HomeMy WebLinkAboutItem G01 NOTICE OF REQUEST FOR COMPETITIVE SOLICITATIONS
NOTICE IS HEREBY GIVEN that on Wednesday, December 17, 2025, at 3:00 P.M., the Monroe
County Purchasing Office will receive and open sealed responses for the following:
International Public Relations Agency for Monroe County
Tourist Development Council
Pursuant to F.S. § 50.0211(3)(a), all published competitive solicitation notices can be viewed
at: www.floridapublicnotices.com, a searchable Statewide repository for all published legal
notices. Requirements for submission and the selection criteria may be requested from the County's
electronic bidding platform at https:Hmonroecounty-fl.bonf"irehub.com OR www.monroecount�
fl.gov/BonfireBids. The Public Record is available upon request.
Monroe County Purchasing Department receives bids via the Bonfire electronic bidding platform.
Please do not e m a i 1, mail or attempt to deliver in person any sealed bids. Emailed/mailed/physically
delivered bids/proposals/responses WILL NOT be accepted.
The Monroe County Purchasing Department hereby directs that bids be submitted via the Bonfire
electronic bidding platform at https:Hmonroecounty-fl.bonfirehub.com, no later than 3:0 0 P.M. on
Wednesday, December 17, 2025. There is no cost to the bidder to use the Bonfire platform.
Please d o n o t submit your confidential financial information as part of your proposal. There are
separate uploads for each set of documents, including confidential financial information. All proposals
will be made public on the platform after an intended decision or 30 days, whichever is earlier, unless the
bids/proposals are rejected in accordance with F.S. 119.071. If your proposal document includes financial
information,that information will not be considered confidential and will be available and viewable to the
public in accordance with public records law. In the event of a discrepancy between the bid amount on
the Proposal Form and the bid amount entered in Bonfire, the bid amount listed in the "Proposal Form"
provided by Monroe County in the RFP is the amount that will be utilized by the County when considering
the bid proposal. The County reserves the right to waive any proposal/bid irregularity.
The bid opening for this solicitation will be held virtually, via the internet, at 3 :0 0 P.M., on
Wednesday, December 17, 2025. You may call in by phone or internet using the following:
Join Zoom Meeting
https:Hmcbocc.zoom.us/j'/4509326156
Meeting ID: 4509326156
One tap mobile:
+16465189805114509326156#US (New York)
+16699006833114509326156#US (San Jose)
Dial by your location:
+1 646 518 9805 US (New York)
+1 669 900 6833 US (San Jose)
Competitive Solicitation for Professional International Public Relations Services—FY 2026
1
.-"ONROE COUNTY BOARD OF COUNTY
COMMISSIONERS
REQUEST FOR COMPETITIVE
SOLICITATION
'N
PR,01...........
IO'NAL INTER NA U0, 'AL PUBLIC RELA,
.. ..E Spi
UONS
iiiiiiiiiiiiiiiiiiiiiillillillillillillilliillillillillillillillilillillillillillillillillillillilliillillillillillillilliillillillillillillilliillillillillillillillillillillilliillillillillillillilliillillillillillillilliillillillillillillillillillillilliillillillillillillilliillillillillillillilliillillillillillillillillillillilliillillillillillillilliillillillillillillilliillillillillillillillillillillilliillillillillillillilliillillillillillillilliillillillillillillillillillillilliillillillillillillilliillillillillillillilliillillillillillillillillillillilliillillillillillillilliillillillillillillilliillillillillillillillillillillillillillillillilliillillillillillillilliillillillillillillillillillillilliillillillillillillilliillillillillillillilliillillillillillillillillillillilliillillillillillillilliillillillillillillilliillillillillillillillillillillilliillillillillillillilliillillillillillillilliillillillillillillillillillillilliillillillillillillilliillillillillillillilliillillillillillillilllllllllllllllIIIIIIIIIIIIIIIIIIIIIIillillillillillillilliillillillillillillillillillillilliillillillillillillilliillillillillillillilliillillillillillillillillillillilliillillillillillillilliillillillillillillilliillillillillillillillillillillilliillillillillillillilliillillillillillillilliillillillillIIIillillillillillilliillillillillillillilliillillillillillillilliillillillillillillillillillillilliillillillillillillilliil,,lillillillillilliillillillillillillillillillillilliillillillillillillilliillillillillillillilliillillillillillillillillillillilliillillillillillillilliillillillillillillilliillillillillillillillillillillilliillillillillillillillIillillillillillillilliillillillillillillillillillillilliIllillillillillillilliillillillillillillilliillillillillillillillillillillilliillillillillillillilliillillillillillillilliillillillillillillillillillillilliillillillillillillilliillillillillillillilliillillillillillillillillillillilliillillillillillillilliillillillillilI
