Flex Aire@ Cushion RS $49.93 33.73% $33.09 SY 11083 Input M Powerbond Cushion $44.01 37.75% $27.40 SY 11083 Input MR Powerbond Cushion RS $45.29 36.68% $28.67 SY 04536 Iso GU ethos@ Modular with Orrmicoat $77.83 41.63% $45.43 SY 04536 Iso CF Flex Aire@ Cushion $79.10 40.96% $46.70 SY 04536 Iso CR Flex Aire@ Cushion RS $80.38 40.31% $47.98 SY 04536 Iso M Powerbond Cushion $67.98 43.51% $38.40 SY 04536 Iso MR Powerbond Cushion RS $69.26 42.71% $39.68 SY G0057 Knot Stitch GC ethos@ Modular with Orrmicoat $62.92 28.92% $44.73 SY 11524 Light Shift GU ethos@ Modular with Orrmicoat $60.61 1 39.50% $36.67 SY 11524 Light Shift CF Flex Aire@ Cushion $61.89 38.69% $37.94 SY 11524 Light Shift CR Flex Aire@ Cushion RS $63.16 37.91% $39.22 SY 04318 Longitude GU ethos@ Modular with Orrmicoat $65.64 45.01% $36.10 SY 04318 Longitude CF Flex Aire@ Cushion $66.91 44.15% $37.37 SY 04318 Longitude CR Flex Aire@ Cushion RS $68.19 43.33% $38.65 SY Tn,k,2t(uSA.Iri,,, 11,16lig is `(�>r maLerlal 0111Y, frelghL is 10L lclu(��e(�i 30000 Ai,,.,a Rd S.I.ri,01-14413 (Fa) 6 Page 12 of 39 Urkeft 2507 SouircewdHI Contract # 061323 IFFU ex1p: 8/9/2027 Tarkett Illlia INumber: 168119 Tarkett IResillient III N: SIPA Required - Contact IRIBIM IlDirlding Effective: Ju Illy l, 2024 -to Juine 30, 2025 ji IIIIIIIIIIIIIIIIIJIM EEN= SEEM End User Backing Discount Off Price Per Styie Code Styie Description Code Backing Description List Price List Price Uom u0m 04318 Longitude M Powerbond Cushion $59.75 46.42% $32.02 SY 04318 Longitude MR Powerbond Cushion RS $61.02 45.45% $33.29 SY 11599 Lush Garden M Powerbond Cushion $44.91 33.16% $30.01 SY 11599 Lush Garden MR Powerbond Cushion RS $46.18 32.25% $31.29 SY 11599 Lush Garden GIJ ethos@ Modular with Orrmicoat $48.57 34.73% $31.70 SY 11599 Lush Garden CF Flex Aire@ Cushion $49.84 33.85% $32.97 SY 11599 Lush Garden CR Flex Aire@ Cushion RS $51.12 33.00% $34.25 SY 04849 Maelstrom GIJ ethos@ Modular with Orrmicoat $55.32 38.35% $34.11 SY 04849 Maelstrom CF Flex Aire@ Cushion $56.60 37.49% $35.38 SY 04849 Maelstrom CR Flex Aire@ Cushion RS $57.87 36.66% $36.66 SY 04849 Maelstrom M Powerbond Cushion $50.39 41.60% $29.43 SY 04849 Maelstrom MR Powerbond Cushion RS $51.66 40.57% $30.70 SY 11072 Marled Tweed GIJ ethos@ Modular with Orrmicoat $54.30 39.49% $32.86 SY 11072 Marled Tweed CF Flex Aire@ Cushion $55.58 38.59% $34.13 SY 11072 Marled Tweed CR Flex Aire@ Cushion RS $56.85 37.72% $35.41 SY 11072 Marled Tweed M Powerbond Cushion $48.41 38.00% $30.01 SY 11072 Marled Tweed MR Powerbond Cushion RS $49.69 37.03% $31.29 SY 11365 Meadowsweet GIJ ethos@ Modular with Orrmicoat $63.28 40.60% $37.59 SY 11365 Meadowsweet CF Flex Aire@ Cushion $64.55 39.80% $38.86 SY 11365 Meadowsweet CR Flex Aire@ Cushion RS $65.83 1 39.03% $40.14 SY 11365 Meadowsweet M Powerbond Cushion $55.45 43.55% $31.30 SY 11365 Meadowsweet MR Powerbond Cushion RS $56.73 42.57% $32.58 SY 11686 Mentor GIJ ethos@ Modular with Orrmicoat $43.91 34.84% $28.61 SY 11686 Mentor CF Flex Aire@ Cushion $45.19 33.86% $29.89 SY 11686 Mentor CR Flex Aire@ Cushion RS $46.46 32.93% $31.16 SY Tn,k,2t(uSA.Iri,,, 11,16lig is '01, maLerlal 0111y, frelghL is 110L 30000 Ai,,.,a Rd S.I.ri,01-14413 (Fa) 6 Page 13 of 39 Urkeft 2508 SouircewdHI Contract # 061323 IFFU ex1p: 8/9/2027 Tarkett Illlia INumber: 168119 Tarkett IResillient III N: SIPA Required - Contact IRIBIM IlDirlding Effective: Ju Illy l, 2024 -to Juine 30, 2025 ji IIIIIIIIIIIIIIIIIJIM EEN= SEEM End User Backing Discount Off Price Per Styie Code Styie Description Code Backing Description List Price List Price Uom u0m 11686 Mentor M Powerbond Cushion $38.93 30.59% $27.02 SY 11686 Mentor MR Powerbond Cushion RS $40.20 29.62% $28.29 SY 04654 Metri 11 GIJ ethos@ Modular with Orrmicoat $69.04 43.07% $39.31 SY 04654 Metri 11 CF Flex Aire@ Cushion $70.32 42.29% $40.58 SY 04654 Metri 11 CR Flex Aire@ Cushion RS $71.59 41.53% $41.86 SY 04654 Metri 11 M Powerbond Cushion $62.11 41.35% $36.43 SY 04654 Metri 11 MR Powerbond Cushion RS $63.38 40.52% $37.70 SY 04539 Nano GIJ ethos@ Modular with Orrmicoat $76.36 41.61% $44.59 SY 04539 Nano CF Flex Aire@ Cushion $77.64 40.93% $45.86 SY 04539 Nano CR Flex Aire@ Cushion RS $78.91 40.27% $47.14 SY 04539 Nano M Powerbond Cushion $66.61 43.51% $37.63 SY 04539 Nano MR Powerbond Cushion RS $67.88 42.69% $38.90 SY 11602 Native Flora M Powerbond Cushion $43.87 31.74% $29.95 SY 11602 Native Flora MR Powerbond Cushion RS $45.15 30.84% $31.22 SY 11602 Native Flora GIJ ethos@ Modular with Orrmicoat $47.41 33.30% $31.62 SY 11602 Native Flora CF Flex Aire@ Cushion $48.68 32.43% $32.90 SY 11602 Native Flora CR Flex Aire@ Cushion RS $49.96 31.60% $34.17 SY 11338 Offset GIJ ethos@ Modular with Orrmicoat $44.22 36.59% $28.04 SY 11338 Offset CF Flex Aire@ Cushion $45.49 35.57% $29.31 SY 11338 Offset CR Flex Aire@ Cushion RS $46.77 1 34.60% $30.59 SY A0007 Optic GIJ ethos@ Modular with Orrmicoat $47.38 35.55% $30.54 SY A0007 Optic CF Flex Aire@ Cushion $48.65 34.62% $31.81 SY A0007 Optic CR Flex Aire@ Cushion RS $49.93 33.73% $33.09 SY 11085 Output GIJ ethos@ Modular with Orrmicoat $47.38 35.55% $30.54 SY 11085 Output CF Flex Aire@ Cushion $48.65 34.62% $31.81 SY Tn,k,2t(uSA.Iri,,, 11,16lig is '01, maLerlal 0111y, frelghL is 110L 30000 Ai,,.,a Rd S.I.ri,01-14413 (na) 6 Page 14 of 39 Urkeft 2509 SouircewdHI Contract # 061323 IFFU ex1p: 8/9/2027 Tarkett Illlia INumber: 168119 Tarkett IResillient III N: SIPA Required - Contact IRIBIM 11F)ii Effective: Ju Illy l, 2024 -to Juine 30, 2025 ji EEN= SEEM End User Backing Discount Off Price Per Styie Code Styie Description Code Backing Description List Price List Price Uom u0m 11085 Output CR Flex Aire@ Cushion RS $49.93 33.73% $33.09 SY 02977 Overlay Assent 11 GU ethos@ Modular with Orrmicoat $79.84 51.76% $38.52 SY 02977 Overlay Assent 11 CF Flex Aire@ Cushion $81.12 50.94% $39.79 SY 02977 Overlay Assent 11 CR Flex Aire@ Cushion RS $82.39 50.16% $41.07 SY G0065 Painted Desert GC ethos@ Modular with Orrmicoat $60.68 32.80% $40.77 SY 04316 Paradigm GU ethos@ Modular with Orrmicoat $65.64 45.01% $36.10 SY 04316 Paradigm CF Flex Aire@ Cushion $66.91 44.15% $37.37 SY 04316 Paradigm CR Flex Aire@ Cushion RS $68.19 43.33% $38.65 SY 04316 Paradigm M Powerbond Cushion $59.75 46.42% $32.02 SY 04316 Paradigm MR Powerbond Cushion RS $61.02 45.45% $33.29 SY 11525 Parallel Ray GU ethos@ Modular with Orrmicoat $51.29 37.66% $31.98 SY 11525 Parallel Ray CF Flex Aire@ Cushion $52.57 36.75% $33.25 SY 11525 Parallel Ray CR Flex Aire@ Cushion RS $53.84 35.88% $34.53 SY 11118 Persona GU ethos@ Modular with Orrmicoat $52.31 35.54% $33.72 SY 11118 Persona CF Flex Aire@ Cushion $53.59 34.69% $35.00 SY 11118 Persona CR Flex Aire@ Cushion RS $54.86 33.88% $36.27 SY 11116 Persona Assents GU ethos@ Modular with Orrmicoat $52.31 35.54% $33.72 SY 11116 Persona Assents CF Flex Aire@ Cushion $53.59 34.69% $35.00 SY 11116 Persona Assents CR Flex Aire@ Cushion RS $54.86 33.88% $36.27 SY 02875 Plexus Colour IV GU ethos@ Modular with Orrmicoat $91.06 47.13% $48.14 SY 02875 Plexus Colour IV CF Flex Aire@ Cushion $92.34 46.48% $49.42 SY 02875 Plexus Colour IV CR Flex Aire@ Cushion RS $93.61 45.85% $50.69 SY 02875 Plexus Colour IV M Powerbond Cushion $82.43 50.21% $41.04 SY 02875 Plexus Colour IV MR Powerbond Cushion RS $83.70 49.44% $42.32 SY 11360 Resonate GU ethos@ Modular with Orrmicoat $39.04 34.42% $25.60 SY Tn,k,2t(uSA.Iri,,, ::11,16lig is `(��r maLerlal 0111Y, frelghL is 10L lclu(��e(�� 30000 Ai,,.,a Rd S.I.ri,01-14413 (na) 6 Page 15 of 39 Urkeft 2510 Souircewdlll Contract # 061323 IFFU ex1p: 8/9/2027 Tarkett Illlia INumber: 168119 Tarkett IResillient III N: SIPA Required - Contact IRIBIM IlDirlding Effective: Ju Illy l, 2024 -to Juine 30, 2025 ji IIIIIIIIIIIIIIIIIJIM EEN= SEEM End User Backing Discount Off Price Per Styie Code Styie Description Code Backing Description List Price List Price Uom u0m 11360 Resonate CF Flex Aire@ Cushion $40.32 33.33% $26.88 SY 11360 Resonate CR Flex Aire@ Cushion RS $41.59 32.31% $28.15 SY 11017 Sandblast GIJ ethos@ Modular with Orrmicoat $38.43 33.84% $25.42 SY 11017 Sandblast CF Flex Aire@ Cushion $39.70 32.76% $26.70 SY 11017 Sandblast CR Flex Aire@ Cushion RS $40.98 31.74% $27.97 SY G0041 Savant GC ethos@ Modular with Orrmicoat $71.21 44.19% $39.74 SY 11442 Saveur GIJ ethos@ Modular with Orrmicoat $45.37 39.43% $27.48 SY 11442 Saveur CF Flex Aire@ Cushion $46.64 38.36% $28.75 SY 11442 Saveur CR Flex Aire@ Cushion RS $47.92 37.33% $30.03 SY G0051 Sheared Herringbone GC ethos@ Modular with Orrmicoat $61.20 33.90% $40.46 SY 11661 Sky Atlas GIJ ethos@ Modular with Orrmicoat $38.91 37.09% $24.48 SY 11661 Sky Atlas CF Flex Aire@ Cushion $40.19 35.91% $25.76 SY 11661 Sky Atlas CR Flex Aire@ Cushion RS $41.46 34.81% $27.03 SY G0058 Skyward GC ethos@ Modular with Orrmicoat $61.88 36.25% $39.45 SY 11472 Soundblock GIJ ethos@ Modular with Orrmicoat $59.43 38.58% $36.50 SY 11472 Soundblock CF Flex Aire@ Cushion $60.70 37.77% $37.78 SY 11472 Soundblock CR Flex Aire@ Cushion RS $61.98 36.99% $39.05 SY 11472 Soundblock M Powerbond Cushion $50.13 40.31% $29.92 SY 11472 Soundblock MR Powerbond Cushion RS $51.41 39.31% $31.20 SY 11578 Spin Off GIJ ethos@ Modular with Orrmicoat $51.42 1 40.81% $30.43 SY 11578 Spin Off CF Flex Aire@ Cushion $52.70 39.83% $31.71 SY 11578 Spin Off CR Flex Aire@ Cushion RS $53.97 38.89% $32.98 SY 11578 Spin Off M Powerbond Cushion $42.57 37.23% $26.72 SY 11578 Spin Off MR Powerbond Cushion RS $43.85 36.15% $28.00 SY 11364 Splendor M Powerbond Cushion $56.08 43.52% $31.67 SY Tn,k,2t(USA.Iri,,, ::11,16lig is '01, maLerlal 0111y, frelghL is 110L 30000 Ai,,.,a Rd S.I.ri,01-14413 (na) 6 Page 16 of 39 Urkeft 2511 SouircewdHI Contract # 061323 IFFU ex1p: 8/9/2027 Tarkett Illlia INumber: 168119 Tarkett IResillient III N: SIPA Required - Contact IRIBIM IlDirlding Effective: Ju Illy l, 2024 -to Juine 30, 2025 ji IIIIIIIIIIIIIIIIIJIM EEN= SEEM End User Backing Discount Off Price Per Styie Code Styie Description Code Backing Description List Price List Price Uom u0m 11364 Splendor MR Powerbond Cushion RS $57.35 42.55% $32.95 SY 11361 Spring Step GU ethos@ Modular with Orrmicoat $66.14 42.99% $37.70 SY 11361 Spring Step CF Flex Aire@ Cushion $67.41 42.18% $38.98 SY 11361 Spring Step CR Flex Aire@ Cushion RS $68.69 41.40% $40.25 SY 11361 Spring Step M Powerbond Cushion $58.64 45.84% $31.76 SY 11361 Spring Step MR Powerbond Cushion RS $59.91 44.86% $33.04 SY 11649 Square Up 11 GU ethos@ Modular with Orrmicoat $57.25 39.20% $34.81 SY 11649 Square Up 11 CF Flex Aire@ Cushion $58.52 38.35% $36.08 SY 11649 Square Up 11 CR Flex Aire@ Cushion RS $59.80 37.53% $37.36 SY 11649 Square Up 11 M Powerbond Cushion $54.16 41.03% $31.94 SY 11649 Square Up 11 MR Powerbond Cushion RS $55.44 40.09% $33.21 SY 04332 Stack 9 GU ethos@ Modular with Orrmicoat $76.76 48.24% $39.73 SY 04332 Stack 9 CF Flex Aire@ Cushion $78.03 47.45% $41.00 SY 04332 Stack 9 CR Flex Aire@ Cushion RS $79.31 46.69% $42.28 SY 04332 Stack 9 M Powerbond Cushion $68.00 46.95% $36.07 SY 04332 Stack 9 MR Powerbond Cushion RS $69.27 46.09% $37.34 SY 11018 Starnip GU ethos@ Modular with Orrmicoat $37.82 32.71% $25.45 SY 11018 Starnip CF Flex Aire@ Cushion $39.09 31.64% $26.72 SY 11018 Starnip CR Flex Aire@ Cushion RS $40.37 30.64% $28.00 SY 03973 Street Life GU ethos@ Modular with Orrmicoat $39.45 42.37% $22.73 SY 03973 Street Life CF Flex Aire@ Cushion $40.72 41.05% $24.01 SY 03973 Street Life CR Flex Aire@ Cushion RS $42.00 39.80% $25.28 SY 11449 Substance GU ethos@ Modular with Orrmicoat $33.93 32.55% $22.89 SY 11449 Substance CF Flex Aire@ Cushion $35.20 31.37% $24.16 SY 11449 Substance CR Flex Aire@ Cushion RS $36.48 30.27% $25.44 SY Tn,k,2t(USA.Iri,,, ::11,16lig is '01, maLerlal 0111y, frelghL is 110L 30000 Ai,,.,a Rd S.I.ri,01-14413 (na) 6 Page 17 of 39 Urkeft 2512 Souircewdlll Contract # 061323 IFFU ex1p: 8/9/2027 Tarkett Illlia INumber: 168119 Tarkett IResillient III N: SIPA Required - Contact IRIBIM IlDirlding Effective: Ju Illy l, 2024 -to Juine 30, 2025 ji IIIIIIIIIIIIIIIIIJIM EEN= SEEM End User Backing Discount Off Price Per Styie Code Styie Description Code Backing Description List Price List Price Uom u0m 11531 Suede Tones GIJ ethos@ Modular with Orrmicoat $53.91 34.15% $35.50 SY 11531 Suede Tones CF Flex Aire@ Cushion $55.18 33.37% $36.77 SY 11531 Suede Tones CR Flex Aire@ Cushion RS $56.46 32.61% $38.05 SY 11531 Suede Tones M Powerbond Cushion $47.97 31.95% $32.64 SY 11531 Suede Tones MR Powerbond Cushion RS $49.24 31.12% $33.92 SY G0038 Surnmer Walk GC ethos@ Modular with Orrmicoat $80.85 37.49% $50.54 SY G0045 Sweater Knit GC ethos@ Modular with Orrmicoat $74.59 47.09% $39.46 SY 11647 Syllabus 11 GIJ ethos@ Modular with Orrmicoat $55.60 37.54% $34.73 SY 11647 Syllabus 11 CF Flex Aire@ Cushion $56.88 36.70% $36.01 SY 11647 Syllabus 11 CR Flex Aire@ Cushion RS $58.15 35.89% $37.28 SY 11647 Syllabus 11 M Powerbond Cushion $54.71 41.32% $32.10 SY 11647 Syllabus 11 MR Powerbond Cushion RS $55.99 40.38% $33.38 SY 04120 Tenera GIJ ethos@ Modular with Orrmicoat $74.61 40.59% $44.33 SY 04120 Tenera CF Flex Aire@ Cushion $75.89 39.90% $45.61 SY 04120 Tenera CR Flex Aire@ Cushion RS $77.16 39.24% $46.88 SY 04120 Tenera M Powerbond Cushion $64.43 42.00% $37.37 SY 04120 Tenera MR Powerbond Cushion RS $65.70 41.18% $38.65 SY G001 0 Tephra GC ethos@ Modular with Orrmicoat $92.35 37.71% $57.53 SY 11129 Texturernap GIJ ethos@ Modular with Orrmicoat $54.05 38.26% $33.37 SY 11129 Texturernap CF Flex Aire@ Cushion $55.32 1 37.38% $34.64 SY 11129 Texturernap CR Flex Aire@ Cushion RS $56.60 36.54% $35.92 SY 11129 Texturernap M Powerbond Cushion $48.57 40.96% $28.67 SY 11129 Texturernap MR Powerbond Cushion RS $49.84 39.91% $29.95 SY 11569 11iread Craft GIJ ethos@ Modular with Orrmicoat $51.03 34.86% $33.24 SY 11569 11iread Craft CF Flex Aire@ Cushion $52.30 34.01% $34.51 SY Tn,k,2t(USA.Iri,,, ::11,16lig is '01, maLerlal 0111y, frelghL is 110L 30000 Ai,,.,a Rd S.I.ri,01-14413 (na) 6 Page 18 of 39 Urkeft 2513 SouircewdHI Contract # 061323 IFFU ex1p: 8/9/2027 Tarkett Illlia INumber: 168119 Tarkett IResillient III N: SIPA Required - Contact IRIBIM IlDirlding Effective: Ju Illy l, 2024 -to Juine 30, 2025 ji IIIIIIIIIIIIIIIIIJIM NEN= SEEM End User Backing Discount Off Price Per Styie Code Styie Description Code Backing Description List Price List Price Uom u0m 11569 niread Craft CR Flex Aire@ Cushion RS $53.58 33.20% $35.79 SY 11569 11iread Craft M Powerbond Cushion $44.19 32.17% $29.98 SY 11569 11iread Craft MR Powerbond Cushion RS $45.47 31.27% $31.25 SY 11816 Transcend Edit GIJ ethos@ Modular with Orrmicoat $33.41 30.12% $23.35 SY 11816 Transcend Edit CF Flex Aire@ Cushion $34.68 29.01% $24.62 SY 11816 Transcend Edit CR Flex Aire@ Cushion RS $35.96 27.98% $25.90 SY 11817 Transrnute Edit GIJ ethos@ Modular with Orrmicoat $33.41 30.12% $23.35 SY 11817 Transrnute Edit CF Flex Aire@ Cushion $34.68 29.01% $24.62 SY 11817 Transrnute Edit CR Flex Aire@ Cushion RS $35.96 27.98% $25.90 SY 11818 Transpire Edit GIJ ethos@ Modular with Orrmicoat $33.41 30.12% $23.35 SY 11818 Transpire Edit CF Flex Aire@ Cushion $34.68 29.01% $24.62 SY 11818 Transpire Edit CR Flex Aire@ Cushion RS $35.96 27.98% $25.90 SY 11819 Transport Edit GIJ ethos@ Modular with Orrmicoat $33.41 30.12% $23.35 SY 11819 Transport Edit CF Flex Aire@ Cushion $34.68 29.01% $24.62 SY 11819 Transport Edit CR Flex Aire@ Cushion RS $35.96 27.98% $25.90 SY 11663 Nndra Flower GIJ ethos@ Modular with Orrmicoat $49.82 38.39% $30.69 SY 11663 Nndra Flower CF Flex Aire@ Cushion $51.09 37.44% $31.96 SY 11663 Nndra Flower CR Flex Aire@ Cushion RS $52.37 36.52% $33.24 SY 11663 Nndra Flower M Powerbond Cushion $44.12 34.48% $28.90 SY 11663 Nndra Flower MR Powerbond Cushion RS $45.39 1 33.51% $30.18 SY 11527 Twill GIJ ethos@ Modular with Orrmicoat $48.90 37.34% $30.64 SY 11527 Twill CF Flex Aire@ Cushion $50.17 36.39% $31.91 SY 11527 Twill CR Flex Aire@ Cushion RS $51.45 35.49% $33.19 SY 11527 Twill M Powerbond Cushion $48.60 40.43% $28.96 SY 11527 Twill MR Powerbond Cushion RS $49.88 39.39% $30.23 SY Tn,k,2t(uSA.Iri,,, ::11,16lig is '01, maLerlal 0111y, frelghL is 110L 30000 Ai,,.,a Rd S.I.ri,01-14413 (na) 6 Page 19 of 39 Urkeft 2514 SouircewdHI Contract # 061323 IFFU ex1p: 8/9/2027 Tarkett Illlia INumber: 168119 Tarkett IResillient III N: SIPA Required - Contact IRIBIM IlDirlding Effective: Ju Illy l, 2024 -to Juine 30, 2025 ji IIIIIIIIIIIIIIIIIJIM EEN= SEEM End User Backing Discount Off Price Per Styie Code Styie Description Code Backing Description List Price List Price Uom u0m 04405 Urban View GIJ ethos@ Modular with Orrmicoat $41.87 42.75% $23.97 SY 04405 Urban View CF Flex Aire@ Cushion $43.15 41.49% $25.25 SY 04405 Urban View CR Flex Aire@ Cushion RS $44.42 40.30% $26.52 SY G0074 Veilved Grove GC ethos@ Modular with Orrmicoat $69.59 32.81% $46.75 SY 11684 Visual Path GIJ ethos@ Modular with Orrmicoat $43.91 34.84% $28.61 SY 11684 Visual Path CF Flex Aire@ Cushion $45.19 33.86% $29.89 SY 11684 Visual Path CR Flex Aire@ Cushion RS $46.46 32.93% $31.16 SY 11684 Visual Path M Powerbond Cushion $38.93 30.59% $27.02 SY 11684 Visual Path MR Powerbond Cushion RS $40.20 29.62% $28.29 SY 11367 Winding Way GIJ ethos@ Modular with Orrmicoat $64.49 41.64% $37.64 SY 11367 Winding Way CF Flex Aire@ Cushion $65.77 40.83% $38.91 SY 11367 Winding Way CR Flex Aire@ Cushion RS $67.04 40.05% $40.19 SY 11367 Winding Way M Powerbond Cushion $57.29 44.65% $31.71 SY 11367 Winding Way MR Powerbond Cushion RS $58.56 43.68% $32.98 SY 04090 Winwood GIJ ethos@ Modular with Orrmicoat $82.70 43.69% $46.56 SY 04090 Winwood CF Flex Aire@ Cushion $83.97 43.03% $47.84 SY 04090 Winwood CR Flex Aire@ Cushion RS $85.25 42.39% $49.11 SY 04090 Winwood M Powerbond Cushion $70.48 44.70% $38.98 SY 04090 Winwood MR Powerbond Cushion RS $71.76 43.91% $40.25 SY Tn,k,2t(USA.Iri,,, 11,16lig is '01, maLerlal 0111y, frelghL is 110L 30000 Ai,,.,a Rd S.I.ri,01-14413 (Fa) 6 Page 20 of 39 Urkeft 2515 SouircewdHI Contract # 061323 IFFU ex1p: 8/9/2027 Tarkett Illlia INumber: 168119 Tarkett IResillient III N: SIPA Required - Contact IRIBIM IlDirlding Effective: Ju Illy l, 2024 -to Juine 30, 2025 MEN= MONEM MEMEME11=011M MEMMEM Styie Backing Discount Off End User Number Styie Description Code Backing Description List Price List Price Price Per UOM UOM 44069 Acadia SL Super-Lok@ $33.28 29.66% $23.41 SY 44069 Acadia M ErgoStep@ $40.93 24.11% $31.06 SY 40043 Alharnbra SL Super-Lok@ $67.22 42.17% $38.87 SY 40043 Alharnbra M ErgoStep@ $74.87 37.86% $46.52 SY 60137 Apace CK CrossCushion@(Woven) $92.31 27.32% $67.09 SY 60137 Apace KW Crossweave@ $84.66 29.79% $59.44 SY 44067 Augustine SL Super-Lok@ $33.83 30.76% $23.42 SY 44067 Augustine M ErgoStep@ $41.48 25.09% $31.07 SY 40030 Broccato SL Super-Lok@ $73.38 43.34% $41.58 SY 40030 Broccato M ErgoStep@ $81.03 39.25% $49.23 SY 60127 Cable Weave CK CrossCushion@(Woven) $90.95 27.24% $66.17 SY 60127 Cable Weave KW Crossweave@ $83.30 29.74% $58.52 SY 44058 Cane Stitch SL Super-Lok@ $67.61 44.18% $37.74 SY 44058 Cane Stitch M ErgoStep@ $75.26 39.69% $45.39 SY 44045 Coastal 11 SL Super-Lok@ $64.71 43.51% $36.55 SY 44045 Coastal 11 M ErgoStep@ $72.36 38.91% $44.20 SY 44066 Dalvay SL Super-Lok@ $33.83 30.76% $23.42 SY 44066 Dalvay M ErgoStep@ $41.48 1 25.09% $31.07 SY 40031 Fiori SL Super-Lok@ $73.43 43.34% $41.60 SY 40031 Fiori M ErgoStep@ $81.08 39.25% $49.25 SY 40045 Florentine SL Super-Lok@ $64.49 42.25% $37.24 SY 40045 Florentine M ErgoStep@ $72.14 37.77% $44.89 SY 40049 Foliage SL Super-Lok@ $52.77 41.63% $30.80 SY 40049 Foliage M ErgoStep@ $60.42 36.36% $38.45 SY 40051 Forest Floor SL Super-Lok@ $46.81 42.17% $27.07 SY- Tn,k,2t(uSA.Iri,,, 11,16lig is '01, '�IaLerlal 0111y, frelghL is 110L 30000 Ai,,.,a Rd S.I.ri,01-14413 (Fa) 6 Page 21 of 39 Urkeft 2516 Souircewdill Contract # 061323 IFFU ex1p: 8/9/2027 Tarkett Illlia INumber: 168119 Tarkett IResillient III N: SIPA Required - Contact IRIBIM 11F)ii Effective: Ju Illy l, 2024 -to Juine 30, 2025 MEN= MONEM MEMEME11=011M MEMMEM Styie Backing Discount Off End User Number Styie Description Code Backing Description List Price List Price Price Per UOM UOM 40051 Foreast Floor M ErgoStei $54.46 36.25% $34.72 S 60102 Full Volurne III CK CrossCusi(Woven) $91.66 27.40% $66.54 SY 60102 Full Volurne III KW Crossweave@ $84.01 29.90% $58.89 SY 44025 Grarna 11 SL Super-Lok@ $46.42 44.52% $25.76 SY 44025 Grarna 11 M ErgoStei $54.07 38.22% $33.41 SY 44040 Grarna Striae 11 SL Super-Lok@ $46.82 43.79% $26.32 SY 44040 Grarna Striae 11 M ErgoStei $54.47 37.64% $33.97 SY 44057 Grasscloth SL Super-Lok@ $67.61 44.18% $37.74 SY 44057 Grasscloth M ErgoStei $75.26 39.69% $45.39 1 SY 66002 Halifax CK CrossCusi(Woven) $83.91 27.37% $60.95 SY 66002 Halifax KV Crossweave Velvet $76.26 30.11% $53.30 SY 40033 Lido SL Super-Lok@ $73.84 43.31% $41.86 SY 40033 Lido M ErgoStei $81.49 39.24% $49.51 SY 60126 Pebble Mesh CK CrossCusi(Woven) $96.07 27.06% $70.07 SY 60126 Pebble Mesh KW Crossweave@ $88.42 29.40% $62.42 SY 40044 Piazza SL Super-Lok@ $66.58 42.19% $38.49 SY 40044 Piazza M ErgoStei $74.23 37.84% $46.14 SY 60131 Plaited CK CrossCusi(Woven) $101.99 27.28% $74.17 SY 60131 Plaited KW Crossweave@ $94.34 29.49% $66.52 SY 44060 Plurneria SL Super-Lok@ $67.61 44.18% $37.74 SY 44060 Plurneria M ErgoStei $75.26 39.69% $45.39 SY K0101 Radiance CAL Super-Lok@ $59.07 43.88% $33.15 SY K0101 Radiance i ErgoBlok@ $65.45 39.61% $39.53 SY 40048 Reflecting Pool SL Super-Lok@ $53.79 42.69% $30.83 SY 1 40048 lReflecting Pool I M ErgoStei $61.44 37.37% $38.48 SY Tn,k,2t(USA.Iri,,, 11,16lig is '01,MaLerlal 0111y, frelghL is i10L 30000 Ai,,.,a Rd S.I.ri,01-14413 (na) 6 Page 22 of 39 Urkeft 2517 Souircewdill Contract # 061323 IFFU exlp: 8/9/2027 Tarkett Illlia INumber: 168119 Tarkett IResillient III N: SIPA Required - Contact IRIBIM IlDirlding Effective: Jii 2024 -to Juine 30, 2025 MEN= MONEM MEMEME11=011M MEMMEM Styie Backing Discount Off i User Number Styie Description Code Backing Description List Price List Price Price Per UOM UOM 60128 Reprise CK CrossCusi(Woven) $101.02 27.38% $73.36 S 60128 Reprise KW Crossweave@ $93.37 29.62% $65.71 SY K0120 Solana COIL Super-Lok@ $66.08 49.66% $33.26 SY K0120 Solana UC ErgoBlok@ $72.46 45.29% $39.64 SY 44068 Stratford SL Super-Lok@ $33.37 29.88% $23.40 SY 44068 Stratford M ErgoStei $41.02 24.31% $31.05 SY 40047 Surishadow SL Super-Lok@ $51.78 41.57% $30.26 SY 40047 Surishadow M ErgoStei $59.43 36.22% $37.91 SY 40050 Terrace SL Super-Lok@ $50.73 41.42% $29.72 SY 40050 Terrace M ErgoStei $58.38 35.99% $37.37 SY 40046 Toulon SL Super-Lok@ $65.22 42.25% $37.66 SY 40046 Toulon M ErgoStei $72.87 37.81% $45.31 SY 40032 Vetro SL Super-Lok@ $73.20 43.36% $41.46 SY 40032 Vetro M ErgoStei $80.85 39.25% $49.11 SY 44059 Woodrush SL Super-Lok@ $67.61 44.18% $37.74 SY 44059 Woodrush M ErgoStei $75.26 39.69% $45.39 SY 44031 Zona III SL Super-Lok@ $33.56 28.76% $23.91 SY 44031 Zona III M ErgoStei $41.21 23.42% $31.56 SY Tn,k,2t(uSA.Iri,,, ::11,16lig is `(��r '�IaLelrlal 0111y, "eight is 110L 30000 Ai,,.,a Rd S.I.ri,01-14413 (na) 6 Page 23 of 39 Urkeft 2518 Souircewdill Contract # 061323 IFFU exlp: 8/9/2027 Tarkett Illlia INumber: 168119 Tarkett IResillient III N: SIPA Required - Contact IRIBIM IlDirlding Effective: Ju Illy l, 2024 -to Juine 30, 2025 End User Styie r, BacHng Diiscount Off P, M Co 'r UO Styie Descriiptiion7 Backiing Descriiptiion List P i Pfice fice Prilce Per uOm Code Code Lst u0mJoiM varies Flexable Standard-El:hos GILI ethos(E-0 Modular wil:h Ornninoal: ).15 31.15% 1 $54.50 SY varies firs Standard-Flex-Aire CR Flex Aire@0 Cushion RS $80.43 30.99% $55.50 SY varies Flexable Standard-PB M Powerbond Cushion $79.15 31.15% $54.50 SY varies Flsxsabls Standard-PB RS MR Powerbond Cushion RS $82.77 30.53% $57.50 SY 05164 Aragon Blue Shadow MR Powerbond Cushion RS $61.15 2 4.4 5% $46.20 SY Tn,k,2t(uSA.Iri,,, ::11,161ng is '01, 'naLerial Only, "eight is 110L lncluc�ec� 30000 Ai,,.,a Rd S.I.ri,01-14413 (na) 6 Page 24 of 39 Urkeft 2519 SouircewdHI Contract # 061323 IFFU ex1p: 8/9/2027 Tarkett Illii I INumber: 168119 Tarkett IResilient III N: SIPA Required - Contact IRIBIM IlDirlding Effective: Ju Illy 'll, 2024 -to Juine 30, 2025 End User Style Discount Off Price � Series List Price Price Per UOM 't Pr! Number List Price7 7 UOM IN513572 Adaptt (SureSet) $7.36 27.62% $5,33 SIF IN 512191 Contour $7.52 30.62% $5,21 SIF IN518780 Collective IPursuit $6.94 41.05% $4,09 SIF IN518360 lEven IPlane $8.57 51.08% $419 SIF IN 512187 lEvent $6.85 40.09% $4,'1'1 SIF IN512186 Victory $15.59 28.43% $'1'1,'l 6 SIF TWk,2t(USA.Iri,,, 11,161ng is '01,nlaLerlal Only, frelghL is 110L ncluc�eci 3�1)00 Aiua Rd S.,, ri,01-14413 1) Page 25 of 39 �arkeft 2520 Souircewdlll Contract # 061323 IFFU ex1p: 8/9/2027 Tarkett Illlia INumber: 168119 Tarkett IResillient III N: SIPA Required - Contact IRIBIM IlDirlding Effective: Ju Illy l, 2024 -to Juine 30, 2025 Product Descdptlon&Use Spread Rate Style Uom Price per Unit C-121E Pressure Serisiltilve Adlibesilve--li&IDes,s,o Orilly 133-155 Square Yards 604734021 4 Gallon Pall $126M 1596-1860 Square Yards 48-4 Gallon Palls $lM20 C-li Adli[li 133-155 Square Yards 4 Gallon Pall $126M 'Note:Existing adhesive needs to be removed and the floor prinied with C 56,If new 604734022 Concrete has a high level of porosity,C 36E prinier is SLJ(agested.Do not Use with Flex Aire,backing. 1596-1860 Square Yards n Palls $lM20 C_GU HIM Adli[li orally solvent free,acrylic adhesive 60-80 square yards/4 gallon 604734024 4 Gallon Pall $16120 For Use on concrete where niOlStUre limits exceed C EX TarlkettTalpe@+--etli li&Ii li Orilly 144 Square Yards per Roll for 24"x24" 604737028 Roll $158A7 See Technical BUlletin for further confl(aLjrations. C-1 61E Adli 44-55 Square Yards 604734010 4-Gallon Pall $9132 528-660 Square Yards 48-4 Gallon Palls $87.54 IB-19 Greerili Adli 40-48 Square Yards 604734001 4-Gallon Pall $47A4 MEN= C-361E Prilirrier(Porous concrete floors must be primed) 133-177 Square Yards 604735013 4-Gallon Pall $6168 C-56 i(Encapsulates trace amounts of old adhesive) 120-140 Square Yards 604735012 4-Gallon Pall $126M DO NOT USE with Powerbond Cushion or Medfloor Searn Welld-54(Not for sale TO California) 800 1 inear Feet 604735005 GAT $16M Do not Use with Powerbond ethos Cushion.Cleans with Swam Cleaner 77. C-XIL Searn Weld(Powerli&Broadloorri)(To be sold ill California) 4QQ L..iir ear Feet 604735019 QT $20M Meets SCAQMD,BAAQMD,Water Baser.](Cleans with Water) Power-Weld Searn Weld(Powerli(To be sold TO California) 4QQ L..iir ear Feet 604735024 QT $20M Me,etsSCAQMD,BAAQMD(Cleans with Acetone) Searn Clearier 77(Not for sale TO California) 1,600 L..iir ea r Feet 604735007 QT $2145 Do n0t Use with Powerbond ethos Cushion RollSirriart 1,400-1,600 Square Feet 297038073 4-Gallon Pall $27831 *Ali for Contour,HD IL.atiltuude,IEvernt,IMetallli 350-400 Square Feet 297038074 Gallon Pall $7181 IL VT IRollllalhalle 1,400-1,600 Square Feet 297038080 4-Gallon Pall $324.97 *Ali for HD IL.atiltuude 350-400 Square Feet 297038081 Gallon Pall $76.69 Tarli 9591HIM VilinylTille arid IPllalrnik Adli 150-175 Square Feet/gal(Porous) *Approved for Contour,Ill)ILatitude,Event,Even Plarle&MetallEdge. 250-300 Square Feet/gal(Non-porous) 297038082 4-Gallon Pall $16634 Solvent free easy to apply adhesive 975'Two-li Uretli Adli 150 Square Feet 297038014 Gallon Pall $18933 *Ali for Contour,HD IL.atiltuude,IEvernt,IFrselrn IPllalrne&IMetallli 300 Square Feet 297038020 2-Gallon Pall $340M Cli 2001 Wet Set Adli*Ali for Vilctory 125 Square Feet per Gallon 250458000 4-Gallon Pall $108A6 Recommended adhesive for installation over poroU.'r,sUbfloor only Cli 2000 IFlpoxy Adli*Ali for Vilctory 120-130 Square Feet per Gallon 250458001 1-Gallon Pall $6931 Tarli SureStart"Uriderlayrrierit Roll Size:36 inches x 33.33 feet 500033006 Square Feet $M4 (Roll Size:54 inches x 44.4 feet 500033007 Square Feet $M4 lia 001 12"Stirilli N/A N515881 Each $25.81 Metalli 12"Stirilli N/A N515882 Each $25.81 lia 003 12"Stirilli N/A N515883 Each $25.81 lia 004 4"Stirilli-ILevellelr Orilly,Use w/IMetallli 003 N/A 14402700021 Each 1 $14 1 T,r,k,2�(IJSA.Ir,,, ::11,161ng is for 'naLerial Only, "eighl:is n0l: ncllt(��e(�� 30000 Ai,,.,a Rd S.I.ri,01-144131) Page 26 of 39 dTarkeft (ara) 6 2521 SouircewdHI Contract # 061323 IFFU ex1p: 8/9/2027 Tarkett Illlia INumber: 168119 Tarkett IResillient III N: SIPA Required - Contact IRIBIM IIF)ii Effective: Ju Illy l, 2024 -to Juine 30, 2025 Product Descdptlon&Use Spread Rate Style UOM Prlce per Unit SY01i 1 Pint-12 per Caftn 604735010 Caftn $15697 4 Gallons per Caftn 604735011 Caftn $162A 1 Carli I110 N/A 604735003 Each $71 29 Searn'Tifirrurner-Double Blade N/A 604736008 Each $176M i I1(5 per pack)k#PBR-1 N/A 604736005 Pack $435 Orcular Reli Cooli Cutter N/A 604736007 Each $2173 ;i I I I I I I I I EMOMMIMEMEM 11i(Sli 6'x 75'-50 Yards(Roll) 1 6058170041 Square Yard I Tn,k,2t(uSA.Iri,,, 11,161ng is '01,nlaLerlal Only, frelghL is nOL nclu(��e(:� 30000 Ai,,.,a Rd S.I.ri,01-1441319 d Tarke Page 27 of 39 ft (na) 6 2522 SouircewdHI Contract # 061323 IFFU ex1p: 8/9/2027 Tarkett Illlia INumber: 168119 Tarkett IResillient III N: SIPA Required - Contact IRIBIM IlDirlding Effective: Ju Illy l, 2024 -to June 30, 2025 !III F MEMEMlEiiiiii, rrIMMIMMIMMM Style Code Style Style Description Gauge SY per RoH Size End User MIA Number RoH Nic".Pv UOM OIDIF R N500755 iQ Optima 2mm 59.7 6'6''Matti $50 14 SY 2mm GRIF R N500749 iQ Gianit 7 59.7 6'6''Matti $5014 SY EIAI R N518050 IiQ Eminent 2mm 59.7 6'6''Matti $50 14 SY I Al D3 R N500760 II 2mm 55.66 6'6''Matti $38 18 SY `0 AIR13 R N500743 Aria 2mm 55.66 6'6''Matti $38 18 SY GRIFSIFIF R N500748 Gianit Safe IF Sheet 2mm 60.13 6'6''Matti $50 14 SY GRIFSID R N5500750 iQ Gianit SID Static Dissipative Sheet 2mm 55 6'6''Matti $5579 SY mmmmm�m Style Code Style Style Description Gauge SF per Tille Size End User MIA Number Carton P,I,.,,e Pv UOM OIDIF JIF N500756 iQ Optima JIF Tile 2mm 56 24''x 24'' $41071 (.",IFN GRIF JIF N500753 iQ Gianit JIF Tile 2 mm 56 24''x 24'' $41071 (.",IFN EIAI JIF N518053 iQ Eminent JIF Tile 2mm 56 24''x 24'' $41071 (.",IFN Al D3 JIF N500759 II JIF Tile 2 mm 56 24''x 24'' $366 55 (.",IFN AIR13 JIF N500745 Aria JIF Tile 2mm 56 24''x 24'' $366 55 (.",IFN GRIFSID JIF N500751 iQ Gianit SID Static Dissipative Tile 2mm 56 24''x 24'' $48667 (.",IFN Style Code Style Style Description Gauge SY per RoH Size End User MIA Number RoHlit P,I,.,,e Pv UOM A(.",W R N500739 Aczent Wood 2mm 55 6'6''Matti $4407 SY Woad A(.",(.",R N510380 A czent concrete 2mm 55 6'6''Matti $4407 SY `1 R R N510383 Acczent flourish 2mm 55 6'6''Matti $4407 SY PER 6 N51 6544 Pei foi ma 6' 2mm 50 6'Width $2699 SY PER 12 N513982 Peifoinna 12'(additimnal frek ht char(es may apply) 2mm 100 12'Width $2699 SY Elm Style Code Style Style Description Gauge SY per RoH Size End User MIA Number RoH Nice Pv UOM C, , W'dt�, I ino Flooi N500773 I ino Flooi 2.5 mm 72 '5''Width dtfi t 1$3 9 t7l "S','YY I inoWall N516352 I ino Wall 2mm 42 6'5''Matti $2975 SY Style Code Style Style Description SF per Carton "file Size End User MIA Number P,I,.,,e Pv UOM Various N51 64 70 jil)I atitude Wood 36 6''x 48'' $304 SIF Various N516590 iD I atitude Abstiacts 45 18''x 18'' $304 SIF Various N516591 iD I atitude Abstiacts 36 6''x 36'' $304 SIF Various N516592 iD I atitude Stone&concrete 45 18''x 18'' $304 Si- ON=� .0 0 M Elm= m Style Code Style Style Description Gauge SF per Tille Size End User MIA Number Carton P,I,.,,e Pv UOM Various N517710 Standai d V(.",]F(i=ijil cattors Only) 1/81, 45 12''x 12'' $7314 (.",IFN Vanous N517700 Quai tz V(.",]F(i=ijil cattors Only) 1/81, 45 12''x 12'' $9754 1 Vanous N517701 Slip Resistant V(.",]F O=ijil(Jattors Only) 1/81, 45 12''x 12'' $24540 (.",IFN Various N517702 Solids VI(Full Cattors Only) 1/81, 45 12''x 12'' $24540 (.",IFN Style SF per End User Style Code Style Description Gauge Tulle Size MIA Number I Cartago P,I,.,,e Pv UOM HINSP N500930 i ed Surface .0801, 322 24''x 24'' $994 SIF FRPANSP N500980 Rice Papei Surface .0801, 32 24''x 24'' $994 SIF RIFSP N500962 Raised Round t)r Squaie Surface 1/81, 32 24''x 24'' $1308 SIF HIRIFSP N501241 Hammeied Surface 1/81, 32 24''x 24'' $1308 SIF FRPASP N500981 Rice Papei Surface 1/81, 32 24''x 24'' $1308 SIF BIARIFSP , N500851 Bamboo Sui face 1/81, 32 24''x 24'' a13.08 SIF Tatket(IJSA,Iri,,, 11,161ng is for inaLerial Only, frelghL is nOL II 30000 A1i .,a Rd S.I.ri,0-1441319 Page 28 of 39 (aoa) 6 (?)Tarkeft 2523 Souircewdill Contract # 061323 IFFU ex1p: 8/9/2027 Tarkett Illlia INumber: 168119 Tarkett IResillient III N: SIPA Required - Contact IRIBIM IlDirlding Effective: Ju Illy l, 2024 -to June 30, 2025 MEM EM Style Code Style Style Description Gauge SIF per Tille Size End User UOM Number Carton Nic".Pv UOM RIF N500971 Raised Round or Square Surface 1/81, 32 24''x 24'' $11 45 SIF Ii N500909 IiJ Sui face 1/81, 32 24''x 24'' $11 45 SIF BIVIRIFS N500849 Bamboo Surface 1/81, 32 24''x 24'' $11 45 SIF BRS N500869 Brushed Surface 1/81, 32 24''x 24'' $11 45 SIF ("'OS N500876 (.".onciete Surface 1/81, 32 24''x 24'' $11 45 SIF (.",RIFS N500877 (.".ubis Surface 1/81, 32 24''x 24'' $11 45 SIF (.",N N500891 Diamond Surface 1/81, 32 24''x 24'' $11 45 SIF FRIFS N500906 Flagstone Surface 1/81, 32 24''x 24'' $11 45 SIF I RS N500955 I...eather Surface 1/81, 32 24''x 24'' $11 45 SIF FRPA N500979 Rice Paper Surface 1/81, 32 24''x 24'' $11 45 SIF N500999 Smooth Surface 1/81, 32 24''x 24'' $11 45 SIF (.",Fl N500905 (".inculinity Fastllane 1/81, 32 24''x 24'' $11 45 SIF (.",IFR N501004 (".inculinity Tiicycle 1/81, 32 24''x 24'' $11 45 SIF (.",RB N500993 (".inculinity Round A Bout 1/81, 32 24''x 24'' $11 45 SIF (.",IFIF N501003 .(".inculinity To Tac Too 1/81, 32 24''x 24'' $11 45 SIF (.",EF N500904 (".inculinity Effervescent 1/81, 32 24''x 24'' $11 45 SIF FGS N5141 70 Forged Surface 1/81, 32 24''x 24'' $11 45 SIF I ES N514171 I inen Surface 1/81, 32 24''x 24'' $11 45 SIF WG N514172 Woodgi ain Sui face 1/81, 32 6''x 48'' $11 45 SIF WV N514173 Woven Surface 1/81, 32 24''x 24'' $11 45 Si- 7 M= MMMMMMMMMM Style Code Style Style Description Gauge SIF per Tille Size End User UOM Number Carton Nice Pv UOM IAI-110 12 N510440 lAesto(".onfiguiations(Full cartons Only) .0801, 60 12''x 12'' $994 SIF IAI-110 12 24 N510444 lAesto(".onfiguiations(Full cartons Only) .0801, 60 12''x 24'' $994 SIF IA 1-110 24 N510441 11VIesto(".onfiguiations(Full cartons Only) .0801, 48 24''x 24'' $994 SIF IA 1-110 6 N510442 lAesto(".onfiguiations(Full(')anon Only) .0801, 60 6''x 6'' $994 SIF IAI-110 6 24 N510443 lAesto(".onfiguiations(Full cartons Only) .0801, 60 6''x 24'' $994 SIF IARI R S N510391 AineialitySbata I...eather Surface 1/81, 32 12''x 24'' $11 45 SIF IARI R G N51 0410 lAineialityGiains I eatInei Sui face 1/81, 32 6''x 48'' $11 45 SIF (.",OIAIF 507 N501245 Replay(".ommotion Square Edge Tile Black 3/8'' 24''x 24'' $760 SIF (.",OIA IF N500976 Replay Commotion Square Edge Tile Speckled 3/8'' 24''x 24'' $927 SIF (.",OIAI 507 N501246 Replay(".ommotion Interlocking Tile Black 3/8" 24''x 24'' $841 SIF ("101A I N500977 Replay(".ommotion Interlocking Tile Speckled 3/8'' 24''x 24'' $10 19 SIF S IA 1-11 N501011 Triumph Square Edge Speckled I Mesta 3/8'' 24''x 24'' $1773 SIF SIVIFISI N501010 Triumph Slidelock Speckled I Mesta 3/8'' 24''x 24'' $1702 SIF INRI-II N500943 Inertia Square Edge Speckled I Mesta 114'' 24''x 24'' $12.81 Si- 7 M= Style Code Style Style Description Color Gauge Size End User UOM Number Nice Pv UOM I (.",OIAR 507 N501243 Replay(".ommotion Sheet full Roll Only) Black 114'' 4'x 75' $393 SIF (.",OIA R N500974 Replay(".ommotion Sheet(Full Roll Only) Speckled 114'' 4'x 75' $4 98 SIF (.",OIAR 507 N501244 lReplay(".ommotion Sheet full Roll Only) Black 3/8'' 4'x 50' $5 58 SIF (.",OIA R N500975 Replay(".ommotion Sheet Full Roll Only) Speckled 3/8'' 4'x 50' $718 SIF = Style Code Style Style Description Gauge LIF per Height End User UOM Number Carton Nice Pv UOM I IAW A N510486 11iUrlonnat 8'lengttis 3/8'' 48' 4 1/2'' $304 1 F Aw 1) 1 N510488 jOutfine 8'lengttis 5/16'' 80, 3 1/2'' $2.22 1 F IAW F I N510490 lReveal 8'lengttis 114'' 64' 4 114'' $2.82 1 F IAW G F—E]1:0:4:9 2 lInflection 8'lengttis 3/8'' 48' 5 114'' $5 03 1 F IAW 1-11 1 N510494 I Mandalay 8'lengttis 3/8'' 4 0' 4 1/2'' $4 4 2 1 F Tn,k0,�(JSA.I r,, 11,16n is r�r nlaLerlal Only felgL is 10L 300a)0Ai,,.,aR (?)TarkeftS.1,01-1441319 Page29 of39(ao 2524 SouircewdHI Contract # 061323 IFFU ex1p: 8/9/2027 Tarkett Illlia INumber: 168119 Tarkett IResillient III N: SIPA Required - Contact IRIBIM IlDirlding Effective: Ju Illy l, 2024 -to June 30, 2025 Style LF per ht End User Style Code Number Style Description Type Carton Gauge/Hegg Nic".Pv UOM u0m 1F5t11(1F)4 N51 0606 Basewoiks IFS Thermoset TOE or IFOEI ESS (.",oil 120' 1/8''/4'' $1 47 1 F 1FSB(1F)4 N500861 Basewoiks IFS Thermoset TOE or IFOEI ESS 4'section 120' 1/8''/4'' $1 47 1 F 1FSB(1F)6 N516029 Basewoiks IFS Thermoset TOE or IFOEI ESS (.",oil I ou 1/8''/6'' $2.30 1 F 1FSB(1F)6 N500863 Basewoiks IFS Thermoset TOE or IFOEI ESS 4'sections 100 1/8''/6'' $2.30 1 F (.-,B(IF)4 N510600 Tiaditional 1FPV Vinyl TOE or IFOEI ESS (.",oil 120' .080/4'' $093 1 F (.-,B(IF)4 N501147 Tiaditional 1FPV Vinyl TOE or IFOEI ESS 4'sections 120' .080/4'' $093 1 F B(IF)6 N516016 Tiaditional 1FPV Vinyl TOE or IFOEI ESS (.",oil 100, .080/6'' $1 56 1 F B(IF)6 N501149 Tiaditional 1FPV Vinyl TOE or IFOEI ESS 4'sections 100, .080/6'' $1 56 1 F (.-,B(IF)4 N510602 Tiaditional 1FPV Vinyl TOE or IFOEI ESS (.",oil 120' 1/8''/4'' $1 14 1 F (.-,B(IF)4 N501148 1-Fiaditional 1FPV Vinyl TOE or IFOEI ESS 4'sections 120' 1/8''/4'' $1 14 L..F B(IF)6 N516018 Tiaditional 1FPV Vinyl TOE or IFOEI ESS (.",oil 100, 1/8''/6'' $1 72 1 F B(IF)6 N501150 Tiaditional 1FPV Vinyl TOE or IFOEI ESS 4'sections 100, 1/8''/6'' $1 72 1 F 4 N510604 Tiaditional IFPR Rubbei TOE or IFOEI ESS (.",oil 120' 1/8'' 4'' $1 34 1 F 4 N500719 Tiaditional IFPR Rubbei TOE or IFOEI ESS sections 120' 1/8'' 4'' $1 34 L..F 6 N516022 Tiaditional IFPR Rubbei TOE or IFOEI ESS (.",oil 100, 1/8'' 6'' $2.05 1 F 6 N500722 Tiaditional IFPR Rubbei TOE or IFOEI ESS sections 100, 1/8'' 6'' $2.05 L..F ME=Is= Style Code Style Style Description Color Lengths Available End User u0m Number Nice Pv UOM RNRID SO N500970 Raised Round or Square Surface Solid 3',3.5',4',4.5,5,6,7,8' $2022 1 F 1-11 IA N IF N500908 i ed Surface Solid 3',3.5',4',4.5,5,6,7,8',V $2022 1 F (.",N N N500898 11iamond Surface Solid 3',3.5',4',4.5,5,6 $2022 1 F FRPANIF N500978 Rice(Paper Surface Solid 3',3.5',4',4.5,5,6 $2022 1 F (.",F1 NIF N500706 (".kculinity Fastlane Surface Solid 3',3.5',4',4.5,5,6 $21 10 1 F (.",UBIF N500708 (.".ubis Surface Solid 3',3.5',4',4.5,5,6 $21 10 1 F BIANIF N500855 Bamboo Surface Solid 3',3.5',4',4.5,5,6 $21 10 1 F RNRD/SQSP N500961 Raised Round or Square Surface Speckled 3',3.5',4',4.5,5,6,7,8' $24 18 1 F 1-111ANIFSP N500929 i ed Surface Speckled 3',3.5',4',4.5,5,6,7,8',V $24 18 1 F (.",N NSP N500893 Diamond Surface Speckled 3',3.5',4',5',6 $24 18 1 F FRPANIFSP N51 0567 Rice(Pager Surface Speckled 3',3.5',4',5',6 $24 18 1 F M�� MMM2��M Style Code Style Style Description Color Lengths Available End User u0m Number Nice Pv UOM VIRNRD N501015 Raised Round Surface Solid 3',3.5',4',4.5,5,6,7,8' $2601 1 F VIRNSQ N501017 Raised Square Surface Solid 3',3.5',4',4.5,5,6 $2601 1 F Vili N500940 i ed Surface Solid 3',3.5',4',4.5,5,6,7,8',V $2601 1 F Vl(.",NN N500902 Diamond Surface Solid 3',3.5',4',4.5,5,6 $2601 1 F VIFRPANIF N500987 Rice(Pager Surface Solid 3',3.5',4',4.5,5,6 $2601 1 F Vl(.",Fl NIF N500707 (".kculinity Fastlane Surface Solid 3',3.5',4',4.5,5,6 $27 13 1 F Vl(.",UBIF N510621 (.".ubis Surface Solid 3',3.5',4',4.5,5,6 $27 13 1 F VIBIVNIF N500858 Bamboo Surface Solid 3',3.5',4',4.5,5,6 $27 13 1 F VlRNRD/SQSP N500966 Raised Round or Square Surface Speckled 3',3.5',4',4.5,5,6,7,8' $3000 1 F VIHIVNIFSP N500934 i ed Surface Speckled 3',3.5',4',4.5,5,6,7,8',V $3000 1 F Vl(.",NNSP N500896 Diamond Surface Speckled 3',3.5',4',5',6 $3000 1 F VIFRPANIFSP N510568 Rice(Pager Surface Speckled 3',3.5',4',5',6 $3000 1 F Twk,2�(�JSA.Iri,,, ::11,161ng is for inaLerial Only, frelghL is 110L il 30000 Ai,,.,a Rd S.1,01-1441319 (?)Tarkeft (aoa) 6 Page 30 of 39 2525 SouirciewdHI Contract # 061323 IFFU ex1p: 8/9/2027 Tarkett Illlia INumber: 168119 Tarkett IResillient III N: SIPA Required - Contact IRIBIM IlDirlding Effective: Ju Illy l, 2024 -to June 30, 2025 Style Code Style Style Description Color Lengths Available End User LIOM Number Nic".Pv UOM RNRD/SQ1FR N500973 Raised Round or Square Surface Solid 3',3.5',4',4.5,51,61,7,81,91 $2550 1 F i N500937 i ed Surface Solid 3',3.5',4',4.5,51,61,7,81,91 $2550 1 F (.",N NIFR N500899 1liarnond Surface Solid 3',3.5',4',4.5,51,61 $2550 1 F FRPANIFR N500984 Rice Paper Surface Solid 3',3.5',4',4.5,51,61 $2550 1 F (.",F1 NIFR N500873 (".inculinity Fastllane Surface Solid 3',3.5',4',4.5,51,61 $2550 1 F (.",UBTR N500882 (.".ubis Surface Solid 3',3.5',4',4.5,51,61 $2550 1 F BIANTR N500703 Bamboo Surface Solid 3',3.5',4',4.5,51,61 $2550 1 F RNRD/SQ1FRSP N500963 Raised Round or Square Surface Speckled 3',3.5',4',4.5,51,61,7,81,91 $2959 1 F i N500735 i ed Surface Speckled 3',3.5',4',4.5,51,61,7,81,91 $2959 1 F (.",N NIFRSP N500894 1liarnond Surface Speckled 3',3.5',4',4.5,51,61 $29 59 1 F FRPANIFRSP N500982 Rice Paper Surface Speckled 3',3.5',4',4.5,51,61 $2959 1 F (.",F1 NIFRSP N514183 (".inculinity Fastllane Surface Speckled 3',3.5',4',4.5,51,61 $2959 1 F (.",UB]FRSP N500879 (.".ubis Surface Speckled 3',3.5',4',4.5,51,61 $2959 1 F BIVNIFRSP N500852 Bamboo Surface Speckled 3',3.5',4',4.5,51,61 $2959 1 F 7 Style Code Style Style Description Color Lengths Available End User LIOM Number Nice Pv UOM VIRNRD/SQ I R N500969 Raised Round or Square Surface Solid 3',3.5',4',4.5,51,61,7,81,91 $32.68 1 F VIHNTR N500941 mmei ed Surface Solid 3',3.5',4',4.5,51,61,7,81,91 $32.68 1 F Vl(.",NNIFR N500903 Diamond Surface Solid 3',3.5',4',4.5,51,61 $32.68 1 F VIFRPANIFR N500988 Rice Paper Surface Solid 3',3.5',4',4.5,51,61 $32.68 1 F Vl(.",Fl NIFR N500875 (".inculinity Fastllane Surface Solid 3',3.5',4',4.5',5',6' $32.68 1 F Vl(.",UB]FR N500884 (.".ubis Surface Solid 3',3.5',4',4.5,51,61 $32.68 1 F VIBIANTR N501014 Bamboo Surface Solid 3',3.5',4',4.5,51,61 $32.68 1 F VIRNRD/SQ I RSP N500967 Raised Round or Square Surface Speckled 3',3.5',4',4.5,51,61,7,81,91 $3670 1 F Vili N500935 i ed Surface Speckled 3',3.5',4',4.5,51,61,7,81,91 $3670 1 F Vl(.",N NIFRSP N500897 Diamond Surface Speckled 3',3.5',4',4.5,51,61 $3670 1 F VIFRPANIFRSP N500983 Rice Paper Surface Speckled 3',3.5',4',4.5,51,61 $3670 1 F Vl(.",Fl NIFRSP N500872 (".inculinity Fastllane Surface Speckled 3',3.5',4',4.5,51,61 $3670 1 F Vl(.",UB]FRSP N500881 (.".ubis Surface Speckled 3',3.5',4',4.5,51,61 $3670 1 F VIBIVNIFRSP N500854 Bamboo Surface Speckled 3',3.5',4',4.5,51,61 $3670 1 F No=MEN= NONE= Style Code Style Style Description Type Depth Sizes End User LIOM Number Nice Pv UOM rely 1-111) N501161 Heavy i Vinyl IDead Only 12 114 3"51,61,7,8,121 $12.55 1 F OEM Style Code Style Style Description Type Depth Sizes End User LIOM Number Nice Pv UOM 1 3 Ima611 41 PVlli Stair T Visually XX SQ N510464 Vinyl Stair Tiead 01�pjlyked 12 114'' 1 6;31 ,81,�21' $2110 1 F ON=� MMM�M Style Code Style Style Description Type Depth Sizes End User LIOM Number Nice Pv UOM PVlRNRD/SQ N500959 Raised Round or Square Surface Tread Only 12 114'' 3', 7484 3'6'',48,4'6'' $2672 1 F , PVIRNRI)/SQIFR N 500960 Raised Round or Square Surface I read ne Piece 191, 3',3'6'',748,4'6'' $3350 1 F Ti &Risei 5', , PV11i N500928 Harnmeied Surface I read ne P&Ris iece 191, 3',3'6'' 4 41611 $3350 1 F I Tiei 5"61,7484 91 Tn,k,2II(IJSA.Iri,,, 11,161ng is for inaLerial Only, frelghL is 110L il 30000 Aua Rd S.I.ri,01-1441319 Page 31 of 39 (aoa) 6 (3)Tarkeft 2526 SouirciewdHI Contract # 061323 IFFU ex1p: 8/9/2027 Tarkett Illlia INumber: 168119 Tarkett IResillient III N: SIPA Required - Contact IRIBIM IlDirlding Effective: Ju Illy 'll, 2024 -to June 30, 2025 Style Code Style Style Descrip=tion Gauge LF per Height End User u0m Number Carton i ll UOM Pli IN 510461 IFPR Rudder TOE w/Ill PI Stnp 1/81, 120' 4'' $5 90 1 F Pli IN 510463 IFPR Rudder TOE w/I''PI Stnp 1/81, 100, 6'' $730 1 F � iiiii:�ii,M= MEMEMM1711 i 1 111111[l�lllll l IM13. Style Code Style Style Description Depth Sizes End User u0m Number i ll UOM PVlIFSNN XX N510466 Stak Nosing Top Set 2'' 12' $1524 1 F PVIR(.",NN XX A N51 0467 Recessed Stak Nosing Undercut for carpet 2'' 12' $1937 1 F PVIR(.",NN XX B N51 0468 Recessed Stak Nosing Heavy 1i ty Overlap ap I i p 2'' 12' $1994 1 F PVIR(.",N XX B2 IN 501189 Recessed Stak Nosing Heavy 11uty Overlap I p w/2''Tape 2'' 12' $1547 1 F PVIV(.",DN N51 0469 Stak Nosing Double Undercut 2'' 12' $1640 1 F OEM 1 Style End User Style Code 7Number Styt_e!De!scription Gauge Packaggng i ll UOM u0m _" ,St 'oil PVFSN 99 1'' 440348002 Vinyl I'Voldings I Featuie Sbip 1/81, 1 X 50'(.", $942 1 F PVGSN 99 A Ill 440351003 Ivinyl IVoldiings I Guidance Sbip 1 X 50'(.",oil $1524 1 F Style Code Style Style Description Size End User u0m Number i ll UOM P 1-11 IN N510472 i(.".ovei 12' $942 1 F Style Code Style Style Description Packaging Sizes End User u0m Number i ll UOM P40708 297039036 1 Plain Tape I Roll Ill X 82 1 engtti $30420 EA P407081 297039039 1 Plain I ape I Roll Ill X 164'1 engtti $54752 EA 71111111 Style Code Style Style Description Type Packaging End User u0m Number i ll UOM WRC N500762 Weld Rod i(.".oloi(t,,,i-io c,,-1[) 165 1 FIF(.",oil X1 (.",oil $7908 (.",IFN WR N501073 Weld Rod-Solid(tc,,i-ioc,,-1[) 165 1 FIF(.",oil X1 (.",oil $6615 (.",IFN I SWR N500768 I noleum Weld Rod Solid(.".oloi 1651 FIF(.",oil X1 (.",oil $13548 (.",IFN I(.",WR N500765 I noleum Weld Rod Vultl(.".oloi 1651 FIF(.",oil X1 (.",oil $13548 (.",IFN Style Code Style Style Description Type Packaging End User u0m Number i ll UOM 960 G 297038000 960 Wall Base Adhesive I Gallon Unit x4 1-gallon units $10607 (.",IFN 100 G 100 G 100(.".Ieai Thin Spilead Adhesive I Gallon Unit x4 1-gallon units $92.73 (.",IFN 100-4 100-4 100 clear Thin Spilead Adhesive 4 Gallon Unit 4-gallon $7599 EA 901 297038075 901 SpiaySmait Splay Adhesive 22 OZ cans x6 22 oz units $24838 (.",IFN 9591-111A 4 N518100 959 1-111A Vinyl Tle&Plank Adhesive 4 Gallon Unit 4-gallon $162.46 EA 965 1 297038011 965 Flaming and Tread Adhesive use far 950) 1 Gallon Unit x4 1-gallon units $18040 (.",IFN 965-4 297038024 965 Flaming and Tread Adhesive use far 950) 4 Gallon Unit 4 gallon $199 66 EA 946 G 270145044 946 Piennium contact Bond Adhesive I Gallon Unit x4 1-gallon units $44320 (.",IFN 925 1 297038062 925 Resilient Flaming Adhesive I Gallon Unit x4 1-gallon units $241 65 (.",IFN 925-4 297038066 925 Resilient Flaming Adhesive 4 Gallon Unit 4-gallon $23463 EA 926 4 250458149 926 Vinyl Flooring Adhesive 4 Gallon Unit 4-gallon $201 65 EA 975 1 N512403 975 Two-Dart Urethane Adhesive I Gallon Unit I fart A&I fart B $15121 (.-,IFN 975-2 N512301 975 Two-Dart Urethane Adhesive 2 Gallon Unit I fart A&I fart B $271 60 (.",IFN ROI I SIVAIRIF N512506 RollSmait I Gallon Unit x4 1-gallon units $31737 (.",IFN ROI I SIVAIRIF 297038073 RollSmait 4 Gallon Unit 4-gallon $29961 EA 301 297038301 Bower Tape Ti ead Tape I (.",IFN I roll x 9.5'' $25627 (.",IFN 302 297038302 Bower Tape Ti lead&Riser Tape 0 FN 2 rolls x 9.5'' $464 26 (.",IFN Unit 906 2 297038065.906(".onductive Adhesive 17 Gallon Un .2 Gallon Unit $17755 EA Twk,2lit iJSA.Iri,,, 11,161ng is for lmaLerlal Only, frelghL is 110L IIl 30000 A1iua441 Rd 0-1319 Page 32 of 39 (aoa) 6 (?)Tarkeft 2527 00 N N C S d 0 0 N M V h W N M O O W Om h h h W 0 O N N O W O Om �O Om W Om O,p Om N O N N O N N V O Z h h W M O h M M 0 Om O V Om Om Om V O Om M Om O N W Om M 0? M M V �O W�O Ih Ih O�V V W Ih C)(V 2 2 W n N V�O O 2 CJ N(V h M M h Om N V M N V W N� �M � � �V c z;c -to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to<n to to to to U o f W M�O O W W Om M Om N V W W O O O Om Om Om�O Om O V O N O M Om Om O�O V O h Q O O N M ui O�V�O M V N M h W O�M M M V Ih N V M h Om M�O N M�O O h M M 0 >Z —W V M O� N�o N V N C to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to Ld to to to to to to to to-to to to to Z h h O V n M M h V M M W V Om V O V P n O N P N N V W W WV M M h o ui b Z ? N N N N M h W M N M h Om N V M N V W N M M V c 2 a`<n<n<n<n<n<n<n<n<n<n<n<n<n<n<n<n<n<n<n<n<n<n<n<n<n<n<n<n<n<n<n<n<n<n<n<n<n<n<n<n<n<n<n to to to to �O Om N W W Om W h Om N M Om W O O Om O Om Om�O Om W O h u�V O N Om M M V Om O O M 3 to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to�to to to to W W P W O C)(V W C)C) 2h N,w n w h V h N V�O ui V 0 M h M M Om V M N V W N� �M - �� c n Z a`to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to AA IR NY' y O M M h�O h W O Om Om h O O W W O O Om O Om�O Om W O h V O N Om �O M Om O M M III II� IW Z O O N V ui W V ui N V�O h M M M M V N Ih N V N V h Om M�O N M h N O M M 0 I' o u,.04 m�+re to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to in to to to to IIIW 0 I :W h O O N Om h h h WHT, 0 Om O W O h V Om �O Om O N u)O h M M u)O u) V M V V O�O Om V N O V N N N V u) P N u)W V h h j � ,,, C 3 P�N N N�M M N�C) Ih W M CJ u)� V�O O� h Om N V A N V W N M N N N / a`<n Y to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to IGPW<n<n<n<n<n to to to to / III 1f 1 'r' ^'r'o�o�%�oMrn rnrnMr0000�ornrnrn�orno�oM _ voNrn morn I P a Om N V Om V�O O V M V�O h W O�M M N W N V O iO C N o N NM V m to i to to to to to to to to to i to to to to to to to to to to to to to to to to to to to to i to to to to to to to to N to to to to jQ C P P h M h h W h V M V V 0 Om M Om O Om p+N Om N N V O u�0 0 M M M / III m a O =d to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to^to to to to to to to to to to M N O W E� W�O �O W P 0 0 Om V h Om M 0 0 0 O Om Om Om�O S��O h u�V O N Om O O Om O VHIM � * IIIIIIIII Iwy• d N N M V M h M h W h o O W Om h h h W 0 Om O N N O W O N �O O MID // // / V V N V W h M N M W N V M V V 0 Om M M O M M N Om N N W ro �O�O M W 0' M M Qu G �N N .............. p Q u =a`to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to<n to to to to Z� 'o N N N V M W n M P O N N O M M M V O O N O Om V V ro ro V M o O N % D y y I II IM W 0 Om O Om W O W WIIS V h b P M O Illllln P N h h M W M N M 0 Om W V O N Om �V N O V N u�N N V M ��V W u? M M M // / C O�+�' N N N n M M M Ih�O(V Ih W M C)—h OO+o N^V M N O V w N N N M M ui M CJ � N ///la ,p4Ny 00 a`--------------------------<n<n<n<n<n<n<n<n<n<n<n<n<n<n<n<n<n<n<n<n<n DO w IIIIIII Q W W�O W M W Om W Om Om O W N O O O Om O Om�O Om O O O O O V O N Om Om N V O W h w„ 51,,,,,, m W M V O O Om Om N O M V O O N O N N W N I l l y-O n u? III�IIIIIIW ,m Q �'�'�N M M�W�O M M�M V�O�h M M M M M N h N V N N�� iO P M�O N M�O h h�O — IIIIIIIRfillll Z rn to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to toQh IYAllllln N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N aa N N N Nf.: YY Y Y Y Y Y Y Y I~i l~i l~i LL l~i l~i l~i l~i Y Y l~i l~i l~i l~i Y Y l~i l~i l~i Y l~i l~i l~i l~i l~i l~i l~i Y Y Y Y Y Y W Y LL LL Y llllllllm �"" O U - - O U u U_E c 0 s S:" O Q Q „ o J J ' ,E E E ° U °«_ H S M M 0 0 z y z€,_ 0 d s[( °O °O °O v E v s E 3 z J°a? z Z Q Q D o 0- Q In v[[ -°-°-° v O s o 0 °' 0 H z Z 0 Z O S O S Q S Q i,,,, E 3 0 0 o v v y m z M Q z Q n M= v S,;,M m v a;�mmm >ci oin ci v Q 0 0� Q o� M; -� m v vi£ o.� RS [€ o c oS m 4S m «� «�z -° >z=;',� cin';0°�s O O O O O O O O N -O !0 Z Q N !0 Z N c LL c LL= p v U= LL c [[S M c m m m m E m m m m V m o S Y v v v v LL «3 LL(�-- i€ `0 i r`0n (O Y (O (O N (O (O (O (0 0[ C LL Z c LL C LL - N N O O N U N N v 7""K Y K ° ° ° N °LL U > w v v M M o o H S LL m;,:w w E E E v o 'o v ' E ELL ILL v m o �o� ��a o «� v E w m >> c�` ~~s s v v « « E° U U v€y v v vv " m - �', C:+ s 0 ° ° ° v v v v m m m `m€ `m `m `m `m E `m U J U 0"U U U U 0 U> �� c 0 W a) N N C 2 a� W O O N u�M h h M N Om W O h O V O h 0 Om h W Om W O V 0 K Q p z c a to to to to to to to to to to to to to to to to to to to-7 to in to to to to to to to to to to to to to to to to to to Q W P 0 0�O W Om h V W O Om O M N M W-W h O W M- O M V V V O C2 N -V W V(V M h W V N N Om O Om W �+? >Z W to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to C to to to to to to to to to to a�Om Om O O M pi h O N O h �O O V O h O Om h W Om W O ? .-G � �o Om Om 0 0 N W Om p M M W O Om� O M N MN M-W h O N�2- O �P O P M u) u) in N in N V N N_N N V N N 3 to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to uJ �V p M uJ W uJ n N V O V uJ N uJ O W W in n�P h W N N u) N W O W N O G .�,,,,��Wv O N W O umi O V Om V N u�N uWi N N V upi M N N Illlflilnm c Q z a to to to to to to to to to to to to to to to to to to to in to in to to to to to to to to to to to to to to to to to to DO N C Om Om 0 0 W Om M M M Om O Om O M N M W W h 0 M h�W V 0 M O M V V V O h N yd.Y m h 0 uJ N uJ N N M W�O N uJ N h N uJ V W V N �N �Om O Om M u) uJ III AY I' Z 0p��"��� to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to to n�nniAY mwm® Om N P M O V O N h O Om h Om W O u) V u)W h M0 ��I O 0 0 0 0 if? Tnnnn M M V O O (V (V C) co N O Ih O M O W �O O��O�O V V Om V �O W h p M G 3 N W O umi O V O�V N u�N uWi N N upi M N N d '*„ III 11. Om Om 0 0 I W I �p V W O M N M�O I W h 0�O M O M V V O N a h h u)N u) N M O O N u m W m N h V W V N�N � O Om m O N W O D ui O W u2 u2 N C)W(V(V IIIIII Ills """� rn to to to to to INS to to I0 000 000 - - <n ----- - I'�Allnm IIIIIIIIIIIIIIIIIII � i ''�d � M u)�V�V u)h u)uJ Om� u) V V N u) IIIIIIIIIIIIIIIIIII 'uu„„��tltl i/mq W h W M d'II0. III'y'° ^� 'A"mre o All C14M- O M V V V m C V N h V N N h N u)V W V N Om h V W V N N � M1lllllllo 111111iC CGY IIIIIIIII�p IIIIIIIIIAW O O N pi h M O O h O Om h W Om W O III IIIIII M h V p Om Om O W M V V N p W�p W u?P h W M N N W O W N N W O CCS nnnni n Cl) I����������� c Q u a`to to to to to to to to to to to to to to to to to to to in to in to to to to to to to to to to to to to to to to to to IIIIIIIIIIIIIII IIIIIIII Im ml. m> � N Z W 0 0 W p Om M 0' O Om O M N M h W h O M N O M V V V O M N wnnnn' � -99 to ��p y III�IIIIIIW III IW N � M �N�N V N N N�N V C N N Om O�W Illn � III rn to to to to to to to to to to Inn to to to to to to to to to to to to to to to to to to to to to to to to to to to to hlnnn IIIIIII "IIIIIIIIII ImIIIIM D O O M M O N O Om V O h O O h 0 Om h W Om W O �m DO n Ill l�illlllm II IIIIII C co 3 N M T V^�O r- N C) (V C)C) N M M N O Ih O M O W 0��O O��O ui V V Om V h�O�W h p M N W�� �O umi O V A Om V N u�N uWi N N V upi M N N Q, c 0 =a`to to to to to to to to to to to to to to to to to to to in to in to to to to to to to to to to to to to to to to to to Q Om 0 0 W N N O O Om h O Om O M N M W W h O I O I M O M V V V O N N � C IIIIIIIIW ......... IW IIIII U �� IIIIInYM1flnl Z y to to to to to to to to to to N to to to to to to to to to to to to to to to to to to to to to to to to to to to to to f.: IYAllllln N N N N N N N N N N N N N N N N (7 N N N N N N 0 Illllllllllm �" fill l N =O Q} M = M o 0 O O _ n in W U o o T IR3 vm m 3 �° O M `° 0 m °o v o "m _ v so v>>w m Op NoNo H LL a E —y s z 0 0 N E " oEv LLy K o W ° K c U N LL NY N v m v O. 0 0 oo 0 o K Uy N N O (0 C.s.k 0 WI s E 'o °o v > ,, W LLJ11 LL by "=in in maaMin'":'H in in in in in 88 ci'"="° LE rc i y� y �w 0 M N C 2 p z I-c a to to to to to to to to to to to to to to to to to to to to to to to to to j Z N W to to to to to to to to to to to to to to to to to to to to to to to to O to Z - Z O� �O O� V V N u2 V�2 �p � a>i W V� �O M N W W M O h M 0 0 Om u� N W W Om M W O V \° in N 3 to to to to to to to to to to to to to to to to to to to to to to to to to � m o O` O O Om �o Om V N 2 V N O y o Q z a to to to to to to to to to to to to to to to to to to to to to to to to to m d O N C M N W W yd.Y N uJ N W V M W u)W V N uJ h V N 0 0 N u)O W P ` III IW I' Z M V N� N h N�o in « L0OI' N p��+q"d to to to to to to to to to to to to to to to to to to to to to to to to to U d p� III�IIIIIIW mmmn® yd �O � � �O�Om M��p W N� V h�p h O p p N � � •� �C�mm am.®II Tnnnn III III WMP 1(.I M N W W M O h M 0 0 Om u� N W W Om p p A O d 'nnnn I a u) u) N �W V M W u)W V N u)h V N�O p p I co > r co ii *nnnnn �I IIIII V - Illnro d N a O Illllllwm p y to to to to to to to to to to to to to to to to to to to to to Nam` ' INS` d d O IIIIIIIIIIIIIIIIIII IIlllln mllllllllnli 9�m6 np pm M p W N V h np h O p p N M N np � ITO U IIIIIIIIIIIIIIIIIII cr IIII IIIIIII' c 3 V W O W 0 P M W N h 0 �.j N n0 N O ui V no Om V V N IIIIII m, c Q =a` to <n <n <n<n<n<n<n<n<n<n<n<n<n<n<n<n<n<n<n<n<n<n<n<n o Z ug IIIo x O d Ot O M N W W M O h M 0 0 Oi N W w O b J r �ggIIIIIIIn III�IIIIII✓II� r,10In ml.il N W V M W u�W V N u�h V N O O O O O W P ` a a RO••• yy, II �'•g Illlllnnlmu IIIIIII"r y to to to to to to to to to to to to to to to to to to to to to to to to N C C_ C C IIIIIIIIIIII�Ip '�AFnm�a�"�dpl' IIIII 11p�� IIIIIIIIIAW W"19 n& d n0 n0 Off+^ p Nw'f O np OM O O N M M O W in y U O J cu m IIIIII ill�l O p M O Om 0 0 0 O W W N > •6 O IIIIIIIIIIIII Iwg. Illllllwm '",.m F cO 3 ^ V W O W p pi M W N h W O V(V N M V E -E c 9 O i...R... 0' mIW N N �"� V 71 O. E 'Nd" NO Id0 c Q u a` to to to to to to to to to to to to to to to to to to to to to to to to to d 'c n d�IIIIIIIIIIIIII III,III�IIII✓IIn mlw"I 'm> « rn d Illlllnnlm Z M N W W M O h M O O Om N W W Om O O O Om © E E C y wlllllllll a N W V M W u�W V N u�h V V O c d L b I,p y III�IIIIIIW IIII IW vU, V M V N� N N h N 0 C •N 9 > y� T �W IIIII a no III I m IIIIIIIII '�' to to to to to to to to to to to to to to to to to to to to to to to to v `o m c SIIIIIII I' E IIIIIII mllllllllll InIIIIIM IM1IIIIII eM1lll In � �d O p � M nO h h nO�00 O M nO M O P�M p p N�0�0� "' O -O a E � Q III II IIIIIIIIII 0 3 W O ro p V Om N ui W O N N N V N y O'O A JO O D ul m IIIIIIIIII ° lllllllln F c a d s u Ot M N W W M O h M 0 0 0 u�V W N W Om O A c A O clo wlllllllll d Q .a N W V M W O nO M nO O V N O O O phi L O a r O c . hgllllllll 3 IIIIIII IN1 ry U O N V O O V O O N V N V 0 0 N ^ N W N E 0 j d IIIIIIII Illlllnln a Z O d d u! E a "G N aa N N N N N N N N N N N N N N N N N aa aa aa aa aa O_ _ d U a y d m0 "{,„ O H W H H H H H H H H H H H H H H H H H W W W W W A E 6 b N I IIII O LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL = y E a C = F- ."_d_ Illlllllllln 'o ;o o o o f w K T Y Y C m c d J0 J \. O E JO do d .... ° E. E m s o� o o u v o o m v '; � `o m >. E o J-o o m m 5 °' x c U v y m v `o W._._ c O w o « y > 0 N O d •�C — M E 'A J ". U N d O - S, 0 w K c'0'0 .-' N Z O O. O b O ` O no O O ? ._ N E- O. d O d 4 LL O O c c c 7 7 d d a O LL LL °Y° LL° CvN Y«"v Y !l Edro J U,0 c6 1Ed O10 uJd vddO iJ C x ~v o o o O w ) U 0 >mU E EE i 0p 4rc 1 r r O c O-O w LL U fn N K K K J O N p u.'S. v-adoi d• ` v ad 0 O o .� 0y oo o o d � oz UU UU U v 6 c fcBa} r E o v o 0 oa co co o o O O O O No Ld a Q LL LL LL LL LL LL LL(7 U U U U LL J (.1 J a O F Q (n F �� c 0 W SouircewdHI Contract # 061323 IFFU ex1p: 8/9/2027 Tarkett Illlia INumber: 168119 Tarkett IResillient III N: SIPA Required - Contact IRIBIM IlDirlding Effective: July 'll, 2024 -to Juine 30, 2025 Emil sm iii 11111 CARPE"I"CLEANING u0m Priice Per LJ0M* Carpel:Cleaning Program -Two Deep Cleanings Per Year-Annual Cost SF $0.26 3-Year Carpel:Cleaning Program, including two deep cleanings and maint training each year for 3 yrs SF $0.78 5-Year Carpel:Cleaning Program, including two deep cleanings and maint training each year for 5 yrs SF $1.30 Off-cycle(on-dernand) carpel:cleaning services SF $0.13 Other services available upon request Pfted on Demand LVT'CLEANING u0m Priice Per LJ0M* LVT Cleaning Program-Two Deep Cleanings Per Year-Annual Cost SF $0.39 3-Year LVT Cleaning Program, including two deep cleanings and maint training each year for 3 yrs SF $1.17 5-Year LVT Cleaning Program, including two deep cleanings and maint training each year for 5 yrs SF $1.95 Off-cycle(on-dernand) LVT cleaning services SF $0.20 Other services available upon request Proced on Demand RESILIEN"I"(VC17RUBBER) u0m Priice Per LJ0M* Resilient Cleaning Program -Custom Designed SF CUStOM Priced 3-Year Resilient Cleaning Program, including two deep cleanings and maini:training each year for 3 yrs SF CUStOM Priced 5-Year Resilient Cleaning Program, including two deep cleanings and maini:training each year for 5 yrs SF CUStOM Priced Off-cycle(on-dernand) LVT cleaning services SF CUStOM Priced Other services available upon request Proced on Demand *Special situations or urnioin-required regions may require custom pricing Twk,2t(USA.Iri,,, 11,161ng is '01,nlaLerlal Only, frelghL is 110L nclu(�Ue(�i 30000 Ai,,.,a Rd S.I.ri,01-14413 (n()) 6 Page 36 of 39 Urkeft 2531 Souircewdlll Contract # 061323w°°III'°IFU Ipw /° /2 27 Tarkett Alliance Number: 168119 Tarkett IResillient IIIN: SIPA IRS itContact I I I lf)ii Effective: J Illy 1, 2024 -to Juine 30, 2025 1111111101 California AB2398 Carpet • Soft surface product pricing does not include the California AB2398 Carpet Stewardship Assessment Fee. Stewardship Assessment Fee . This fee will appear as a separate line item on invoices for soft surface products shipped to California locations. Neither Tarkett nor its installers will be responsible for the handling,removal,or abatement of asbestos contained flooring materials or adhesives. Asbestos Abatement . Building Owner must provide an Asbestos Hazard Emergency Response Act(AHERA)report to Tarkett prior to implementation by Tarkett of flooring preparation and/or installation of flooring material for each job. If any chemical stripping agents such as those commonly used in asbestos abatement have been utilized,Tarkett and its installers may require additional measures be taken prior to installation of flooring product. Pricing does not include freight or applicable taxes. Pricing shown shall be held for a period indicated.After this period,Tarkett may change the pricing upon 30 days'prior written notice in accordance with the following terms. Pricing After this period,any change in pricing will be based on published industry wide materials or internal price increases and shall not exceed 10%in any trailing 12-month term. Product pricing may be modified or amended with 30-days prior written notice to Customer. If Customer's order is mailed or otherwise placed during said 30-day period,the prior price shall prevail. Soft Surface Products: Minimum order requirement for Powerbond,Modular Tile running line&Broadloom products is 65 square yards. Broadloom Lifelong backing is 250SY minimum. Minimum order requirement for running line products under the Tarkett Quickship program is 25 square yards for Powerbond& Modular Tile except for: Halftone Transition and Code Transition(20 Square Yards) Plexus Colour IV,Abrasive Action 11&Assertive Series(5 Square Yards or one carton of 24"x 24"Modular Tile 6.67 Square Yards) Non-standard styles require a minimum order of 500 square yards. Minimum Order Requirements Modular Tile orders are subject to full carton shipments. Orders of 100 square yards or less are subject to an additional one full carton.(6.67 square yards per carton of 24"x 24"Modular Tile) LVT Products: . LVT products are subject to full carton shipments. Resilient Products: . Cut charge applicable on sheet cut request. . Rubber sheet sold in full roll quantities. . Vinyl tile,wall base and adhesives sold in full carton quantities. Payment Terms . Net 30 Days from the date of invoice. Change Orders . Any work not included in the initial scope of work will require a signed change order before work can begin. . All available alternatives will be reviewed in an effort to satisfy the customer's product delivery requirements. Tarkett Resilient(not including LVT)products include delivery to a distribution hub to the extent noted on the quoted and mutually Deliveries . agreed to pricing.Delivery,including,without limitation,to Authorized Dealers,members job sites,outside of the continental United States,certain distribution locations,or other designated destinations may incur additional fees. . On Resilient products,there will be a lift gate delivery charge(where required)based on location and will be charged accordingly. . Refer to installation instructions on Tarkett.com for the most up to date information. . Costs associated with additional floor preparation will be negotiated on a job-to-job basis. Floor Preparation • Floors must be free of dirt,oil,paint,and excessive moisture in order for the product to perform properly. Please note the MVER,RH&Alkalinity testing must be performed to give an accurate assessment of the concrete condition and the test results/data of each test shall be within acceptable limits. Wet or mechanical removal of all non-water based adhesives is recommended. FOB . Point of Manufacturer or Distribution Hub TnkettUSA,n,,, 1I"161n is for nlaLerlcl Only, flrelgltf is I10L IInclu(:jeci S.I.ri,011 441319 (Tc)c,)FT„T,1e Page Ofi9 qTarkeft 2532 Souircewdlll Contract # 061323w°°IIFFU Ipw /° /2 27 Tarkett Alliance Number: 168119 Tarkett IResillient IIIN: SIPA RequiredContact I I I lf)ii Effective: J Illy 1, 2024 -to Juine 30, 2025 1111111101 • Protection of Floors • Boding Cost • Carpet Cleaning • Night/Weekend Labor • Dumpster Cost • Trip Charges • Stairs • Asbestos Abatement Labor Exclusions • Preformed Corners • Mats • Cleaning/Waxing of Resilient Flooring • Attic Stock • Furniture Moving . Extensive Floor Preparation Materials • Sales Tax • Border Carpet • Removal&Disposal of Resilient Floorinci Area Rugs: • Area rugs are custom made and may not be cancelled. Soft Surface Products: Customer may cancel any portion of a purchase order for standard running line products,or the whole thereof,that have not been • shipped subject to a restocking fee. Material that has already been shipped may be returned only with prior written approval of an authorized Tarkett representative and • may be subject to restocking fees and any return freight incurred. LVT Products: •Order Cancellation or Returns Contour,Venue and the Victory Series products are custom made and may not be canceled or returned. Customer may cancel any portion of a purchase order for the Event Series products,or the whole thereof,that have not already been • shipped,subject to a 30%restocking fee. Products that have already been shipped may be returned only with prior written approval of an authorized Tarkett representative,and • will be subject to a 30%restocking fees and any return freight incurred. Resilient Products: Customer may cancel any portion of a purchase order for standard running line products,or the whole thereof,that have not been • shipped subject to a restocking fee. Material that has already been shipped may be returned only with prior written approval of an authorized Tarkett representative and • may be subject to a minimum 25%restocking fees and any return freight incurred. NOTE:The Parties herein agree that there shall be no cancellation or return for any Custom product orders. Material Only Orders: • An invoice will be issued upon shipment of the material. Invoices Source One Turnkey Projects: • Material -An invoice will be issued upon shipment of the material. • Installation-An invoice will be issued upon completion of installation or as needed for phased installation. Soft Surface Products: • Production of material will begin upon the receipt of a signed valid purchase order or a fully executed contract. • Quickship Carpets-Allow an average of two weeks for production plus applicable shipping time. • Running Line Carpets-Allow an average of eight weeks for production plus applicable shipping time. • Custom Carpets-Allow an average of twelve weeks for production plus applicable shipping time. Lead Times LVT Products: • 2-4 weeks depending on style Resilient Products(Excluding LVT): • Rubber Products-4-6 weeks • Vinyl Sheet and Tile-2-3 weeks for stocked products,16 weeks for unstocked products • Wall Base-3 weeks • Title and Risk of loss shall pass to the Customer upon transfer to the freight carrier. Title/Risk of Loss • Tarkett shall promptly replace damaged or lost material occurring during transit and ship the replacement order as expeditiously as possible at no cost to the Customer. • Tarkett shall file any claims with the carrier on behalf of the Customer for any prepaid shipments. T ,kett USA,Iri. 1I"161n is for nla(r.iricl Only, frelg t(is 110L linclu(:jeci 10000 Ara r,Rd S.I.ri,011 4413 (8:)()) 6 Page 38 of 39 qTarkeft 2533 Souircewdlll Contract # 061323w°°III'°IFU 1p: /° /2 27 Tarkett Alliance Number: 168119 Tarkett IResillient IIIN: SIPA IRS itContact I I I lf)ii Effective: Ji 2024 -to June 30, 2025 1111111101 Warranty • Please visit Tarkett.com for comprehensive warranty terms Soft Surface Products: • Modular Tile product orders will be accepted for full cartons only. Orders of 100 square yards or less are subject to one additional full carton. • Standard Running Line products are subject to the following shippable overage conditions per item ordered: 1,500 Square Yards or less 5 1,501-5,OOO Square Yards 2% Overages 5,001 Square Yards 1 LVT Products: • All orders will be accepted for full cartons only. Resilient Wall Base and Adhesive Products: • All orders will be accepted for full cartons only. Note:Overages for all products must be shown on the Purchase Order. • Custom product constructions and product custom colors are available at negotiated prices. All soft surface custom products are subject to a minimum order requirement based upon the custom product construction and • applicable shippable manufacturing overages. • Custom Accuweaves-untested patterns require mockups prior to order. • Other custom constructions and/or colors may also require mockups prior to order. • All custom option orders must be approved by the Tarkett's Product Development and Technical Services departments. • Custom Broadloom product orders are subject to a manufacturing overage of 5%or 6 lineal feet,whichever is greater. Custom Products • Modular Tile and Powerbond with a custom color require a$350 piece dye charge with a minimum order requirement based on the product. • The Parties herein agree that there shall be no cancellation or return for custom product orders. • All soft surface Custom or dropped product orders are subject to the following shippable overage conditions per item ordered. 1,500 Square Yards or less 5 1,501-5,OOO Square Yards 2% 5,001 Square Yards 1 Note:Overages for all products must be shown on the Purchase Order. • All Tarkett products and services not shown are also available. Please contact your Account Representative for more details. NOTES • Please include product style,color and size on each purchase order as applicable. Please place Tarkett Alliance or Customer Number as well as Resilient NPN number on all orders and communications to ensure • utilization of the proper pricing as well as for reporting. T ,kett USA,In,, 1I"I61n is for nlafr.iricl Only, frelg tf is 110L Iinclu(:jeci 30000 A,,.,a Rd (8a()) e Page 39 of 39 qTarkeft 2534 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 061323-TFU oourcew6 miiii, Solicitation Number: 061323 CONTRACT This Contract is between Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN 56479 (Sourcewell) and Tarkett USA Inc., 30000 Aurora Road, Solon, OH 44139 (Supplier). Sourcewell is a State of Minnesota local government unit and service cooperative created under the laws of the State of Minnesota (Minnesota Statutes Section 123A.21) that offers cooperative procurement solutions to government entities. Participation is open to eligible federal, state/province, and municipal governmental entities, higher education, K-12 education, nonprofit, tribal government, and other public entities located in the United States and Canada. Sourcewell issued a public solicitation for Flooring Materials with Related Supplies and Services from which Supplier was awarded a contract. Supplier desires to contract with Sourcewell to provide equipment, products, or services to Sourcewell and the entities that access Sourcewell's cooperative purchasing contracts (Participating Entities). 1. TERM OF CONTRACT A. EFFECTIVE DATE. This Contract is effective upon the date of the final signature below. EXPIRATION DATE AND EXTENSION. This Contract expires August 9, 2027, unless it is cancelled sooner pursuant to Article 22. This Contract allows up to three additional one-year extensions upon the request of Sourcewell and written agreement by Supplier. Sourcewell retains the right to consider additional extensions beyond seven years as required under exceptional circumstances. B. SURVIVAL OF TERMS. Notwithstanding any expiration or termination of this Contract, all payment obligations incurred prior to expiration or termination will survive, as will the following: Articles 11 through 14 survive the expiration or cancellation of this Contract. All other rights will cease upon expiration or termination of this Contract. 2. EQUIPMENT, PRODUCTS, OR SERVICES Rev.3/2022 1 2535 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 061323-TFU A. EQUIPMENT, PRODUCTS, OR SERVICES. Supplier will provide the Equipment, Products, or Services as stated in its Proposal submitted under the Solicitation Number listed above. Supplier's Equipment, Products, or Services Proposal (Proposal) is attached and incorporated into this Contract. All Equipment and Products provided under this Contract must be new and the current model. Supplier may offer close-out or refurbished Equipment or Products if they are clearly indicated in Supplier's product and pricing list. Unless agreed to by the Participating Entities in advance, Equipment or Products must be delivered as operational to the Participating Entity's site. This Contract offers an indefinite quantity of sales, and while substantial volume is anticipated, sales and sales volume are not guaranteed. B. WARRANTY. Supplier warrants that all Equipment, Products, and Services furnished are free from liens and encumbrances, and are free from defects in design, materials, and workmanship. In addition, Supplier warrants the Equipment, Products, and Services are suitable for and will perform in accordance with the ordinary use for which they are intended. Supplier's dealers and distributors must agree to assist the Participating Entity in reaching a resolution in any dispute over warranty terms with the manufacturer. Any manufacturer's warranty that extends beyond the expiration of the Supplier's warranty will be passed on to the Participating Entity. C. DEALERS, DISTRIBUTORS, AND/OR RESELLERS. Upon Contract execution and throughout the Contract term, Supplier must provide to Sourcewell a current means to validate or authenticate Supplier's authorized dealers, distributors, or resellers relative to the Equipment, Products, and Services offered under this Contract, which will be incorporated into this Contract by reference. It is the Supplier's responsibility to ensure Sourcewell receives the most current information. 3. PRICING All Equipment, Products, or Services under this Contract will be priced at or below the price stated in Supplier's Proposal. When providing pricing quotes to Participating Entities, all pricing quoted must reflect a Participating Entity's total cost of acquisition. This means that the quoted cost is for delivered Equipment, Products, and Services that are operational for their intended purpose, and includes all costs to the Participating Entity's requested delivery location. Regardless of the payment method chosen by the Participating Entity, the total cost associated with any purchase option of the Equipment, Products, or Services must always be disclosed in the pricing quote to the applicable Participating Entity at the time of purchase. Rev.3/2022 2 2536 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 061323-TFU A. SHIPPING AND SHIPPING COSTS. Freight and shipping costs shall be added to Supplier invoices as a separate line item and paid for by the Participating Entity. All delivered Equipment and Products must be properly packaged. Damaged Equipment and Products may be rejected. If the damage is not readily apparent at the time of delivery, Supplier must permit the Equipment and Products to be returned within a reasonable time at no cost to Sourcewell or its Participating Entities. Participating Entities reserve the right to inspect the Equipment and Products at a reasonable time after delivery where circumstances or conditions prevent effective inspection of the Equipment and Products at the time of delivery. In the event of the delivery of nonconforming Equipment and Products, the Participating Entity will notify the Supplier as soon as possible and the Supplier will replace nonconforming Equipment and Products with conforming Equipment and Products that are acceptable to the Participating Entity. Supplier must arrange for and pay for the return shipment on Equipment and Products that arrive in a defective or inoperable condition. Sourcewell may declare the Supplier in breach of this Contract if the Supplier intentionally delivers substandard or inferior Equipment or Products. B. SALES TAX. Each Participating Entity is responsible for supplying the Supplier with valid tax- exemption certification(s). When ordering, a Participating Entity must indicate if it is a tax- exempt entity. C. HOT LIST PRICING. At anytime during this Contract, Supplier may offer a specific selection of Equipment, Products, or Services at discounts greater than those listed in the Contract. When Supplier determines it will offer Hot List Pricing, it must be submitted electronically to Sourcewell in a line-item format. Equipment, Products, or Services may be added or removed from the Hot List at any time through a Sourcewell Price and Product Change Form as defined in Article 4 below. Hot List program and pricing may also be used to discount and liquidate close-out and discontinued Equipment and Products as long as those close-out and discontinued items are clearly identified as such. Current ordering process and administrative fees apply. Hot List Pricing must be published and made available to all Participating Entities. 4. PRODUCT AND PRICING CHANGE REQUESTS Supplier may request Equipment, Product, or Service changes, additions, or deletions at any time. All requests must be made in writing by submitting a signed Sourcewell Price and Product Change Request Form to the assigned Sourcewell Supplier Development Administrator. This approved form is available from the assigned Sourcewell Supplier Development Administrator. At a minimum, the request must: Rev.3/2022 3 2537 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 061323-TFU • Identify the applicable Sourcewell contract number; • Clearly specify the requested change; • Provide sufficient detail to justify the requested change; • Individually list all Equipment, Products, or Services affected by the requested change, along with the requested change (e.g., addition, deletion, price change); and • Include a complete restatement of pricing documentation in Microsoft Excel with the effective date of the modified pricing, or product addition or deletion. The new pricing restatement must include all Equipment, Products, and Services offered, even for those items where pricing remains unchanged. A fully executed Sourcewell Price and Product Change Request Form will become an amendment to this Contract and will be incorporated by reference. S. PARTICIPATION, CONTRACT ACCESS, AND PARTICIPATING ENTITY REQUIREMENTS A. PARTICIPATION. Sourcewell's cooperative contracts are available and open to public and nonprofit entities across the United States and Canada; such as federal, state/province, municipal, K-12 and higher education, tribal government, and other public entities. The benefits of this Contract should be available to all Participating Entities that can legally access the Equipment, Products, or Services under this Contract. A Participating Entity's authority to access this Contract is determined through its cooperative purchasing, interlocal, or joint powers laws. Any entity accessing benefits of this Contract will be considered a Service Member of Sourcewell during such time of access. Supplier understands that a Participating Entity's use of this Contract is at the Participating Entity's sole convenience and Participating Entities reserve the right to obtain like Equipment, Products, or Services from any other source. Supplier is responsible for familiarizing its sales and service forces with Sourcewell contract use eligibility requirements and documentation and will encourage potential participating entities to join Sourcewell. Sourcewell reserves the right to add and remove Participating Entities to its roster during the term of this Contract. B. PUBLIC FACILITIES. Supplier's employees maybe required to perform work at government- owned facilities, including schools. Supplier's employees and agents must conduct themselves in a professional manner while on the premises, and in accordance with Participating Entity policies and procedures, and all applicable laws. 6. PARTICIPATING ENTITY USE AND PURCHASING A. ORDERS AND PAYMENT. To access the contracted Equipment, Products, or Services under this Contract, a Participating Entity must clearly indicate to Supplier that it intends to access this Contract; however, order flow and procedure will be developed jointly between Sourcewell and Rev.3/2022 4 2538 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 061323-TFU Supplier. Typically, a Participating Entity will issue an order directly to Supplier or its authorized subsidiary, distributor, dealer, or reseller. If a Participating Entity issues a purchase order, it may use its own forms, but the purchase order should clearly note the applicable Sourcewell contract number. All Participating Entity orders under this Contract must be issued prior to expiration or cancellation of this Contract; however, Supplier performance, Participating Entity payment obligations, and any applicable warranty periods or other Supplier or Participating Entity obligations may extend beyond the term of this Contract. Supplier's acceptable forms of payment are included in its attached Proposal. Participating Entities will be solely responsible for payment and Sourcewell will have no liability for any unpaid invoice of any Participating Entity. B. ADDITIONAL TERMS AND CONDITIONS/PARTICIPATING ADDENDUM. Additional terms and conditions to a purchase order, or other required transaction documentation, may be negotiated between a Participating Entity and Supplier, such as job or industry-specific requirements, legal requirements (e.g., affirmative action or immigration status requirements), or specific local policy requirements. Some Participating Entities may require the use of a Participating Addendum, the terms of which will be negotiated directly between the Participating Entity and the Supplier or its authorized dealers, distributors, or resellers, as applicable. Any negotiated additional terms and conditions must never be less favorable to the Participating Entity than what is contained in this Contract. C. SPECIALIZED SERVICE REQUIREMENTS. In the event that the Participating Entity requires service or specialized performance requirements not addressed in this Contract (such as e- commerce specifications, specialized delivery requirements, or other specifications and requirements), the Participating Entity and the Supplier may enter into a separate, standalone agreement, apart from this Contract. Sourcewell, including its agents and employees, will not be made a party to a claim for breach of such agreement. D. TERMINATION OF ORDERS. Participating Entities may terminate an order, in whole or in part, immediately upon notice to Supplier in the event of any of the following events: 1. The Participating Entity fails to receive funding or appropriation from its governing body at levels sufficient to pay for the equipment, products, or services to be purchased; or 2. Federal, state, or provincial laws or regulations prohibit the purchase or change the Participating Entity's requirements. E. GOVERNING LAW AND VENUE. The governing law and venue for any action related to a Participating Entity's order will be determined by the Participating Entity making the purchase. Rev.3/2022 5 2539 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 061323-TFU 7. CUSTOMER SERVICE A. PRIMARY ACCOUNT REPRESENTATIVE. Supplier will assign an Account Representative to Sourcewell for this Contract and must provide prompt notice to Sourcewell if that person is changed. The Account Representative will be responsible for: • Maintenance and management of this Contract; • Timely response to all Sourcewell and Participating Entity inquiries; and • Business reviews to Sourcewell and Participating Entities, if applicable. B. BUSINESS REVIEWS. Supplier must perform a minimum of one business review with Sourcewell per contract year. The business review will cover sales to Participating Entities, pricing and contract terms, administrative fees, sales data reports, performance issues, supply issues, customer issues, and any other necessary information. 8. REPORT ON CONTRACT SALES ACTIVITY AND ADMINISTRATIVE FEE PAYMENT A. CONTRACT SALES ACTIVITY REPORT. Each calendar quarter, Supplier must provide a contract sales activity report (Report) to the Sourcewell Supplier Development Administrator assigned to this Contract. Reports are due no later than 45 days after the end of each calendar quarter. A Report must be provided regardless of the number or amount of sales during that quarter(i.e., if there are no sales, Supplier must submit a report indicating no sales were made). The Report must contain the following fields: • Participating Entity Name (e.g., City of Staples Highway Department); • Participating Entity Physical Street Address; • Participating Entity City; • Participating Entity State/Province; • Participating Entity Zip/Postal Code; • Participating Entity Contact Name; • Participating Entity Contact Email Address; • Participating Entity Contact Telephone Number; • Sourcewell Assigned Entity/Participating Entity Number; • Item Purchased Description; • Item Purchased Price; • Sourcewell Administrative Fee Applied; and • Date Purchase was invoiced/sale was recognized as revenue by Supplier. B. ADMINISTRATIVE FEE. In consideration for the support and services provided by Sourcewell, the Supplier will pay an administrative fee to Sourcewell on all Products provided to Rev.3/2022 6 2540 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 061323-TFU Participating Entities.The Administrative Fee must be included in, and not added to, the pricing. Supplier may not charge Participating Entities more than the contracted price to offset the Administrative Fee. The Supplier will submit payment to Sourcewell for a two (2) percent administrative fee multiplied by the total sales of all Products purchased by Participating Entities under this Contract during each calendar quarter. Labor performed in relation to this Contract shall not be included in the calculation of total sales for purposes of the Administrative Fee. Payments should note the Supplier's name and Sourcewell-assigned contract number in the memo; and must be mailed to the address above "Attn: Accounts Receivable" or remitted electronically to Sourcewell's banking institution per Sourcewell's Finance department instructions. Payments must be received no later than 45 calendar days after the end of each calendar quarter. If a Participating Entity requires an administrative fee from Supplier, Supplier may offset the Participating Entity administrative fee from the 2%Administrative Fee Supplier pays to Sourcewell under this Contract. Notwithstanding anything to the contrary, Supplier must pay Sourcewell a minimum Administrative Fee of 0.5% on Products provided to Participating Entities under this Contract regardless of the administrative fee percentage charged by a Participating Entity. Supplier agrees to cooperate with Sourcewell in auditing transactions under this Contract to ensure that the administrative fee is paid on all items purchased under this Contract. In the event the Supplier is delinquent in any undisputed administrative fees, Sourcewell reserves the right to cancel this Contract and reject any proposal submitted by the Supplier in any subsequent solicitation. In the event this Contract is cancelled by either party prior to the Contract's expiration date, the administrative fee payment will be due no more than 30 days from the cancellation date. 9. AUTHORIZED REPRESENTATIVE Sourcewell's Authorized Representative is its Chief Procurement Officer. Supplier's Authorized Representative is the person named in the Supplier's Proposal. If Supplier's Authorized Representative changes at any time during this Contract, Supplier must promptly notify Sourcewell in writing. 