jj
SE�RVICE S,1111 ,f`
iiiiiiiiiiiiiiiiiiiiiillillillillillillilliillillillillillillilliillillillilliillillillillillillilliillillillillillillilliillillillillillillilliilillillilliillillillillillillilliillillillillillillilliillillillillillillilliilillillilliillillillillillillilliillillillillillillilliillillillillillillilliilillillilliillillillillillillilliillillillillillillilliillillillillillillilliilillillilliilllllllllllllllllllllIIIIIIIIIIIIIIIIIIIIIIillillillillillillilliilillillilliillillillillillillilliillillillillillillilliillillillillillillilliilillillilliillillillillillillilliillillillillillillilliillillillillillillilliilillillilliillillillillillillilliillillillillillillilliillillillillillillilliilillillilliillillillillillillilliillillillillillillilliillillillillillillilliilillillilliillillillillillillilliillillillillillillilliillillillillillillilliilillillilliillillillillillillilliillillillillillillilliillillillillillillilliilillillilliillillillillillillilliillillillillillillilliillillillillillillilliilillillilliillillillillillillilliillillillillillillilliillillillillillillilliilillillilliillillillillillillilliillillillillillillilliillillillillillillilliilillillilliillillillillillillilliillillillillillillilliillillillillillillilliilillillilliillillillillillillilliillillillillillillilliillillillillillillilliilillillilliillillillillillillilliillillillillillillilliillillillillillillilliilillillilliillillillillillillilliillillillillillillilliillillillillillillilliilillillilliillillillillillillilliillillillillillillilliillillillillillillilliililllI
DEVEI...........JOPMEN 111111,r COUNCH..,d
MONROE COUNTY TDC
Diane Schmidt, Chairperson
George Fernandez, Vice Chairperson/Co-Treasurer
Mayor DeeDee Henriquez, Co-Treasurer
Mayor James Scholl
Council Member Robyn Still
Bobby Mongelli
Peg Laron
Patti Stanley
Rachel Oropeza
President & CEO of Visit Florida Keys (VFK)
Kara Franker
SVP, Public Relations
Heidi Barfels
All responses submitted to this solicitation should be submitted via the Bonfire
electronic bidding platform at hqps://monroecounty-fl.bonfirehub.com
3-900 P.M
_,Wednesday December 17.
Detat"... Secti'.on
Competitive Soli'.ci[tati.on.
Competitive Solicitation for Professional International Public Relations Services—FY 2026
2
TABLE OF CONTENTS
Page
SECTION ONE
Instruction to Proposers 4
SECTION TWO
General Terms and Conditions 18
SECTION THREE
Terms and Conditions Specific to:
Professional International Public Relations Services 21
SECTION FOUR
Draft Agreement 27
SECTION FIVE
Insurance Requirements and
Response Forms Required By Monroe County, Florida 45
Competitive Solicitation for Professional International Public Relations Services—FY 2026
3
SECTION ONE
INSTRUCTION TO PROPOSERS
All respondents must use the current Competitive Solicitation Documents downloaded from
the website https://monroecounty-fl.bonfirehub.com. Use of any other document may result
in your submission being rejected at the sole discretion of the County.
1.01 DESCRIPTION
The Proposer awarded an Agreement shall provide Professional International Public Relations
Services for the Monroe County Tourist Development Council (TDC). The Agreement will
provide for the International Public Relations Agency to act as a Provider to the TDC that shall
provide services as outlined within the Specifications in Section Three of this Competitive
Solicitation.
1.02 COPIES OF DOCUMENTS
A. Only complete sets of Competitive Solicitation Documents will be issued and shall
be used in preparing responses. The County does not assume any responsibility for
errors or misinterpretations resulting from the use of incomplete sets.
B. Complete sets of Documents may be obtained in the manner and at the location stated
in the Notice of Request for Competitive Solicitations.
1.03 RESPONSE REQUIREMENTS
The Monroe County Purchasing Department receives bids via the Bonfire electronic
bidding platform. Please do not mail or attempt to deliver in person any sealed bids.
Emailed/Mailed/physically delivered bids/proposals/responses WILL NOT be
accepted.
The Monroe County Purchasing Department hereby directs that bids be submitted
via the Bonfire electronic bidding platform at https://monroecounty-fl.bonfirehub.com,
no later than 3:OOP.M., on Wednesday December 17, 2025.
There is no cost to the bidder to use the Bonfire Platform.
Please d o n o t submit your confidential financial information as part of your proposal.
There are separate uploads for each set of documents, including confidential financial
information. All proposals will be made public on the platform after an intended decision or
30 days, whichever is earlier, unless the bids/proposals are rejected in accordance with F.S.
119.071. If your proposal document includes financial information, that information will not
be considered confidential and will be available and viewable to the public in accordance with
public records law. In the event of a discrepancy between the bid amount on the Proposal
Competitive Solicitation for Professional International Public Relations Services—FY 2026
Form and the bid amount entered in Bonfire, the bid amount listed in the "Proposal Form"
provided by Monroe County in the RFP is the amount that will be utilized by the County when
considering the bid proposal. The County reserves the right to waive any proposal/bid
irregularity.
The bid opening for this solicitation will be held virtually, via the internet, at 3:00 P.M.,
on Wednesday December 17,2025.You may call in by phone or internet using the following:
Join Zoom Meeting
https://mcbocc.zoom.us/j/4509326156
Meeting ID: 4509326156
One tap mobile:
+16465189805„4509326156#US (New York)
+16699006833114509326156#US (San Jose)
Dial by your location:
+1 646 518 9805 US (New York)
+1 669 900 6833 US (San Jose)
1.04 DISQUALIFICATION OF PROPOSERS
A. NON-COLLUSION AFFIDAVIT: Any person submitting a Proposal in response to
this invitation must execute the enclosed NON-COLLUSION AFFIDAVIT. If it is
discovered that collusion exists among the Proposers, the Proposal of all participants
in such collusion shall be rejected, and no participants in such collusion will be
considered in future Proposals for the same work.
B. PUBLIC ENTITY CRIME: A person or affiliate who has been placed on the
convicted vendor list following a conviction for a public entity crime may not submit
a Proposal on an agreement to provide any goods or services to a public entity, may
not submit a Proposal on an agreement with a public entity for the construction or
repair of a public building or public work, may not submit Proposals on leases or
perform work as a contractor, supplier, subcontractor or consultant under an
agreement 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.
C. DRUG-FREE WORKPLACE FORM: Any person submitting a Proposal in response
to this competitive solicitation must execute the enclosed DRUG-FREE
WORKPLACE FORM and submit it with the Proposal. Failure to complete this form
in every detail and submit it with your Proposal may result in immediate
disqualification of your Proposal.
Competitive Solicitation for Professional International Public Relations Services—FY 2026
D. LOBBYING AND CONFLICT OF INTEREST CLAUSE SWORN STATEMENT:
Any proposal submitted a Proposal in response to this invitation to this competitive
solicitation must execute the enclosed LOBBYING AND CONFLICT OF
INTEREST CLAUSE SWORN STATEMENT and submit it with the Proposal.
Failure to complete this form in every detail and submit it with your Proposal may
result in immediate disqualification of your Proposal.
E. PROPOSALS RECEIVED AFTER DEADLINE: Any Proposal submitted after the
Request for Competitive Solicitation deadline of 3:00 P.M. Wednesday December
17, 2025 will automatically be disqualified.
F. VENDOR CERTIFICATION REGARDING SCRUTINIZED COMPANIES
LISTS: 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 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.
G. AFFIDAVIT ATTESTING TO NONCOERCIVE CONDUCT FOR LABOR OR
SERVICES: Any Proposal submitted must include the enclosed Affidavit Attesting
to Noncoercive Conduct for Labor or Services pursuant to F.S. 787.06(2)(a)
1.05 EXAMINATION OF REQUEST FOR COMPETITIVE SOLICITATION
DOCUMENTS
A. Each Proposer shall carefully examine the Request for Competitive Solicitation and
other Agreement documents and inform himself thoroughly regarding any and all
conditions and requirements that may in any manner affect cost, progress or
performance of the work to be performed under the Agreement. Ignorance on the
part of the Proposer will in no way relieve him of the obligations and responsibilities
assumed under the Agreement.