10. AUDIT, ASSIGNMENT, AMENDMENTS, WAIVER, AND CONTRACT COMPLETE A. AUDIT. Pursuant to Minnesota Statutes Section 16C.05, subdivision 5, the books, records, documents, and accounting procedures and practices relevant to this Contract are subject to examination by Sourcewell or the Minnesota State Auditor for a minimum of six years from the Rev.3/2022 7 2541 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 061323-TFU end of this Contract. This clause extends to Participating Entities as it relates to business conducted by that Participating Entity under this Contract. B. ASSIGNMENT. Neither party may assign or otherwise transfer its rights or obligations under this Contract without the prior written consent of the other party and a fully executed assignment agreement. Such consent will not be unreasonably withheld. Any prohibited assignment will be invalid. C. AMENDMENTS. Any amendment to this Contract must be in writing and will not be effective until it has been duly executed by the parties. D. WAIVER. Failure by either party to take action or assert any right under this Contract will not be deemed a waiver of such right in the event of the continuation or repetition of the circumstances giving rise to such right. Any such waiver must be in writing and signed by the parties. E. CONTRACT COMPLETE.This Contract represents the complete agreement between the parties. No other understanding regarding this Contract, whether written or oral, may be used to bind either party. For any conflict between the attached Proposal and the terms set out in Articles 1-22 of this Contract, the terms of Articles 1-22 will govern. F. RELATIONSHIP OF THE PARTIES. The relationship of the parties is one of independent contractors, each free to exercise judgment and discretion with regard to the conduct of their respective businesses. This Contract does not create a partnership,joint venture, or any other relationship such as master-servant, or principal-agent. 11. INDEMNITY AND HOLD HARMLESS Supplier must indemnify, defend, save, and hold Sourcewell and its Participating Entities, including their agents and employees, harmless from any claims or causes of action, including attorneys' fees incurred by Sourcewell or its Participating Entities, arising out of any act or omission in the performance of this Contract by the Supplier or its agents or employees; this indemnification includes injury or death to person(s) or property alleged to have been caused by some defect in the Equipment, Products, or Services under this Contract to the extent the Equipment, Product, or Service has been used according to its specifications. Sourcewell's responsibility will be governed by the State of Minnesota's Tort Liability Act (Minnesota Statutes Chapter 466) and other applicable law. 12. GOVERNMENT DATA PRACTICES Supplier and Sourcewell must comply with the Minnesota Government Data Practices Act, Minnesota Statutes Chapter 13, as it applies to all data provided by or provided to Sourcewell Rev.3/2022 8 2542 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 061323-TFU under this Contract and as it applies to all data created, collected, received, maintained, or disseminated by the Supplier under this Contract. 13. INTELLECTUAL PROPERTY, PUBLICITY, MARKETING, AND ENDORSEMENT A. INTELLECTUAL PROPERTY 1. Grant of License. During the term of this Contract: a. Sourcewell grants to Supplier a royalty-free, worldwide, non-exclusive right and license to use the trademark(s) provided to Supplier by Sourcewell in advertising and promotional materials for the purpose of marketing Sourcewell's relationship with Supplier. b. Supplier grants to Sourcewell a royalty-free, worldwide, non-exclusive right and license to use Supplier's trademarks in advertising and promotional materials for the purpose of marketing Supplier's relationship with Sourcewell. 2. Limited Right of Sublicense. The right and license granted herein includes a limited right of each party to grant sublicenses to their respective subsidiaries, distributors, dealers, resellers, marketing representatives, and agents (collectively"Permitted Sublicensees") in advertising and promotional materials for the purpose of marketing the Parties' relationship to Participating Entities. Any sublicense granted will be subject to the terms and conditions of this Article. Each party will be responsible for any breach of this Article by any of their respective sublicensees. 3. Use, Quality Control. a. Neither party may alter the other party's trademarks from the form provided and must comply with removal requests as to specific uses of its trademarks or logos. b. Each party agrees to use, and to cause its Permitted Sublicensees to use, the other party's trademarks only in good faith and in a dignified manner consistent with such party's use of the trademarks. Upon written notice to the breaching party, the breaching party has 30 days of the date of the written notice to cure the breach or the license will be terminated. 4. Termination. Upon the termination of this Contract for any reason, each party, including Permitted Sublicensees, will have 30 days to remove all Trademarks from signage, websites, and the like bearing the other party's name or logo (excepting Sourcewell's pre-printed catalog of suppliers which may be used until the next printing). Supplier must return all marketing and promotional materials, including signage, provided by Sourcewell, or dispose of it according to Sourcewell's written directions. B. PUBLICITY. Any publicity regarding the subject matter of this Contract must not be released without prior written approval from the Authorized Representatives. Publicity includes notices, informational pamphlets, press releases, research, reports, signs, and similar public notices prepared by or for the Supplier individually or jointly with others, or any subcontractors, with respect to the program, publications, or services provided resulting from this Contract. Rev.3/2022 9 2543 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 061323-TFU C. MARKETING. Any direct advertising, marketing, or offers with Participating Entities must be approved by Sourcewell. Send all approval requests to the Sourcewell Supplier Development Administrator assigned to this Contract. D. ENDORSEMENT. The Supplier must not claim that Sourcewell endorses its Equipment, Products, or Services. 14. GOVERNING LAW,JURISDICTION, AND VENUE The substantive and procedural laws of the State of Minnesota will govern this Contract. Venue for all legal proceedings arising out of this Contract, or its breach, must be in the appropriate state court in Todd County, Minnesota or federal court in Fergus Falls, Minnesota. 15. FORCE MAJEURE Neither party to this Contract will be held responsible for delay or default caused by acts of God or other conditions that are beyond that party's reasonable control. A party defaulting under this provision must provide the other party prompt written notice of the default. 16. SEVERABILITY If any provision of this Contract is found by a court of competent jurisdiction to be illegal, unenforceable, or void then both parties will be relieved from all obligations arising from that provision. If the remainder of this Contract is capable of being performed, it will not be affected by such determination or finding and must be fully performed. 17. PERFORMANCE, DEFAULT, AND REMEDIES A. PERFORMANCE. During the term of this Contract, the parties will monitor performance and address unresolved contract issues as follows: 1. Notification. The parties must promptly notify each other of any known dispute and work in good faith to resolve such dispute within a reasonable period of time. If necessary, Sourcewell and the Supplier will jointly develop a short briefing document that describes the issue(s), relevant impact, and positions of both parties. 2. Escalation. If parties are unable to resolve the issue in a timely manner, as specified above, either Sourcewell or Supplier may escalate the resolution of the issue to a higher level of management. The Supplier will have 30 calendar days to cure an outstanding issue. 3. Performance while Dispute is Pending. Notwithstanding the existence of a dispute, the Supplier must continue without delay to carry out all of its responsibilities under the Contract that are not affected by the dispute. If the Supplier fails to continue without delay to perform its responsibilities under the Contract, in the accomplishment of all undisputed Rev.3/2022 10 2544 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 061323-TFU work, the Supplier will bear any additional costs incurred by Sourcewell and/or its Participating Entities as a result of such failure to proceed. B. DEFAULT AND REMEDIES. Either of the following constitutes cause to declare this Contract, or any Participating Entity order under this Contract, in default: 1. Nonperformance of contractual requirements, or 2. A material breach of any term or condition of this Contract. The party claiming default must provide written notice of the default, with 30 calendar days to cure the default. Time allowed for cure will not diminish or eliminate any liability for liquidated or other damages. If the default remains after the opportunity for cure, the non-defaulting party may: • Exercise any remedy provided by law or equity, or • Terminate the Contract or any portion thereof, including any orders issued against the Contract. 18. INSURANCE A. REQUIREMENTS. At its own expense, Supplier must maintain insurance policy(ies) in effect at all times during the performance of this Contract with insurance company(ies) licensed or authorized to do business in the State of Minnesota having an "AM BEST" rating of A- or better, with coverage and limits of insurance not less than the following: 1. Workers'Compensation and Employer's Liability. Workers' Compensation: As required by any applicable law or regulation. Employer's Liability Insurance: must be provided in amounts not less than listed below: Minimum limits: $500,000 each accident for bodily injury by accident $500,000 policy limit for bodily injury by disease $500,000 each employee for bodily injury by disease 2. Commercial General Liability Insurance. Supplier will maintain insurance covering its operations, with coverage on an occurrence basis, and must be subject to terms no less broad than the Insurance Services Office ("ISO") Commercial General Liability Form CG0001 (2001 or newer edition), or equivalent. At a minimum, coverage must include liability arising from premises, operations, bodily injury and property damage, independent contractors, products-completed operations including construction defect, contractual liability, blanket contractual liability, and personal injury and advertising injury. All required limits, terms and conditions of coverage must be maintained during the term of this Contract. Minimum Limits: Rev.3/2022 11 2545 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 061323-TFU $1,000,000 each occurrence Bodily Injury and Property Damage $1,000,000 Personal and Advertising Injury $2,000,000 aggregate for products liability-completed operations $2,000,000 general aggregate 3. Commercial Automobile Liability Insurance. During the term of this Contract, Supplier will maintain insurance covering all owned, hired, and non-owned automobiles in limits of liability not less than indicated below. The coverage must be subject to terms no less broad than ISO Business Auto Coverage Form CA 0001 (2010 edition or newer), or equivalent. Minimum Limits: $1,000,000 each accident, combined single limit 4. Umbrella Insurance. During the term of this Contract, Supplier will maintain umbrella coverage over Employer's Liability, Commercial General Liability, and Commercial Automobile. Minimum Limits: $2,000,000 5. Network Security and Privacy Liability Insurance. During the term of this Contract, Supplier will maintain coverage for network security and privacy liability. The coverage may be endorsed on another form of liability coverage or written on a standalone policy.The insurance must cover claims which may arise from failure of Supplier's security resulting in, but not limited to, computer attacks, unauthorized access, disclosure of not public data —including but not limited to, confidential or private information, transmission of a computer virus, or denial of service. Minimum limits: $2,000,000 per occurrence $2,000,000 annual aggregate Failure of Supplier to maintain the required insurance will constitute a material breach entitling Sourcewell to immediately terminate this Contract for default. B. CERTIFICATES OF INSURANCE. Prior to commencing under this Contract, Supplier must furnish to Sourcewell a certificate of insurance, as evidence of the insurance required under this Contract. Prior to expiration of the policy(ies), renewal certificates must be mailed to Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN 56479 or sent to the Sourcewell Supplier Development Administrator assigned to this Contract. The certificates must be signed by a person authorized by the insurer(s) to bind coverage on their behalf. Failure to request certificates of insurance by Sourcewell, or failure of Supplier to provide certificates of insurance, in no way limits or relieves Supplier of its duties and responsibilities in this Contract. Rev.3/2022 12 2546 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 061323-TFU C. ADDITIONAL INSURED ENDORSEMENT AND PRIMARY AND NON-CONTRIBUTORY INSURANCE CLAUSE. Supplier agrees to list Sourcewell and its Participating Entities, including their officers, agents, and employees, as an additional insured under the Supplier's commercial general liability insurance policy with respect to liability arising out of activities, "operations," or "work" performed by or on behalf of Supplier, and products and completed operations of Supplier. The policy provision(s) or endorsement(s) must further provide that coverage is primary and not excess over or contributory with any other valid, applicable, and collectible insurance or self-insurance in force for the additional insureds. D. WAIVER OF SUBROGATION. Supplier waives and must require (by endorsement or otherwise) all its insurers to waive subrogation rights against Sourcewell and other additional insureds for losses paid under the insurance policies required by this Contract or other insurance applicable to the Supplier or its subcontractors.The waiver must apply to all deductibles and/or self-insured retentions applicable to the required or any other insurance maintained by the Supplier or its subcontractors. Where permitted by law, Supplier must require similar written express waivers of subrogation and insurance clauses from each of its subcontractors. E. UMBRELLA/EXCESS LIABILITY/SELF-INSURED RETENTION. The limits required by this Contract can be met by either providing a primary policy or in combination with umbrella/excess liability policy(ies), or self-insured retention. 19. COMPLIANCE A. LAWS AND REGULATIONS. All Equipment, Products, or Services provided under this Contract must comply fully with applicable federal laws and regulations, and with the laws in the states and provinces in which the Equipment, Products, or Services are sold. B. LICENSES. Supplier must maintain a valid and current status on all required federal, state/provincial, and local licenses, bonds, and permits required for the operation of the business that the Supplier conducts with Sourcewell and Participating Entities. 20. BANKRUPTCY, DEBARMENT, OR SUSPENSION CERTIFICATION Supplier certifies and warrants that it is not in bankruptcy or that it has previously disclosed in writing certain information to Sourcewell related to bankruptcy actions. If at any time during this Contract Supplier declares bankruptcy, Supplier must immediately notify Sourcewell in writing. Supplier certifies and warrants that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from programs operated by the State of Minnesota; the United States federal government or the Canadian Rev.3/2022 13 2547 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 061323-TFU government, as applicable; or any Participating Entity. Supplier certifies and warrants that neither it nor its principals have been convicted of a criminal offense related to the subject matter of this Contract. Supplier further warrants that it will provide immediate written notice to Sourcewell if this certification changes at any time. 21. PROVISIONS FOR NON-UNITED STATES FEDERAL ENTITY PROCUREMENTS UNDER UNITED STATES FEDERAL AWARDS OR OTHER AWARDS Participating Entities that use United States federal grant or FEMA funds to purchase goods or services from this Contract may be subject to additional requirements including the procurement standards of the Uniform Administrative Requirements, Cost Principles and Audit Requirements for Federal Awards, 2 C.F.R. § 200. Participating Entities may have additional requirements based on specific funding source terms or conditions. Within this Article, all references to "federal" should be interpreted to mean the United States federal government. The following list only applies when a Participating Entity accesses Supplier's Equipment, Products, or Services with United States federal funds. A. EQUAL EMPLOYMENT OPPORTUNITY. Except as otherwise provided under 41 C.F.R. § 60, all contracts that meet the definition of"federally assisted construction contract" in 41 C.F.R. § 60- 1.3 must include the equal opportunity clause provided under 41 C.F.R. §60-1.4(b), in accordance with Executive Order 11246, "Equal Employment Opportunity" (30 FR 12319, 12935, 3 C.F.R. §, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," and implementing regulations at 41 C.F.R. § 60, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor."The equal opportunity clause is incorporated herein by reference. B. DAVIS-BACON ACT, AS AMENDED (40 U.S.C. § 3141-3148). When required by federal program legislation, all prime construction contracts in excess of$2,000 awarded by non- federal entities must include a provision for compliance with the Davis-Bacon Act (40 U.S.C. § 3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 C.F.R. § 5, "Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction"). In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. The non-federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non-federal entity must report all suspected or reported violations to the federal awarding agency. The contracts must also include a provision for compliance with the Copeland "Anti-Kickback" Act (40 U.S.C. § 3145), as supplemented by Department of Labor regulations (29 C.F.R. § 3, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States"). The Act provides that Rev.3/2022 14 2548 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 061323-TFU each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non-federal entity must report all suspected or reported violations to the federal awarding agency. Supplier must be in compliance with all applicable Davis-Bacon Act provisions. C. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT (40 U.S.C. § 3701-3708). Where applicable, all contracts awarded by the non-federal entity in excess of$100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. §§ 3702 and 3704, as supplemented by Department of Labor regulations (29 C.F.R. § 5). Under 40 U.S.C. § 3702 of the Act, each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. § 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence.This provision is hereby incorporated by reference into this Contract. Supplier certifies that during the term of an award for all contracts by Sourcewell resulting from this procurement process, Supplier must comply with applicable requirements as referenced above. D. RIGHTS TO INVENTIONS MADE UNDER A CONTRACTOR AGREEMENT. If the federal award meets the definition of"funding agreement" under 37 C.F.R. § 401.2(a) and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that "funding agreement," the recipient or subrecipient must comply with the requirements of 37 C.F.R. § 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," and any implementing regulations issued by the awarding agency. Supplier certifies that during the term of an award for all contracts by Sourcewell resulting from this procurement process, Supplier must comply with applicable requirements as referenced above. E. CLEAN AIR ACT (42 U.S.C. § 7401-7671Q.) AND THE FEDERAL WATER POLLUTION CONTROL ACT(33 U.S.C. § 1251-1387). Contracts and subgrants of amounts in excess of$150,000 require the non-federal award to agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. § 7401- 7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. § 1251- 1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). Supplier certifies that during the term of this Contract will comply with applicable requirements as referenced above. Rev.3/2022 15 2549 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 061323-TFU F. DEBARMENT AND SUSPENSION (EXECUTIVE ORDERS 12549 AND 12689). A contract award (see 2 C.F.R. § 180.220) must not be made to parties listed on the government wide exclusions in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 C.F.R. §180 that implement Executive Orders 12549 (3 C.F.R. § 1986 Comp., p. 189) and 12689 (3 C.F.R. § 1989 Comp., p. 235), "Debarment and Suspension." SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. Supplier certifies that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation by any federal department or agency. G. BYRD ANTI-LOBBYING AMENDMENT, AS AMENDED (31 U.S.C. § 1352). Suppliers must file any required certifications. Suppliers must not have used federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Suppliers must disclose any lobbying with non-federal funds that takes place in connection with obtaining any federal award. Such disclosures are forwarded from tier to tier up to the non-federal award. Suppliers must file all certifications and disclosures required by, and otherwise comply with, the Byrd Anti-Lobbying Amendment (31 U.S.C. § 1352). H. RECORD RETENTION REQUIREMENTS. To the extent applicable, Supplier must comply with the record retention requirements detailed in 2 C.F.R. § 200.333. The Supplier further certifies that it will retain all records as required by 2 C.F.R. § 200.333 for a period of 3 years after grantees or subgrantees submit final expenditure reports or quarterly or annual financial reports, as applicable, and all other pending matters are closed. I. ENERGY POLICY AND CONSERVATION ACT COMPLIANCE. To the extent applicable, Supplier must comply with the mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. J. BUY AMERICAN PROVISIONS COMPLIANCE. To the extent applicable, Supplier must comply with all applicable provisions of the Buy American Act. Purchases made in accordance with the Buy American Act must follow the applicable procurement rules calling for free and open competition. K. ACCESS TO RECORDS (2 C.F.R. § 200.336). Supplier agrees that duly authorized representatives of a federal agency must have access to any books, documents, papers and records of Supplier that are directly pertinent to Supplier's discharge of its obligations under this Contract for the purpose of making audits, examinations, excerpts, and transcriptions. The Rev.3/2022 16 2550 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 061323-TFU right also includes timely and reasonable access to Supplier's personnel for the purpose of interview and discussion relating to such documents. L. PROCUREMENT OF RECOVERED MATERIALS (2 C.F.R. § 200.322). A non-federal entity that is a state agency or agency of a political subdivision of a state and its contractors must comply with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 C.F.R. § 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds$10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. M. FEDERAL SEAL(S), LOGOS, AND FLAGS. The Supplier cannot use the seal(s), logos, crests, or reproductions of flags or likenesses of Federal agency officials without specific pre-approval. N. NO OBLIGATION BY FEDERAL GOVERNMENT.The U.S. federal government is not a party to this Contract or any purchase by a Participating Entity and is not subject to any obligations or liabilities to the Participating Entity, Supplier, or any other party pertaining to any matter resulting from the Contract or any purchase by an authorized user. O. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS OR RELATED ACTS. The Contractor acknowledges that 31 U.S.C. 38 (Administrative Remedies for False Claims and Statements) applies to the Supplier's actions pertaining to this Contract or any purchase by a Participating Entity. P. FEDERAL DEBT. The Supplier certifies that it is non-delinquent in its repayment of any federal debt. Examples of relevant debt include delinquent payroll and other taxes, audit disallowance, and benefit overpayments. Q. CONFLICTS OF INTEREST. The Supplier must notify the U.S. Office of General Services, Sourcewell, and Participating Entity as soon as possible if this Contract or any aspect related to the anticipated work under this Contract raises an actual or potential conflict of interest (as described in 2 C.F.R. Part 200). The Supplier must explain the actual or potential conflict in writing in sufficient detail so that the U.S. Office of General Services, Sourcewell, and Participating Entity are able to assess the actual or potential conflict; and provide any additional information as necessary or requested. R. U.S. EXECUTIVE ORDER 13224. The Supplier, and its subcontractors, must comply with U.S. Executive Order 13224 and U.S. Laws that prohibit transactions with and provision of resources and support to individuals and organizations associated with terrorism. Rev.3/2022 17 2551 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 061323-TFU S. PROHIBITION ON CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT. To the extent applicable, Supplier certifies that during the term of this Contract it will comply with applicable requirements of 2 C.F.R. § 200.216. T. DOMESTIC PREFERENCES FOR PROCUREMENTS.To the extent applicable, Supplier certifies that during the term of this Contract will comply with applicable requirements of 2 C.F.R. § 200.322. 22. CANCELLATION Sourcewell or Supplier may cancel this Contract at any time, with or without cause, upon 60 days' written notice to the other party. However, Sourcewell may cancel this Contract immediately upon discovery of a material defect in any certification made in Supplier's Proposal. Cancellation of this Contract does not relieve either party of financial, product, or service obligations incurred or accrued prior to cancellation. Sourcewell Tarkett USA Inc. DocuSigned by: DocuSigned by: y S(6&v¢,� ►euSf� �Dyu, By: COFD2A139D06489... By: 430710BA27F44AD... Jeremy Schwartz Rusty Joyce Title: Chief Procurement Officer Title: President-Commercial 8/10/2023 1 3:24 PM CDT 8/10/2023 1 12:40 PM PDT Date: Date: Approved: D/IoAAcuSigned by: lV� 48BAF71B0894454... By: Chad Coauette Title: Executive Director/CEO 8/11/2023 1 8:04 AM CDT Date: Rev.3/2022 18 2552 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 RFP 061323 - Flooring Materials, with Related Supplies and Services Vendor Details Company Name: Tarkett USA Inc. 30000 Aurora Rd Address: Solon, Georgia 44139 Contact: John Sumlin Email: John.Sumlin@tarkett.com Phone: 706-281-2791 Fax: 706-259-2657 HST#: 63-1185575 Submission Details Created On: Tuesday April 25,2023 08:06:51 Submitted On: Tuesday June 13,2023 12:26:11 Submitted By: John Sumlin Email: John.Sumlin@tarkett.com Transaction#: 743e79e7-dff6-459e-805e-c0a59b52afef Submitter's I Address: 104.129.207.98 Bid Number: RFP 061323 Vendor Name: Tarkett US/2553 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 Specifications Table 1: Proposer Identity&Authorized Representatives General Instructions (applies to all Tables) Sourcewell prefers a brief but thorough response to each question. Do not merely attach additional documents to your response without also providing a substantive response. Do not leave answers blank; respond "N/A" if the question does not apply to you (preferably with an explanation). Line Question Response* Item 1 Proposer Legal Name (one legal entity only): Tarkett USA Inc. (In the event of award, will execute the resulting contract as "Supplier") 2 Identify all subsidiary entities of the Proposer Johnsonite by Tarkett whose equipment, products, or services are included in the Proposal. 3 Identify all applicable assumed names or DBA Tarkett, Johnsonite, f.k.a Tandus Centiva names of the Proposer or Proposer's subsidiaries in Line 1 or Line 2 above. 4 Provide your CAGE code or Unique Entity QJQCMQY6HRF5 Identifier (SAM): 5 Proposer Physical Address: 30000 Aurora Road Solon OH 44139 6 Proposer website address (or addresses): www.tarkett.com 7 Proposer's Authorized Representative (name, Rusty Joyce, President-Commercial title, address, email address & phone) (The 30000 Aurora Road, Solon OH 44139 representative must have authority to sign Rusty.Joyce@tarkett.com the "Proposer's Assurance of Compliance" on 706-281-2730 behalf of the Proposer and, in the event of award, will be expected to execute the resulting contract): 8 Proposer's primary contact for this proposal John Sumlin, VP Strategic Accounts, Education (name, title, address, email address & phone): 30000 Aurora Road, Solon OH 44139 john.sumlin@tarkett.com 404-431-2131 9 Proposer's other contacts for this proposal, if Jamie Collins, Sr. Contract Sales Support Specialist any (name, title, address, email address & 1735 Cleveland Hwy, Dalton GA 30721 phone): jamie.collins@tarkett.com 706-281-2730 Table 2A: Depth and Breadth of Offered Equipment Products and Services Line Question Response Item 10 Provide a detailed description of the The Tarkett family has grown strategically through the years to provide the industry's products, and services that you are offering most comprehensive portfolio of sustainable flooring solutions, Service solutions in your proposal. including cutting-edge design and technologies from Johnsonite and formerly Tandus Centiva. All the same great flooring and accessories you've trusted for years, now offered within the Tarkett Solution SPECtrumTM. Modular Carpet Tiles & Planks 24x24, 18x36, 9x36 sizes PVC Free + Cushion Backed Options Ethos@ Modular Backing with Omni-Coat TechnologyTM PVC Free, Silver C 2C, eliminates pH, RH and MVER testing. Flex-Aire TM Cushion Modular the only 100% recyclable sustainable cushion in the industry. Acoustic enhancements; Comfort underfoot; Extended Performance; Ergonomic + Cost Saving benefits, e.g., Sit-to-Stand Desking Solution Powerbondg A 6'0" W rolled good carpet, standard with an attached, closed-cell cushion and is closed loop recyclable. This patented process fuses our proprietary cushion backing to a carpet face, creating unparalleled performance and design capabilities. Powerbondg has proven performance for over 50 years in extreme heavy traffic areas such as airports, stadiums, educational and healthcare facilities. Provided no free liquids are present, no moisture vapor emission rate (MVER) or Bid Number: RFP 061323 Vendor Name: Tarkett US/2554 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 relative humidity (RH) testing is needed, reducing install costs and time. Powerbond is impermeable to moisture; welded seams create wall-to-wall moisture barrier. Broadloom Tarkett manufactures award-winning designed broadloom and a reputation for superior quality. Our tufted broadloom epitomizes sophisticated design and work in tandem with all Tarkett soft and hard surface platforms offering solutions for Workplace, Senior Living, Healthcare, Hospitality and Education. Multiple backings support performance, budget and acoustic requirements. Woven Tarkett's wovens represent the ultimate in luxury and performance. Drawing on weaving techniques handed down through centuries, our design team's contemporary approach to woven broadloom offers an elegant, high end aesthetic in a vast range of designs and colorways for the fractional luxury component in any commercial environment. Luxury Vinyl Tiles & Planks (LVT) Tarkett LVT offers a wide range of sizes, shapes, textures and patterns designed to withstands heavy traffic, with extra resistance to scuffs, scratches and stains. Our patented TechtonicTm advanced polyurethane technology is a massive shift forward in performance for hard surface floors. Techtonic offers 40% better scratch resistance, 18% better abrasion resistance and 50+ million square feet delivered without a claim for scratch, scuff, abrasion or performance, amazing! Even Plane LVT, a non-woven fiberglass layer resists indentation and absorbs the sound of nearby foot traffic 30% better than building code requires, helping create quieter, more productive workspaces. Install Even Plane alongside carpet tile— without transition strips— for additional comfort and delineation of space. With a 32- mil wear layer and state-of-the-art Techtonic@ protection, Even Plane raises the grade on performance, while keeping your feet on even ground. Adaptt LVT with SureSetTM technology is designed to drastically reduce the time and expense of your next floor installation. A unique sculpted wave backing system allows air and moisture in the subfloor to breathe. Pressure-sensitive adhesive is pre- applied in the factory, so no glue is required on site. Tiles and planks stay in place, yet can also be repositioned when necessary, making installation quick, easy and flexible. Vinyl Sheet and Tile Tarkett Vinyl flooring combines a broad portfolio of patterns and colorways with high performance for schools, hospitals and other high traffic areas. From heterogeneous sheet composed of several layers, including a printed sheet for limitless design possibilities, to homogeneous sheet and tile with a through pattern, Tarkett's portfolio is high performing and low emitting, contributing to a safe and healthy indoor environment. Linoleum One of the most natural and sustainable flooring solutions on the market, Tarkett linoleum has been appreciated for its natural beauty, comfort and durability for over 150 years. Our linoleum is made from 94% natural raw materials (linseed oil, wood and cork flour, and resins) and is treated with our unique xfzsurface protection for durability, easy cleaning and cost- effective maintenance. Tarkett linoleum is the world's first to be certified Cradle to Cradle. Rubber Flooring Tarkett rubber flooring offers the largest collection of colors, patterns and textures in the industry. Naturally slip resistant, shock absorbing and underfoot comfort, Tarkett Rubber flooring is perfect for environments that require high performance, durability and acoustic enhancement. Tarkett Rubber has endless custom capabilities, perfect for branding and way finding. Composition Tile Composition tiles provide economic value and a multitude of patterns, colorways and quality options to optimize performance across a number of high traffic installation areas. Composite tiles are budget friendly and withstand heavy foot and rolling traffic. Low-emitting, composite tile contribute to the safety and health of every space. Static Dissipative Vinyl Sheet and Tile Tarkett is a global leader in static dissipative and static conductive flooring solutions engineered to keep sensitive environments such computer rooms, data centers, laboratories, clean rooms and ESD-sensitive areas in hospitals and the electronics and equipment they house safe. Our SDT solutions cover a range of product categories designed to coordinate with colorways and products with in the Tarkett Solution SPECtrumTM Sports I Multi Function Flooring From multi-use gym flooring to competitive basketball courts and yoga studios, sports surfaces need to be adapted to different activities and levels of competition. With every sports flooring solution, we provide the knowledge and expertise to make each project a success. Specialty Applications There are often special spaces within a commercial Bid Number: RFP 061323 Vendor Name: Tarkett US/2555 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 environment that need unique flooring solutions to optimize performance or contribute to safety. Tarkett offers solutions for Acoustics JEnhanced slip resistance Resistance to oil and grease I Electrical resistance and static dissipation] Safe egress I Tarkett's portfolio of specialty flooring coordinates with all Tarkett products. Wall Base That detail between the wall and the floor that brings the whole space together. Our portfolio of options is the strongest in the industry. Tarkett offers more profiles, colors and finishes to compliment your interior space than any other flooring manufacturer. Our wall base product lines are designed to perform, contribute to safety and reduce install schedules. If an architectural/wood detail is desired Tarkett Millwork@ is a perfect solution, eliminating variable fabrication costs and assuring reduced maintenance costs. Millwork@ Masquerade offers endless custom capabilities to match finishes or unique, branded design. Stairwell Management Proper stairwell management minimizes risk by balancing safety and performance, leading to a measurable long- term return. Our integrated stairwell management system includes rubber and vinyl treads, nosing and accessories that enhance the flow of a space, allowing people to move safely and comfortably. Available in a broad array of profiles, textures, patterns and colors to compliment interior finishes and architectural details. Finishing Accessories In high-performance environments, every element works together to create synergy. Interior designs must meet the recommendations of the Americans with Disabilities Act (ADA). To help, we offer an entire family of finishing accessories that will comply with regulations while complementing the existing finish elements. Installations Accessories From Tarkett TAPE TM for floating, configurable modular carpet installations to RollSmartTM, an easy-to-apply LVT adhesive that facilitates faster installation, we measure the total cost of installation and ownership and to improve productivity and reduce cost. Turnkey Installation Services SourceOne@ Services channels all the intricate details of flooring management and installation to professional partners for a complete turnkey solution. Source One handles the complexities of flooring trans-formations, from inception through completion, including estimating services, proposals and order entry, Single purchase and contact point, Product design and manufacturing, Flexible, preferred flooring procurement, furniture lift, delivery and installation, existing flooring recycling, maintenance training, long-term onsite support, ImaginationsTM Custom Design Logo and inset Floor Program We have attached a product brochure as well, or you can access via: https://tarkett- my.sharepoint.com/:b:/p/John_sumlin/ESBUxO5STBFHsKw77sMIwrABwY4PvTgeBppcM8g Xt3J M Rw?e=b O Rz Kc 11 What levels of service (material only, turnkey, Tarkett is proposing: other) are being proposed? 'Material only orders 'Turnkey Installation Services through Tarkett Source One Department 'Flooring Contractor supported sales 'Floor Care Maintenance Services provide by Solide Care 12 Does the response include installation Yes services? 13 If the answer to Line #12 above is Yes, We support a diverse and highly qualified network of flooring contractors including describe in detail the following elements MWBE designations to help with participating agency needs for MWBE set side (Lines #14-16) of installation services. dollars and local business investment. Tarkett also created the first manufacturer lead installation services group in the industry. Blockbuster Video came to us in late 1980s seeking a multi-site solution that allowed them to use our Powerbond 6' carpet product with installation services with one point of contact, combined material and labor warranties, and multi-site project management. Our Source One services was then created and has grown substantially. The industry has followed, and most major mills now offer a "Source One" like turnkey service solution. 14 How does the Participating Entity select an Tarkett supports the participating agencies willingness and desire to support any of installer? our install options covered in our answer to question 13. If a preferred dealer is not currently "approved" Tarkett can evaluate and add dealers to our network to support participating agencies. Bid Number: RFP 061323 Vendor Name: Tarkett US/2556 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 15 How does Proposer ensure installers are Tarkett has an approved list of flooring contractors across the US which is an trained, experienced, and fully licensed within attachment. We do business with these installers and maintenance providers on a jurisdictions where work is performed? regular basis across all our segments (Workplace, Health Care, Hospitality, Retail, ED/GOV and more). This relationship over decades has built the best network of independent flooring contractors in our industry. We provide ongoing training and issue them credit to buy our materials, which is updated yearly. We also offer Tarkett's turnkey services under the Source One Department. Source One has worked with most of our Installation Partners for many years. When we do bring on a new partner, we vet their experience with all types of products; we also have one of our extensively trained Field Installation Coordinators on site for the new partner's first job with us. This allows us to personally confirm they are performing up to our expectations, provide on-site training, or answer any questions. When the Participating Entity is contracting directly with Tarkett for the materials and installation, we maintain up to date licensing for all U.S. States as required. 