B. Should a Proposer find discrepancies or ambiguities in, or omissions from, the
specifications, or should he be in doubt as to their meaning, he shall at once notify
the County.
1.06 INTERPRETATIONS, CLARIFICATIONS AND ADDENDA
Competitive Solicitation for Professional International Public Relations Services—FY 2026
No oral interpretations will be made to any Proposer as to the meaning of the Agreement
documents. Any inquiry or request for interpretation received seven(7)or more business days
prior to the date fixed for opening of responses will be answered. Written questions should
be emailed to AdminAsst*fla-keys.com. Any interpretation, correction or change of the
Bidding Documents will be accomplished by Addenda and if issued will be posted on Bonfire
and a notification will be furnished by Bonfire to all known prospective bidders listed as
planholders prior to the established opening date. Copies of Addenda will also be made
available for inspection wherever Bidding Documents are on file for that purpose.
Interpretations, corrections, or changes of the Bidding Documents made in any other manner
will not be binding and Bidders shall not rely upon such interpretations and changes. Oral and
other interpretations or clarifications will be without legal effect. Each Proposer shall
acknowledge receipt of such addenda in the space provided in the response form attached to
the Proposal document. In case any Proposer fails to acknowledge receipt of such addenda or
addendum, his response will nevertheless be construed as though it had been received and
acknowledged and the submission of his response will constitute acknowledgment of the
receipt of same. All addenda are a part of the Proposal documents and each Proposer will be
bound by such addenda, whether or not received by him. It is the responsibility of each
Proposer to verify that he has received all addenda issued before responses are opened.
All Proposals received will be reviewed by the Selection Committee. The Selection
Committee will recommend a list of finalists to make an oral/visual presentation. If
requested, the presentation will be made to the Selection Committee during a Zoom
meeting on a date in the week of January 12, 2026. Finalists will be informed of the exact
time of the presentation.No contact regarding this Request for Competitive Solicitation
will be allowed between the applicant and individual members of the Selection
Committee or the TDC Board. The Selection Committee will be comprised of one (1)
TDC Board member, one (1) Visit Florida Keys staff member and one (1) member of
the community. The respondent shall not lobby, solicit or act to influence the District
Advisory Committees (DAC's) or any other Advisory Committees and/or the TDC
board members in any way that may have an effect on the outcome of the competition,
discussion or negotiations leading to the allocation of funding,or an award of contract
as reviewed and approved by the County Attorney's office. Such action may lead to
withdrawal of the proposal from consideration.
1.07 GOVERNING LAWS AND REGULATIONS
The Proposer is required to be familiar with and shall be responsible for complying
with all federal, state and local laws, ordinances, rules and regulations that in any
manner affect the work. Knowledge of occupational license requirements and obtaining
such licenses for Monroe County and municipalities within Monroe County are the
responsibility of the Proposer.
Competitive Solicitation for Professional International Public Relations Services—FY 2026
1.08 PREPARATION OF RESPONSES
Signature of the Proposer: The Proposer must sign the response forms in the space provided
for the signature. If the Proposer is an individual, the words "doing business as
", or "Sole Owner" must appear beneath such signature. In the case of a
partnership, the signature of at least one of the partners must follow the Agency name and the
words "Member of the Agency" should be written beneath such signature. If the Proposer is a
corporation, the title of the officer signing the Proposal on behalf of the corporation must be
stated along with the Corporation Seal Stamp and evidence of his authority to sign the Proposal
must be submitted. The Proposer shall state in the response the name and address of each
person interested therein.
1.08.1 SUBMISSION OF RESPONSES
A. Responses shall be submitted as indicated in the Notice of Competitive
Solicitation. Please do not mail, email or attempt to deliver in person any sealed
bids/proposals. Emailed or mailed/physically delivered bids/proposals/responses WILL
NOT be accepted. Please be advised that it is the respondent's sole responsibility to
ensure the timely delivery of their bid/proposal via upload to Bonfire. Bonfire will not
allow any Proposals to be uploaded after the time and date for receipt of Proposals.
Proposals received after the time and date for receipt of Proposals will not be considered.
B. The bid opening for this solicitation will be held virtually, via the internet, at 3:00 P.M.,
on_Wednesday December 17, 2025. You may call in by phone or internet using the
following:
Join Zoom Meeting
https:Hmcbocc.zoom.us/j/4509326156
Meeting ID: 450 932 6156
One tap mobile
+16465189805„4509326156#US (New York)
+16699006833„4509326156#US (San Jose)
Dial by your location
+1 646 518 9805 US (New York)
+1 669 900 6833 US (San Jose)
C. A public notice will be issued regarding the Selection Committee meeting and how to
attend that meeting virtually.
D. Emailed/mailed/faxed proposals shall be automatically rejected. It is the sole
responsibility of each Respondent to ensure its proposal is timely received.
E. Each Proposer shall submit with their Proposal the required evidence of their
qualifications and experience.
Competitive Solicitation for Professional International Public Relations Services—FY 2026
Finalists will be notified in writing after the Selection Committee reviews and selects
finalists to make presentations during the week of January 12, 2026 via Zoom.
Thereafter, the recommendation of the Selection Committee will be made to the
TDC Board and will be submitted to the Board of County Commissioners. No
contact regarding this Request for Competitive Solicitation will be allowed
between the applicant and the TDC Board or the Selection Committee. The
respondent shall not lobby, solicit or act to influence the District Advisory
Committees (DAC's)or any other Advisory Committees and/or the TDC board
members in any way that may have an effect on the outcome of the competition,
discussion or negotiations leading to the allocation of funding, or an award of
contract as reviewed and approved by the County Attorney's office. Such
action may lead to withdrawal of the proposal from consideration.
1.09 DETERMINATION OF SUCCESSFUL PROPOSER
Award shall be made to the responsible Proposer whose proposal is determined to be the most
advantageous to the TDC and County,taking into consideration the evaluation criteria set forth
below:
EVALUATION CRITERIA FORM
INTERNATIONAL PUBLIC RELATIONS SERVICES
Total points earned are on a scale of 1 — 100 points (1 = lowest 100 = highest)
1. Ability of Professional Agency Personnel: 10 points
(a) Describe the qualifications and relevant
international tourism public relations experience of
the Account Manager and all key staff that are
intended to be assigned to this project. Include
resumes for the Account Manager and all key staff
described. Include the qualifications and relevant
experience of all subconsultants' key staff to be
assigned to this project. Describe the qualifications
and relevant international tourism experience of the
Account Manager and all key staff intended to be
assigned to this project.
(b) Include specific qualifications and experience as it
relates to international public relations services for
a tourism agency.
Competitive Solicitation for Professional International Public Relations Services—FY 2026
(c) Provide an Organization Chart that demonstrates
how the account will be managed.
(d) Provide a description for how the Proposer can tap
into additional resources or reassign staff not
assigned to the TDC's account to assist with large-
scale projects or replace under-performing staff on
the project.
(e) Include qualifications and relevant experience of
any proposed subconsultants.
2. Project Approach: Scope of Work Management 15 points
(a) Describe the Proposer's methodology and approach
to the scope of work, including international public
relations, strategy development, media outreach,
press trips, and reporting.
(b) Provide description of the Proposer's organization's
services and specific account processes (e.g.
Complete monthly billing with all appropriate back-
up documents, including detailed time sheets, and
detailed invoices, original line-item receipts, and
comprehensive billing recap including projections
through end of the fiscal year.)
(a) Provide a description of how the Proposer manages
workflow, assignment tracking, and project
approvals.
(b) Indicate the Proposer's specific expertise in
handling multiple campaigns for stakeholders in the
destination.
3. Project Approach: Account Management 15 points
(a) Describe the Proposer's approach for handling
account management of international public
relations plans. Describe how activities will be
tracked and reported.
Competitive Solicitation for Professional International Public Relations Services—FY 2026
1.
(b) Identify how the Proposer will maintain
accountability, responsiveness, and alignment with
destination goals throughout the term of the contract.
(c) Explain the proposed structure for onboarding, staff
continuity, and issue resolution.
4. Project Approach: Media Relations Strategy and 5 points
Execution
(a) Describe how the Proposer builds and maintains
relationships with international media, influencers,
and travel trade professionals.
(b) Provide examples of proactive pitching strategies and
how these have led to earned media placements for
tourism destinations.
(c) Explain how market-specific storytelling and content
development will be tailored to each proposed region.
5. Past Performance: Evidence, Knowledge, and 20 points
Experience
(a) Describe Proposer's experience on projects of
similar nature, scope and duration, along with a
description of satisfactory completion, both on time
and within budget, for the past five (5) years.
(b) Provide a minimum of three (3) projects with
references and measurable outcomes.