16 Does Proposer have a standard installation Yes. All of Source One's Installation Partners are required to sign a Sub-Contractors agreement it will require Participating Entities Agreement, a copy is provided in the upload section. to use? If so, please upload a copy with response. Table 2B: Depth and Breadth of Offered Equipment Products and Services Indicate below if the listed types of products or services are offered within your proposal. Provide additional comments in the text box provided, as necessary. Line Item Category or Type Offered Comments 17 Resilient r. Yes r` No 18 Ceramic r. Yes Ceramic options will be made available r No on a case-by-case basis as a Furnish and Install (F&I) allowance allowing flooring contractors and Source One to provide these materials to satisfy a project that includes Tarkett manufactured materials. This service allows convenience and one stop shopping for Sourcewell participating agencies. This is available on our current Sourcewell offer and has proven to be an asset to the participating agencies. Flooring projects have many variables, our offer is best in class at creating a program that can be adapted to these variety of needs better than any supplier in the industry. 19 Porcelain Tile r: Yes Porcelain Tile options will be made r` No available on a case-by-case basis as a Furnish and Install (F&I) allowance allowing flooring contractors and Source One to provide these materials to satisfy a project that includes Tarkett manufactured materials. This service allows convenience and one stop shopping for Sourcewell participating agencies. This is available on our current Sourcewell offer and has proven to be an asset to the participating agencies. Flooring projects have many variables, our offer is best in class at creating a program that can be adapted to these variety of needs better than any supplier in the industry. 20 Wood r Yes r. No 21 Hardwood r" Yes r. No 22 Laminate r. Yes r No 23 Rubber r- Yes r` No Bid Number: RFP 061323 Vendor Name: Tarkett US/2557 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 24 Vinyl r: Yes r No 25 Broadloom r. Yes r No 26 Carpet Tile r: Yes r No 27 Epoxy r. Yes Epoxy options will be made available on r No a case-by-case basis as a Furnish and Install (F&I) allowance allowing flooring contractors and Source One to provide these materials to satisfy a project that includes Tarkett manufactured materials. This service allows convenience and one stop shopping for Sourcewell participating agencies. This is available on our current Sourcewell offer and has proven to be an asset to the participating agencies. Flooring projects have many variables, our offer is best in class at creating a program that can be adapted to these variety of needs better than any supplier in the industry. 28 Flooring hybrids r. Yes r No 29 Floor mats r" Yes r. No 30 Rugs r Yes r. No 31 Supplies related to the removal, r: Yes installation, maintenance, restoration, and r No cleaning of flooring materials complementary to the offering above (Lines #17 - 30) 32 Services related to the removal (including r. Yes Yes - Tarkett ReStart program offers take back and recycling), installation, r No recycling and landfill diversion. maintenance, restoration, and cleaning of flooring materials complementary to the It is highly important to include floor care offering above (Lines #17 - 30) into a flooring project and a flooring contract. Appropriate floorcare ensures that the floor materials are properly maintained for long term appearance retention . This offer does not include custodial care, which is the daily responsibility to remove dirt and trash from a space. We have outlined specific maintenance requirements and procedures, including cleaning schedules, product recommendations, and any necessary repairs or replacements. This not only helps prolong the life of the flooring, but also helps protect the investment made in the flooring material and installation. Table 3: Pricing Offered Line The Pricing Offered in this Proposal is: Comments Item 33 c.better than the Proposer typically offers to GPOs,cooperative procurement organizations,or state purchasing departments. Table 4: Pricing and Delivery Provide detailed pricing information in the questions that follow below. Keep in mind that reasonable price and product adjustments can be made during the term of an awarded Contract as described in the RFP, the template Contract, and the Sourcewell Price and Product Change Request Form. Bid Number: RFP 061323 Vendor Name: Tarkett US/2558 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 Line Question Response* Item 34 Describe your pricing model (e.g., line-item discounts or Tarkett's pricing model is a line item discount off the market list product-category discounts). Provide detailed pricing data price. The discounts range varies by product line with the greatest (including standard or list pricing and the Sourcewell discounts offered on product solutions in greatest demand. Our discounted price) on all of the items that you want product catalog shows the product/style name, list price, discount off Sourcewell to consider as part of your RFP response. If list and member price per unit. Pricing is structured to applicable, provide a SKU for each item in your proposal. accommodate the smallest need (i.e. one carton) up to large Upload your pricing materials (if applicable) in the renovation projects. Tarkett will treat each project independently and document upload section of your response. consider market conditions, volume, project scope to offer best value pricing on every job. We are a quality material manufacturer that specializes in suppling commercial grade materials. We are ideally suited for the participating agency members at Sourcewell. Our labor price list offer an extensive selection of services. To cover all areas with varying economic trends, we provide a Not-to- Exceed Price for each service in a format including 7 specific regions of the U.S. (identified by states included in each). This price list will allow an entity to budget a project, knowing it will not exceed the price in their region. The labor schedule allows for standard rates as well as prevailing wage. 35 If Proposer is including installation services within its Our extensive list of services allows our approved flooring proposal, please describe how installation services will be contractors and our in house installation group (Source One) to priced, including applicable labor rates that may apply. How break any project down item by item for a comprehensive proposal will Proposer address any prevailing wage requirements of showing products and installation. Our Labor Price List includes Participating Entities? Prevailing Wage pricing for every service in every region Sourcewell Serves., Our approved flooring contractors and Source One installation Partners are highly trained managing this type of project. 36 Quantify the pricing discount represented by the pricing Tarkett is providing a discount off list pricing. Percentage discounts proposal in this response. For example, if the pricing in vary depending on product platform with the greatest discount your response represents a percentage discount from offered for the most popular styles members use. MSRP or list, state the percentage or percentage range. Modular Tile: 28 to 52% Powerbond: 29 to 57% Luxury Vinyl Tile: 27 to 51% Resilient (including but not limited to sheet vinyl, rubber, wall base): 20% Broadloom/Woven: 23 to 49% 37 Describe any quantity or volume discounts or rebate Tarkett's pricing is a not to exceed per line item, further discounts programs that you offer. can be offered to members based on order quantity, job location and other market factors that will offer further savings. 38 Propose a method of facilitating "sourced" products or Tarkett has the most comprehensive commercial flooring product line related services, which may be referred to as "open in the industry, for the few materials we do not make we use a market" items or "nonstandard options". For example, you furnish and install allowance. This permits a participating agency may supply such items "at cost" or "at cost plus a member to complete a flooring project with materials we may not percentage," or you may supply a quote for each such manufacturer but are needed to complete the project. We do not request. include every flooring option, but a majority of what a participating agency member needs to complete a flooring project are included. 39 Identify any element of the total cost of acquisition that is We have made every effort to include all cost associated with a NOT included in the pricing submitted with your response. commercial flooring project. In some cases, orders may be subject This includes all additional charges associated with a to a roll cut charge or a lift gate charge. Pricing does not include purchase that are not directly identified as freight or the California AB2398 Carpet Stewardship Assessment Fee or shipping charges. For example, list costs for items like pre- taxes and will be add should it be applicable. delivery inspection, installation, set up, mandatory training, For Source One Turnkey service proposals we will include all or initial inspection. Identify any parties that impose such services necessary for a project based on a site visit performed by costs and their relationship to the Proposer. our installer. We work diligently to avoid any need for Change Orders, although they sometimes come up unexpectedly during a project (for example: upon Removal of existing floorcovering, a need for extensive Floor Prep may be identified due to a problem that was not originally visible). Each proposal will also include a list of exclusions for the customer's convenience. The customer will see a full cost of each project on their proposal, including freight, sales tax, and even the California Assessment Fee for jobs in that state. 40 If freight, delivery, or shipping is an additional cost to the Tarkett USA Inc. uses independent, third-party, freight carriers to Sourcewell participating entity, describe in detail the deliver its products. Product pricing does not include freight and will complete freight, shipping, and delivery program. be prepaid and added as a separate line item on the invoice. 41 Specifically describe freight, shipping, and delivery terms or Tarkett USA Inc. uses independent, third-party, freight carriers to programs available for Alaska, Hawaii, Canada, or any deliver its products. Product pricing does not include freight and will offshore delivery. be prepaid and added as a separate line item on the invoice. Bid Number: RFP 061323 Vendor Name: Tarkett US/2559 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 42 Describe any unique distribution and/or delivery methods or The approved dealer partners servicing Sourcewell members and options offered in your proposal. their local markets have access to Tarkett and Johnsonite resilient inventory maintained by over 275 Tarkett distribution partners across the country, in addition to the stock at Tarkett warehouses. This supports faster delivery for many products and reduces lead times. Tarkett distributors receive shipments at least weekly to replenish stocked items as well as those needed on a project basis. This distribution network offers End Users some freight costs savings due to scheduled pool truck delvers that create economies by pooling shipments and maximizing freight discounts. Tarkett has perfected this delivery system. Table 5: Payment Terms and Financing Options Line Question Response* Item 43 Describe your payment terms and accepted payment Tarkett accepts the payment methods below: methods. Wire ACH Mailed Checks Online payments via Bill Trust - Customers can pay here with a credit card or directly from their bank account for no additional fee. This option does require members to register for a no cost Bill Trust account. There are no service fees for any payments, however, there is a $25,000.00 limit on payments by credit card. 44 Describe any leasing or financing options available for use Tarkett does not offer any leasing or financing options to educational by educational or governmental entities. or governmental entities 45 Describe any standard transaction documents that you We have uploaded our standard terms in the document section. propose to use in connection with an awarded contract The document further defines area like: (order forms, terms and conditions, service level 'Minimum Order requirements agreements, etc.). Upload a sample of each (as 'Overages applicable) in the document upload section of your 'Custom Products response. 'Asbestos Abatement 'Floor Preparation 'Labor Exclusions 'Lead times 'Returns/Cancellations 46 Do you accept the P-card procurement and payment P Cards are accepted via online Bill Trust. This option does process? If so, is there any additional cost to Sourcewell require members to register for a no cost Bill Trust account. There participating entities for using this process? is no additional service fee to pay with this option. Bid Number: RFP 061323 Vendor Name: Tarkett US/2560 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 Table 6: Audit and Administrative Fee Line Question Response* Item 47 Specifically describe any self-audit process or program that you Tarkett has a dedicated Alliance Number that is used in plan to employ to verify compliance with your proposed Contract tracking all sales to Sourcewell members. We communicate with Sourcewell. This process includes ensuring that Sourcewell this number to members and dealer partners and it ensures participating entities obtain the proper pricing, that the Vendor that not only proper pricing is given to members but also reports all sales under the Contract each quarter, and that the tracks all sales for reporting and payment of the CAF fee. Vendor remits the proper administrative fee to Sourcewell. Provide sufficient detail to support your ability to report quarterly sales to Tarkett's local account representatives will also randomly Sourcewell as described in the Contract template. audit the installing contractors that buy flooring and provide service to the Sourcewell member to ensure contract compliance and understanding. The Sourcewell member must make it clear that they have the "desire and ability" to use the agreement on their Purchase Order and other order communications. 48 If you are awarded a contract, provide a few examples of internal Tarkett will review quarterly sales figures to assess our metrics that will be tracked to measure whether you are having success with the contract. We will review orders randomly to success with the contract. ensure that proposals are compliant with our contract. We continue to improve and refine our go to market strategy based on our successes and failures. 49 Identify a proposed administrative fee that you will pay to Tarkett USA Inc. will offer Sourcewell a 2% contract Sourcewell for facilitating, managing, and promoting the Sourcewell administrative fee (CAF) payable on net agreement Contract in the event that you are awarded a Contract. This fee sales of manufactured product adjusted by credits. The is typically calculated as a percentage of Vendor's sales under the labor portion of this agreement performed by our Contract or as a per-unit fee; it is not a line-item addition to the dealers or Source One will not qualify for the fee. Member's cost of goods. (See the RFP and template Contract for Participating Entities (i.e., States or other participating additional details.) agencies) that sign a participating addendum to the Tarkett Sourcewell contract may demand their own administrative fee from Tarkett in addition to the Sourcewell CAF. In the event that a participating entity demands a CAF from Tarkett, Tarkett will pay a maximum of 2% in CAF total between Sourcewell and the participating entity. Table 7: Company Information and Financial Strength Line Question Response* Item 50 Provide a brief history of your company, Tarkett's leadership position in the flooring industry is the result of 140 years of including your company's core values, experience, and builds on the talent, values and commitment of generations of business philosophy, and industry longevity entrepreneurs. Tarkett, originally known as Allibert & Sommer, our heritage of related to the requested equipment, products performance and innovation began in Paris in the late 1800s. Through our or services. acquisitions of Johnsonite, Tandus Centiva and Lexmark, we've brought a complete portfolio under the Tarkett name that meets the needs of any market segment, including Hospitality, Workplace, Education, Government, Healthcare, Retail, Multi- Family and Residential. With Tarkett, you can easily select a flooring platform for the specific needs of every space—and design with materials that don't just look beautiful, but function well. Our full palette of colors, patterns and textures is coordinated to work together visually across platforms, letting you easily carry a design aesthetic throughout an entire floorplan. While our methods have evolved, our process still begins with careful consideration of the goals held by those who live, work, and play on our surfaces each day. Taken together, we call our mixture of craft, science, and purpose Tarkett Human- Conscious DesignSM. And it drives everything we do. Tarkett Human-Conscious Design is our commitment to stand with present and future generations. To create flooring and sports surfaces that are good for people and for the planet. And to do it every day by: 1) Designing from a deep human understanding 2) Providing conscious choices for people and planet 3) Remaining with you, every step of the way Bid Number: RFP 061323 Vendor Name: Tarkett US/2561 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 51 What are your company's expectations in the Should Tarkett be re-awarded we expect to continue to maintain the high level of event of an award? service and thought leadership we currently provide Sourcewell and Sourcewell participating agencies. We also expect to continue to collaborate with Sourcewell for marketing and trade shows as well as attend Sourcewell events like Sourcewell University and H2O Supplier Forum. Continuing these will further grow our partnership and will enhance the participating agencies experience using Sourcewell and Tarkett. Tarkett has continued to work with and collaborate with the Sourcewell commodity managers and administrative staff. We have a history of consistent timely communication and cooperation building a strong relationship with Sourcewell and your participating agencies. These are 3 examples of our thought leadership and collaboration: 1) A recent endeavor was to create the Healthy Building Summit for Public Sector entities. "Bringing together stakeholders around planning, design, construction, student/work life, sustainability, and maintenance to discuss what they learned in COVID was just the tip of the iceberg. The real emphasis was how we use what we learned and move into a collaborative consistency of co-creation fostering new pathways to see an earlier future where all learning spaces are considered healthy spaces". The urgency to have the Education Healthy Building Summit was driven by the growing amount of data that was collected through smart building technology, mental health data, and federal funding. This data exposed the demand for healthy buildings for all students. Several of these demands drove the initial conversation. Although indoor air quality and infection control were major drivers, this was not the only issue facing educational facilities around the country. Other drivers included: Neurodiversity and the recognition of a diverse student population requiring unique social-emotional learning strategies. Cognitive Loads and a clearer understanding of how acoustics and indoor air quality impact not only learning and productivity, but also our relationships. Biophilic Design and Daylight can both positively impact our stress levels (measured as heart rate variability, or HRV) and circadian rhythm. This in turn can lead to stronger brain function, boost feelings of happiness, decrease anxiety, and lower blood pressure. Funding Maintenance and deferred maintenance annual deficit crisis but also the impact that poorly maintained buildings have on poor indoor air quality and other health implications. 2) Tarkett's track record of commitment to Thought Leadership in the marketplace is well known. High performance buildings and schools use best-in-class materials like Tarkett's that can affect worker and student performance with better acoustics, better thermal values in space, better Indoor Air Quality (IAQ) and lower maintenance costs. Tarkett's long standing relationship with the Collaborative for High Performance Schools (CHPS) and with Tarkett's board seat has introduced the high- performance rating program to Sourcewell. This has led to discussions and an opportunity to create High Performance product offerings to K12 schools that can use best in class procurement sourcing (Sourcewell) and CHPS K12 building rating system for high performance facilities. The opportunity is an example of the thought leadership position Tarkett has in the market and the belief that strategic sourcing is a key to our success. Our hope is Tarkett's introduction will lead to a new chapter of great partnerships using great sourcing (CHPS, Sourcewell and Tarkett). The award of this RFP will continue to grow these relationships and others like it. 3) Another example of the Tarkett Sourcewell partnership dates to 2017 when the California Association of Business officers (CASBO) signed a formal endorsement of NJPA. "The CASBO/NJPA partnership is a formal endorsement of the NJPA competitive solicitation and contract award process," Schwartz said. "It also provides an effective and fully supported pathway for CASBO members to access procurement solutions through NJPA's contract awarded vendors." Tarkett (Tandus Centiva at that time) introduced and drove this endorsement with CASBO. Tarkett's longstanding relationships at CASBO brought this idea forward and help execute this endorsement. Sourcewell is now the Department of General Services (DGS) CMAS (California Multiple Award Schedule) contract. Tarkett and Sourcewell has benefited due to this work. The NJPA press release is attached for reference. We hope to continue our long and strong partnerships into the future. Tarkett's vision is to continue to grow relationships that foster strategic sourcing and Sourcewell. We believe this makes us uniquely qualified to continue to grow Sourcewell and strategic sourcing. Bid Number: RFP 061323 Vendor Name: Tarkett US/2562 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 52 Demonstrate your financial strength and To demonstrate our financial strength and stability, we have attached our financial stability with meaningful data. This could statements. Our Net sales for 2022 was 3,358.9 (million Euros) and for 2021 was include such items as financial statements, 1,792.1 (million in Euros). SEC filings, credit and bond ratings, letters of credit, and detailed reference letters. Upload supporting documents (as applicable) in the document upload section of your response. 53 What is your US market share for the Market share data is difficult to gather and validate for that reason we are solutions that you are proposing? submitting estimates based on market research. Some of the data is triangulated and is only an estimate. Carpet Roll 10+ % Carpet Tile 10+% Heterogeneous Sheet Vinyl 5% Homogeneous Sheet Vinyl 15% Linoleum 10% LVT (Luxury Vinyl Tile) 10+% Rubber 7% VCT (Vinyl Composition Tile) 12+% Wall Base 51+% 54 What is your Canadian market share for the Market share data is difficult to gather and validate for that reason we are solutions that you are proposing? submitting estimates based on market research. Some of the data is triangulated and is only an estimate. Carpet Roll 1 % Carpet Tile 10+% Heterogeneous Sheet Vinyl 19% Homogeneous Sheet Vinyl 58% Linoleum 7% LVT (Luxury Vinyl Tile) 4% Rubber 10+% VCT (Vinyl Composition Tile) 29+% Wall Base 34+% 55 Has your business ever petitioned for Tarkett has not ever petitioned for bankruptcy protection. bankruptcy protection? If so, explain in detail. 56 How is your organization best described: is Tarkett is a manufacturer, a service provider through our Source One turnkey it a manufacturer, a distributor/dealer/reseller, services and a maintenance leader with our alliances in floorcare. or a service provider? Answer whichever Tarkett has a direct sales force of over 180 + employee salespeople in North question (either a) or b) just below) best America (please refer to 65&66 for additional breakdown of our sales and service applies to your organization. teams). We have in house field inspectors, trainers, and technical support teams a) If your company is best described as that make our sales force the best in the flooring industry. We are segmented by a distributor/dealer/reseller (or similar entity), vertical markets in our approach and strategy. We focus on Education and provide your written authorization to act as a Government as a core competency because of our unique high quality commercially distributor/dealer/reseller for the manufacturer focused line of flooring. The industry has served residential customers first and of the products proposed in this RFP. If commercial second for decades. Tarkett has served commercial sales first giving us applicable, is your dealer network a marketable advantage. Our Sales force serves Participating Agencies/End users independent or company owned? and our approved independent Flooring Contractor network with expertise and b) If your company is best described as recommendations for solutions in flooring. Our Source One group supports a a manufacturer or service provider, describe manufacturer direct service model if it is required by the End User/Participating your relationship with your sales and service Agency creating a seamless turnkey model. Our network of independent flooring force and with your dealer network in contracts gives us the local feel that ED/GOV often requires. Our sales force delivering the products and services supports all these routes market giving us a consultative feel that a winning supplier proposed in this RFP. Are these individuals needs. your employees, or the employees of a third party? 57 Provide all "Suspension or Debarment' Not applicable - Tarkett has not had any suspension or debarment in the past ten information that has applied to your years. organization during the past ten years. Table 8: Industry Recognition & Marketplace Success Line Question Response* Item Bid Number: RFP 061323 Vendor Name: Tarkett US/2563 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 58 Describe any relevant industry awards or 2023 recognition that your company has received Green Good Design Award, LinoFloor/LinoWall and Inspired Nature in the past five years. Interior Design NYCxDESIGN Award Finalist, Even Plane and iQ Granit/iQ Eminent Fishman Flooring Solutions Vendor Partner of the Year MetropolisLikes Award - Collabrative Collection 2022 Metropolis LIKES (NYCxDESIGN), Renewal Series Interior Design (NYCxDESIGN), Renewal Series Metropolis LIKES @NeoCon, Inspired Nature Spaces4Learning New Product Awards (K-12 and Higher Ed), iQ Granit/iQ Eminent Architizer A+ Product Awards Finalist, Inspired Nature Metropolis Planet Positive Award and Editor's Pick, Lino Floor/LinoWall Interior Design Best of Year Finalist, Inspired Nature and iQ Granit/iQ Eminent Good Design Award, Inspired Nature and LinoFloor/LinoWall EFA Expo's Editor's Picks, Renewal Series Starnet Design Awards—included in multiple winning projects 2021 HiP Award Finalist, Workplace: Carpet category, Meta Firma Collection Best of NeoCon Hard-Surface Flooring: Natural Materials, Color Splash Good Design Award, FlightPath & AirSpace, Tatami System 2020 EPA Encouraging Environmental Excellence Award — Middlefield facility Azure Magazine AZ Award Winner, iD Mixonomi Interior Design Best of Year Finalist, Light Shift Collection NYCxDESIGN Award Finalist, Drop Cloth 2019 ASID Design Impact Award, Garden Walk at EFA Starnet Design Awards — Part of multiple winning projects Designer Pages Spec Stars: http://media.designerpages.com/award-winners/ IIDA/HD Expo Product Design: MergEmerge LVT in Flooring-Hard Surfaces Category Metropolis Likes Award, iD Mixonomi HiP Award for Hospitality Flooring: iD Mixonomi HiP Awards Finalist in the Innovative Manufacturing Process category, Tatami System HiP Awards finalist in the Workplace: Carpet category, Interleave and Composition Series HiP Awards finalist in the Workplace: Hard Flooring category, Drop Cloth Best of NeoCon Gold in Carpet: Broadloom, Tatami System Buildings Product Innovations Award Grand Prize, Tatami System Arch Records Product of the Year, Tatami System Interiors+Sources: 2019 Readers Choice Awards, iD Mixonomi Good Design Award, Tatami System and FlightPath & AirSpace Interior Design Best of Year Award, iD Mixonomi Interior Design Best of Year Finalist, Tatami System and iD Mixonomi AN Products of the Year: Honorable Mention: Tatami System in Textiles category Honorable Mention: iD Mixonomi in Finishes + Surfaces — Indoor category Architizer A+ Awards Finalist, Pentagonals Interiors + Sources Reader's Choice Best Products, iD Mixonomi 59 What percentage of your sales are to the 10 % governmental sector in the past three years? Estimates provided. The recent pandemic has skewed these numbers for 2021 & 2022. We are seeing growth in these sectors for 2023 YTD. 60 What percentage of your sales are to the 25+% education sector in the past three years? Bid Number: RFP 061323 Vendor Name: Tarkett US/2564 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 61 List any state, provincial, or cooperative Tarkett holds several state and cooperative contracts including: purchasing contracts that you hold. What is State of New York the annual sales volume for each of these State of Florida contracts over the past three years? State of Georgia State of Mississippi State of Louisiana State of California State of Pennsylvania State of Connecticut E and I Omnia Partners Buyboard Choice Partners Premier Vizient Allied States Contract sales volume is confidential, and we do not share it with other entities, however we estimate these contracts to collectively account for 10-20% of the overall sales. 62 List any GSA contracts or Standing Offers Tarkett holds a GSA Contract GS-27F-0032, contract sales volume is confidential, and Supply Arrangements (SOSA) that you and we do not share with other entities. The recent pandemic has skewed these hold. What is the annual sales volume for numbers for 2021 & 2022. We are seeing growth in these sectors for 2023 YTD. each of these contracts over the past three We estimate our GSA contract sales to be an average of $500,000 annually. Our years? sales to the federal government and its agencies is much higher NOT using the GSA schedule Table 9: Top Five Government or Education Customers Line Item 63. Provide a list of your top five government, education, or non-profit customers (entity name is optional)to whom you have provided equipment, products, or services similar to the solutions sought in this RFP, including entity type, the state or province the entity is located in, scope of the project(s), size of transaction(s), and dollar volumes from the past three years. Entity Name Entity Type State 1 Scope of Work Size of Transactions Dollar Volume Past Three Province�" Years* Large School Education Nevada-NV Products utilized include 4 million per year 10 million District Powerbond and modular tile carpet as well as LVT. Large school Education Texas-TX Products utilized include 3.5 million per year 8.5 million District Powerbond carpet, LVT, resilient and eSource One Turnkey installation services. Large faith Non-Profit Utah-UT Products utilized include 3.5 million per year 8.5 million based Powerbond and modular tile organization carpet products as well as Source One Turnkey installation services. Large School Education Texas-TX Products utilized include 2.5 million per year 7 million District Resilient, Powerbond and modular tile carpet products as well as Source One Turnkey services. Large School Education Florida-FL Products utilized include 2.5 million per year 7 million District Imaginations (Custom cut designs), Powerbond and modular tile carpet, LVT, resilient and Source One Turnkey services Bid Number: RFP 061323 Vendor Name: Tarkett US/2565 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 Table 10: References/Testimonials Line Item 64. Supply reference information from three customers to whom you have provided equipment, products, or services similar to the solutions sought in this RFP and who are eligible to be Sourcewell participating entities. Entity Name* Contact Name* Phone Number* Sarasota County Schools, FL Don Hampton (941) 927-9000 ext 68835 Director of Facilities Don.hampton@sarasotacountyschools.net Pasco County Schools, FL Carey Llazari (727) 774-7952 Const. Services Project Coordinator cllazari@pasco.k12.fl.us Cypress-Fairbanks ISD Roy J. Sprague, Jr., AIA, CSI, ALEP, LE Fellow (281) 897-4108 Chief Operations Officer Table 11: Ability to Sell and Deliver Service Describe your company's capability to meet the needs of Sourcewell participating entities across the US and Canada, as applicable. Your response should address in detail at least the following areas: locations of your network of sales and service providers, the number of workers (full-time equivalents) involved in each sector, whether these workers are your direct employees (or employees of a third party), and any overlap between the sales and service functions. Line Question Response* Item 65 Sales force. Tarkett maintains a sales force of just over 180 Account Executives and Regional Business Managers that are located across the US and Canada, Supporting our sales team are 15 Regional Vice Presidents, 3 divisional Vice Presidents, two Education/Government Strategic Accounts Vice President and many customer and technical support specialist. Tarkett maintains a strong segmented sales force that allows us to speak directly to our markets. SLED (State Local & Education) market is made up of facility administration, Maintenance and operations, Design and construction, flooring contractors, distribution partners, architects/designers and other influencers. Tarkett is able to speak to each of these groups and help create a solution based approach for any flooring project. Our focus on segmentation allows us to be acutely aware of the needs of each and provide our best-in-class flooring solutions in a consultative manner. 66 Service force. Tarkett has an exceptional dealer network with over 400 approved dealers throughout the US and Canada. Our dealers are trained and certified in the handling and installation of our flooring products. Part of the dealer commitment is to utilize contracts and cooperative purchasing agreements to maximize opportunities to promote Tarkett flooring solutions. Our dealers are authorized to service Sourcewell participating agencies can buy material only or fully delivered and installed goods. 67 Dealer network or other distribution Tarkett's approved dealer network as well as distribution network spans across the methods. US and Canada. Our approved dealers can provide participating entities material only sales or full turnkey services. Our extensive network of providers allows for the participating entity to use local businesses and foster community relationships. Additionally, about 40% of our dealer partners are certified small, woman, minority, veteran owned etc. that further supports the local communities and can provide a tier 2 diversity spend in support of goals the participating agency may have. Bid Number: RFP 061323 Vendor Name: Tarkett US/2566 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 68 Describe in the detail the ordering Material Only Orders Direct via Tarkett Direct: process, including the respective roles of Member can send a PO to their local Tarkett Account Executive or directly to our distributors, dealers, or others (including Customer Service Department at sub-contractors) in providing solutions to West CustomerCareWest@tarkett.com Participating Entities. This may include a Central CustomerCareCentral@tarkett.com step by step process identifying who is East CustomerCareEast@tarkett.com responsible for meeting the needs of the Participating Entity at each stage of delivery. Each PO will require: Sourcwell Alliance Number: 168119 Product Name/Color/Amount needed Billing and Ship too Addresses The Customer Service team will confirm receipt of order request, advise of shipment date as well as provide answer to questions should any arise. Source One turnkey orders: Members will contact their dedicated regional account coordinator and provide detailed project information including Sourcewell Alliance number 168119, products desired, and scope of work needed. Source One will complete a proposal for the member to approve and schedule services upon approval. The account coordinator will be in constant communication for project status updates and manage all aspects of the request from start to project completion. Orders via Tarkett Approved Dealer Partners: Members will contact their local dealer and request products and service utilizing the Tarkett Sourcewell Contract Alliance 168119. The dealer partner will ensure they understand the scope of work needed and manage all aspects of the request from start to project completion. Flooring Contractors (Dealers) will order the materials needed for each project ensuring Sourcewell contract information appears on all proposals and orders that are submitted. Each PO will require: Sourcwell Alliance Number: 168119 Product Name/Color/Amount needed Billing and Ship too Addresses 69 Please describe the relationship between Tarkett's relationship between our Dealer Partners and Distribution Network is a true Proposer any distributors, dealers, or partnership. Whether they have been our partner for 15+ years or 1 month the others (including sub-contractors). commitment and level of service is the same. Our Account Executives work hand and hand with our Dealer Partners to understand the needs of the local market and challenges end users may be facing because adverse flooring conditions. Together they drive solutions that provide optimal flooring solutions that look great and are healthy for the people occupying the space and the environment. In the same respect, our Regional Business Managers support our distribution partners and collaborate to understand the market needs and drive solutions, further supporting the end users providing a high level of customer satisfaction. Quarterly or yearly reviews are conducted to measure not only their performance and service of Tarkett products but also our level of service to them. Bid Number: RFP 061323 Vendor Name: Tarkett US/2567 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 70 Describe in detail the process and Order Entry — Target: 1 Business Day or Less procedure of your customer service Orders are to be entered within 1 business day from the time the Customer Service program, if applicable. Include your Representative receives the purchase order. This metric is measured through analysis response-time capabilities and of daily reports for orders entered. commitments, as well as any incentives Order Management — Target: Less than an Average of 1 Sales Order Line per Day that help your providers meet your stated Factored by the number of sales order lines that have missed a ship time due to a service goals or promises. block or missing information on an order. This metric is measured through analysis of daily and weekly reports on various items regarding order details. Phone Accessibility Completed Rate — Target: 95% or Higher The completed rate is factored by the ratio between the number of calls answered vs. number of calls offered. This metric is measured through analysis of weekly reports showing the completed rate for all calls that have come in. Service Level — Target: 80% or Higher The service level is factored by the ratio between the number of calls answered within 20 seconds vs. the number of calls offered. This metric is measured through analysis of weekly reports showing the completed rate for all calls that have come in. Communication We conduct monthly quality coaching reviews with each Customer Service Representative to go over their phone and email communication. The supervisor monitors phone calls and emails, and then use a scorecard to grade one of each for the monthly review. We measure professionalism, ability and willingness to help the customer, quality of the help provided, etc. The scorecards for these reviews help to identify any areas that a Customer Service Representative may need additional coaching and/or training. Customer Satisfaction Customer satisfaction is measured through surveys that are sent out to our customers. 71 Describe your ability and willingness to Tarkett has the ability to provide products and installation to all members throughout provide your products and services to the United States, with our extensive dealer partner network there is no area that can Sourcewell participating entities in the not be serviced United States. 72 Describe your ability and willingness to Tarkett is a global company and can serve any Sourcewell member located in provide your products and services to Canada. Pricing for products is included in US dollars and can be converted to CAD Sourcewell participating entities in Canada. as requested. 73 Does Proposer intend to serve nonprofit Yes, Tarkett will serve all eligible Sourcewell participating agencies if awarded a agencies if awarded a contract? contract. 74 Identify any geographic areas of the United Tarkett will service all geographic areas. The exception would be should any state States or Canada that you will NOT be have legislation that has passed that does not allow for the use of a cooperative fully serving through the proposed contract. services agreement to purchase non-consumable products (i.e., flooring and related services). Additionally, the contract labor pricing does not include Alaska, Hawaii, Canada, or US Territories. These areas would be negotiated labor if that is possible or we would provide material only sales. 75 Identify any Sourcewell participating entity Products and Services will be provided to all sectors except those segments or sectors (i.e., government, education, not-for- regions where a cooperative agreement is not allowed by law to be used to profit) that you will NOT be fully serving purchase non-consumable products (i.e., flooring and related services) through the proposed contract. Explain in detail. For example, does your company have only a regional presence, or do other cooperative purchasing contracts limit your ability to promote another contract? 76 Define any specific contract requirements Although we can offer turnkey services in Alaska, Hawaii, and US Territories, the or restrictions that would apply to our labor would not be on contract due to several factors, including: 1) unstable market participating entities in Hawaii and Alaska trends in these areas, 2) distance and/or remoteness can offer distinct challenges, and in US Territories. preventing us from offering a similar market rate as other 48 states (plus Washington DC). We do not offer turnkey services in Canada due to 1) challenges with managing projects across country lines, and 2) US to Canadian dollar conversion instability. Table 12: Marketing Plan Line Question Response* Item Bid Number: RFP 061323 Vendor Name: Tarkett US/2568 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 77 Describe your marketing strategy for Tarkett has expanded their marketing team over the past 2 years to 40% more head promoting this contract opportunity. count and hiring. We have moved most of our external creative to now be internal which Upload representative samples of your creates deeper customer understanding married with capabilities. This includes a new marketing materials (if applicable) in Vice President of Marketing, Creative Director, led by Jonathan Stanley who is now the the document upload section of your Director of SLED markets (Education & Government). His sole focus is embracing the response. customer needs and developing information that would best support customer experience and engagements. One unique event Tarkett hosts each year is a Healthy Building summit which supports our organizational compass but also includes our target audience to enhance their ability to lead this conversation. Our vision includes strategic sourcing as a part of these discussions allowing best value purchasing versus low price. Our 2023 summit will include a representative form strategic sourcing. To listen to some of the voice participants from our most recent Healthy Building Summit please visit our YouTube channel: https://www.youtube.com/watch?v=QDA5—M558NM a. Tarkett is launching an entirely new North American website to launch in June of 2023. We are investing in some key word search optimization driving people to the Tarkett Education landing page which will in turn drive them to the Sourcewell landing page. Our marketing automation metrics on visits and many other options will be available for us to best understand what messages resonate with key customers. b. We will collaborate with Sourcewell upon award to create a new 2 page digital and printable marketing piece. Marketing pieces like this have been very effective in the past and can live on the Sourcewell landing page. c. Salesforce Training with new award with an elite team of AEs that target Sourcewell members within the SLED market segment. This includes about 100 Account Executive who are now assigned to the national SLED network as well as connections into the Canadian market. d. Trade Shows including NSPMA, A4LE, APPA, ASBO, ACUHOi, and numerous state and local SLED shows. Tarkett has a dedicated team of creative and set up team for the national booth shows and always look for our Sourcewell partner to bring us the flag. We submit to present at all national trade shows and this year have been accepted to all of them so far. e. Trade Magazines are a PR pathway Tarkett has used for decades. We have a robust list of full page adds that support new product launches and editorials. Annually our SLED leadership gets interviewed by leading organizations such as Floor Focus, Learning by Design, and other interior trade writers. f. We will meet to review the Sourcewell landing page to insure it is updated. We would like to implement some videos and featured products and sustainability initiatives. g. Key event(s) initiatives should be a collaborative design where we target an event function together and co brand a customer event. 78 Describe your use of technology and From Jan-April 2023 across all platforms (Linkedln, Facebook, Instagram, Pinterest, and digital data (e.g., social media, YouTube) we have had over 8,000 different engagements across platforms with more than metadata usage) to enhance 125,000 followers. Our main Tarkett sites have a valuable following as well as each marketing effectiveness. Account Executives reach which has a dramatic and personalized relationship impact. We are using marketing automation to track our progress. Our likes per month vary with a minimum of 500 and a dramatically growing reach and engagement rate. Our likes are up 21% vs this time last year and up 15,000 followers from this time last year. Our follower audience includes participating agencies, dealer, architects, designers, as well as industry influencers within our industry like furniture manufacturers, engineers, and other industry partners. We will prepare a social post on the Sourcewell award that will be broadcasts nationally and also shared on local personal targeted accounts. This post will include information and a link on the value Sourcewell brings to their members. 79 In your view, what is Sourcewell's role Sourcewell has a goal of reaching the right individuals at participating agencies with their in promoting contracts arising out of clear value proposition. Facilities departments in addition to procurement officials are key this RFP? How will you integrate a to this strategy. Partnering to target audiences together at trade shows, targeted member Sourcewell-awarded contract into your events in MSAs, and marketing to growth MSAs is an important role Sourcewell can sales process? continue to expand. I would like to see a quarterly planning meeting between Sourcewell and Tarkett to discuss where we can expend and target together. I would also like more purchasing data from participating agencies, so we have a good understanding on what your customers are buying. One example would be price point per category on the overall flooring category. Tarkett will integrate Sourcewell-awarded contract into our sales organization by first launching an internal announcement, external social announcement, and ongoing internal training. These 3 initiatives will be valuable reminders of our existing habits. Our sales organization is elite at understanding, promoting, and offering Sourcewell by brand these participating agencies. Tarkett sales executives are heavily encouraged to attend all events such as the Sales Accelerator forum. These events and others like the Get to Know for our organization to stay engaged which is heavily encouraged participation from Tarkett leadership. Bid Number: RFP 061323 Vendor Name: Tarkett US/2569 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 80 Are your products or services Tarkett does have an online ordering portal that can be send up for an individual available through an e-procurement members. This would allow them with 24/7 access to: ordering process? If so, describe your Place Orders e-procurement system and how Check inventory in real time governmental and educational Check status of your sales order customers have used it. Review order details • Access to Order Confirmations & Invoices Table 13: Value-Added Attributes Line Question Response* Item 81 Describe any product, equipment, As a Tarkett partner, the Tarkett Technical Services Department is available for all of your maintenance, or operator training installation and maintenance needs. By working together, we can develop a long-lasting programs that you offer to relationship that results in successful installations. The only expense to you for this service Sourcewell participating entities. is your time. We know time is a valuable resource, so we are happy to schedule a visit at Include details, such as whether your convenience. training is standard or optional, • Installation Summits — Tarkett Installers working who provides training, and any with field installers at every experience level costs that apply. Sheet Vinyl and Linoleum Certification — Qualifying the best of the best • Maintenance Training (Call for details) Maintenance service section still being formulated • Tarkett is pleased offer a floorcare solution through a best in class service provider. We are including a fee schedule to allow participating agencies access this great opportunity. Floor Care is a field of science that works around custodial care and preserves long term appearance retention with a professional provider. This is a new add and we want to make it a game changer for those interested in maintaining their floors versus replace them every 5-7 years. Bid Number: RFP 061323 Vendor Name: Tarkett US/2570 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 82 Describe any technological Tarkett is a leader in advancing technologies in the products we offer. A few examples of advances that your proposed that are: products or services offer. Powerbond Cushion RSO hybrid resilient sheet flooring (hybrid between carpet and resilient sheet flooring) has heterogeneous construction of nylon and closed-cell cushion, the tuft blanket is fused to the closed cell cushion to create a carpet look but resilient performance. The IRS is for the adhesive that is applied at the mill so all adhesive off gassing occurs in manufacturing not inside the building. Powerbond looks like carpet, offers high performance wear and easy installation. This patented, time-tested product is an ideal solution for high moisture substrates, it can be installed with no moisture testing of the substrate. No standing water, you can install. Unheard of in the flooring industry. Due to all these unique attributes Tarkett Powerbondg Cushion IRS flooring is CERTIFIED asthma & allergy friendly@ —the world's first soft surface flooring to receive this designation. We have provided the press release and an overview of Powerbond Cushion IRS in the document upload section or you can visit the third party site directly at: https://www.al lerg ystand and s.co m/news events/tarkett-a nnou nces-that-powerbo nd-rs-flooring-is- certified-asthma-al lergy-friend ly/ Ethos@ Omnicoatg modular carpet tile backing. Tarkett was the first to harness Polyvinyl Butyral (PVB) Polymer found in postconsumer windshields and safety glass over 10 years ago, creating a time - tested alternative to traditional carpet backing polymers. It is nothing new for us to venture outside our market to find valuable alternative waste streams for feedstock. Glass recyclers create mountains of film found in disposed of windshields and safety glass during the glass recycling process. We use this film to make ethos@, reducing our dependence on raw materials and lowering our environmental footprint. Another excellent example of our innovations with respect to product quality performance is our patented Dynex SD nylon used in all our commercial carpet materials (Carpet Tile and Powerbond 6'): all Tarkett Dynex SD yarns are cationic which permanently repel stains. Standard nylon has positively charged nodes; therefore, nylon fiber can stain with negatively charged staining agents. The polarity of nylon can be reversed through sulfonation. The negatively charged cationic nylon (through sulfonation) repels negative-charged stains, creating a permanent stain resistant product resulting in stain resistant, easier to maintain and better-looking flooring for Sourcewell members. Unlike topical treatments on standard nylon that can be worn off by foot traffic and washed off by maintenance activities, the stain resistance of Dynex SD is permanent because the cationic properties are inherent to the structure of the fiber. We offer a separate lifetime stain warranty for that reason. In addition to having the permanent stain resistant properties, Dynex SD products are treated with, Eco-EnsurerM, a fluorine-free, anti-soil chemistry, for enhanced soil protection/removal, as well as durability to foot traffic. The proprietary Eco-Ensure process/treatment is applied through a heat- actuated cohesion process that results in mechanical polymer entrapment and complete coverage of all individual fiber surfaces of carpet products. Eco-Ensure is designed for durability to foot traffic and cleaning cycles and is Cradle to Cradle CertifiedTm Gold in the Material Health Category. Tarkett iQ Flooring. Lots of companies claim they have no-wax floors. However, read the fine print, and you will find they have no-initial-wax floors or no-wax-until-such-a-time-as-you- need-it floors. Only Tarkett Granit and Optima with iQ construction never need wax or finish. Forever. Period. That is because iQ is not a topcoat or a wear layer. It is a proprietary technology. Also, because you never wax or finish, iQ floors it is great for your bottom line. Not just because they cost less to maintain but because they cause less disruption to the people who use the space. Tarkett TechtonicTM is a protective polyurethane floor coating used on our LVT and is unlike any other, developed and tested by an international team whose goal was to provide our customers with superior surface protection. Our competitors boast about what they add to their surfaces' coatings. But those additives can increase the likelihood of ugly whitening when their product gets scratched. Because Techtonic does not include unnecessary composite materials, this matte finish offers a dramatically strong defense against scratches and scratch whitening, as well as abrasions, scuffs, and stains—defending both your floors, and your peace of mind. Millwork Wall base was developed based on a customer's challenge of the cost of keeping their wood trim repaired/painted. Our millwork collection installs at roughly half the cost of wood trim and because it never requires touch-up or repainting it continues to deliver return on investment throughout its life. It is manufactured with no dye lot restrictions and can be color matched to any pantone. Very handy in space design and maintenance of space. Source One@ turnkey installation management program for Tarkett USA Inc. The department was created in 1991 in response to a customer request to issue one purchase order and have single-source responsibility for ordering, delivery, and installation of material. Source One channels all the intricate details of flooring management and installation to professional certified installers nationwide, providing a complete turnkey solution and vertically integrated installation warranty. Bid Number: RFP 061323 Vendor Name: Tarkett US/2571 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 83 Describe any "green" initiatives We are often asked to simplify our sustainability story. The truth is that making a positive or Environmental, Social, and impact on our world and its citizens is not so simple. Reducing the use of fossil fuels and Governance (ESG) that relate to incorporating recycled materials into our products can pose challenges, but Tarkett is your company or to your products working hard to make these improvements—because we value your health, and that of our or services, and include a list of environment. In our ongoing efforts to promote sustainability, achieving carbon neutrality is the certifying agency for each. just one more step toward creating a better world. Cradle to Cradle Certified TM product standards guide our eco-design approach on the basis of five criteria: material health, product circularity, renewable energy and climate requirements, water stewardship, and social fairness. Tarkett North America provides the industry's broadest selection of carbon-neutral floor coverings, including carpet tile, Powerbond, LVT, rubber tile, homogeneous and heterogeneous vinyl sheet, and linoleum—all certified Carbonfreea by the Carbonfund foundation. We've completely removed phthalates from our entire product portfolio, and drastically reduced VOC emissions to contribute to better indoor air quality. We were the first flooring company to create a take-back recycling program, and we continually look for new ways to increase the content of recycled materials in our flooring solutions. We design our products for the lowest possible use of water, detergents and energy while cleaning, thus reducing their environmental footprint throughout their lifecycle. Additionally, Tarkett has been a member of the United Nations Global Compact since 2010. Our membership shows our commit to upholding all the principles on human rights, labor, environment, and anti-corruption that of which the United Nation's Global Compact stands on. 84 Describe how your products Claiming to use 'good materials' is one thing. Proving you do is another. At Tarkett, we contribute to or promote the demand to know every detail about the materials we use, so we can be totally honest with health, quality of life and well- you. It's why we're obsessed with the health and sustainability standards of Cradle to being of our members and others Cradle@ - a methodology that guides our good material choices. And even then, we're (e.g., Low VOC emissions, always on the hunt for something better. Complete transparency from us, peace of mind for minimal acoustical impact, you. Ninety-eight percent of our materials are independently assessed by third parties to allergen repellant materials, light ensure they measure up to our exceptionally high health and environmental standards (which reflectant). are often far higher than the recognized industry standards). Our transparency philosophy also led us to create highly detailed Environmental Product Declarations (EPD) and Material Health Statements (MHS) to share detailed information with our customers, collaborators and nOn-governmental organization (NGO) challengers about the environmental impact of our products, based on life cycle analysis. When we say we're committed to giving you healthier spaces to live and work, that's not just talk, we mean it. In fact, by following Cradle to Cradle@ principles, we have created products with healthy materials that keep VOC emissions low. In fact, our products exceed the strictest industry standards for air quality by so much, we've had to set our own standards. Standards that we can prove with science, not just words. It means you can breathe clearer air, knowing you made a conscious choice for your flooring. At Tarkett we've been pioneers of flooring solutions with low and ultra-low VOC emissions since 2011, offering products with VOC emission levels that are between 10 and 100 times lower than the most stringent world standards. In some cases, our VOC emissions are so low that they cannot even be quantified. We've also developed glue-free laying techniques for our click and loose-lay vinyl collections and modular carpet tile, further reducing the potential for VOCs in your indoor air. A Tarkett floor can help achieve higher standards of sustainability and reach green building certifications like LEED, WELL, ILFI and BREEAM You can see more in depth information in question 85 that defines our certifications that further prove how we promote the health, quality of life and well-being to Sourcewell members and others. 85 Identify any third-party issued eco- For over 140 years now, we commit every day to the design of great spaces. For Tarkett, labels, ratings, ESG scores or this means putting people and planet first, caring about the environment and the health of certifications that your company present and future generations incorporated by our Tarkett Human-Conscious Design@ has received for the equipment or approach. products included in your It is our holistic way of doing business, capable of marrying the specific expectations of Proposal related to energy each of our customers with the profound challenges of protecting our planet, reducing our efficiency or conservation (such carbon footprint and changing the game with circular economy. Working together with our as: FloorScore, Formaldehyde partners, we deliver safer and healthier spaces in which people can reach their full Emission Standards, FSC potential. By joining forces, we build a stronger foundation - one we can all stand firmly on, Certified, EPDs, HPDs, LEED, for generations to come. Together we are building the Way to Better Floors. WELL Building Standard), life- All third-party certifications and sustainability attributes can be found at Tarkett.Ecomedes.com cycle design (cradle-to-cradle), or other green/sustainability factors. Cradle to Cradle Cradle to Cradle Certified@ validates the ecodesign approach based on five criteria: material health, product circularity, clean air and climate protection, water and soil stewardship, and social fairness. Each criterion is given a score from Basic to Platinum. Tarkett's certified products include: ethos@ Modular with Omnicoat TechnologyTM - Cradle to Cradle Silver V3.1 LinoFloor xf TM - Cradle to Cradle Silver v3.1 Rubber Tile Collection — Cradle to Cradle Bronze v3.1 Baseworks Thermoset Rubber Wallbase — Cradle to Cradle Silver v3.1 In addition to the above, many of Tarkett's adhesives + additives have earned Cradle to Bid Number: RFP 061323 Vendor Name: Tarkett US/2572 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 Cradle Material Health Certificates including: 100 Clear Thin Spread Adhesive 901 Spraysmart Resilient Flooring Spray Adhesive, 905 Releasable Adhesive, 925 Resilient Flooring Adhesive, 926 Rubber Sheet & Vinyl Flooring Adhesive, 959 Vinyl Tile and Plank Adhesive,960 Wall Base Adhesive, 986 Terra Turf Adhesive, C-12E Pressure Sensitive Adhesive,C-56 Premium Floor Primer, C-EX Adhesive, Greenbond B-19 Broadloom Adhesive, Rollsmart Carbon Footprint + Science Based Targets Science Based Targets: Tarkett committed in 2021 to reducing its whole value chain emissions by 30% by 2030 compared to 2019, and submitted its short-term targets (Scope 1 & 2 and Scope 3) in February 2022 for review and approval by the Science-Based Target Initiative (SBTi). This represents a significant step change compared to Tarkett's previous objective, which was focused on its operational GHG emissions (Scope 1 & 2), as it now widens out to include its value chain emissions (Scope 3) related to the production of raw materials and to the endof- life treatment of its products. These so-called Scope 3 value chain emissions represent 90% of Tarkett's overall GHG emissions. Tarkett has published Product Specific EPDs for the below products: ethos@ Modular with Omnicoat TechnologyTM Powerbond Flex-Aire Baseworks Rubber Tile Collection HO Product Range Acczent Range Even Plane LinoFloor xf TM Transparency Material Health Statement: Tarkett developed, together with the EPEA, the Material Health Statement to help meet the building industry's need for more granular information, drive collaboration on sustainability and move ahead of regulation to go beyond compliance, providing clear, transparent information on the health and environmental profile of the materials in our products, including any potential risks. The MHS discloses ingredients down to 100 ppm ethos@ Modular with Omnicoat TechnologyTM Baseworks Rubber Tile Collection HO Product Range Acczent Range Even Plane LinoFloor xf TM Declare Label: ethos@ Modular with Omnicoat Technology TM LinoFloor xf TM Rubber Tile Collection Indoor Air Quality Since 2011, Tarkett has been a pioneer in developing flooring with low or ultra-low levels of Volatile Organic Compounds (VOC) emissions in nearly all of its product ranges. Tarkett offers products with total VOC emissions that are 10 to 100 times lower than the most stringent world standards. This effort had been recognized by several certifications:99% of Tarkett's products (globally) are tested and comply with the appropriate VOC test. The testing scopes used are: Floorscore Certification CRI Green Label Plus Greenguard Asthma + Allergy Certification: Tarkett North America offers and commercial flooring solutions that have been certified asthma & allergy friendly@ by AAFA (all FiberFloorg vinyl ranges as well as other products such as iD Inspiration@, Acczent, several laminated ranges, and a soft surface flooring with Powerbondg RS). For flooring to be certified asthma & allergy friendly@, AAFA's independent third-party testing must show that the floor is easily cleaned and has a low capacity for retaining allergens. The certification process involves testing not only the product itself, but also the installation method and recommended cleaning process as a complete system to ensure no harmful materials are introduced while installing or cleaning the floor. Asthma + Allergy Compliant Products Include: iD Latitude iQ collection Acczent collection Performa Powerbond IRS ReStart Bid Number: RFP 061323 Vendor Name: Tarkett US/2573 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 Tarkett is committed to building a circular economy, notably through the collection and recycling of used flooring and sports surfaces. ReStart@ is Tarkett's flagship program for flooring waste collection. From 2010 — 2022 Tarkett (globally) has collected 115,000 tons. 86 Please identify whether Proposer Tarkett is classified as a large business and does not qualify for any minority owned status. is a minority, women, veteran However, Tarkett does have a large network of dealer install partners who are certified owned business enterprise, a small, woman, minority, veteran owned etc that can provide a tier 2 diversity spend in small business entity, or a labor support of goals the participating agency may have. surplus area firm. If so, please provide all certification forms. Additionally, please describe how Proposer may partner with these entities in performance of this contract. 87 What unique attributes does your Please refer to Question 51 for that response as well: company, your products, or your Tarkett brings knowledge of the built environment that allows us to speak with authority services offer to Sourcewell around flooring material selection, flooring materials acquisition/ownership and maintenance. participating entities? What makes your proposed solutions unique in In question 82 you can see the technological advances that Tarkett has made, these your industry as it applies to advances provide not only solutions to adverse flooring challenges for cost savings but also Sourcewell participating entities? maximize return on investment through exceptional durability. Additionally, our solutions provide assurance that products members are sourcing are not only made sustainably made but are also recyclable at end of use/life. Powerbond - a hybrid resilient sheet flooring is a closed-cell cushion backing that is inseparable (cannot delaminate or separate) and offers an impermeable wall to wall moisture barrier. Six months after a school district's installation a flash flood generated a mud flow filling a number of classrooms with 6"-8" of mud. After the district shoveled the mud and cold water extracted the Powerbond flooring it returned to new condition. The impermeable nature of the product kept the mud on the top surface without penetrating to the sub-floor. Four years later, the only way you can tell the rooms were filled with mud is the brown mud stain above the rubber base on the walls. Additionally, Tarkett Powerbond IRS is now certified Asthma and Allery friendly, the world's first soft surface flooring to receive this designation. Tarkett's Solution SPECtrum provides coordinated colors, patterns and textures across product brands and platforms—for a seamless design throughout the building's floorplan. Designed to help members create unified experiences and more productive workspaces. The BrillianceSM Digital Color System from Tarkett is about so much more than color. It's about working more efficiently. Getting more done in the hours we have. Feel more confident in our material selections—all while working remotely. The system is designed to place everything you need at your fingertips—no matter where you happen to be working. Create palette boards, find sustainability information, and easily order samples—all in one virtual place. By getting the right color match every time, the tool reduces sample waste and shipping, helping us all design more responsibly and reduce our carbon footprint. We think that's pretty brilliant. Johnsonite rubber tile, stairwell management, wall base and accessories delivers a perfect ColorMatch@ without dye lots. This designer palette of 32 leading colors are scientifically precise and coordinated across multiple product categories with no dye lots... ever! Our rigorous manufacturing and quality standards enable you to confidently mix and match a color across all Johnsonite products - rubber and vinyl flooring products, wall base, stairwell management and finishing accessories. When you don't see the exact color you need, create it. Tarkett's custom coloring capabilities allow you to use the floor as your canvas. Johnsonite Stairwell Management with the industry's broadest offering of rubber and vinyl treads, nosings and accessories, Johnsonite's stairwell management system helps people move between floors safely and comfortably Custom Floor Design programs are used for more intricate and detailed designs. Designs are fabricated and shipped to the job site and inset by the flooring contractor. IMAGINATIONS/FLOOR ART may include but are not limited to logos, mascots, or images that are unique or repeated designs (animals, stars, flowers, etc.). Tarkett USA Inc.'s Imaginations program is a first in the flooring industry, and we are the only company to offer this unique service in those products. With our unique line of product platforms, you can use shape, color, and texture to design a floor that will help create an experience and communicate a brand message. Custom cutting can also be used in practical ways such as showing direction or dividing a space without using physical barriers. From start to finish, our designers and technicians will work to make your design vision a reality. Tarkett's YouTube channel (https://www.youtube.com/@TarkettContract) provides members with helpful videos on areas like customer testimonials, installation training, maintenance training and tips, product inspiration, and in-depth product information. IQ Optima (no wax sheet vinyl) is designed around the needs of education and healthcare facilities, iQ offers outstanding performance and the industry's lowest life cycle costs. In addition to extreme resistance to wear, stains, and abrasions in high-traffic areas; Tarkett's Bid Number: RFP 061323 Vendor Name: Tarkett US/2574 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 proprietary iQ technology eliminates the need for refinishing over the life of the floor; a simple dry buffing restores floors to their original appearance. Explore the collection's soft, tonal visuals inspired by the beauty and resilience of natural stone. Special options for anti- static and anti-slip are also available. TechtonicTm Tarkett TechtonicTM is a protective polyurethane floor coating unlike any other, developed and tested by an international team whose goal was to provide our customers with superior surface protection. Our competitors boast about what they add to their surfaces' coatings. But those additives can increase the likelihood of ugly whitening when their product gets scratched. Because Techtonic doesn't include unnecessary composite materials, this matte finish offers a dramatically strong defense against scratches and scratch whitening, as well as abrasions, scuffs and stains—defending both your floors, and your peace of mind. Tarkett's vision is to continue to grow relationships that foster strategic sourcing and Sourcewell. We believe this makes us uniquely qualified to continue to grow Sourcewell and strategic sourcing. These are 3 examples of our thought leadership and collaboration: 1) A recent endeavor was to create the Healthy Building Summit for Public Sector entities. "Bringing together stakeholders around planning, design, construction, student/work life, sustainability, and maintenance to discuss what they learned in COVID was just the tip of the iceberg. The real emphasis was how we use what we learned and move into a collaborative consistency of co-creation fostering new pathways to see an earlier future where all learning spaces are considered healthy spaces". The urgency to have the Education Healthy Building Summit was driven by the growing amount of data that was collected through smart building technology, mental health data, and federal funding. This data exposed the demand for healthy buildings for all students. Several of these demands drove the initial conversation. Although indoor air quality and infection control were major drivers, this was not the only issue facing educational facilities around the country. Other drivers included: Neurodiversity and the recognition of a diverse student population requiring unique social-emotional learning strategies. Cognitive Loads and a clearer understanding of how acoustics and indoor air quality impact not only learning and productivity, but also our relationships. Biophilic Design and Daylight can both positively impact our stress levels (measured as heart rate variability, or HRV) and circadian rhythm. This in turn can lead to stronger brain function, boost feelings of happiness, decrease anxiety, and lower blood pressure. Funding Maintenance and deferred maintenance annual deficit crisis but also the impact that poorly maintained buildings have on poor indoor air quality and other health implications. 2) Tarkett's track record of commitment to Thought Leadership in the marketplace is well known. High performance buildings and schools use best-in-class materials like Tarkett's that can affect worker and student performance with better acoustics, better thermal values in space, better Indoor Air Quality (IAQ) and lower maintenance costs. Tarkett's long standing relationship with the Collaborative for High Performance Schools (CHPS) and with Tarkett's board seat has introduced the high-performance rating program to Sourcewell. This has led to discussions and an opportunity to create High Performance product offerings to K12 schools that can use best in class procurement sourcing (Sourcewell) and CHPS K12 building rating system for high performance facilities. The opportunity is an example of the thought leadership position Tarkett has in the market and the belief that strategic sourcing is a key to our success. Our hope is Tarkett's introduction will lead to a new chapter of great partnerships using great sourcing (CHPS, Sourcewell and Tarkett). The award of this RFP will continue to grow these relationships and others like it. 3) Another example of the Tarkett Sourcewell partnership dates to 2017 when the California Association of Business officers (CASBO) signed a formal endorsement of NJPA. "The CASBO/NJPA partnership is a formal endorsement of the NJPA competitive solicitation and contract award process," Schwartz said. "It also provides an effective and fully supported pathway for CASBO members to access procurement solutions through NJPA's contract awarded vendors." Tarkett (Tandus Centiva at that time) introduced and drove this endorsement with CASBO. Tarkett's longstanding relationships at CASBO brought this idea forward and help execute this endorsement. Sourcewell is now the Department of General Services (DGS) CMAS (California Multiple Award Schedule) contract. Tarkett and Sourcewell has benefited due to this work. The NJPA press release is attached for reference. We hope to continue our long and strong partnerships into the future. Table 14A: Warranty Describe in detail your manufacturer warranty program, including conditions and requirements to qualify, claims procedure, and overall structure. You may upload representative samples of your warranty materials (if applicable) in the document Bid Number: RFP 061323 Vendor Name: Tarkett US/2575 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 upload section of your response in addition to responding to the questions below. Line Question Response* Item 88 Do your warranties cover all products, parts, and Yes, Tarkett products have varying commercial warranty time frames. labor? 'Powerbond and modular tile are covered by a non-prorated Lifetime Limited Warranty 'Broadloom and Woven styles offer a warranty of 10 to 20 years depending on backing selected. 'Luxury vinyl tile and planks — we offer a range of LVT lines that offer various warranties including a 25 year, a 20 year and a 10 year. 'Sheet Vinyl — depending on sheet vinyl line selected there are various warranties including 20 year, 15 year or 10 year warranty 'Linoleum — 10 year 'Vinyl Composition Tile — VCT carries a 10 year warranty 'Rubber Products- 5 years 'Wall base and accessories — 2 years 'Labor provided by Source One Turnkey — 3 years You can search the full warranty details at https://com mercial.tarkett.com/resource-center/specifications-warranties 89 Do your warranties impose usage restrictions or Yes, products must have been properly installed in accordance with Tarkett's other limitations that adversely affect coverage? published guideline and Tarkett adhesives must be used. Additionally, Limited or no coverage will be provided when: -Product has been improperly cleaned or damage caused by negligent or improper storage, handling or transportation. -Damage or deterioration caused by improper site conditions. -Incidental damage caused by other trades, resulting from inadequate protection during construction or renovation. You can search the full warranty details at https://com mercial.tarkett.com/resource-center/specifications-warranties 90 Do your warranties cover the expense of Yes, products must have been properly installed in accordance with Tarkett's technicians' travel time and mileage to perform published guideline and Tarkett adhesives must be used. warranty repairs? Additionally, Limited or no coverage will be provided when: -Product has been improperly cleaned or damage caused by negligent or improper storage, handling or transportation. -Damage or deterioration caused by improper site conditions. -Incidental damage caused by other trades, resulting from inadequate protection during construction or renovation. You can search the full warranty details at https://com mercial.tarkett.com/resource-center/specifications-warranties 91 Are there any geographic regions of the United Tarkett should not encounter any situation where a provider is not available. States or Canada (as applicable) for which you cannot provide a certified technician to perform warranty repairs? How will Sourcewell participating entities in these regions be provided service for warranty repair? 92 Will you cover warranty service for items made by Any products that Tarkett provides and does not manufacture will have the other manufacturers that are part of your proposal, warranty provided by that manufacturer. or are these warranties issues typically passed on to the original equipment manufacturer? Bid Number: RFP 061323 Vendor Name: Tarkett US/2576 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 93 What are your proposed exchange and return Soft Surface Products: programs and policies? •Customer may cancel any portion of a purchase order for standard running line products, or the whole thereof, that have not been shipped subject to a restocking fee. •Material that has already been shipped may be returned only with prior written approval of an authorized Tarkett representative and may be subject to restocking fees and any return freight incurred. LVT Products: •Contour, Even Plane, Adaptt and Victory Series products are custom made and may not be canceled or returned. •Customer may cancel any portion of a purchase order for the Event Series products, or the whole thereof, that have not already been shipped, subject to a 30% restocking fee. •Products that have already been shipped may be returned only with prior written approval of an authorized Tarkett representative, and will be subject to a 30% restocking fees and any return freight incurred. Resilient Products: •Customer may cancel any portion of a purchase order for standard running line products, or the whole thereof, that have not been shipped subject to a restocking fee. •Material that has already been shipped may be returned only with prior written approval of an authorized Tarkett representative and may be subject to a minimum 25% restocking fees and any return freight incurred. NOTE: The Parties herein agree that there shall be no cancellation or return for any Custom product orders. 94 Describe any service contract options for the Tarkett is available to provide manufacturer lead maintenance and installation items included in your proposal. training to Sourcewell members at no cost to them. Additionally, Tarkett Source One Turnkey Services is able to provide some maintenance services (which are indicated on our labor price sheet). Should a member be in need of a more routine or comprehensive maintenance program, Tarkett is partnering with a third-party provider Solid Care. We have included the Solid Care fee schedule for participating agency to purchase these services directly from them. Bid Number: RFP 061323 Vendor Name: Tarkett US/2577 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 Table 148: Performance Standards or Guarantees Describe in detail your performance standards or guarantees, including conditions and requirements to qualify, claims procedure, and overall structure. You may upload representative samples of your performance materials (if applicable) in the document upload section of your response in addition to responding to the questions below. Line Question Response * Item 95 Describe any performance standards or All the Installation Partners working on Tarkett turnkey Source One projects are guarantees that apply to your services closely vetted, and we ensure they meet or exceed ASTM industry standards. We provide Powerbond training and certification to each of them, as well as having our certified Field Installation Managers onsite for any high-profile or challenging projects. And as the customer is contracting directly with Tarkett for materials and labor on turnkey projects, all work performed by Source One sub-contracted Installation Partners is guaranteed by Tarkett's 3-year labor warranty. A dedicated Source One Coordinator is constantly in contact with the installation team to ensure the project is managed in a timely fashion and addressing any issues that may come up throughout the process. For projects directly contracted with an approved dealer partner or floor care partner, that company warrants the installation or service provided. Tarkett prides itself in best- in-class relationships, these service providers are known for their professionalism. We would work with the end user to facilitate a solution with our partners. All our products have warranties that we will hold and administer. 96 Describe any service standards or The Account Coordinators for Tarkett Source One Department receive extensive guarantees that apply to your services training for several months before handling all aspects of projects on their own. (policies, metrics, KPIs, etc.) Each job follows a structured procedure to ensure all aspects of are covered and everything is processed according to our company policies, allowing us to meet the high standards we expect for excellent customer experience. At the close of every project, an NPS (Net Promoter Score) Survey is submitted to the customer contact we worked with AND to the installation team involved. NPS is a metric used to measure customer experience programs, such as ours, and helps to gauge overall satisfaction and loyalty to our business. The responses we receive allow us to address any concerns by creating KPI's and initiating projects for any issues that have been brought to our attention. In this way, we can find new and better ways to not only help the customer we've been in contact with; but ALL of our customers. We are extremely pleased with the results we've had for Source One in 2023 (Jan- May), with a response rate of 22% (national average is 12.4%) and an NPS score of 96 (national average ranges from 25 to 40). Exceptions to Terms, Conditions, or Specifications Form Oidly flha7,se PIY'a:7pa7"aer Exc:"?ptlolr s to Teiri II"1s, (,a:"anSiffiIa:71ns,or SpeC,fficat11o1C s flha t have been aC,f,4''pted L)y Souircewe II have been II raI co Yr po i at e d II into flh e contract text, Documents Ensure your submission document(s) conforms to the following: 1. Documents in PDF format are preferred. Documents in Word, Excel, or compatible formats may also be provided. 2. Documents should NOT have a security password, as Sourcewell may not be able to open the file. It is your sole responsibility to ensure that the uploaded document(s)are not either defective, corrupted or blank and that the documents can be opened and viewed by Sourcewell. 3. Sourcewell may reject any response where any document(s) cannot be opened and viewed by Sourcewell. 4. If you need to upload more than one (1)document for a single item, you should combine the documents into one zipped file. If the zipped file contains more than one (1)document, ensure each document is named, in relation to the submission format item responding to. For example, if responding to the Marketing Plan category save the document as"Marketing Plan." Bid Number: RFP 061323 Vendor Name: Tarkett US/2578 000uSign Envelope ID: ooEc41oo-6FAc-4001eon00000eo1000ca * Iricila Tarkott SoumowoU Catalog forRFPO01323.pdf Tuesday June 13, 2023 12:18:50 * Table 7_52. Tarkett Financial eXaVemonLpdf Friday June O0. 2O231O:30:54 * MMarketiMarkedngSamp|oszip Monday June 12. 2O2312:34:10 * YVMBE/MBE/SBEorRelated Certificates (optional) * Table 14aYVarnan1yzip Friday June 00. 2023 15:10:45 * Standarddooumontszip Friday June O0. 2O2315:45:50 * Table 15_07 Terms md|inosdoox Friday June O0. 2O231O:41:13 * Additional Dooumontszip Monday June 12, 2023 08:02:30 Bid Number:� RFPU61323 Vendor Name:� TarkettUS/ 2579 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 Addenda, Terms and Conditions PROPOSER AFFIDAVIT AND ASSURANCE OF COMPLIANCE I certify that I am the authorized representative of the Proposer submitting the foregoing Proposal with the legal authority to bind the Proposer to this Affidavit and Assurance of Compliance: 1. The Proposer is submitting this Proposal under its full and complete legal name, and the Proposer legally exists in good standing in the jurisdiction of its residence. 2. The Proposer warrants that the information provided in this Proposal is true, correct, and reliable for purposes of evaluation for contract award. 3. The Proposer, including any person assisting with the creation of this Proposal, has arrived at this Proposal independently and the Proposal has been created without colluding with any other person, company, or parties that have or will submit a proposal under this solicitation; and the Proposal has in all respects been created fairly without any fraud or dishonesty. The Proposer has not directly or indirectly entered into any agreement or arrangement with any person or business in an effort to influence any part of this solicitation or operations of a resulting contract; and the Proposer has not taken any action in restraint of free trade or competitiveness in connection with this solicitation. Additionally, if Proposer has worked with a consultant on the Proposal, the consultant(an individual or a company) has not assisted any other entity that has submitted or will submit a proposal for this solicitation. 4. To the best of its knowledge and belief, and except as otherwise disclosed in the Proposal, there are no relevant facts or circumstances which could give rise to an organizational conflict of interest. An organizational conflict of interest exists when a vendor has an unfair competitive advantage or the vendor's objectivity in performing the contract is, or might be, impaired. 5. The contents of the Proposal have not been communicated by the Proposer or its employees or agents to any person not an employee or legally authorized agent of the Proposer and will not be communicated to any such persons prior to Due Date of this solicitation. 6. If awarded a contract, the Proposer will provide to Sourcewell Participating Entities the equipment, products, and services in accordance with the terms, conditions, and scope of a resulting contract. 7. The Proposer possesses, or will possess before delivering any equipment, products, or services, all applicable licenses or certifications necessary to deliver such equipment, products, or services under any resulting contract. 8. The Proposer agrees to deliver equipment, products, and services through valid contracts, purchase orders, or means that are acceptable to Sourcewell Members. Unless otherwise agreed to, the Proposer must provide only new and first-quality products and related services to Sourcewell Members under an awarded Contract. 9. The Proposer will comply with all applicable provisions of federal, state, and local laws, regulations, rules, and orders. 10. The Proposer understands that Sourcewell will reject RFP proposals that are marked "confidential" (or"nonpublic," etc.), either substantially or in their entirety. Under Minnesota Statutes Section 13.591, subdivision 4, all proposals are considered nonpublic data until the evaluation is complete and a Contract is awarded. At that point, proposals become public data. Minnesota Statutes Section 13.37 permits only certain narrowly defined data to be considered a"trade secret," and thus nonpublic data under Minnesota's Data Practices Act. 11. Proposer its employees, agents, and subcontractors are not: 1. Included on the"Specially Designated Nationals and Blocked Persons" list maintained by the Office of Foreign Assets Control of the United States Department of the Treasury found at: https://www.treasury.gov/ofac/downloads/sdnlist. df; 2. Included on the government-wide exclusions lists in the United States System for Award Management found at: https://sam.gov/SAM/; or 3. Presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from programs operated Bid Number: RFP 061323 Vendor Name: Tarkett US/2580 DocuSign Envelope ID: BDEC4126-6FAC-46D1-9053-DBOB9B12BOC8 by the State of Minnesota; the United States federal government or the Canadian government, as applicable; or any Participating Entity. Vendor certifies and warrants that neither it nor its principals have been convicted of a criminal offense related to the subject matter of this solicitation. By checking this box I acknowledge that I am bound by the terms of the Proposer's Affidavit, have the legal authority to submit this Proposal on behalf of the Proposer, and that this electronic acknowledgment has the same legal effect, validity, and enforceability as if I had hand signed the Proposal. This signature will not be denied such legal effect, validity, or enforceability solely because an electronic signature or electronic record was used in its formation. - John Sumlin , VP, Education Strategic Accounts, Tarkett USA Inc. The Proposer declares that there is an actual or potential Conflict of Interest relating to the preparation of its submission, and/or the Proposer foresees an actual or potential Conflict of Interest in performing the contractual obligations contemplated in the bid. r- Yes r.- No The Bidder acknowledges and agrees that the addendum/addenda below form part of the Bid Document. Check the box in the column"I have reviewed this addendum" below to acknowledge each of the addenda. II have urevliiewed tllh e File Name lbelllow addeindtAiin aurnd pages aftaalll°uineints(!!if a IIF IIF III lii a a Id III e) Addendum_7_RFP_061323_Flooring Dv 1 Fri June 2 2023 03:02 PM Addend um_6_RFP 061323_Flooring 1 Tue May 30 2023 03:03 PM Addend um_5_RFP 061323_Flooring 1 Tue May 23 2023 03:08 PM Addend um_4_RFP 061323_Flooring Dw 2 Thu May 18 2023 01:36 PM Addendum_3_RFP_061323_Flooring 1 Wed May 17 2023 04:25 PM Addend um_2_RFP 061323_Flooring v 1 Tue May 16 2023 03:20 PM Addend um_1_RFP_061323_Flooring 1 Tue May 9 2023 09:07 AM Bid Number: RFP 061323 Vendor Name: Tarkett US/2581 DocuSign Envelope ID:870F5044-274F-4979-8044-B464723BBEE2 SOURCEWELL STATE OF MINNESOTA S0I.xcPw'e11 Member Thi el moved the adoption of the following Resolution: RESOLUTION TO APPROVE SOLICITATION AND/OR RE-SOLICITATION OF CATEGORIES 3/21/2023 Resolution No.2023.07 WHEREAS, Sourcewell desires to issue a solicitation, and is seeking permission from the Board to issue a solicitation, for the categories listed on Appendix A, which is attached and incorporated. WHEREAS,through the Sourcewell Procurement Policy, the Board designated the Chief Procurement Officer to administer Sourcewell's cooperative purchasing and contracting program; and WHEREAS,the Chief Procurement Officer recommends approval of categories detailed above. NOW THEREFORE BE IT RESOLVED that the Board of Directors hereby approves the solicitation of categories. The motion for the adoption of the foregoing resolution was duly seconded by Member Nagel and the following voted in favor: (list names here) zylka, Nagel , Thiel , Barrows , Arts , Kicker and the following voted against: (list names here or"NONE") NONE whereupon said resolution was declared duly passed and adopted. ATTEST: DocuSigned by: OEF5785E1EAD4CF... Clerk to the Board of Directors 2582 DocuSign Envelope ID:870F5044-274F-4979-8044-B464723BBEE2 APPENDIX A SOURCEWELL PROCUREMENT DEPARTMENT BOARD ITEMS-March 2023 Requesting Board permission to Solicit the following categories: 0 None z m z D zM Requesting Board permission to Re-Solicit the following categories: D Flooring Materials with Related Supplies and Services M m 9 NEW CONTRACTS Supplier Name Contract Number Solicitation Title BOXX Modular,Inc. 120822-BXX "Relocotoble Building and Storage Solutions with Related Services" 0 McGrath RentCorp dba Mobile Modular Management 120822-MMR "Relocotoble Building and Storage Solutions with Related Services" z N Triumph Modular,Inc. 120822-TRM "Relocotoble Building and Storage Solutions with Related Services" m I Avaya,Inc. 120122-AVY "Unified Communication and Contoct Center Solutions" Gioia P.Ambrette dba Newcastle Communications 120122-NEW "Unified Communication and Contoct Center Solutions" M Mitel Business Solutions,Inc. 120122-MBS "Unified Communication and Contoct Center Solutions" z D Presidio Networked Solutions 120122-PSO "Unified Communication and Contoct Center Solutions" RingCentral,Inc. 120122-RNG "Unified Communication and Contoct Center Solutions" m 9 CONTRACT EXTENSIONS Supplier Name Contract Number Solicitation Title Krueger International,Inc. 121919-KII "Furniture Solutions with Related Accessories and Services" "Athletic and Physical Education Equipment and Supplies with Flaghouse,Inc. 071819-FLG RelotedAccessories" "Athletic and Physical Education Equipment and Supplies with Litania Sports/Porter Athletic/Gill Athletics 071819-PTA RelotedAccessories" "Athletic and Physical Education Equipment and Supplies with Prophet Corp./Gopher Sport 071819-PRO Related Accessories" "Athletic and Physical Education Equipment and Supplies with School Health Physical Education 071819-PAL RelotedAccessories" "Pre-Engineered Buildings with Related Materials,Site Preportion, Nucor Buildings Group 013019-NUC Installation ondAncilloryServices" "Portable Construction Equipment with Related Accessories and Clark Equipment/Bobcat/Doosan 041719-CEC Attachments" NEW IDIQ CONTRACTS None IDIQ Contract Extensions Company Name Contract Number None 2583 DocuSign Envelope ID:637A0871-A414-46B3-AF92-633293B80E65 dp SOURCEWELL STATE OF MINNESOTA " �:'���iurc e))iU;', �r Member Ki rche r moved the adoption of the following Resolution: RESOLUTION TO RATIFY COOPERATIVE CONTRACTING AWARDS 8/15/2023 Resolution No.202321 WHEREAS,the Sourcewell Board of Directors previously authorized the solicitations for the cooperative categories listed on Appendix A,which is attached and incorporated; and WHEREAS,Sourcewell issued the cooperative contracting solicitations for the authorized categories; and WHEREAS,through the Sourcewell Procurement Policy, the Board designated the Chief Procurement Officer to administer Sourcewell's cooperative purchasing and contracting program and to award all competitively solicited contracts,without limitation; and WHEREAS,the Chief Procurement Officer made the awards listed based on the results of the competitive solicitation process; and WHEREAS,the Board acknowledges that the awards made by the Chief Procurement Officer are valid and binding; however, based upon some members' legal requirements the Chief Procurement Official is required to seek subsequent Board ratification of all cooperative purchasing awards. NOW THEREFORE BE IT RESOLVED by the Board of Directors ratifies the cooperative contracting awards made by the Chief Procurement Officer listed on Appendix A. The motion for the adoption of the foregoing resolution was duly seconded by Member Barrows and the following voted in favor: (list names here) zylka, Nagel , Thiel , Barrows , Arts , Kircher, Kicker and the following voted against: (list names here or"NONE") NONE whereupon said resolution was declared duly passed and adopted. ATTEST: DocuSigned by: �w 91 EFs785 Clerk to the Board of Directors 2584 DocuSign Envelope ID:637A0871-A414-46B3-AF92-633293B80E65 APPENDIX A SOURCEWELL PROCUREMENT DEPARTMENT BOARD ITEMS-August 2023 Requesting Board permission to Solicit the following categories: O Employee Benefit Administrative Products and Services Z m Z D m Z Requesting Board permission to Re-Solicit the following categories: DSchool Buses with Related Accessories,Supplies,Parts,and Services =i Refuse Collection Vehicles with Related Equipment,Accessories,and Services 3 Industrial and Workplace Storage Systems with Related Accessories �^ Indefinite Delivery Indefinite Quantity Construction-California NEW CONTRACTS Supplier Name Contract Number Solicitation Title "Fleet Electrification Transition Planning,Management,and Related Guidehouse,Inc. 051123-GUI Services" "Fleet Electrification Transition Planning,Management,and Related Hatch Associates Consultants,Inc. 051123-HAT Services" "Fleet Electrification Transition Planning,Management,and Related O Highland Electric Fleets,Inc. 051123-HEF Services" Z "Fleet Electrification Transition Planning,Management,and Related Z ICF Resources,LLC 051123-ICF Services" D "Fleet Electrification Transition Planning,Management,and Related m InCharge Energy,Inc. 051123-INC Services" m Z "Fleet Electrification Transition Planning,Management,and Related v D IN Associates,LLC 051123-INA Services" m "Fleet Electrification Transition Planning,Management,and Related H PA Consulting Group,Inc. 051123-PAC Services" "Fleet Electrification Transition Planning,Management,and Related Positive Energy,Inc. 051123-PST Services" "Fleet Electrification Transition Planning,Management,and Related Sia Partners,Inc. 051123-SIA Services" AXIS Insurance Company 051623-AXC "Group Employee Benefits and Related Services" Colonial Life&Accident Insurance 051623-CLA "Group Employee Benefits and Related Services" Lincoln National Group 051623-LNG "Group Employee Benefits and Related Services" MetLife,Inc. 051623-MET "Group Employee Benefits and Related Services" Reliance Matrix 051623-RLC "Group Employee Benefits and Related Services" Adroit Advanced Technologies 062723-ADT Alternative Student and Client Transportation Services" Assist Services 062723-ARS Alternative Student and Client Transportation Services" First Student 062723-FIR Alternative Student and Client Transportation Services" HopSkipDrive 062723-HSD Alternative Student and Client Transportation Services" Bentley Mills 061323-BPS "Flooring Materials with Related Supplies and Services" Division 9 061323-DV9 "Flooring Materials with Related Supplies and Services" Forbo Flooring Systems 061323-FRO "Flooring Materials with Related Supplies and Services" Interface Americas 061323-IFA "Flooring Materials with Related Supplies and Services" Mannington Mills 061323-MMI "Flooring Materials with Related Supplies and Services" Mats,Inc. 061323-MAT "Flooring Materials with Related Supplies and Services" Milliken Services 061323-MAC "Flooring Materials with Related Supplies and Services" Mohawk Carpet Distribution 061323-MCD "Flooring Materials with Related Supplies and Services" Roppe Corporation 061323-RPP 1"Flooring Materials with Related Supplies and Services" Shaw Integrated and Turf Solutions 061323-Sll I"Flooring Materials with Related Supplies and Services" Tarkett USA 061323-TFU I"Flooring Materials with Related Supplies and Services" CONTRACT EXTENSIONS Supplier Name Contract Number Solicitation Title Genuine Parts Company-NAPA Integrated "Fleet and Facility Related Vendor Managed Inventory and Logistics Business Solutions 110520-GPC Management Solutions" Unifirst Corporation 040920-UFC "Uniforms with Related Products and Services" CNH Imdustrial America 110719-CNH Ag Tractors with Related Attachments,Accessories and Supplies" NEW IDIQ CONTRACTS Company Name Contract Number Region-Type of Work None IDIQ Contract Extensions Company Name lContract Number 2585 DocuSign Envelope ID:637AO871-A414-46B3-AF92-633293B8OE65 APPENDIX A Continued Johnson-Laux Construction,LLC MD-RI-GC04-052621-JLC Centennial Contractors Enterprises,Inc. MD-RI-GC03-052621-CCE Step 1 Enterprises,LLC MD-RI-GC01-052621-SIE Vigil Contracting,Inc. MD-R4-GCOI-052621-VGL Adrian L.Merton,Inc. MD-R5-HVACO2-052621-ALM Centennial Contractors Enterprises,Inc. MD-R3-GCO2-052621-CCE Centennial Contractors Enterprises,Inc. MD-R4-GCO2-052621-CCE Bethel Electric Construction Company of Maryland, LLC MD-R3-EOI-052621-BEC Vigil Contracting,Inc. MD-R2-HVAC01-052621-VGL Vigil Contracting,Inc. MD-R4-EO2-052621-VGL S-Works Construction Corporation MD-R2-GC03-052621-SWC Paige Industrial Services,Inc. MD-R3-GC03-052621-PAI Paige Industrial Services,Inc. MD-R3-EO2-052621-PAI Paige Industrial Services,Inc. MD-R3-RW02-052621-PAI Vigil Contracting,Inc. MD-R5-GCO2-052621-VGL Adrian L.Merton,Inc. MD-R4-HVACO2-052621-ALM Vigil Contracting,Inc. MD-R4-HVAC01-052621-VGL Vigil Contracting,Inc. MD-R5-HVAC01-052621-VGL Vigil Contracting,Inc. MD-R2-EO2-052621-VGL The Matthews Group MD-R2-GC04-052621-TMG Paige Industrial Services,Inc. MD-R5-GC03-052621-PAI Skyline Roofing,Inc. MD-112-RW01-052621-SKY Skyline Roofing,Inc. MD-R3-RW01-052621-SKY Vigil Contracting,Inc. MD-R2-GC01-052621-VGL Paige Industrial Services,Inc. MD-R6-HVACO2-052621-PAI Paige Industrial Services,Inc. MD-R5-RW02-052621-PAI Paige Industrial Services,Inc. MD-R6-RW02-052621-PAI Bethel Electric Construction Company of Maryland, LLC MD-RI-EO1-052621-BEC Paige Industrial Services,Inc. MD-R3-PAC01-052621-PAI Paige Industrial Services,Inc. MD-R5-PACO2-052621-PAI Bethel Electric Construction Company of Maryland, LLC MD-R4-E01-052621-BEC Bethel Electric Construction Company of Maryland, LLC MD-R5-EOI-052621-BEC Adrian L.Merton,Inc. MD-R2-HVACO2-052621-ALM Vigil Contracting,Inc. MD-R6-GCOI-052621-VGL Vigil Contracting,Inc. MD-R6-HVACOI-052621-VGL Vigil Contracting,Inc. MD-R5-EO2-052621-VGL Centennial Contractors Enterprises,Inc. MD-R6-GC04-052621-CCE Vigil Contracting,Inc. MD-R3-GC04-052621-VGL Vigil Contracting,Inc. MD-R3-HVACOI-052621-VGL Nichols Contracting,Inc. MD-R3-GC01-052621-NIC Bethel Electric Construction Company of Maryland, LLC MD-R6-E01-052621-BEC Skyline Roofing,Inc. MD-RI-RW01-052621-SKY Skyline Roofing,Inc. MD-R5-RW01-052621-SKY Vigil Contracting,Inc. MD-R6-EO2-052621-VGL Nichols Contracting,Inc. MD-R5-GC01-052621-NIC F.H.Paschen,S.N.Nielsen&Associates,LLC MD-RI-GCO2-052621-FHP S-Works Construction Corporation MD-R4-GC04-052621-SWC Paige Industrial Services,Inc. MD-R6-GC03-052621-PAI Centennial Contractors Enterprises,Inc. MD-R5-GC04-052621-CCE Bethel Electric Construction Company of Maryland, LLC MD-R2-E01-052621-BEC Adrian L.Merton,Inc. MD-R3-HVACO2-052621-ALM Paige Industrial Services,Inc. MD-R6-PACO2-052621-PAI Place Services,Inc. KY-E-GC01-062420-PLS The Lusk Group KY-E-RW01-062420-LMC Calhoun Construction Services KY-NC-GCO2-062420-CAC The Lusk Group KY-W-E02-062420-LMC Tecta America Corp. KY-W-RW02-062420-TEA Place Services,Inc. KY-NC-GC03-062420-PLS Place Services,Inc. KY-NC-E01-062420-PLS The Lusk Group KY-NC-RW01-062420-LMC 2586 DocuSign Envelope ID:637AO871-A414-46B3-AF92-633293B8OE65 APPENDIX A Continued The Lusk Group KY-NC-E02-062420-LMC The Lusk Group KY-W-RW01-062420-LMC Tecta America Corp. KY-NC-RW02-062420-TEA Tecta America Corp. KY-E-RW02-062420-TEA Triton Services,Inc. KY-NC-HVAC01-062420-TRS The Lusk Group KY-W-GC03-062420-LMC The Lusk Group KY-E-HVAC01-062420-LMC The Lusk Group KY-E-E02-062420-LMC The Lusk Group KY-NC-GC05-062420-LMC The Lusk Group KY-E-GC03-062420-LMC Place Services,Inc. KY-W-E01-062420-PLS Place Services,Inc. KY-W-GC01-062420-PLS Place Services,Inc. KY-E-EO1-062420-PLS Triton Services,Inc. KY-NC-GCOl-062420-TRS The Lusk Group KY-W-HVAC01-062420-LMC F.H.Paschen,S.N.Nielsen&Associates,LLC KY-NC-GC04-062420-FHP F.H.Paschen,S.N.Nielsen&Associates,LLC KY-W-GCO2-062420-FHP F.H.Paschen,S.N.Nielsen&Associates,LLC KY-E-GCO2-062420-FHP The Lusk Group KY-NC-HVACO2-062420-LMC 2587 The This document printed New York State Tuesday, 04/25/2023 m ,M Contract Reporter NYS'official source of contracting opportunities Bringing business and government together ContractingOpportunity Title: Flooring Materials with Related Supplies and Services Agency: Sourcewell Division: Procurement Department Contract Number: 061323 CR Number: 2097504 Contract Term: 4 years Date of Issue: 04/25/2023 Due Date/Time: 06/13/2023 4:30 PM Central Time County(ies): All NYS counties Classification: Construction Vertical: Building Construction; Rehabilitation & New Construction - Commodities Opportunity Type: General Entered By: Tara Wolff Description: Sourcewell, a State of Minnesota local government unit and service cooperative, is requesting proposals for Flooring Materials with Related Supplies and Services to result in a contracting solution for use by its Participating Entities. Sourcewell Participating Entities include thousands of governmental, higher education, K-12 education, nonprofit, tribal government, and other public agencies located in the United States and Canada. A full copy of the Request for Proposals can be found on the Sourcewell Procurement Portal [https://proportal .soc - . v]. Only proposals submitted through the Sourcewell Procurement Portal will be considered. Proposals are due no later than June 13, 2023, at 4:30 p.m. Central Time, and late proposals will not be considered. Service-Disabled Veteran-Owned Set Aside: No Business entities awarded an identical or substantially similar procurement contract within the past five years: Bentley Mills, Inc. Interface Americas, Inc. I<arndean International, LLC 1 of 5 2588 Mannington Mills, Inc. Mohawk Carpet Distribution, Inc. Shaw Industries, Inc. Tarkett USA, Inc. 2 of 5 2589 Contact Information Primary contact: Sourcewell Procurement Department Tara Wolff Procurement Manager 20212th Street NE P.O. Box 219 Staples, MN 56479 United States Ph: 218-541-5362 rfppsourcewell-mn.gov Submit to contact: Sourcewell Procurement Department Tara Wolff Procurement Manager 20212th Street NE P.O. Box 219 Staples, MN 56479 United States Ph: 218-541-5362 rfppsourcewell-mn.gov 3 of 5 2590 Bid Results Bid Results have not been entered 4 of 5 2591 Awards Awards have not been entered © 2023, Empire State Development http://www.esd.ny.gov/ 5 of 5 2592 Daily Journal of Commerce 11 NE Martin Luther King Jr Blvd. 11"C Portland, OR, 97232 Phone: 503-226-1311 Fax: 503-222-5358 Affidavit of Publication To: Sourcewell - Carol Jackson Po Box 219 Staples, MN, 564790219 Re: Legal Notice 2497782 State of OR } } SS: County of Multnomah } I, Nick Bjork, being duly sworn, depose and say that I am the Publisher of the Daily Journal of Commerce, a newspaper of general circulation in the counties of CLACKAMAS, MULTNOMAH, and WASHINGTON as defined by ORS 193.101 and 193.020, published in Portland in the aforesaid County and State;that I know from my personal knowledge that the notice described as: SOURCEWELL a printed copy of which is hereto annexed,was published in the entire issue of said newspaper 1 time(s) in the following issues: 04/26/2023. SEE EXHIBIT A State of Oregon County of Multnomah SIGNED OR ATTESTED BEFORE ME ON 2nd day of May 2023 By Nick Bjork By: State of Oregon Notary Public, State of OR No. 1031542 My commission expires on December 5, 2026 OFFICIAL ' o HELLE AN NE I~OPP NOTARY P0BU -OREGON 2593 Page 1 of 2 EXHIBIT SOURCEWELL IFILOORIING MATERIALS WITH RELATED SUPPLIES AND SERVICES Proposal a 4vie 4,30 pm, June 13,2023 REOUIEST FOR PROPOSALS Sourcowell, a Stato of Mimasota local government unit and service coopers- live, is requesOng proposails 'lor' Floor` glg Malpr'Ols lovith arld, Sefvlces to resull iron a contTacliIng soluf- ti0l') for use by its, Participating lEntities. Sourcewelf Participating Entities nncliucle thoiasands, of r,,pvnmrneirital, hi�giher od- kkcah,on, K-12' educallion, irilorwlrrofil, triliml governmervt, and othef IltruiNic agencies located in t�hie United States and Canada, A full copvy of the Requost for Proposals C�1111 W 10011d OR thO SA)LAIrGOW01 IPI'OCI,JI'O,, arwil Portal wo:mIligovil. Only proposals wIti,roiRect thFOILFgh the Soumewell Procurement Portal will be considered. Proposallis are due no hater than,Jume 13, 2023, at 4,10 p.rn-0,pnirmi'l"irniv,�v,id 1r1t uCl1 d gllh will 001 be Pwbflshii d A m 26, 2023. 2497 7 82 2594 Page 2 of 2 LOCAL100 PO Box 531643 Cincinnati, QH4Sl63-1G43 The Oklahoman Minnesota local govern- 8vu/covoO ment unit and service 3ommmpd| cooperative, is requesting PO BOX 2|9 proposals for Flooring STAPLE'S K0N5h479 Materials with Related Supplies and Services to STATE OF OKLAHOMA, COUNTY OF OKLAHOMA result in a contracting The Oklahoman, a daily newspaper of general circulation inthe solution for use by its State of Oklahoma, and which iea daily newspaper published in Participating Entities. Oklahoma County and having paid general circulation therein; Sourcewell Participating published and personal knowledge of the facts herein state and Entities include thousands that the notice hereto annexed was Published in said newspapers of governmental, higher in the issues dated on: education, K-12 education, 04/25/2023. 05/02/2023 ment, and other public and that the fees charged are legal. agencies located in the Sworn to and subscribed before nnO5/02/2O23 United States and Canada. A full copy of the Request for Proposals can be found on the Sourcewell Procurement Portal ell-mn.gov]. Only propos- als submitted through the Sourcewell Procurement Portal will be considered. Notary,State of W 1,County,of'Brown x3yrnmmi,ioncxpirn, later than June 13, 2023, Publication Cost: $4025 at 4:30 P.m. Central Time, and late proposals Order No: 8732049 #ofCopies: Customer No: 727698 PO#: 1111 S I ��OT AN INVOlCU rlea=do^m use this�orm/orpvme,/minit* e, Page of 1 AFFIDAVIT OF PUBLICATION Account# Order Number Identification Order PO Amount Cols Depth 34474 411983 Print Legal Ad-IPL01194760-IPLO119476 $157.13 1 18 L Attention: Carol Jackson SOURCEWELL State of South Carolina PO BOX 219 carol.jackson@sourcewell-mn.gov County of Richland REQUEST FOR PROPOSALS Sourcewell,a State of Minnesota local gov- I,Tara Pennington,makes oath that the emmeM-urnt-aril-servim-eooperative,-is----------------------------------------------------- , requesting proposals for Flooring Mate-rials with Related Supplies and Ser- advertlSment,was published in The State,a vices to result in a contracting solution for newspaper published in the City of Columbia, use by its Participating Entities.Sourcewell Participating Entities include thousands of State and County aforesaid,in the issue(s)of governmental, higher education, K-12 ed- ucation, nonprofit, tribal government, and other public agencies located in the United States and Canada.A full copy of the Re- 1 insertion(s)published on: quest for Proposals can be found on the Sourcewell Procurement Portal[https://pro- 04/25/23 portal.sourcewell-mn.gov]. Only proposals submitted through the Sourcewell Procure- ment Portal will be considered. Proposals are due no later than June 13,2023,at 4:30 p.m.Central Time,and late proposals will not be considered. IPLO119476 Apr25 2023 Tara Pennington Sworn to and subscribed before me this 24th day of April in the year of 2023 S Notary Public in and for the state of Texas,residing in Dallas County F TE P,HANIEHATCH:9R 133534406 'Expires January 14,2026 Errors-the lidbilityOf the publisherondccountoferrorsin or omissions from 3/7yddVer#SeMe17t willinno wdyeKeed the 3m01117t0f the charge for thespWe occupiedbythe item in error,and then onlyforthe first incorrect insertion." Extra charge for lost or duplicate affidavits. Legal document please do not destroy! 2 596 SA III TUESDAY APRIL 25,2023 III USATODAY 11141'.WS� New study links sugary drinks to early death in some people Adrienne Rodriguez ories or sugars in them.It's good advice .w/Uku,✓ / USA TODAY for everybody." Americans may want to think twice What sugary drinks about reaching for that cool glass of are bad for you? lemonade this summer after a study —PRODUCT ION/GETTV IMAGES published last week found sugary The report included datafrom 1980 to drinks may be linked to an increased 2018 and is among the first large-scale 'Be picky';Replacing sugary drinks lowers risk risk of heart disease and death in cer- studies to examine links between death tain people. or disease and beverages among people Researchers found replacing one serving of a sugar sweetened beverage with Researchers from Harvard TH.Chan with Type 2 diabetes,study authors say. coffee,tea,low-fat cow's milk or plain water led to better health outcomes. School of Public Health studied more Sugar-sweetened beverages that than 12,000 participants diagnosed were reported included caffeinated and The risk associated with all-cause And the risk associated with with Type 2 diabetes and reported how caffeine-free colas,and non-carbonat- mortality was lower with the death from heart disease was often they consumed suchsugar-sweet- ed drinks like fruit punches,lemonade following drinks: lower with these drinks: ened drinks as soda,fruit punch and and fruit drinks like orange,apple and 18%for coffee •20%with coffee lemonade. grapefruit,according to the study. They found people with Type 2 dia- Researchers found each serving of •16%for tea •24%with tea betes who regularly drank sugar-sweet- one ofthese drinks was associated with •12%for low-fat cow's milk •19%with low-fat cow's milk ened beverages had a higher risk of de- 8%higher risk of all-cause mortality veloping cardiovascular disease or dy- among people with Type 2 diabetes. •16%for plain water •20%with plain water ing prematurely compared with those The recommended daily intake of who consumed other drinks,according sugar should benomorethan10%ofthe "People living with diabetes should be picky about how they keep themselves to the report published Thursday in the calories consumed,Nestle said,which hydrated,"said lead author Qi Sun,associated professor in the department of peer-reviewed journal The BMJ. is about 50 grams a day. nutrition and epidemiology at Harvard T.H.Chan School of Public Health. More than 37 million Americans have "Switching from sugar sweetened beverages to healthier beverages will bring diabetes,according to the Centers for Sugar vs.artificial sweetener health benefits." Disease Control and Prevention,and it's estimated that up to 95%of them have The study also found that switching Type 2 diabetes. out sugar-sweetened beverages with "This adds to a growing body of re- one that was artificially sweetened was both artificial and natural. Though Health and patient safety coverage search,"said Marion Nestle,an emeritus associated with an 8%lower risk of all- they're considered safe by federal regu- at USA TODAY is made possible in part professor of nutrition and food studies cause death and a 15%lower risk of lators,they're not necessarily consid- byagrantfromtheMasimo Foundation at New York University.Although"it's a death related to heart disease. ered healthy,and the long-term effects for Ethics,Innovation and Competition message to people with diabetes to try But more studies have been raising of sugar substitutes are largely un- in Healthcare The Masimo Foundation to switch drinks that don't have any cal- the concern about sugar substitutes, known. does not provide editorial input. "They can stop the degeneration,but choose to go first in such trials demon- Gene therapy they cannot heal what is broken,"Feld- strafe great courage,asthey make sacri- //o bong said of the scientists. flees for the benefit of those who come Continued from Page 1A � T The couple's one regret is that they after them" OM couldn't convince the FDA to be less Still,gene therapy holds tremendous destroying nerve cells in the brain and iv cautious about the therapy. Earlier promise,Collins said. spinal cord.The child rapidly deterio- ) t '" treatment and a higher dose might "lwould want people to be optimistic rates and usually dies by age 3. // ' have led to a different outcome,Feld- that over the coming years,we're going The trial,which USA TODAY wrote ��� �i��J/ii,;d� bong and Rokina said.They would hap- to get much better at this-and not to about in 2021 as part of a series on rare ,�� � pily have faced the risk of a brain hem- feel hopeless or despondent or pessi- diseases,offered them a different vision ��/ P1 orrhage for the possibility of a better mistiq"hesaid. of the future,even though the result Lf Jab outcome. wasn't what they dreamed of Y i ��/TIr6q .� "If we could have changed anything, Deriving meaning from misery "We are heartbroken,but also we / ��/�I��dd we would have shouted loud enough for realize within ourselves that the battle // FDA to hear us" Over the past six months,Alissa re- was lost long ago,not now,"Alissri fa ���// gressed rapidly. then said in Idea conversation a week i(l fty, ,I Risk is a necessary Her seizures returned with a ven- after her funeral."It's hard to say,but it s r 'A a part of progress geance.Breathing became a struggle. was for the best for her in the end" Alissa Feldborg had a rare disease that Though doctors had told them she triggered seizures and other problems. Medicine advances in fits and starts wasn't aware of her surroundings,her The promise of clinical trials PROVIDED BYTHOMAS"E 0RG and relies on volunteers like Alissa's parents worried she was suffering. family,said Dr.Francis Collins,former They certainly were.Their lives and Feldborg and Rokina,who live in Co- longtime director ofthe National Insti- those of their four older children-three penhagen,Denmark,had read about the core her,we were afraid that it would be Rules of Health and a lifelong champion sons from his previous marriage and UMass trial online and were thrilled along devastating life for her,"Feldborg of genetic research and therapy. one from hers-were dictated by Alis- when Alissa passed all the require- said. "I think it's appropriate to be enor- sa's round-the-clock care needs. "I ments to be included. mously inspired and excited about the would not wish this on my worst ene- The researchers were clear Alissa How much and how soon? potential"for gene therapy,Collins said. my,"Feldborg said. might not benefit from treatment-her Roughly 6,500 rare diseases are Alissa was resuscitated five times in disease might already be too advanced- About 18 months after Alissa's treat- caused by known DNA misspellings,but the last three weeks of her life.The sixth the dosage,based on studies in sheep, ment,the company that sponsored the treatments exist for fewer than 500 of time,it didn't work might be too low.As the weeks and then trial said it could no longer afford to them so far,he said. Now,the boys are each suffering in months ticked by,waiting for the Food keep it going.UMass raised funds to As to why therapies like this don't al- their own ways and Feldborg and Roki- and Drug Administration to approve the continue to follow the nine children who ways work,Collins pointed to biology. as mostly feel emptiness. treatment,their expectations dimmed. had already been dosed. `People don't appreciate how compli- `No emotions,no happiness.The sun Still, where there's action,there's Dr.Terence Flotte,dean of the T.H. Gated human biology is,"said Collins, is shining,the spring is coming,but hope and the couple was grateful to be Chan School of Medicine atUMass,said who has spent his career trying to re- you're just indifferent,"Rokina said. able to grab onto any sliver. via email that his team intends to try the verse a genetic disease called progeria They have no regrets about partici- So,at the end ofJanuary 2021,when therapy on one or two more children, that causes rapid aging. paling in the trial even though the out- Alissa wasn't yet 14 months old,doctors bringing the total to 10 or 11. Only one or two spelling mistakes in came didn't meet their wildest dreams. gave her two doses of gene therapy,one Some in the trial were infants and a person's 3-billion-letter genome can Alissa still had a brief blooming after infused into her spinal cord and one di- others were older children with later on- affect trillions of cells across the body, the treatment when she should have rectly into her brain. set disease.The infants show mild im- including in the brain,which is ex- seen nothing but decline,Feldborg said. The early days were promising.For provements and retained neurologic tremely hard to access with treatments, "What we really hope for now is that about six months, her deterioration function longer after treatment,Plane he said. there's some kind of meaning with her slowed.Her smile returned.She seemed said,while some of the older children With gene therapy treatments like life.They're going on with the trial,"he almost present. experienced a mixed picture with both the one Alissa tried,"you can see the said.At somepoint,there willbesome- "There were a lot of positive things positive and negative signs. payoff,"Collins said."You just can't see where it succeeds and this is what we're after this treatment,"Rokina said. The gene therapy,which enables the how long it is,how many twists and hoping for....If this is the meaning of Her ability to swallowand cough also children to make the enzyme they're turns, how many unexpected hail- Alissri life,then at least there is some improved,which worried her parents. missing,also seems to be more consis- storms are going to hit you along the meaning" The couple's biggest fear was that the tently effective in a closely related dis- way." Health and patient safety coverage therapy,intended to correct the genetic ease called Tay-Sachs. Being among the first patients to re- at USA TODAY is made possible in part mistake that was poisoning Alissa's Alissahad beenthe firstpatient fully ceive a gene therapy is challenging for byagrantfrom theMasimo Foundation brain,would extend her life but not sub- enrolled.Some later children received patients and families, UMass'Flotte for Ethics,Innovation and Competition stantially improve her vegetative state. higher doses and were treated when said in an candied statement."Those in Healthcare The Masimo Foundation "When we realized it wasn't going to they were younger. pioneering patients and families who does not provide editorial input. or MARKETPLACE TODAY vi view me Classified listings, visit:cl more satoday.com for Odverui In,r—t art]SEE 3970070 w Av russellJahns cam/—t NOTICES BUSINESS MARKETPLACE ASSOCIATE GENERAL DENTIST OPPORTUNITY FULL-NMEPOSMONINWANNENCOW,,UNUFFICE Sour well,aSLte o(Mi nnesotalo-1 goer Tent Unit and OfknogdUo.mdalguaaomeo,a2roofCOlPcwosaoa koefi¢.VAuuiog Ro.Gin U,,U oopemt ve srequest a ng proposals(or Flooring no Wolm{a nr T nReTh d hig,{en,iUR cdd,Ril.iRd:nmfideotioalltlles �h"��a ana ,�na��m��n�n,aaaannammmaa�Nr�n�,am ,aWma, Attention Business Materials with Related Supplies and Services to result In deaseamaatus ao Iwarvimenservtaes@ienrysaAetnuanAa cone.sssssoi� a_UR.fi'nga,,fionforuaabyitaParudpRfingEnfifi a 0 flunllySeekers! sou�rvallPerrldpRfingErrtlrles'Indudemousends ENDODONTIST POSITON AVAILABLE KottanNe�Bo NgT.flha td hi hereducadon K12 education, MULUTIIPUDOCTOU OFoflCCEIMTIXAS o goVarnman g wn min an ann,m a u a uxwaar hang waima�Erastyla Trends on cats&dogs nonprortdbalg,V.rnm.ntandomarpnbfoagancaa t1 tt-t mlmrMrttmdana of wnsenaemal.Hain m- apPo.annlzaarhan CraetoppawntyIwT,,Uvo°I to treat hots cats ocated In the United&RVt and Canada. 1in,nJVn1NO aaiy am.Poti,snnershpi,p iU:loNtniavenanlueot Don't Let This One Pass You,I p mrr�um a1 rsmeamamnma'Un,iu.im,amwr,ammnr.ui+a:,nmtanmra° GeLdTFull DelN Here &skin allergies A tau DOPY of me Hequeat for Proposals can be a Wnm�nms,rNn,:aAanm:nnranwmsnan.sssna�lrnananoadl round on ma sour..wau ProV,ramam pore www.erurrurr:rmlranaeraoh.aom without steroids! nnna:/mronodaLaonr ewell-mn.aov. GET NOTICED FULL-TIME GENERAL DENTIST WANTED fiI Q,. 1 Call Or,ARTnuaaa n n At Tractor Supply' OnfypmpOSels,wbmiffedf—gh fhe So -11 wimaq aveawo - sranwi Mtar Hodlne irooarenf iortarwatba oa7,n'dared, naoemne.a .min r,Pw n a oa n.w n e. 1.888.701.0320 USA TODAY's 411 ubrNl'ilwy fitment ioasN P.Posalsare dueno later than June 13,2023,at 4:30pm Marketplace Central Time,and late proposals will not be wnsidered. Toadvertise In USATODAY,call:1800)397-0070 2597 S, M G wu I WLt V' s fR J k sit Y, d16 m a t ✓i "L. .. � d� GMI w» u� z13 " �" 1 Y o l r m .iz r ',X F rest 1 CY u i IS CL r��n re X 4 U. m 0 � � X� � w � � 2598 I 111-1, 111 11 "1 I Puxcl . ctscil` , ................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................ CJ',IaG dj,,"� I ogouft Home New Bid Closed Bids My Stuff Tools Bid RFP #061323 - Flooring Materials [Switch to Vendor View ic)urriewdll S lq% with Related Supplies and Services Bid Type RFP Bid Number 061323 Access IIII IIIpOIIirts View reports on who Title Flooring Materials with Related has been notified of Supplies and Services the bid or accessed it. ation Start Date Apr 25, 2023 8:51:29 AM CDT II:Notific Access rep report ort' End Date Jun 13, 2023 4:30:00 PM CDT Questions Agency Sourcewell 0 Questions 0 Unanswered I Bid Contact Jeremy Schwartz iew/Ask Questions (218) 894-5488 rfp@sourcewell-mn.gov IlEdit 1131d 202 12th Street NE [Create Addendum P.O. Box 219 Staples, MN 56479-0219 Description Sourcewell, a State of Minnesota local government unit and service cooperative, is requesting proposals for Flooring Materials with Related Supplies and Services to result in a contracting solution for use by its Participating Entities. Sourcewell Participating Entities include thousands of governmental, higher education, K-12 education, nonprofit, tribal government, and other public agencies located in the United States and Canada. A full copy of the Request for Proposals can be found on the Sourcewell Procurement Portal [https:Hproportal.sourcewelll mn.gov]. Only proposals submitted through the Sourcewell Procurement Portal will be considered. Proposals are due no later than June 13, 2023, at 4:30 p.m. Central Time, and late proposals will not be considered. Pre-Bid Conference Date May 17, 2023 10:00:00 AM CDT Location Online Conference Notes Login information will be emailed two business days prior to the event. Documents No Documents for this bid Customer Support: agencysupport@publicpurchase.com I Copyright 1999-2023 O I The Public Group, LILC.All rights reserved. 2599 S 11 OL,Ircewell ���3 d IL..N u.ne� gg2 i in d no re Ilbiid Cireate Account t l OgD Bid Details Bid Goods Classification: Bid Type: RFP - General Bid Number: RFP 061323 Bid Name: Flooring Materials, with Related Supplies and Services Bid Status: Closed Bid Closing Tue Jun 13, 2023 4:30:00 PM (CDT) Date: Question Mon Jun 5, 2023 4:30:00 PM (CDT) Deadline: Electronic Not Applicable Auctions: Language for Bid English unless specified in the bid document Submissions: Submission Online Submissions Only Type: Submission Online Submissions Only Address: Public Opening: Yes Public Opening See RFP and FAQ documents for details. Address: Description: Sourcewell, a State of Minnesota local government unit and service cooperative, is requesting proposals for Flooring Materials with Related Supplies and Services to result in a 2600 contracting solution for use by its Participating Entities. Sourcewell Participating Entities include thousands of governmental, higher education! K-12 education, nonprofit, tribal government, and other public agencies located in the United States and Canada. A full copy of the Request for Proposals can be found on the Sourcewell Procurement Portal h..�i ii ii llii cull pp q,, 7]. Only proposals submitted through the Sourcewell Procurement Portal will be considered. Proposals are due no later than June 13, 2023, at 4:30 p.m. Central Time, and late proposals will not be considered. Bid Document Bid Opportunity notices and awards and a free preview of the bid Access: documents is available on this site free of charge without registration. Please note, some documents may be secured and you will be required to register for the bid to download and view the documents. There is no cost to obtain an unsecured version of the document and /or to participate in this solicitation. Categories: �.II:::i . ..... . : 2. . .[.IL2. ..... .:�] Register for this Bid Download Bid Documents P hhwlgj Mrfdwlrgv The following are the meeting times and locations for the opportunity: Meeting Location Description Date / Time Mandatory Meeting Meeting Document Login instructions will be posted to the Online Pre- "Documents" section and available to registered Wednesday May Proposal suppliers two business days prior to the web 17, 2023 10:00 AM No Conference (CDT) conference. 2601 tii 0 A 10 7E f`eAI Or, Q, m oo PI CJ rs ID cL CZ W -rn IS E a C2 Ccl Z u I 41 Q, E E c a g 'j rA ra IN ME :D In � �.N kr I"y,. S 2 E r) A Ca. ✓ "0 Lo V Id /fik 0 rap 41 0 �21 LO Q E 10, la 1�j %-- c I D 0 1". 2602 C(Osed Cm f4irt UJart lle ortly Publish vrri,c , rr,t, ,-- SoliicitatiortSetting A V clIdt,Rids vu', N. G v.alrA.x2C:ptr i4 rt 4r rl'rr'Ve. No .+'!rr€en'ral F1gt6n1"ev/ai No v"I ,ul,lot7rEl! 1 uI^r vvltl Pt^o L1,arG pdcr Solicitation Oetalls A Meandatcroy Ou,€or¢tratican e""I it tk+r lyp'A� HIP ti,Ich,florr lore'be, 061323 ;;V<;fu tutor r¢hd,rm Fhrorlrrg Maticr131w vuith Rnhrta^A s¢appxphss amB SrYrwlr,:ps„ i1io ra*vmtryl. C#—h,"xnrmot t rruntry&P-vine vlScMe C araaad i f OM,@ rpo r{rl slturrV f4y ..v.ra.rruc.ww,4G Foe pt Qu,l'.I(,rrtt N.e Ap'spi nostnMlrrPe„rmotiorr(p".h'rtsmnal U.Onlyl . vstr1la/Proje. vPr',�rrno .061323 Wlaxufing,Mots,W,with kmlutodl S.. I rocrrra O ppPlu^s urrn4 Adve r tlsement, A IBa,ia;:.Selling, r�A/(r¢tr7 nr'M"yp" €per,to SHsuppiierP lsYTrncWl C,,iti act Al noui it $240,000,010T,➢,A) ,lAH,h[}y0.e 05/9/2023 CI ry0,Ae&i re 06/13/21231630.000 14d1h0t0iygkrla Vrlu It.o,i,e Yrt,+r till" 1Q7,Q 0,001 over C,M1tl... $,gvf ta.d t,.atego,lei,, f91.I I yr r C'u<1 /u e;te Vio,k Ir-v l vc I/thin u 1 krtxl f,lx I Moi'tar OarMii tS,fAroBv,t!c/rion.,aat'Inlrr/D-tolklc,Prrsyevts R,t r f o r t'in II a,Wing I-I( ,S t 1r1r1 At 1 t f l ei p y,^r i 3 Woof 5 yg w 4 )r olt il,1'1W>I F,[l i M t)v 111('5 11 e i e,p,i i i Irn M,toni yWol llid,I gir 1.1 is ISw rage , Fe tr e fall t,,t Rl,I Il I M Il—I k.WA l It u,>h rl f„Pai Ili r is Lot[ Iod rl;u'tlufrtt, nf:4: ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------ S.1 x:it M joe Ove^,l'" r*>cuilcewdl 71 Flooring Materials with Related Supp fifes and Services ur,tszs t Ctas,l FlbaaEn 11t,:7?.<frJ;t la'FJ.fIr.I�Ir�t'.1 Il:teq"IL Sou re.0,t b W,of mi'u—I"I"I'll;ul 4............M u t e f",,lee.,ul,y¢ o ILary,Is requesting po.po it,for Mottlroq Woe,1a 1,with Peteted Suppiles a ad Services to result 0.ri a etc rtrastirrg volution for use by it,nor fiflit "nd Ut ht t s.yut n,r w II ParC ipst4n rg[ofiti a it,Inds tl — ,of goveirturoori 1,h gl ,h elution,K 12 oh-11..1,ncinp,fit,1,'i ei Kova o ul.,t,a rid t the,pu bli,vil ni'es I-A.d In Ito, United Staketi andCd—da.Afull enpy'1'Hie Negteewt to,Popaav1,—be found on the Sourcewell Procutenrext Penal llvlPs://f r,Ir I,I,o Ar::tr 11 ;r,Arrr Only pul'-A sub'rrftto.d threrug3'i the 5ourc 11 Pirtirurc.—.1l Pattpl will be consideir.P&Pool,vain ere du_no We,t'hau June 11,2023,Mt 4 10 p v a:r,M,,l 11 re r:,end I;t'u pt cti—,K Minot of ot,e:ar,v r'h.a d, -11trrtl;13UCOlfMklg,t,I d,Povesedhylliddlitip—, 2603 I li aeh9 st-imJ�,ntr,/11.,v:.l 061323-Flooring Materials with Related Supplies and Se... Notice Basic Information Estimated Contract Value(CAD) $240,000,000.00(Not shown to suppliers) Reference Number 0000245972 Issuing Organization Sourcewell Owner Organization Solicitation Type RFP-Request for Proposal(Formal) Solicitation Number 061323 Title Flooring Materials with Related Supplies and Services Source ID PP.CO.USA.868485.C88455 Details Location All of Canada,All of Canada Purchase Type Duration:4 years Description Sourcewell,a State of Minnesota local government unit and service cooperative,is requesting proposals for Flooring Materials with Related Supplies and Services to result in a contracting solution for use by its Participating Entities.Sourcewell Participating Entities include thousands of governmental,higher education,K-12 education,nonprofit,tribal government,and other public agencies located in the United States and Canada.A full copy of the Request for Proposals can be found on the Sourcewell Procurement Portal[https://proportal.sourcewell-mn.gov].Only proposals submitted through the Sourcewell Procurement Portal will be considered.Proposals are due no later than June 13,2023,at 4:30 p.m. Central Time,and late proposals will not be considered. Dates Publication 2023/04/25 09:38:52 AM EDT Question Acceptance Deadline 2023/06/05 05:30:00 PM EDT Questions are submitted online No Bid Intent Not Available Closing Date 2023/06/13 05:30:00 PM EDT Contact Information Procurement Department 218-894-1930 rfp@sourcewell-mn.gov Bid Submission Process Bid Submission Type Electronic Bid Submission Pricing Lump sum Pricing Lump sum Bid Documents List Item Name Description Mandatory Limited to 1 file Bid Documents Documents defining the proposal No No 2023/04/25 09:39:01 AM EDT Page 1 0 2604 061323-Flooring Materials with Related Supplies and Se... Categories Selected Categories GSIN Category(1) G Goods Goods N72 Household And Commercial Furnishings And Appliances Household And Commercial Furnishings And Appliances N7220 FLOOR COVERINGS Floor Coverings Includes Linoleum;Rubber and Asphalt Tile;Carpets;Rugs;Rug pads. MERX Category(1) G Goods Goods G13 Fabricated Materials Fabricated Materials UNSPSC Categories(2) 30000000 Structures and Building and Construction and Manufacturing Components and Supplies 30160000 Interior finishing materials 30161700 Flooring 52000000 Domestic Appliances and Supplies and Consumer Electronic Products 52100000 Floor coverings 52101500 Rugs and mats 2023/04/25 09:39:01 AM EDT Page 2 02605 DocuSign Envelope ID:CDE32CC8-OB5D-4CF2-9591-F477BDOE175E �;'� ENrA�ryr i YPM Wp Proposal Opening Record Date of opening: June 13, 2023 Sourcewell posted Request for Proposal#061323,for the procurement of Flooring Materials with Related Supplies and Services, on the Sourcewell Procurement Portal [p,rp„ airta np,urcew ,�� imn,,8py] on Tuesday,April 25, 2023, and the solicitation remained in an open status within the portal until June 13, 2023, at 4:30 pm CT. The RFP required that all proposals be submitted through the Sourcewell Procurement Portal no later than 4:30 pm CT on June 13, 2023,the date and time specified in the Solicitation Schedule. The undersigned certify that all responses received on Request for Proposal#061323 were submitted through the Sourcewell Procurement Portal, and that each Proposer's response material was digitally sealed upon submission and remained inaccessible until the due date and time specified in the Solicitation Schedule. Responses were received from the following: Bentley Mills, Inc.-Submitted 6/13/23 at 10:11:50 AM CBC America, LLC dba TOLI International TOLI TOLI Corp.-Submitted 6/09/23 at 2:15:39 PM Champion Flooring-Submitted 6/13/23 at 12:26:17 PM Division 9 Flooring-Submitted 6/13/23 at 3:14:53 PM Emser Tile, LLC-Submitted 6/13/23 at 4:22:32 PM Engineered Floors, LLC dba J+J Flooring Group-Submitted 6/13/23 at 9:03:57 AM Facility Armor-Submitted 6/13/23 at 2:05:16 PM Forbo Flooring, Inc., dba Forbo Flooring Systems-Submitted 6/12/23 at 1:57:27 PM Gerflor USA-Submitted 6/12/23 at 4:20:31 PM Giant Floor and Wall Covering Co., Inc. -Submitted 6/02/23 at 5:39:36 PM Interface Americas, Inc. -Submitted 6/09/23 at 11:55:32 AM Karndean International, LLC-Submitted 6/13/23 at 2:24:30 PM Mannington Mills, Inc. -Submitted 6/09/23 at 10:59:07 AM Mats, Inc. dba Matter Surfaces-Submitted 6/12/23 at 2:49:11 PM Maxxon, Inc. -Submitted 6/13/23 at 1:15:24 PM MegaCera, LLC-Submitted 6/13/23 at 5:24:56 AM Milliken Services, LLC-Submitted 6/13/23 at 9:28:54 AM Mohawk Carpet Distribution, LLC-Submitted 6/12/23 at 2:25:09 PM RB&G Products, LLC dba Zandur-Submitted 6/08/23 at 11:06:44 AM Roppe Holding Company-Submitted 6/13/23 at 4:13:58 PM Shaw Integrated and Turf Solutions, Inc.-Submitted 6/13/23 at 8:17:35 AM Tarkett USA, Inc. -Submitted 6/13/23 at 12:26:11 PM UPOFLOOR Americas, Inc. dba Kahrs Commercial Flooring-Submitted 6/13/23 at 11:43:45 AM 2606 DocuSign Envelope ID:CDE32CC8-OB5D-4CF2-9591-F477BDOE175E The Proposals were opened electronically, and a list of all Proposers was made publicly available in the Sourcewell Procurement Portal, on June 13, 2023,at 4:31:17 PM CT.All responsive proposals were then submitted for review by the Sourcewell Evaluation Committee. DocuSigned by: DocuSigned by: 7DDDCEFD8B3D45D... 6EE63AEDEDSF46E... Greg Grunig, MS, Procurement Lead Analyst Carol Jackson, Procurement Analyst 2607 ;WI . ■■M■ ee2 kc ■;:; §2` ■ ■§ _ ©__■ §k^ E . E f� �A =m` k ;& _ & �! �! !� �19uj /� ■& _ IN_o■ ;a ; _„® =�4 _ § & ;. ^ ;;.; § |k 9 | ;) 2 c !| C, 10 - %2 ,! „�_ .� } , . ■;;; §m® ƒ L� k — ■ | C ) 2 ;■ . ; ,,,, en, ( " \ }A 2 \ ) ` S « , 2 ;- k '\ moo bo lo N - - p ) - 2 — § 6 -77 ° ..o.. . ..,. §;, E Vol . �,.� e2/ ;! . .V.� § k § § No| ! ! Q ] ; ■■-® _ ;2 ® | § ! A � \ B \ ' 2 a| n a■.■ ■§ ©§ ^ ®°'a ■§ ( § | | ! } \ 0 y . lE. | | . ;• |;! !� !�| e ` E .,a|�2!!]�#k) ` c, k!!) ;k|) !||!\ !!) ;k2l !|!|j 2608 jn AIAO Sourcewell lu'I"inm�l RFP #061323 REQUEST FOR PROPOSALS for Flooring Materials with Related Supplies and Services Proposal Due Date: June 13, 2023, 4:30 p.m., Central Time Sourcewell, a State of Minnesota local government unit and service cooperative, is requesting proposals for Flooring Materials with Related Supplies and Services to result in a contracting solution for use by its Participating Entities. Sourcewell Participating Entities include thousands of governmental, higher education, K-12 education, nonprofit, tribal government, and other public agencies located in the United States and Canada. A full copy of the Request for Proposals can be found on the Sourcewell Procurement Portal [_https jZproportal.sourcewell-mn. ov1. Only proposals submitted through the Sourcewell Procurement Portal will be considered. Proposals are due no later than June 13, 2023, at 4:30 p.m. Central Time, and late proposals will not be considered. SOLICITATION SCHEDULE Public Notice of RFP Published: April 25, 2023 Pre-proposal Conference: May 17, 2023, 10:00 a.m., Central Time Question Submission Deadline: June 5, 2023, 4:30 p.m., Central Time Proposal Due Date: June 13, 2023, 4:30 p.m., Central Time Late responses will not be considered. Opening: June 13, 2023, 6:30 p.m., Central Time See RFP Section V.G."Opening" Rev.3/2022 Sourcewell RFP#061323 Flooring Materials with Related Supplies and Services Page 1 2609 I. ABOUT SOURCEWELL A. SOURCEWELL Sourcewell is a State of Minnesota local government unit and service cooperative created under the laws of the State of Minnesota (Minnesota Statutes Section 123A.21) that facilitates a competitive public solicitation and contract award process for the benefit of its 50,000+ participating entities across the United States and Canada. Sourcewell's solicitation process complies with State of Minnesota law and policies, conforms to Canadian trade agreements (including Canadian Free Trade Agreement, Ontario-Quebec Trade and Cooperation Agreement, and Canada-European Union Comprehensive Economic and Trade Agreement, as applicable), and results in cooperative purchasing solutions from which Sourcewell's Participating Entities procure equipment, products, and services. Cooperative purchasing provides participating entities and suppliers increased administrative efficiencies and the power of combined purchasing volume that result in overall cost savings. At times, Sourcewell also partners with other purchasing cooperatives to combine the purchasing volume of their membership into a single solicitation and contract expanding the reach of contracted suppliers' potential pool of end users. Sourcewell uses a website-based platform, the Sourcewell Procurement Portal, through which all proposals to this RFP must be submitted. B. USE OF RESULTING CONTRACTS In the United States, Sourcewell's contracts are available for use by: • Federal and state government entities'; • Cities, towns, and counties/parishes; • Education service cooperatives; • K-12 and higher education entities; • Tribal government entities; • Some nonprofit entities; and • Other public entities. In Canada, Sourcewell's contracts are available for use by: • Provincial and territorial government departments, ministries, agencies, boards, councils, committees, commissions, and similar agencies; • Indigenous self-governing bodies; • Regional, local, district, and other forms of municipal government, municipal organizations, school boards, and publicly funded academic, health, and social service 1 Pursuant to HAIR§3-128-2,the State of Hawaii, Department of Accounting and General Services,State Procurement Office,on behalf of the State of Hawaii and participating jurisdictions,has provided notice of its Intent to Participate in the solicitation as a participating entity. Rev.3/2022 Sourcewell RFP#061323 Flooring Materials with Related Supplies and Services Page 2 2610 entities referred to as MASH sector (this should be construed to include but not be limited to the Cities of Calgary, Edmonton, Toronto, Ottawa, and Winnipeg), as well as any corporation or entity owned or controlled by one or more of the preceding entities; • Crown corporations, government enterprises, and other entities that are owned or controlled by these entities through ownership interest; and • Members of the Canoe procurement group of Canada, and their partner associations: Canoe members are regional, local, district or other forms of municipal government, school boards, publicly-funded academic, health and social service entities in Alberta and across Canada, as well as any corporation or entity owned or controlled by one or more of the preceding entities—as well as partner associations, including Saskatchewan Association of Rural Municipalities, Association of Manitoba Municipalities, Local Authorities Services/Association of Municipalities Ontario, Nova Scotia Federation of Municipalities, Federation of Prince Edward Island Municipalities, Municipalities Newfoundland Labrador, Union of New Brunswick Municipalities, North West Territories Association of Communities, Civiclnfo BC, and their members. For a listing of current United States and Canadian Participating Entities visit Sourcewell's website (note: there is a tab for each country): https://www.sourcewell-mn.gov/sourcewell-for- vendors/agency-locator. Participating Entities typically access contracted equipment, products, or services through a purchase order issued directly to the contracted supplier. A Participating Entity may request additional terms or conditions related to a purchase. Use of Sourcewell contracts is voluntary and Participating Entities retain the right to obtain similar equipment, products, or services from other sources. To meet Participating Entities' needs, Sourcewell broadly publishes public notice of all solicitation opportunities, including this RFP. In addition, where applicable, other purchasing cooperatives and procurement officials receive notice and are encouraged to re-post the solicitation opportunity. Proof of publication will be available at the conclusion of the solicitation process. II. SOLICITATION DETAILS A. SOLUTIONS-BASED SOLICITATION This RFP and contract award process is a solutions-based solicitation; meaning that Sourcewell is seeking equipment, products, or services that meet the general requirements of the scope of this RFP and that are commonly desired or are required by law or industry standards. Rev.3/2022 Sourcewell RFP#061323 Flooring Materials with Related Supplies and Services Page 3 2611 B. REQUESTED EQUIPMENT, PRODUCTS, OR SERVICES It is expected that proposers will offer a wide array of equipment, products, or services at lower prices and with better value than what they would ordinarily offer to a single government entity, a school district, or a regional cooperative. 1. Sourcewell is seeking proposals for Flooring Materials with Related Supplies and Services, that include, but are not limited to the following types of flooring solutions; a. Resilient; b. Ceramic; c. Porcelain Tile; d. Wood; e. Hardwood; f. Laminate; g. Rubber; h. Vinyl; i. Broadloom carpet; j. Carpet Tile; k. Epoxy; I. Flooring hybrids; m. Floor mats; n. Rugs; o. Supplies related to the removal, installation, maintenance, restoration, and cleaning of flooring materials complementary to the offering above (a.— n); and, p. Services related to the design services, removal, installation, maintenance, restoration and cleaning of flooring materials complementary to the offering above (a. — n.). Proposers may include related equipment, accessories, supplies and services to the extent that these solutions are ancillary or complementary to the equipment, products, or services being proposed. 2. The primary focus of this solicitation is on Flooring Materials with Related Supplies and Services. This solicitation should NOT be construed to include a services-only solutions. 3. This solicitation does not include those equipment, products, or services covered under categories included in pending or planned Sourcewell solicitations, or in contracts currently maintained by Sourcewell, identified below: a. Athletic Surfaces with Installation, Related Equipment, Materials, and Services (RFP #031022); and, b. Artificial Turf and Tracks with Installation, Related Equipment, Materials, and Supplies (RFP#031622). Rev.3/2022 Sourcewell RFP#061323 Flooring Materials with Related Supplies and Services Page 4 2612 Generally, the solutions for Participating Entities are turn-key solutions, providing a combination of equipment, products and services, delivery, and installation to a properly operating status. However, equipment-only or products-only solutions may be appropriate for situations where Participating Entities possess the ability, either in-house or through local third- party contractors, to properly install and bring to operation the equipment or products being proposed. Sourcewell prefers suppliers that provide a sole source of responsibility for the equipment, products, and services provided under a resulting contract. If proposer is including the equipment, products, and services of its subsidiary entities, the proposer must also identify all included subsidiaries in its proposal. If proposer requires the use of distributors, dealers, resellers, or subcontractors to provide the equipment, products, or services, the proposal must address how the equipment, products or services will be provided to Participating Entities, and describe the network of distributors, dealers, resellers, and/or subcontractors that will be available to serve Participating Entities under a resulting contract. Sourcewell encourages suppliers to offer the broadest possible selection of equipment, products, and services being proposed over the largest possible geographic area and to the largest possible cross-section of Sourcewell current and future Participating Entities. C. REQUIREMENTS It is expected that proposers have knowledge of all applicable industry standards, laws, and regulations and possess an ability to market and distribute the equipment, products, or services to Participating Entities. 1. Safety Requirements. All items proposed must comply with current applicable safety or regulatory standards or codes. 2. Deviation from Industry Standard. Deviations from industry standards must be identified with an explanation of how the equipment, products, and services will provide equivalent function, coverage, performance, and/or related services. 3. New Equipment and Products. Proposed equipment and products must be for new, current model; however, proposer may offer certain close-out equipment or products if it is specifically noted in the Pricing proposal. 4. Delivered and operational. Unless clearly noted in the proposal, equipment and products must be delivered to the Participating Entity as operational. 5. Warranty. All equipment, products, supplies, and services must be covered by a warranty that is the industry standard or better. D. PROSPECTIVE CONTRACT TERM The term of any resulting contract(s) awarded by Sourcewell under this solicitation will be four years. Sourcewell and supplier may agree to up to three additional one-year extensions based on the best interests of Sourcewell and its Participating Entities. Sourcewell retains the right to Rev.3/2022 Sourcewell RFP#061323 Flooring Materials with Related Supplies and Services Page 5 2613 consider additional extensions beyond seven years as required under exceptional circumstances. E. ESTIMATED CONTRACT VALUE AND USAGE Based on past volume of similar contracts, the estimated annual value of all transactions from contracts resulting from this RFP are anticipated to be USD $60 Million; therefore, proposers are expected to propose volume pricing. Sourcewell anticipates considerable activity under the contract(s) awarded from this RFP; however, sales and sales volume from any resulting contract are not guaranteed. F. MARKETING PLAN Proposer's sales force will be the primary source of communication with Participating Entities. The proposer's Marketing Plan should demonstrate proposer's ability to deploy a sales force or dealer network to Participating Entities, as well as proposer's sales and service capabilities. It is expected that proposer will promote and market any contract award. G. ADDITIONAL CONSIDERATIONS 1. Contracts will be awarded to proposers able to best meet the need of Participating Entities. Proposers should submit their complete line of equipment, products, or services that are applicable to the scope of this RFP. 2. A proposer may submit only one proposal. If related, affiliated, or subsidiary entities elect to submit separate proposals, rather than a single parent-entity proposal, each such proposal must be prepared independently and without cooperation, collaboration, or collusion. 3. If a proposer works with a consultant on its proposal, the consultant (an individual or company) may not assist any other entity with a proposal for this solicitation. 4. Proposers should include all relevant information in its proposal, since Sourcewell cannot consider information that is not included in the proposal. Sourcewell reserves the right to verify proposer's information and may request clarification from a proposer, including samples of the proposed equipment or products. 5. Depending upon the responses received in a given category, Sourcewell may need to organize responses into subcategories in order to provide the broadest coverage of the requested equipment, products, or services to Participating Entities. Awards may be based on a subcategory. 6. A proposer's documented negative past performance with Sourcewell or its Participating Entities occurring under a previously awarded Sourcewell contract may be considered in the evaluation of a proposal. Rev.3/2022 Sourcewell RFP#061323 Flooring Materials with Related Supplies and Services Page 6 2614 III. PRICING A. REQUIREMENTS All proposed pricing must be: 1. Either Line-Item Pricing or Percentage Discount from Catalog Pricing, or a combination of these: a. Line-item Pricing is pricing based on each individual product or services. Each line must indicate the proposer's published "List Price," as well as the "Contract Price." b. Percentage Discount from Catalog or Category is based on a percentage discount from a catalog or list price, defined as a published Manufacturer's Suggested Retail Price (MSRP) for the products or services. Individualized percentage discounts can be applied to any number of defined product groupings. Proposers will be responsible for providing and maintaining current published MSRP with Sourcewell, and this pricing must be included in its proposal and provided throughout the term of any contract resulting from this RFP. 2. The proposer's not to exceed price. A not to exceed price is the highest price for which equipment, products, or services may be billed to a Participating Entity. However, it is permissible for suppliers to sell at a price that is lower than the contracted price. 3. Stated in U.S. and Canadian dollars (as applicable). 4. Clearly understandable, complete, and fully describe the total cost of acquisition (e.g.,the cost of the proposed equipment, products, and services delivered and operational for its intended purpose in the Participating Entity's location). Proposers should clearly identify any costs that are NOT included in the proposed product or service pricing. This may include items such as installation, set up, mandatory training, or initial inspection. Include identification of any parties that impose such costs and their relationship to the proposer. Additionally, proposers should clearly describe any unique distribution and/or delivery methods or options offered in the proposal. B. ADMINISTRATIVE FEES Proposers awarded a contract are expected to pay to Sourcewell an administrative fee in exchange for Sourcewell facilitating the resulting contracts. The administrative fee is normally calculated as a percentage of the total sales to Participating Entities for all contracted equipment, products, or services made during a calendar quarter, and is typically one percent (1%) to two percent (2%). In some categories, a flat fee may be an acceptable alternative. IV. CONTRACT Proposers awarded a contract will be required to execute a contract with Sourcewell (see attached template). Only those modifications the proposer indicates in its proposal will be available for discussion. Much of the language in the Contract reflects Minnesota legal requirements and cannot be altered. Numerous and/or onerous exceptions that contradict Rev.3/2022 Sourcewell RFP#061323 Flooring Materials with Related Supplies and Services Page 7 2615 Minnesota law may result in the proposal being disqualified from further review and evaluation. To request a modification to the template Contract, a proposer must submit the Exceptions to Terms, Conditions, or Specifications table with its proposal. Only those exceptions noted at the time of the proposal submission will be considered. Exceptions must: 1. Clearly identify the affected article and section. 2. Clearly note the requested modification; and as applicable, provide requested alternative language. Unclear requests will be automatically denied. Only those exceptions that have been accepted by Sourcewell will be included in the contract document provided to the awarded supplier for signature. If a proposer receives a contract award resulting from this solicitation it will have up to 30 days to sign and return the contract. After that time, at Sourcewell's sole discretion, the contract award may be revoked. V. RFP PROCESS A. PRE-PROPOSAL CONFERENCE Sourcewell will hold an optional, non-mandatory pre-proposal conference via webcast on the date and time noted in the Solicitation Schedule for this RFP and on the Sourcewell Procurement Portal.The purpose of this conference is to allow potential proposers to ask questions regarding this RFP and Sourcewell's competitive contracting process. Information about the webcast will be sent to all entities that have registered for this solicitation opportunity through their Sourcewell Procurement Portal Vendor Account. Pre-proposal conference attendance is optional. B. QUESTIONS REGARDING THIS RFP AND ORAL COMMUNICATION All questions regarding this RFP must be submitted through the Sourcewell Procurement Portal. The deadline for submission of questions is found in the Solicitation Schedule and on the Sourcewell Procurement Portal. Answers to questions will be issued through an addendum to this RFP. Repetitive questions will be summarized into a single answer and identifying information will be removed from the submitted questions. All questions, whether specific to a proposer or generally related to the RFP, must be submitted using this process. Do not contact individual Sourcewell staff to ask questions or request information as this may disqualify the proposer from responding to this RFP. Sourcewell will not respond to questions submitted after the deadline. Rev.3/2022 Sourcewell RFP#061323 Flooring Materials with Related Supplies and Services Page 8 2616 C. ADDENDA Sourcewell may modify this RFP at any time prior to the proposal due date by issuing an addendum. Addenda issued by Sourcewell become a part of the RFP and will be delivered to potential proposers through the Sourcewell Procurement Portal. Sourcewell accepts no liability in connection with the delivery of any addenda. Before a proposal will be accepted through the Sourcewell Procurement Portal, all addenda, if any, must be acknowledged by the proposer by checking the box for each addendum. It is the responsibility of the proposer to check for any addenda that may have been issued up to the solicitation due date and time. If an addendum is issued after a proposer submitted its proposal, the Sourcewell Procurement Portal will WITHDRAW the submission and change the proposer's proposal status to INCOMPLETE. The proposer can view this status change in the "MY BIDS" section of the Sourcewell Procurement Portal Vendor Account. The proposer is solely responsible to check the "MY BIDS" section of the Sourcewell Procurement Portal Vendor Account periodically after submitting its proposal (and up to the Proposal Due Date). If the proposer's proposal status has changed to INCOMPLETE, the proposer is solely responsible to: i) make any required adjustments to its proposal; ii) acknowledge the addenda; and iii) ensure the re-submitted proposal is received through the Sourcewell Procurement Portal no later than the Proposal Due Date and time shown in the Solicitation Schedule above. D. PROPOSAL SUBMISSION Proposer's complete proposal must be submitted through the Sourcewell Procurement Portal no later than the date and time specified in the Solicitation Schedule. Any other form of proposal submission, whether electronic, paper, or otherwise, will not be considered by Sourcewell. Late proposals will not be considered. It is the proposer's sole responsibility to ensure that the proposal is received on time. It is recommended that proposers allow sufficient time to upload the proposal and to resolve any issues that may arise. The time and date that a proposal is received by Sourcewell is solely determined by the Sourcewell Procurement Portal web clock. In the event of problems with the Sourcewell Procurement Portal, follow the instructions for technical support posted in the portal. It may take up to 24 hours to respond to certain issues. Upon successful submission of a proposal, the Sourcewell Procurement Portal will automatically generate a confirmation email to the proposer. If the proposer does not receive a confirmation email, contact Sourcewell's support provider at support@bidsandtenders.ca. Rev.3/2022 Sourcewell RFP#061323 Flooring Materials with Related Supplies and Services Page 9 2617 To ensure receipt of the latest information and updates via email regarding this solicitation, or if the proposer has obtained this solicitation document from a third party, the onus is on the proposer to create a Sourcewell Procurement Portal Vendor Account and register for this solicitation opportunity. Within the Sourcewell Procurement Portal, all proposals must be digitally acknowledged by an authorized representative of the proposer attesting that the information contained in in the proposal is true and accurate. By submitting a proposal, proposer warrants that the information provided is true, correct, and reliable for purposes of evaluation for potential contract award. The submission of inaccurate, misleading, or false information is grounds for disqualification from a contract award and may subject the proposer to remedies available by law. E. GENERAL PROPOSAL REQUIREMENTS Proposals must be: • In substantial compliance with the requirements of this RFP or it will be considered nonresponsive and be rejected. • Complete. A proposal will be rejected if it is conditional or incomplete. • Submitted in English. • Valid and irrevocable for 90 days following the Proposal Due Date. Any and all costs incurred in responding to this RFP will be borne by the proposer. F. PROPOSAL WITHDRAWAL Prior to the proposal deadline, a proposer may withdraw its proposal. G. OPENING The Opening of proposals will be conducted electronically through the Sourcewell Procurement Portal. A list of all proposers will be made publicly available in the Sourcewell Procurement Portal after the Proposal Due Date, but no later than the Opening time listed in the Solicitation Schedule. To view the list of proposers, verify that the Sourcewell Procurement Portal opportunities list search is set to "All" or "Closed."The solicitation status will automatically change to "Closed" after the Proposal Due Date and Time. VI. EVALUATION AND AWARD A. EVALUATION It is the intent of Sourcewell to award one or more contracts to responsive and responsible proposers offering the best overall quality, selection of equipment, products, and services, and Rev.3/2022 Sourcewell RFP#061323 Flooring Materials with Related Supplies and Services Page 10 2618 price that meet the commonly requested specifications of Sourcewell and its Participating Entities. The award(s) will be limited to the number of proposers that Sourcewell determines is necessary to meet the needs of its Participating Entities. Factors to be considered in determining the number of contracts to be awarded in any category may include the following: • Total evaluation scores (giving consideration to natural breaks in the scoring of responsive proposals); • The number and geographic location of highest-scoring proposers that offer: o A comprehensive selection of the requested equipment, products, or services; o A sales and service network ensuring availability and coverage for Participating Entities' use; and o Other attributes of the proposer or contents of its proposal that assist Participating Entities in achieving environmental and social requirements, and goals. Information submitted as part of a proposal should be as specific as possible when responding to the RFP. Do not assume Sourcewell has any knowledge about a specific supplier or product. B. AWARD(S) Award(s) will be made to the highest-scoring proposer(s) whose proposal conforms to all conditions and requirements of the RFP, and consistent with the award criteria defined in this RFP. Sourcewell may request written clarification of a proposal at any time during the evaluation process. Proposal evaluation will be based on the following scoring criteria and the Sourcewell Evaluator Scoring Guide (a copy is available in the Sourcewell Procurement Portal): Conformance to RFP Requirements 50 Financial Viability and Marketplace Success 75 Ability to Sell and Deliver Service 100 Marketing Plan 50 Value Added Attributes 75 Warranty 50 Depth and Breadth of Offered Equipment, Products, or Services 200 Pricing 400 TOTAL POINTS 1000 C. PROTESTS OF AWARDS Any protest made under this RFP by a proposer must be in writing, addressed to Sourcewell's Executive Director, and delivered to the Sourcewell office located at 202 12th Street NE, P.O. Rev.3/2022 Sourcewell RFP#061323 Flooring Materials with Related Supplies and Services Page 11 2619 Box 219, Staples, MN 56479. All documents that comprise the complete protest package must be received, and time stamped at the Sourcewell office by 4:30 p.m., Central Time, no later than 10 calendar days following Sourcewell's notice of contract award(s) or non-award. and must be time stamped by Sourcewell no later than 4:30 p.m., Central Time. A protest must allege a procedural, technical, or legal defect, with supporting documentation. A protest that merely requests a re-evaluation of a proposal's content will not be entertained A protest must include the following items: • The name, address, and telephone number of the protester; • Identification of the solicitation by RFP number; • A precise statement of the relevant facts; • Identification of the alleged procedural, technical, or legal defect; • Analysis of the basis for the protest; • Any additional supporting documentation; • The original signature of the protester or its representative; and • Protest bond in the amount of$20,000 (except where prohibited by law or treaty). Protests that do not address these elements will not be reviewed. D. RIGHTS RESERVED This RFP does not commit Sourcewell to award any contract, and a proposal may be rejected if it is nonresponsive, conditional, incomplete, conflicting, or misleading. Proposals that contain false statements or do not support an attribute or condition stated by the proposer may be rejected. Sourcewell reserves the right to: • Modify or cancel this RFP at any time; • Reject any and all proposals received; • Reject proposals that do not comply with the provisions of this RFP; • Select, for contracts or for discussion, a proposal other than that with the lowest cost; • Independently verify any information provided in a proposal; • Disqualify any proposer that does not meet the requirements of this RFP, is debarred or suspended by the United States or Canada, State of Minnesota, Participating Entity's state or province; has an officer, or other key personnel, who have been charged with a serious crime; or is bankrupt, insolvent, or where bankruptcy or insolvency are a reasonable prospect; • Waive or modify any informalities, irregularities, or inconsistencies in the proposals received; • Clarify any part of a proposal and discuss any aspect of the proposal with any proposer; and negotiate with more than one proposer; • Award a contract if only one responsive proposal is received if it is in the best interest of Participating Entities; and Rev.3/2022 Sourcewell RFP#061323 Flooring Materials with Related Supplies and Services Page 12 2620 • Award a contract to one or more proposers if it is in the best interest of Participating Entities. E. DISPOSITION OF PROPOSALS All materials submitted in response to this RFP will become property of Sourcewell and will become public record in accordance with Minnesota Statutes Section 13.591, after negotiations are complete. Sourcewell considers that negotiations are complete upon execution of a resulting contract. It is the proposer's responsibility to clearly identify any data submitted that it considers to be protected. Proposer must also include a justification for the classification citing the applicable Minnesota law. Sourcewell may reject proposals that are marked confidential or nonpublic, either substantially or in their entirety. Sourcewell will not consider the prices submitted by the proposer to be confidential, proprietary, or trade secret materials. Financial information, including financial statements, provided by a proposer is not considered trade secret under the statutory definition. Rev.3/2022 Sourcewell RFP#061323 Flooring Materials with Related Supplies and Services Page 13 2621 Sour-cewel 05/09/2023 Addendum No. 1 Solicitation Number: RFP 061323 Solicitation Name: Flooring Materials, with Related Supplies and Services Consider the following Question and Answer to be part of the above-titled solicitation documents. The remainder of the documents remain unchanged. Question 1: Referencing Table 14B Line Item 95, "Describe any performance standards or guarantees that apply to your services". Is "services" intended to mean Installation Services or Warranty Services? Answer 1: Table 14A affords a proposer the opportunity to describe their warranty program and coverages. Table 14B is intended to allow a proposer to describe any performance standards or guarantees associated with any services offered as part of their proposal. End of Addendum Acknowledgement of this Addendum to RFP 061323 posted to the Sourcewell Procurement Portal on 05/09/2023, is required at the time of proposal submittal. 2622 Sour-cewel 05/16/2023 Addendum No. 2 Solicitation Number: RFP 061323 Solicitation Name: Flooring Materials, with Related Supplies and Services Consider the following Question and Answer to be part of the above-titled solicitation documents. The remainder of the documents remain unchanged. Question 1: Will the pre-proposal conference be recorded? Answer 1: A copy of the presentation slides for the Sourcewell pre-proposal conference will be made available to all registered vendors after the completion of the webcast. In addition, assuming no technical difficulties, a link to a recording of the webcast will be shared and posted within the RFP's "Bid Documents" section on the Sourcewell Procurement Portal. End of Addendum Acknowledgement of this Addendum to RFP 061323 posted to the Sourcewell Procurement Portal on 05/16/2023, is required at the time of proposal submittal. 2623 Sour-cewel 05/17/2023 Addendum No. 3 Solicitation Number: RFP 061323 Solicitation Name: Flooring Materials, with Related Supplies and Services Consider the following Question and Answer to be part of the above-titled solicitation documents. The remainder of the documents remain unchanged. Question 1: Table 213: Indicate below if the listed products or services are offered within your proposal. Provide additional comments in the text box provided, as necessary. Where is the text box or how do we add a box to provide additional comments. Answer 1: The text box was not appearing due to a system setting oversight and has since been corrected. End of Addendum Acknowledgement of this Addendum to RFP 061323 posted to the Sourcewell Procurement Portal on 05/17/2023, is required at the time of proposal submittal. 2624 Sour-cewel 05/18/2023 Addendum No. 4 Solicitation Number: RFP 061323 Solicitation Name: Flooring Materials, with Related Supplies and Services Consider the following Questions and Answers to be part of the above-titled solicitation documents. The remainder of the documents remain unchanged. Question 1: What is the expected delivery timeframe after a PO is issued? Answer 1: Sourcewell utilizes a competitive, solutions-based solicitation approach that is not based on detailed specifications, finite quantities, or pre-determined locations. Sourcewell participating entities include thousands of public agencies located in the United States and Canada. There is no estimate of participating entity use by service type or category. Question 2: Can you elaborate on the marketing plan? It is unclear to me to whom my firm will be promoting and marketing our services/goods, and what such promotional activities might look like. Answer 2: Refer to RFP Section II. F. — Marketing Plan for guidance on the marketing plan requirements. Each proposer, in its discretion, will determine the content of its marketing plan. The solicitation is a competitive process and proposals will be evaluated on the content submitted. Question 3: If my company does not have a CAGE code or a Unique Entity Identifier (SAM), only a Federal Employer Identification Number(FEIN), are we allowed to participate in the RFP? 2625 Answer 3: A CAGE or Unique Entity Identifier(SAM) code is not required to be considered for or awarded a Sourcewell contract. Proposals are evaluated based on the criteria as stated in the RFP. Refer to the General Instructions above Questionnaire Table 1— "...respond "N/A" if the question does not apply to you (preferably with an explanation)." End of Addendum Acknowledgement of this Addendum to RFP 061323 posted to the Sourcewell Procurement Portal on 05/18/2023, is required at the time of proposal submittal. 2626 Sourcewel 05/23/2023 Addendum No. 5 Solicitation Number: RFP 061323 Solicitation Name: Flooring Materials, with Related Supplies and Services Consider the following Question and Answer to be part of the above-titled solicitation documents. The remainder of the documents remain unchanged. Question 1: Referencing Table 7 Line Item 51: When asking about our company's expectations in the event of an award, what are you really referring to? Answer 1: In the competitive process, Sourcewell will not advise a proposer on the content of the proposal. It is left to the discretion of each proposer to determine their internal expectations should they be awarded a contract. End of Addendum Acknowledgement of this Addendum to RFP 061323 posted to the Sourcewell Procurement Portal on 05/23/2023, is required at the time of proposal submittal. 2627 I.Jo rcewel r d� 05/30/2023 Addendum No. 6 Solicitation Number: RFP 061323 Solicitation Name: Flooring Materials with Related Supplies and Services Consider the following Addendum to be part of the above-titled solicitation documents. The remainder of the documents remain unchanged. RFP Addendum: The provider that services the Sourcewell Procurement Portal rescheduled a production release of their application. Due to this update, the Sourcewell Procurement Portal will be inaccessible during the release night of June 12, 2023 from 7:00 pm to 12:00am (EST). The remainder of the RFP content and the solicitation schedule remains unchanged. End of Addendum Acknowledgement of this Addendum to RFP 061323 posted to the Sourcewell Procurement Portal on 05/30/2023, is required at the time of proposal submittal. 2628 Sourcewel 06/02/2023 Addendum No. 7 Solicitation Number: RFP 061323 Solicitation Name: Flooring Materials, with Related Supplies and Services Consider the following Question and Answer to be part of the above-titled solicitation documents. The remainder of the documents remain unchanged. Question 1: Item 97:To identify any exception, or to request any modification, to Sourcewell standard Contract terms, conditions, or specifications, a Proposer must submit the proposed exception(s) or requested modification(s) via redline in the Contract Template provided in the "Bid Documents" section. Proposer must upload the redline in the "Requested Exceptions" upload field. All exceptions and/or proposed modifications are subject to review and approval by Sourcewell and will not automatically be included in the Contract. Where do we find this Contract Template?Additionally, where do we locate the standard contract terms and conditions? Answer 1: The Contract Template is available for download (as well as the RFP) on the Bid Details page of the Sourcewell Procurement portal. The Contract Template contains the standard contract terms and conditions. End of Addendum Acknowledgement of this Addendum to RFP 061323 posted to the Sourcewell Procurement Portal on 06/02/2023, is required at the time of proposal submittal. 2629 DocuSign Envelope ID:84096366-2C22-4E08-8244-E13A6551 E07D Q g.�Mrovg�nra � r Sourcewell COMMENT AND REVIEW to the REQUEST FOR PROPOSAL(RFP)#061323 Entitled Flooring Materials with Related Supplies and Services The following advertisement was placed April 25, 2023 in USA Today, in South Carolina's The State, and on the Sourcewell website www.sourcewell-mn.gov, Sourcewell Procurement Portal https://proportal.sourcewell- mn. ov Biddingo, Merx, PublicPurchase.com,The New York State Contract Reporter www.nyscr.nV.gov, April 26, 2023 in Oregon's Daily Journal of Commerce, and April 25 and May 2, 2023 in The Oklahoman: Sourcewell, a State of Minnesota local government unit and service cooperative, is requesting proposals for Flooring Materials with Related Supplies and Services to result in a contracting solution for use by its Participating Entities. Sourcewell Participating Entities include thousands of governmental, higher education, K-12 education, nonprofit, tribal government, and other public agencies located in the United States and Canada.A full copy of the Request for Proposals can be found on the Sourcewell Procurement Portal [https://proportal.sourcewe . Only proposals submitted through the Sourcewell Procurement Portal will be considered. Proposals are due no later than June 13, 2023, at 4:30 p.m. Central Time, and late proposals will not be considered. The solicitation process was conducted through the Sourcewell Procurement Portal.The following parties expressed interest in the solicitation by registering for this opportunity within the portal: Accu Steel, Inc. Kal-Trading, Inc. AHF Products Karndean International, LLC American Biltrite (Canada), Ltd. Mannington Mills, Inc. Bentley Mills, Inc. Mathusek, Incorporated BOSS CARPET ONE, LLC Mats, Inc. dba Matter Surfaces Britespan Building Systems, Inc. Maxxon, Inc. CBC America, LLC dba TOLI International TOLI TOLI Corp. MegaCera, LLC CDK Logistics, LLC Milliken &Company cfs INTERIORS& FLOORING Milliken Services, LLC Champion Flooring Mohawk Carpet Distribution, LLC Division 9 Flooring NPN Carpet Installation, Inc. 2630 DocuSign Envelope ID:84096366-2C22-4E08-8244-E13A6551 E07D SOu.uiF-CE Efl1l Pa Ec 2 of 6 Ecore International NWT& Nunavut Construction Association Emser Tile, LLC Opler Flooring Engineered Floors, LLC dba J+J Flooring Group PANDAFLOOR CONTRACTING, LTD Equitable PWXPress Excelsior Concrete Coatings RB &G Products, LLC dba Zandur Facility Armor Regina Construction Association Floorsite, Inc. Resell Solutions, LLC Forbo Flooring, Inc., dba Forbo Flooring Systems Roppe Holding Company Freedom Construction, LLC Sentinel Polymers Canada, Inc. Gerflor USA Share Corporation Giant Floor and Wall Covering Co., Inc. Shaw Integrated and Turf Solutions, Inc. Good News Group, Inc. Sled Consulting, LLC Great Floors, Inc. Tarkett USA, Inc. healthchek network, LLC Tiles In Style DBATaza Supplies, LLC UPOFLOOR Americas, Inc. dba Kahrs Interface Americas, Inc. Commercial Flooring All Proposals remained sealed within the Sourcewell Procurement Portal until the scheduled due date and time. Proposals were electronically opened, and the list of all Proposers was made publicly available on the Sourcewell Procurement Portal, on June 13, 2023 at 4:31:17 pm CT. Proposals were received from the following: Bentley Mills, Inc. CBC America, LLC dba TOLI International TOLI TOLI Corp. Champion Flooring Division 9 Flooring Emser Tile, LLC Engineered Floors, LLC dba J+J Flooring Group Facility Armor Forbo Flooring, Inc., dba Forbo Flooring Systems Gerflor USA Giant Floor and Wall Covering Co., Inc. Interface Americas, Inc. Karndean International, LLC Mannington Mills, Inc. Mats, Inc. dba Matter Surfaces Maxxon, Inc. MegaCera, LLC Milliken Services, LLC Mohawk Carpet Distribution, LLC RB & G Products, LLC dba Zandur Roppe Holding Company Shaw Integrated and Turf Solutions, Inc. Tarkett USA, Inc. UPOFLOOR Americas, Inc. dba Kahrs Commercial Flooring 2631 DocuSign Envelope ID:84096366-2C22-4E08-8244-E13A6551 E07D SOu.uiF-CE Efl1l Pd'gE� of 6 Proposals were reviewed by the Proposal Evaluation Committee: James Voelker, CPCM, CFCM, Procurement Supervisor Carol Jackson, Procurement Analyst Brandon Town, NIGP-CPP, CPSM, CPSD, Procurement Analyst Nick Scholer, Procurement Analyst The findings of the Proposal Evaluation Committee are summarized as follows: The Proposal Evaluation Committee applied the Sourcewell RFP evaluation criteria and determined that the products and services offered in the proposal response from Champion Flooring, fell outside of the Requested Equipment, Products, or Services of the RFP. All other proposals were found to meet the scope and mandatory submittal requirements and were evaluated. Bentley Mills, Inc., manufactures a wide selection of flooring options including resilient, vinyl, broadloom, carpet tile, flooring hybrid, and rugs.Their sales staff and service network will work throughout the United States and Canada to serve Sourcewell participating entities. Bently Mills, Inc., actively promotes recycling and carpet waste minimization through their FULFILL program.They are offering substantial discounts off list price. Division 9 Flooring, distributes a comprehensive catalog of flooring solutions such as resilient, ceramic, porcelain tile, wood, hardwood, laminate, rubber, vinyl, broadloom, carpet tile, epoxy, flooring hybrids, floor mats, and rugs. Their sales and installers are ready to serve Sourcewell participating entities in the United States and Canada. Division 9 Flooring is a nationally certified Woman-Owned Business from both NWBOC and WBENC.They are offering Sourcewell participating entities competitive pricing discounts. Forbo Flooring, Inc., provides a broad offering of flooring types including resilient, vinyl, broadloom, carpet tile, flooring hybrids, and floor mats.Their sales staff and dealer network will serve Sourcewell participating entities throughout the United States and Canada. All of Forbo Flooring's product categories offer 100%safe and traceable raw materials.They are offering considerable discounts off list price. Interface Americas, Inc., manufactures a variety of flooring options such as resilient, rubber, vinyl, and carpet tile. Their sales team and extensive dealer network are ready to serve Sourcewell participating entities in the United States. Interface Americas' flooring products are carbon neutral across their full product life cycle through their third-party verified Carbon Neutral FloorsTM program.They are offering Sourcewell participating entities solid pricing discount. Mannington Mills, Inc., is a manufacturer of resilient, rubber,vinyl, broadloom, carpet tile, and rug flooring solutions.Their regionally aligned sales teams and 400 dealer/installer partners will work throughout the United States to serve Sourcewell participating entities. Mannington Mills' commercial products can also contribute credits towards LEED, WELL, and other green building rating certifications.They are offering competitive discounts off list price. Mats, Inc., distributes a solid selection of resilient,wood, rubber, vinyl, broadloom, carpet tile, flooring hybrids, floor mats, and rug flooring materials.Their internal sales staff and dealer partners are ready to serve Sourcewell participating entities in the United States and Canada. Mats, Inc., offers sustainable flooring solutions that support green building and certification programs including LEED, Mindful Materials, and WELL Building Standard and are also a signatory of the Manufacturer Materials Pledge with Mindful Materials.They are offering Sourcewell participating entities solid discounts from list pricing. 2632 DocuSign Envelope ID:84096366-2C22-4E08-8244-E13A6551 E07D SOu.uiF-CE Efl1l Pa Ec 4 of 6 Milliken Services, LLC, provides a full selection of flooring solutions including resilient, ceramic, porcelain tile, wood, hardwood, laminate, rubber, vinyl, broadloom, carpet tile, epoxy,flooring hybrids, floor mats, and rugs. Their sales staff and dealer network of over 7000 will work throughout the United States and Canada to serve Sourcewell participating entities. Milliken Services' acoustic technology of their carpet tile solutions reduces in- room and through-floor noise by up to 50%compared to other flooring.They are offering substantial discounts off list price. Mohawk Carpet Distribution, LLC, manufactures a wide variety of flooring solutions including resilient, laminate, rubber,vinyl, broadloom, and carpet tile.Their commercial sales force and dealer network are ready to serve Sourcewell participating entities in the United States and Canada. Mohawk Carpet Distribution's EcoFlex ONE backing is 100%carbon neutral and additionally provides a 5%carbon offset.They are offering Sourcewell participating entities solid pricing discounts. Roppe Holding Company, is a manufacturer of flooring solutions such as resilient, rubber, and vinyl.Their regionally aligned sales staff and distributor partners will work throughout the United States and Canada to serve Sourcewell participating entities. All of Roppe Holding Company's products are emissions tested to GreenGuard Gold or FloorScore certification.They are offering competitive discounts off list price. Shaw Integrated and Turf Solutions, Inc., provides a large selection of resilient, ceramic, porcelain tile, wood, vinyl, broadloom, carpet tile, flooring hybrids, floor mats, and rug flooring solutions.Their sales staff and installation partners are ready to serve Sourcewell participating entities in the United States and Canada. Shaw's re[TURN]° Reclamation Program allows for the return of EcoWorx, ReWorx, and Shaw-made resilient flooring to be diverted from landfills and recycled into new products.They are offering Sourcewell participating entities substantial pricing discounts. Tarkett USA, Inc., manufactures a wide selection of resilient, ceramic, porcelain tile, laminate, rubber, vinyl, broadloom, carpet tile, epoxy, and flooring hybrid solutions.Their sales force and approved dealer network will work throughout the United States and Canada to serve Sourcewell participating entities.Tarkett USA's products are Cradle to Cradle CertifiedT'" for five criteria which include, material health, product circularity, renewable energy and climate requirements, water stewardship, and social fairness.They are offering competitive discounts off list price. For these reasons, the Sourcewell Proposal Evaluation Committee recommends award of Sourcewell Contract #061323 to: Bentley Mills, Inc. #061323-13PS Division 9 Flooring #061323-DV9 Forbo Flooring, Inc., dba Forbo Flooring Systems #061323-FRO Interface Americas, Inc. #061323-IFA Mannington Mills, Inc. #061323-MMI Mats, Inc. dba Matter Surfaces #061323-MAT Milliken Services, LLC #061323-MAC Mohawk Carpet Distribution, LLC #061323-MCD Roppe Holding Company #061323-RPP Shaw Integrated and Turf Solutions, Inc. #061323-SII Tarkett USA, Inc. #061323-TFU 2633 DocuSign Envelope ID:84096366-2C22-4E08-8244-E13A6551 E07D SOUIF'CEME,lI Pa Ec ! ref 6 The preceding recommendations were approved on July 21, 2023. 1Y:ocSige�d�by:®� "_"u:"'FA61 /0 PiI elv E4A0... James Voelker, CPCM, CFCM, Procurement Supervisor DocuSigned by:: "' 6EE63AEDED5F46E... Carol Jackson, Procurement Analyst D7 DocuSigned by: �"""'''/111 q l� P�2: BCA93CD6377421... Brandon Town, NIGP-CPP, CPSM, CPSD, Procurement Analyst DocuSignne++d E�by: 5G 40 LPG 4513A60DCA01467... Nick Scholer, Procurement Analyst 2634 DocuSign Envelope ID:84096366-2C22-4E08-8244-E13A6551 E07D SOu.uiF-CE Efl1l Pa E 6 of 6 i..� STATEMENT OF COMPLIANCE As Chief Procurement Officer for Sourcewell, I have reviewed the recommendation of the Evaluation Committee and the accompanying support materials documenting the process followed for RFP#061323 for Flooring Materials with Related Supplies and Services. The committee accepted, deemed responsive, evaluated, and recommended proposals for award. Under authority granted to the Chief Procurement Officer in Sourcewell's bylaws, the recommendations set forth above are approved. I hereby certify: 1. Sourcewell is a government agency, created and authorized by Minnesota law to provide cooperative procurement contracts. 2. The procurement process and resulting contracts have been awarded in compliance with the laws of the State of Minnesota (Minnesota Statutes Chapter 471 and Minnesota Statutes Section 123A.21), and in conformity to Sourcewell's Procurement Policy. DocuSigned by: y J(6xvf'� COFD2A139D06489... Jeremy Schwartz, CSSBB, CPPO, NIGP-CPP Sourcewell Chief Procurement Officer 2635 w rcfl M e K z zo N N Z Z Z Z Z Z } Z Z09 } LE E O E U y LU U E U E O G O E ° m m E ° O E E Q o w a E o E ° U O G ooE i oo E D U m E ooE ° . E O O -o m O O OO O O O OU U O O O C (n O o OE w0 oE o E U U ° o oo Q O`o = `m o o w oa `0 U cv U o LL m U — ° E FQ a r oo — ° m > U YaNU G G T G v ° w ° UE m m LLa m ma° o as a°°o a 3 W Z-o NoWcD -O EN N m O O O N O N76 O I m O Ct CD CD (n CD 2 UO m U Z LL m (0 (n m U f m O W X Ch N N of � p� O+ � (h r N T i0 d' J N Ln O+ Ln (h i0 O O O+ O r Ln Ln i0 r r N r N (h O+ O+ � Ln N Ln i0 O � � �u �n o� �n v rn � .o � v rn � � � N rn v .o o� o � rn .o � � •o v r� rn � � N o r� v v A r d d d O Ln O i0 i0 Ln i0 to i0 d d Ln to W d i0 O d O O O N O+ i0 I� � O+ O+ W � C J 0 o � U m - 0 W r ON N Nm a N W N O N aVJ O a oNN O 'aaZ > > W W i m N -N c Y -o (/ > i U > o > - c > m — rO ( > o U a ( � E � > E E > w m x > OO O O > U m m Z U O LL Z U O j W2 LLO O Z LL Ln O N Z (h (h O N O O d' W N N (h O O m m m of Ln ° N Z O (h O O I� (h r N i0 N N N p N ^ V p N n aP U M °J O r N O+ � � � Ln Ln Ln Ln Ln Ln � Ln Ln Ln � � Ln � Ln � Ln Ln Ln Ln � N Ln Ln Ln Ln Ln Ln N O+ (h (h (h (h (h (h (h (h (h (h (h (h (h (h (h (h (h (h (h (h (h (h (h (h r W OJ OJ OJ O+ O+ O+ O+ O+ O+ O1 O > m L E ~ E E E' OO mO N> E> O(0 mO E -0O° mU ° m m N N � m U 0 w O E S2E °° 2NN > O OZ E ° m=o O° U U n >a O m m = _ m m I-- m Um w m 0 T N U m N a °- Z >+ U E N O E U O U N i U Q aLp N ° NT Eo U E o (n (n T �NO t c 0 U O O U ` UO ° 5 ti o o 0E ° O O O U U U OO LL°EO OO U O m O O 5 ° °G0Oi O O (n2 O O OG p iGN O Cl) U O N(n > O ° O ° O E E m U O -O E N O O O O x CD Zmm U CM) U U U U U U O O (n (n (n (n U cc) CO)O UO y N M m w o N K z io m — o 0 E W z° z° > > > > z° z° > } Zp zp zE LE p z° > > o O U N O O y N E E O LU U U cr wgn OU U E N E O O O w O J U O OU U N O0 O E ow E p p . O o Ow o o E o Eo0 N E m p Y 3 i o° ° m NE o — om v a -@ @ ` E m @ a� C v o 0o o O iN NN O O O UNE i 0a0 o oO CDo — >U o 0 a U>Tm Y O CD mCD m WN O W X d Z N rA O d I-� O+ 4 4 O N W ch 6 4 4 O+ ch 6 6 m 6 6 m W W O 6 I, m 6 N r, VV� � W ti � N y � a> > � �- U 0 � a CO > CC c gn > > a ° n a xk `n W 3 m o w > > ° CO V Q # (n > N U i > Q > Q N N 0 -O N T (n 'O N O > -O (n m O G > -O m CO > M H E U ° > N N Q 0 U � m T O T n N G (n 'y Q ry O (0 (0 O O 3 Q i (n 2 T i LL O U Q E N O Q N - 0 m = E 0 0 o+ `m N =o p 3 Q m ai m -o m p a+ o G y' 'O N O (n O O i 'O > N ° O N N N 0_ O O G (0 (0 i y (0 N G (0 O ° O O = O v w o ui o o ° p 5 o m cD w = o > 1n `o o E Y z m O 5 m u z o o o O m p Q 3 n o } CO ni w LL Z (h LL � N O 2 O O O m Cl) r O i0 Z i0 N Ln O N W In O O I� O i0 O+ O i0 Ln Ln d' m � i0 N i0 (h Ln U M � o o� O .N mr m �o N a2 �n O mo v m m �n oN N v .2 o+ �n rG O r m I� w O (h O i0 O+ I� N d' i0 O i0 O d' m O i0 Ln i0 N O N N O N O O (h m d' (h d' I� O � (h m I� r r (h Ln O r r O (h m N I� O N O N N O Ln O+ O+ O+ O+ O+ O+ O+ O+ O+ O+ O+ O+ O+ O+ O+ O+ O+ O+ O+ O+ O+ O+ O+ O+ O+ O+ m m m m m m m m m � O1 O T U O O1 O1 ~ O O_ > >' N N D_ D_ V M N N .T, Ot U' C f0 O m C m C C O O ° O -O p E E v LL ° Q O .N > N Q O -o o ° -o G 0 E Z (0 n O n O (0 (0 N O y O 'O G N > O N > O N ip E E r E m 3 O m o E m a p > m m m o m o ° m o m o m m > > a� o m m o a� o m ° o O LL rn rn > LL rn a } rn z c� a rn o m w c� t- o a o o rn o cD 3 0 o J o w U J m 3 U 00 J LL 0 J U O Ot Ot O J J C O N = O O N N N L O o o G ? (n LL LL G ~ O > N — N — N y ° V N U m LLO U H ~ N(0 E J QG LLOO t CO > O O 0 O O O U G C C U U O O CO ° O O O ° ° - N U p O (n O iD E NO G N ° ° °- CO EQ LL° O UN ~ U =zm E N J co)O N O_ ° O N( ( E(n C N O G G CO O N ° N NO ° N N LL O U U 0 0 0 CD CD Y Z LL 0- W m 0U 2 Z Z O(O0_ - (n Q U U U U U U U U U U U U U U U U U U U U U U U U U U U 0 Q U U U y 110 co f W N o Z O W W m N N N N CO ? Z T T Z T Z co E E O C E E E EO Lo U U O °U T o E E E� a� m ° Ec o` ow i o 0o 6 " " ° E ° ° ° ° vo Um ° EW o O O 5 o wE O E �O O q ao O o E @ o ow oE m o w0 @ ° Oo @ 2 O o Ud3 wO o oE U U 0°9 ° 0° m w° Uo Y U o o0 0 3 o m a m c o a ° U w ¢ a 0 E E E ° ° �N p f0 O O N N U U N _ > C C oO ° moOO U U �Z O N m w oU o O a c� N pCn > C -O co) 2T C (/J CN m ~OOEifo 2m>E O! f0 O O O Y C7 C7 C7 Q U U Z 0 ( Q U(n U ( LL! Z O rA O i0 t n O O W m m O O N n n m O (h i0 O (h (h O N O O I� W V O i0 Ln W V V N (h O O O+ I� O N O O N O i0 N W M. O In OIlk - N O — - n V O d Ln (`� W O i0 V n W V i0 O O n Ln (h O O In V N i0 W O (h O n O (h O N In N v ° o rn rn rn N w o 0 o v o ° N N o v w ° v r o 0 o M o w o ~ J 6 4N NiO0 VOO+ N((hh 0N�W NLNn W� ILLnn � WLn V W N W N W n N n n m � NO OnhINn 2 WWi0 O N W as vzvv vvW W W v Z U W v v L� IWInn v v W W W W W W W W 0 Fil tL � U � C N O O = N O CON N m N Z Ya> Qo m C. =0 CO Z mte >m Q H Z 0 C ( 0C Q O> U .2 0 E-O O E rY O O O O O 0 O( OO O a°> N Z O U O O+ 0- ^ O O O phi O I� V O 00+ m Ln O O W O O N O °W O O (h Ln W V N O Ln U Ln i0 V V O N Ln O m W I� O O O Oi W m- V O - - W (h V n Ln N N In (h V V Ln (h (h N LL V In V is N W (h V (h (h (h O W n C � O o U _ °. v� N rn M N . M- N i0 W O O O O O+ I� (h Ln O O N V N O i0 I� i0 O O (h In m N (h N O n O V Ln i0 N (h i0 i0 Ln i0 i0 i0 i0 i0 i0 O+ O+ N m N (h V (h (h N N N (; N N V V (h N V N (h N N V (h (h (h N U O O O O O m N N C N N N O O O p O N r m ami aN O > N ° Na U m > = O O N 3O oc o w = E a o� J E E r 2 J LL H U J W LL H H LL(° Z m(n Z N O m N — N O z N i i Q = J O C N O N N U N C Of o m m a3 z E 0 0 0 p If O O m Of O >O N U y fo U LL C CO � N LL N LL LL L c a: m W mm -O O m O o om E = U U U O 0f0 °f0 m O ao °_ O ON O 0 UOE 1-21N O N w O D LLN OO OONv Li O O E _ Uo ° U z a a a m m c c c o o CD °OON � L a W Q H H H H H H W W J J J J J J J J J J J J J J J J J J J J J J J J J J J U U U U U U O O; LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL - LL LL LL LL LL LL LL LL LL LL LL y M aw 3 N z 50 U m N m N N N 0 U W Y 3 Z > > > m mt LE E U W U ° O O E � Oi N (0 E E O N Q0 p > O O O E OU E O p p 5 E O a ° O E U 0 U o o E E O E a E o a E o Q o E P o a E p o ° o m o o o o N o o a� ui i a� E `m E a� m ° p_ o o - - - E c`0i a�i °' o ui E o ° p ° 'a p ap a 0 o p m p ° E o y 0 0 @ 3 O E N O M O U O N > °' (0 N U V- N @) O E O O pt 'O N _p O U N T O O N p_ O E N E O N E N !0 O U N � .T (0 N pf E- (0 O N U N ° p N N N U p py� ° G ° aL a a� G� Uo p p o 3 E o U r m p o T @J > p m �°- 2 @J aL > .o o °1 N U a� � U o_ 5, ° `o a@Ji U o @j ° ° aoi pL U o w > w a m E 3 U ° o o E E �° E -`0p oa o -°p m ° ° ° E oa oa UN po Q 3 p o p p y -o x o ° zY O O O p D_ N N (0 U ,F >+ pf N -O N ° o = ° p m o ° a p p A a a '� a 3 r a LL` o N p E U U O O Y (0 N > T O N m N ° O — N cl) O (0 E O T O W p lZ' O o p >. m m U LL iv E y Y Q LL LL a U E y z m o m U = p p a p m J E E > p = m p E O O N — T O N — O (0 (0 (0 N (0 N O O N (0 O U' U m o m U J w m t- f m o � o a m m � m o a' a a J m U W O O m O d' I' of O I' N O O d' (2 d' d' ip O f.y O d O L O m of of d' r m N O O ip ip I� O W O+ N `p O (h O O O ip O N of d' ip of d' ip (h d' N O Ln W N N ° I� N O N O (h W I� O N `, ip i0 Ln Ln O Ln i0 m O Ln r N N W n o� r o � O v O � rn 7 N o� N n rn p p M v ^ o� M rn n � O 19 � 19 r O W (h O+ W O+ d' O+ i0 O+ O+ O+ (h d' N W O+ N N ch r m m W r, N N 6 4u W I� m i0 m O O Ln O N d' N p O+ r ip I� r W m" Ln N ip d' of N O+ N m m m N r- M M w M r r� .p F, F, Z Ln w Z rn Ln o� N r w Ln m m � Ln rn M w M .p w A O O W O W 0 0 0 O W O O O n n W O W O W O W r N r n W � Ln Ln (h Ln r r r O O O r d I- r r O O r O of O VV� LL m W O y N CO z j O M � z m M y m c o w m LdLU � (0 O-a CO T m O Q N p >' ° 0 N M N T E N j, O Y N t0 i VJ > 3 = (0 N (�0 N �° °� 3 in 3 o U rn a m p v � °� ° > �° �O o ° � �° 'o+ S3 o n = a = p =p U ° o a c m o p LL p Y ° H 3 Y N "0 p O *0 U N G O_ T p Oi Oi J LL N Of U - pf O ? Q O -2 m CD N y p o p 3 p a� E ° 3 p U .� O (0 'O N (0 p N s' Y N O "_ _ m U U (n N N (n Oi J J' a lZ' N m a p- N ° . U a' O O Z W W N O '6 3 N Z W Z Z LL Z W ~ v U r� o Ln v W N o a o z v o Ln Ln o r� rn Ln > U LL o o rn W Ln z Ln W O ip I� W O+ Ln (h O N of O d' N I� d' d' Lw O Ln O O Ln O m O N of O+ ip of ip O+ O ip N I� O N ip O O (`') ip of Ln i0 Ln ip Ln O of d' ip (`') O O O Ln (h Ln W Ln (h i0 Ln (h i0 N r N N O N of Ln N of N (`') N Ln W G � M U M _ F. N O N S O (0 N O N N p N y (0 y y O p p p p 'j 'j LO p p- LL m N U N O -O N O C O N O O ° ° N O >, N O p D_ N (0 o' i a� `o api -3p °� ° p i i :p m E E r p -p a' o E E m N p T 3 p (0 w p U O -0 O N ry = O m O Lp (0 O U O N ry N p O -p O � O O O_ `m (0 O 'p 3 t- LL LL a z LL m a m z a z Y a z z E o LL m a m _ U 3 n U a m n -o O E- O N N p O N U z O U D_ D_ O O O N > Q LL J O N O L.L U L.L D_ O pf E- (0 O p _ M U p H O O iT U`' (0 G i U 00 CD (0 °p of G i O N O i M U o N pf i O pf LL (0 i i p O > U E p a� o a� m '� E LL a� o ° o- a� p LL O p o 'o °o op aL > E i }, E � o m E o o E LL U o F- `° LL U LL E m o O O = m N a� E °' o U E m a� '� U E m ° oa p_ p N O U 0 N O G p_ a U O_ U N G pp O (0 U `p LL E ° i — E N U N - N U 'O N LL ° p ° N ° p o2J (0 N 'O O > U U U -p O (n LL 00 m E 'O N w _ 'O (n p pt E 00 LL LL U -O U (0 N O — (0 T N LL X Z E LL O _ pf > ° E N O N N p N p N 'p_ f: � Of m p p N U O p .N T (0 -O i 0 p U � LL LL j, j O_ O_ > r U (0 N N G O °' (0 N G N N N E (0 O U N O_ ° 'E O O m O M O U N O D_ T (0 N O (0 O N m O O ? p O (p LL (n E O O ° f H 3 U m U U O Z U a' (n W H > > LL U U a U U O J J Z LL lZ' f Q m 0 LL y 0 �o N w z z3 0 50 w w 0 m m z E E o a 0 LU U O G U p gn EoE� 'oG E E O E m U� m� oUa > .UYOO O O N E U O O 0 o EE ° E� U E o o > o oo o o 2 a a U p o mp o E o O 0- O oo m -2 @ N O U� @p U o @ U m @ oo > @ E o S m O @ @) o °2 .2 0 o ° � @ ' oo m° o - 2 E Eo m o > > m EE m 2 E E mEc`0i m `m o oCO E O m O ma a`3 °OT> EaG oo o oU o Y E O O U i LLmG E O O m m EmV p UO m J N G i Y` -O > >> E >o a E oUEmma co CD a> w z O O V I� O Ln i0 r O Ln Ln r O Ln (h i0 Ln d' d' Ln O W d' I� W N N O+ O d' O+ Ln r N rn rn O r O o v n o o n rn rn o o N rn o o n v r n r . (h A h (h O N O N r W n W n n n n (2 h W h O O O O h W 0 0 W W � r O r � (h N N N of O of (h r W O i0 of d O d d of d (h W ti N N m m W m O '� G G ry `> N O O' C,) N N in rn a> > m p` > a> m ° m w m CO c9 i a> .� m m CC a 2 a> Cn 2 o r > `° a> o E a> LL xk m 3 Q 3 -o a> -o �° O i Y > — O N T 0 O (n N G V> O D_ N m (0 > N a. O U G N O -O �> U ry O O O >' N i U G G O N a 2 m V`- m p m _ O i O i—°° m cmi `—° Y E E a> a> T o Y E -Eon o �> -`o 3 ° 5 r o m ° m a> o E f E o m r a 5 a m w O O a Cl) Cl) ai z d. LL o a t- v v o t` .� m >, z o a cv z d. = O U N �n �n r> o� r> o = a> U O O O O N Ln (h O Ln O i0 Ln d' N d' of O of N I� (h � d' of O+ O m i2 N of of O d' Mw O L2 r M O d' O+ (h N O i0 (h r N (`� � i0 I� O Ln r W G O U I� d' O m O O r, O O i0 O O O+ N O O I� N O O O N O O O N r O N N N N i0 N (h W � I� O of of d' O (h W O of of i0 O of N I� N i0 i0 O O O O O O O O r � O of of O+ of of m 3 O> Otj N CO D_ N N 4> y O> O O N > JN O J ON NN N O O E m O( ON aO O O LLX J E E >at� p o EX N w !E O 'O N OU OOTN X O f U m m (JNN N ( m m m O N U m (n G U C L O E E Ow CO CO p N w U O N z LL (6 m i CO J 6. N U U -O m O O < O> U N O LL m m O m E w o ~ � U m o a> > o a o o U � O m O .TN. LLU YLoo_ — ao- > O 0 O m oO O m - oO w U O_ O m O O ? ` -2 2 OOp o N O +O O EiLL w � O O N N - O =O U m O E Ncl) G '>p_ i cm m U a a oz�m U LL O a m Cm) U oa rnOE.L > U CO)U a' (n (n f' Q Y Y Y J J J J J J J J J J a s a s m m m m m y d w N K z zo > 3 z° z° z° z° z° z° z° z° > z° z° z° z° z° z° z° a� U LE o E V) Of N (UO E U U o E cr O N U o UONO f N > N p U Np U O p O o E E O E o O E E o o E E p E o O o E o o p O O O U Eo UE a � E o ui M ° oE0E w o OOO G 0 >Gm O (p U > m O U OOp O E E m o aEm ° w U x 2a @ Go m o U O oo o a o m U `02 ° DoENOU _ ° > a�i m U U `m o a� 'o =o `° -woo U @ m oa E E U U ° o n U a o N a w Ud U Gd m m @ U E m ° y U U m J `—° `° o E 3 @J o pi E -mo > m -o ai ° -ma o m Y o_ -mo o_ a3i a� �° c°'i m E E U i O N N O 5 LL z U E O OU .N� m m ° mU ym U. m -O °-O OC ° N C C = m 0 o I U U m U2 _EC JNEm 0 w Z O O O 'Zr r, L Or OO 0 O 0 i0 NN 0 Ln W O t 0 Ln Ln (h d' (h W Ln Ln N w r W i0 W O O O+ I. (h n J 6 6 O r Ln (h In r O+ 6 ch Ln i6 6 W N ch ch W w O+ W O I� (h O+ N (2 O I, N r m d' d' Ln O m O N d' N E .m-. A h h N h h h h r N W N 0 0 0 0 N 0 O N w w N L/ of i0 0 n r r n r h O O O 0 N 0 O O O O h O N N m V W p � r O C) o w N 'O O > m gn H V GQ r m Z o > m rO> ary'Om W m (Nn ° N> -o > ( mm ° Q > N f- o p, mmO ( (aa E o p O r a > OU OO � mm aaN`mn�� mNCp_ U o 0a m Nm a m CD o z O C/i m N Ln O LL O O of Ln U d' (h m O r O O O O d' O O+ O d' O+ N O O M of N s N (`') of of G M U � � OaG� w f Oa� LLry = m OE N m mo _ _ J E E >N aN � J NO N ° n � a n m O o 'm o 0 m C) CD a � a� � U w O U O � C N U o mO of w o p p O O m y m o °o o U J .Q O � Z — Q O LL E m E i Of V V N N o2J G N t/J vO a LL o CD O o` D ° °p Ymci 0N N > O O O CO G UE ° ° OE E °E o o o Q U E O m N LLa E °o FF o Eo Ui ma T T m w w O U C > p 0 O — Ea�mNGi CO COUi O V i O O O O O O O U — — O O U m O U w o � + m x o oa o_ ao ° > r a E > N O'O Om U O O U U N O m U -Q O m m m m O 0 a a a Um = N N m U Z: m Q° U U U U I- Q Z Z Z Z 0 Q Q Q Q Q Q Q Q Q F^^ F^^ F^^ F^^ U U U U U U U U U U 2 :E 2 2 2 2 2 2 2 L 2 � � � � � � L �"L L" .-L Z Z Z Z Z Z Z Z Z Z w 04 K z zo o 7:, o o o O O O O O O m O O O O z = z z z > > z z z z z z > 3 > > z z z z LE 0 U o E O O O w O E E E U E o N gn Q O wQ oo 5a o EE 2 ° f E m f E p O o EO ` ( O O p .� U E N O E a E o o`o O Ow E EE o0 O U o N oO O N > o E o i ° yo O UO On N3n c Oo� m a� Oo'i m_ E U o- E N O O G O N �p p G N O O N m i G O i= O 'O O N O `p m p O 'N E N N U O E O G N O p C�J N U@ O m > p E m @ m o O o `o U m U a U U - a U U m a m Y G� U U Go o ° U o U U aT E 0 w r E qw 2w m > m -moo @J > aNi @J m aNi a� a� E a o m E U � o m a m ri -mo -mo E ° E E m �� E -8 m Q E m -o 0 --o c`0i E � � O ry N N N U a °O N E O E Em OE _O O N N m U a OCD m ° N= pmN>i wN o°° m m nE � -om m CD U E E E w o ' ' oo oO o � rn o o m n rn LL ° a Y o = 3 a w Z `o `o rA O d' O (h r N N d' O of O r� i0 O O O O d' O+ O (h r O (h W (h N O O (h O Ln W O O+ i0 of of N of of m N N (h m m W (`� (`� Ln Ln of r, d' N �4 �r w 0 � LL � = U V y G m U -O o O O m O >' Ow > rn o w in 3 H V p U ' O > waZ-p Q > j Noa m N E CO ZCO rn -o Q°-o O o 0 'aOiWmUom0 o o 'OCD E E'O C N O OCD — o j V -o . - U O w p 00. � O _O OO x 2 m O_ 0 U p_ E 5 � U U O O w o r o o a UO Urn a m ON N m r r � m O O N U r () a NN ONa� n d O I� N r O O O of (2 (2 O N of O+ O O+ (h O O O I, of of of of of of I, r of of N N N N N N N N N N N N N N N N N N � � � i0 i0 O O O O O O O O O O of of of of of D_ Oi O O O N >i m = Oi Q Q N Q p '> N U O D_ N i m N N U N N N O O G G y O E Of G O m -O G m O G m m N N > > i O LL (0 N (0 T m O O G O N = G �, O N 3 N � (� `m Oxi m m °� °� - m m `m °' E E > a� m m E a� a� m m 2 2 m 2 m U J U' U LL U a U' U' m U a a' W LL m O O a' m o f z m (n a a J a rn U C) J J N O U U U Y m C QOf U N 5 N O J 01 N CO m LL p U E OV LLOE t G G G m_ LLG Z C O E Uo O O O o N` iN pm O E U N N U N O E p O aG� T LLp E O O O E o O OC f UO > > > p E (n > N O O O O_ O O NEO NO LL O O O C con con oa 5 o m O O O O C O E O m E O N m p E oU N O O O O w Om w LL U ` OmNOC_ f U W LL LL LL U : d d a' (n CO (n !n U CO E LL 2 U LL U m LL U 2 2 mJ Z a a' m m U m m f Q U U U U U U U U U U U U U U U © © z; w w z z z z z z z z z z z z z z g z z z z z z z z z z z z z z Z z Z z z z z z z z 'z z z z z- z z z z z y M q w N K z zo w w w w w w 0 0 0 o w o m m m m o 0 o O m O O m z z z > z > > z 3 > 3 3 > 3 z z z z 3 z z 3 > W ° O U � U U E G JQ U CG Ny U o OE U E U E U ry oO O O T E ON p o E E ° E ° °o o ° > = o � °@ _ E ow o ° Ea 2O N o O_ O E O O_ ME ` 0EO_ i = O O O E E ° x O o U o 3 p Y ° G @) o@) U oU a GU oi(0 m o 0 0 ? a o @) m _ N o o p o m ° o `o rn E Q 5 cv cv o �° 0 3 E Q ° a E o o f O UaNi E o N Q N ° G *' - N N N - N z o O a� a� a� o 0 o m E ° ° U ° a� > o O N CD 'O U T N Y O G G p� N G N Y N U (p V i O N LL m m U N i p (0 N (0 O N U LL U' O N N (0 O D_ E m T (0 LL U U (00 G > LL Of (°� J Y >, m LL 2 _ = m O � f m E a� E °� m ° E m E `m o .o m o 'm E o m `0 m m O a-Oi o o a�i a�i Y o m m a o 0 cD c� c� o w n i o a a t- rn � rn � � w o Q d. O O O O N N O O (h O d' O Ln (h Ln O O O Ln Ln Ln N Ln O N O Ln W i0 i0 O N r W O (h r O d' O d' O O O i0 N I� Ln O r (h Ln (h O O (h (h d' (h Ln O Ln (h N I, r 6 O d' N (h (h �? 4 6 W (h N Ln O — A n n n N n N r N n h n V W 0 W n n N N n N 0 n n W n n W W d n WO r O r O h W O of m of of of of h 6 6 V ^ O O O y N a°' >G M mN '> rn rn a rn G o Q s- a> O > p > c >OE iN N O > >m - = Q J Q O O 0 N O O r DO N � 2 GN E NN N O N N ZoNO -O(n W _O O O mO f 4 E d' of Ln (2 N r (2 (`') c r U V V °o cb rn v ob r� v m N O it O O O N O N of (2 (h (h O (h Ln N O d' O N i0 N O+ i0 i0 I� L2 O O 7 7N N of of of of of N Y O (0 Oo -p U LL T Q Y Y i (n N U O O O N N } m } N G i N (0 = O T ° o a' -3o U 3 >, °� ° 3 3 3 m oa °� r Q Q Z 0 Z Z w ii m >° w Z m (�9 m Z 2 Z m Z Q Z U Z C� (n U U U O G 0 G G i U O U m p N N i > O> w E Q D_ ° Oa N N o E NG LLNp O °D ° orn ° E o> 2 3 ow . . o . O ° oaS 5a O E . -o O mO E U ° O UU ° E E Cp O j EO o ° U �U O Uoo O O O 0(0 O N O w E ° U N O O_ YO N ENNO O O O N i O LL N 0E m OaG OOf O O O n 'OE O N o Um E OOOJ NN UG o oa C7 2 Cl) (n Q m m U U U U U W W M LL LL CD C7 C7 C7 C7 2 2 Y J J Z O a s � � � [L--, > > > > > > > > > > > > > > > >�z z z z z; z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z w N 0 z zo N O O O O N O ry O O O O ry O O } Z Z Z Z } Z } Z Z Z Z } Z Z LE O U y O E W 00 E O O E f o E o ° N E(0U pO(0 oE E E E UEE ° o E0 O° E O O _ U2- U O O O E - O O O O_ O OGp wUO E O p U OOO O jW O_ U O 'O O N N E 'OO O E p O 15 O O O 0 N N O O O (0 C U m ° � O> @ - ° E E E ry N @) @)O N C Ui O O -o o o ° o E o ° E E o Q oa E � E E E -`00 E E Y w ° E E m Y c`0i U N O O -o _ `O a` p (0 O Of U N ° N 'N UN a� � a in a c9 m a .� o o �° 2 a� a�i aNi m �° a LL a a a a a a LL a m ° U Of G Of (0 (n N J N O C (0 6 m N N - T N w N N N C G T 0 U O ° m a°� = m a°� 3 0 o m -° w - m a>> m Y Y °� >, ° o > m ° m `m a i o m a cv a cv o a Y o YCO a n w Y = a Y m U rA o Ln o 0 0 o rn rn o Ln o o v o 0 0 v .o M .o .o v rn o r� O+ G) O 6. O r Ln Ln O d' O O O O+ O I� O ^ O+ O+ O+ O+ O Ln O N (h Ln (h w Ln N O O O r r r (h O d' Ln Ln O r d. O O i0 O+ c,N d' O d' N (h W A h N N N W W Ln h n O (2 O 0 V M M 0 1 O O V O W W O n O O VV� � W ti h) o fA -o > (U ° ._ 2 a p ° ° a� z -o o -o Q w m a� o CC 0 O -p > N (0 O f> -� N lZ' U 'O T N L/ C C a > LL C N > Z 0 O > CC Q m ° 'o o n a o a m a > .>_ m Y o LL ° o a 3 a H o ate° Q a o ° o z a' a a v o o z m o ° w U) `u o > aL in o f a� ° -°o `m oa 3 o °' o m 3 0 `m ° cv 3 N N E 'm N (0 > *' G (0 I, N 2 8 m E -o -o a`°i E w = " a>> -° aEi m o N in �i > E m` LL aNi ai - ai U) Z z o m rn a� v o 3 o rn ° 2 w 0 °� °� O rn a r-I U I, O Y d' O yi Ln O Ln O O r w O of Ln O (`') O O+ (h N O d' O O O O Ln O O N O O of N Ln N Ln � Ln O Ln Ln r � O N O d' N N i0 O+ of I� (h O (h N O N i0 O (h d' Ln Ln N (`') G U (h (h (h Ln (h (h (h (h (h (h rm r v v v v v v v v O v v rn T N N � ZT p) ~ N to -Up U U U o_ -`0o cYi a a� o _ }° `-" x oa E ° E o o r>n m a� a� o o o o E 3 p o E E 3 aL o > E m E p E _ o >> m m a>> a-Oi m r m m 3 E r °_ (0 O O (0 N p O T O (0 N O O -i' O O s' V) LL Z lZ' U W U Z J m J U LL VJ m 2 U U m lZ' LL U Z f O f H O J W LL N D y E o w U w O y ti o o p ° ° O T T ° a a a E a o a ti `o a U ° p 'o y Q a E � ° p o i° m 4 O_ U U O ° o2J LL O ° d U ` O_ _ LL � O N N O N U U o O ° O U N U LL LL m U � Q d O U °- °_ °_ O O O U D_ (p w w O N O -O - O U w Of N (0 U p (p VJ E LL N U U N N LL ° G i Of O N N U (n N _ (0 (p E N (0 -_ .2 U LL (0 U O LL O LL (0 N N _ W lZ' - G a' N LL 'y �O o U ° . U "' O U LL O ovU O O O O_ N (0 X O m °D O N °D N jp U o2J U i ovU O �- N O LL` rn rn U r r a U U o J z rn r a m U c� 3 LL H Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z O O O O O O O O O O O O O O O 0 0 '. 0 0 y d� w N 0 z zo a> a> O O O O O N Z Z Z Z Z o0 >, 0mt LE y E � O O GE N E O E p ° O ° O O E E `O E E E E 0 o � a> 0 Q O 0 0 °0 0 0 0 0 0 o i ° E ° E E2 i t� U E O U i O O m ? O G'p ,0 3 'O U N N � E 'p N U O C�J G @� O> O N N @� t m ° m >, Y O N U ym. U U ° r o 2 3 o E a� ° ° @) E o m —mo U m @) Q) o ° '0 ° E o a U U - @) U a 3 ° = m m -mo 3 >m `ma0 a>> Y m a> CD m U a o ° U ~ E G Oi O N N (0 p O N z N O m O r r 3 Q' U w c) m m o3 [ CD CO Nm NGE Oa>> YU Yao O 'O -O at OCO LL N m > > O > m o ni mm'Y t= c9 Y w � Z O d O (h N Ln N Ln (h O Ln d' O of N I� Ln d' I� W Ln N O W (h r Ln O d' i0 N W N p O+ N O r N W d' r 6 O (h O O 6 O cb L O Ln r O ch c O O c, w (h m Ln Ln Ln r W O+ i0 N N O+ i0 d' N (h Ln O+ O N d' Ln d' O r .m-. A h N N d O N d O n r O d r N d d N (h MO d Ln 0- Ln Ln Ln n Ln n Ln 0 W O d O d O 0 O O i0 0 O O N h N O �o W �o�o W �o o+ o+ �o �o d' � d' W W H O lZ' CO O V y O w ^ N y N m T CON N m o O H CO -p a -O — CC aN aY M m o p >p > ° N CO Na>N p LL o -o> 0- o m O > - o m >a o o m O E m (Gm0O m3_ a O z O O ° >w > O Em O cLL N E E > m O cx w O E N ° f O Z O — Ooa_>O f O m Y U' LZ' m m J a J 2 U (h m O U O N LL m LL O U (h a' O = O� OJ i0 Ln i0 N i0 i0 Ln N O i0 O d' i0 (h r Ln Ln � O O O O Ln O O O O O i0 O (h r O O O p o O d U � N N I� r Ln i0 O Ln i0 O O r O r Ln i0 Ln O O O O O+ O+ N N N N CO Ln (h (h (h (h (h (h (h (h N (h (h r ~ O N m O> O> O> O> O mO mO3° O> ° U LLLLN N N OOO > w > > o o E E -o T ° oo m m Oo ` ° O w m m m o 2 m m m m - - - awmm o a a :2 Y Z: :2 >- ao = c> Cn a c> c> c> CD in 0) Y z Y z :2 :2 z z C) c> c> a a> a> a> °1 `O `O `O '> E 2- 0 O O N Q m LL N i C C C O Z N U U G O O i N m N O > O UO OO> O> O (On E °O D UUN NN U°> UOU O ->O °Ey Oi O+ YE0 m O C C C iO OGmD _ ONNm G OLL> O O O O O O O °- a: =mG O_ U O> O O m O O O O O O U OGO 0 Em HOU U U OCO m U N > N C x M CD E mLL O f m m m E n m m 2 CO OG > a W Q a a a a a a a a a a a a a a a U U U © p Z Z Z Z Z Z Z Z Z Z Z x F O o a a a a a a a a a a a a a a a n n n n ux M y cfl d� aw N z z o 03 `-'' z 5 ° ° ° x LE E O E y OU E E E O w O O O EE w ' O3 ° x E ° E E UN ui O O O OO O ` U O O O O O �i O �i U EO f E ° O N O OO E w O O U O U O N O O O O E O O O O O N U W O u o O E = m m O u' a i = O ° o aDEU ° O OOo ° °cE O UON _ OiN j mN i O 3 i ryryG O O U O GO °6 —o @ @) (5 E E @o_ � o O W. a x o O E oO N @ O E N ° 2 @) U @) Go o @) o `W" `m °� ° �' Y' -mom a=i @) o E E aai m °� oa m o a� .°�� O U N U U s' > CO� a' f U (0 N E O_ N -O W Y m E 3 N m O_ -O E -tii U 'N� Y_ O N N O C mO OOE mm o-N NE ° OE E O > o ._ O N°O ° jmo m - = = m O LL m° m � m CD O m U > N E j Om U N U O O m n z LL n c m > n o J i U OUmT w O L/ N 2 O Q) O 6 O ON O OOof n n N 0 O O OOd Id, rO N O N d O 0 0 ^ O W N r O N i0 `O N O ~ J N O (h p d (h' N O+ O' Ln O+ (h O+ O O' W p ( N ip 19 W r N N O W I� d' of (h d' N of O (h ^ O Ln Ln Ln i0 Ln O 4 I� r O 66 h r A i0 of of `O of N (h N i0 of N N i0 i0 O+ I� W d' (h O (`� i0 of Ln W (h M O O N Ln W Ln W d' O+ O+ i0 i0 N i0 O+ I� (h O mi0 Ln W i0 N O+ CJ Ln i0 O 0 O+ N h (h N W O h O h h O of O 0 N O h N h O I� W d. O i0 W ^ V W N of O+ N O+ (h N >W o U � - - - O Z N � � m (A -O o o m � # ° � m o V O W # at m N °O O Ot m y W m z ,.m_- O cr _o O z p` p a nrr c Ni , `0 m N U U o m 3 J -o 0 m x - mp_ a } o = E '°(n -o m ° a� T T ° v -o Q CC o Y a m LL a - W O J n E a E m m > # H _ (n m N m O - m N m E N N m O Y U LL 2 LL a T 3 (0 W N O N N N p m 3 J O ° - � a� m = y m m `m y -o ° -o > 3 3 3 in rn Q w � U rn S z 3 � d -° 3 Q �,� m m a m U CP V r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r � O - O O - V O O O >, O O m O i (N (O O U U O O N U NOO OO NN E 5 O 2- O O OND =O=O> O O> UC U U 2 2 0 2 2 � CD � U � CO UUVJ _O> a = E2 O N N U N U Of Of Of U oU N E J N N N O N O O O z O N U O Ot (n O O O Ot O d. O_ CO N LL -O LL LL LL N U i O1 O1 f 2 2 G > m m m - °O _ U LLa° a aUN -a0p aO sUO N m LLm LLm �m ( dmUo 0 - o -i g oO ` CO O rEaN� rEaN� rE ° mN UmG UEN O 1 O 1 = O m O O OO = o � OO >; YaOn 'U 'i 'i 0 x o O U O ( ( E O N ° - OO ( �' �' E a EE E O Y OEOLLO 03 N O n m U O' y ti d� cfl w o N oZ O 5 0 m m m m m m N E N p p p p p ry O E O ° ry 2 2 2 2 2 } z CO z 3 } LE F; E o° °c E ° Qo m o0 0 E o E 0 E U 3 J U O N U U = O Ot N N G U O O O a U a a o E Ga ° o E ° ° ° O y E w '° O a� cUi N � °i 3 ° o ` o =2 O ' am ma O E o 0 a @ ao o ° 'Ea o o ° S E0 � O - O x m x a o E O o O xm > �, ON U O E �_ `0 m E o o� a� w ° m -o -0 E m O m i U Y > m ° Y m Of U m ry Q m m X m m N 3 N N = E 3 � E °_ m E °' °_ � N °3 U � � a' `0 N U E LL N U � U N i 3 o m N a a� N T > T N O * m `° i w a� -o Z m ° a a ° _ ° C a m E > o 6 � O Y N O O Of > O N G 'O N O U N U i N a Y d (/j U CD 2 ry U LL m H N Y U' r d N d U' J s U m G m >+ O ry N LL E °1 E N i N O N T Y N N X T — -0 E t/J D_ N T O r > N ry s' U T N '0 U w N m G m U w t- Z x � N O d' N of i0 O (h (h r N w o v o o M O 7 6 N o v mO w of I� O r (h ^ Ln O d' ip O+ I� W N O N d' I� N Ln �j I� Ln d' m w w N C, Ln N O+ Ln of C, Ln (h (h C, i0 of of N A O+ (h d' N of I- N O � O of � N O+ N (h N of N N � ^ I� d' N d' (h of N (h d' O+ N W N I� O O (h r N(h N N Ln Ln (2(h N N O ^ (h r (h O O (h O ^ i0 (`� O+ i0 N O+ CD O O -o m O LL o a - V1 Ei G a' O N � p N >i # N N p — T N Q z m J in -o p m '> a J m m m a m .� m a H — o m - a� o r Lu a� -o -0 3 0 m o CO m = rn o O m m m a� °_ m m m a�i oa °oa E °' m m m T O O w + E t- -o E ° o o O U w E w E w . ° a�i x ° 5 a°i o O m > o N N 0 — m " N o a U w I- m m z I- 3 m` CO CD a CD 'a 3 Y � m 'a -F � rn in N � w � z = 3 J � o o n o w � U � 3 N O N Ln Ln O d' O O O N (h Ln (h r (h (h O O O+ Ln O O O O MN LnN (h O O O O O O r i0 Ln O O r N (`') U LOrrn NiWrC0 N CN O ior0 C0f OOIr� rNWrOC Of >UCO a O N G O O O E' .> U O O Q a aO E N =N(oNah NOVNO 1 (dNE z= ° U za � � z � Uw22 °} w � 2 LL z C c CO r 'tz ti N N ° Q N m m O N N m m N U O O U O J O w ON 'O '� O >i CO O U U d LL LL N LL O O U G E E E LL LL ° E E O °o ,5 U 3 U ° E U U U E E LL H `° `° ° a� ° ° w E °1 U o E O = ° oD O_ O o 0 E i O O G G LL E ` E = O U C OD_ m U LL N U N > LL 00_ 00_ `m m i i E 'E O o `O o E o 'E `0 3 0 U N N 0 p U U E E o O O °_ N ° O m i m O N p O O M- � i G G (0 (0 (0 i U LL LL 2 U LL U ry O m m G G (0 m } i i 'E (n E �i a� J m cn m a°i a°i a°i a°i LL x x x m `o -o -°o U •-. o "- m p ° U a� m m °_ °_ °_ °_ o- a� a� a� 3 a� m m o o m ° o °� oD o a� o o o LL LL a � � CO � � � r > 3 } o o p w LL 2 = J J 'a 3 3 H i- ham- Imo- tom- Imo- Imo- > > > > > > > > > > > > I- y 00 d� cfl �w N O Z N N ?O M M m m CO CO Z Z Z Z Z LE y O W N cr Q N E E U EO U N 00 OU of N 00 EO U_ N N - O U W 00 O p N L U E N @ @) E N N U O0 Of O O N m C O m C O C C F Y U LZ Y a: T (n LL N U LL U w m N m E N O N r 100 Z > Y 2 0 2 0 M W x d Z N O O+ O f.y O d N O (h N Ln (h W N of i0 Ln d' O+ d' N J o .o m v n o n rn WO O O O N O O O O O O O W ti T O y O m y wcr a > Vl G > CO T > > N m Cn _ N O Q z a� Q CO O y (p m N T Z Y w OJ Ln -O N O U uj LL E N N LL XO m O c Q N i0 > LLI 2 a Z O m of N O m of O ^ o io LL M (h N G O U N O+ O+ O+ O+ O+ Ln Ln Ln N OJ OJ OJ OJ F' N U > E a' 0 M G G G m y -m N m C p m m � 0 U w -o w N 0 0 a'i o_ cYi m m m - - m m Y CO CO Q 1- J w LL (n U U w O w a `m Z U Q a o � N m O LL j N N N `0 00 O O O O O LL O ry U p O LL O LL U: LL T E LL ow (p >+ E 0 T X m O_ O >i � m m O O CD CD � O' (n (n 1� LL U U 2 O' I- y