(c) Demonstrate knowledge of the international travel
landscape and media environment in each proposed
country.
6. Past Performance: Transparency & Integrity 10 points
(a) Describe how the Proposer communicates with
clients and values integrity, transparency and
honesty.
Competitive Solicitation for Professional International Public Relations Services—FY 2026
7. Financial Ability to Provide Services 20 points
(a) Submit most recent two years of financial
statements for review. The financial statements are
not required to be audited financial statements. The
annual financial statements shall be in the form of:
i. Balance sheets, income statements and annual
reports; or ii. Tax returns; or ill. SEC filings. If tax
returns are submitted, ensure it does not include any
personal information (as defined under Section
501.171, Florida Statutes), such as social security
numbers, bank account or credit card numbers, or
any personal pin numbers. If any personal
information data is part of financial statements,
redact information prior to submitting a response.
(b) A statement regarding the Proposer's ability to respond
to government purchase orders.
(c) A statement outlining the procedures that will be used
to issue invoices in the billing of services for the TDC.
(d) Include Proposer's Monthly Fee & Hourly Rate Card.
8. Conduct Business in Florida & Monroe County 5 points
(a) Proposer must have the authority to transact
business in the State of Florida and be in good
standing with the Florida Secretary of State. For
further information, contact the Florida Department
of State, Division of Corporations.
(b) Please provide proof of registration with the State
of Florida, Division of Corporations. If an
application is pending, please provide proof of said
application and the status.
(c) Please provide the location of the Proposer's Office
and how that may affect the delivery of services.
Please Note that a Local Preference is intentionally not
being considered for this RFP given the nature of the
services.
Competitive Solicitation for Professional International Public Relations Services—FY 2026
2
9. Completion of Additional Information and 0 points
Certifications Pass or Fail
All required
Proposers are required to submit detailed information on Forms must be
their firm and certify to the below requirements. Failure to attached.
submit the following forms and information may result
in disqualification.
(a) Response Form
(b) Ethics Clause
(c) Non-Collusion Affidavit
(d) Drug-Free Workplace Certification
(e) Public Entities Crimes Statement
(f) Vendor Certification Regarding Scrutinized
Companies List
(g) Affidavit Attesting to Noncoercive Conduct for
Labor or Services
(h) Proof of Insurance Requirements
(i) Litigation Check-List- Please ensure that
information/answers are provided as requested as
set forth in 1.19 below.
(j) Proposer's Monthly Fee & Hourly Rate Card
1.10 CONTENT OF SUBMISSION
The proposal submitted in response to this Request for Competitive Solicitation shall be in
PDF format; shall be clear and concise and provide the information requested herein.
Responses shall be organized, and sections noted at top of page. Since oral presentations or
demonstrations may not be solicited, the Proposer should not withhold any information from
the written response. Each Proposer must submit adequate documentation to certify the
Proposer's compliance with the County's requirements. Proposer should focus specifically on
the information requested. Additional information, unless specifically relevant, may distract
rather than add to the Proposer's overall evaluation.
A. COVER PAGE
A cover page that states "REQUEST FOR COMPETITIVE SOLICITATION-
Professional International Public Relations Agency Services for Monroe County
Tourist Development Council." The cover page should contain name, address,
telephone number of Proposer, and the name of the Proposer's contact individual or
corporate officer authorized to execute agreements. Proposers may bid for any of the
following: 1) Scope of Services, 2) Scope of Services and any Optional Services, or
Competitive Solicitation for Professional International Public Relations Services—FY 2026
1
3) any individual Optional Services. They should clearly state which services are
included in their proposal on their cover page.
B. SECTIONS
Each section should be formatted in the order of the Evaluation Form provided.
1.11 MODIFICATION OF RESPONSES
Written modification will be accepted from Respondents if modified by removing the
existing proposal/response from Bonfire and uploading a new complete proposal.
Modifications submitted in any other way will not be considered.
1.12 RESPONSIBILITY FOR RESPONSE
The Proposer is solely responsible for all costs of preparing and submitting the response,
regardless of whether an Agreement award is made by the County.
1.13 RECEIPT AND OPENING OF RESPONSES
Responses will be received until the designated time and will be publicly opened and read
aloud at the appointed time and place stated in the Notice of Request for Competitive
Solicitations. Monroe County's representative authorized to open the responses will decide
when the specified time has arrived, and no responses received thereafter will be considered.
No responsibility will be attached to anyone for the premature opening of a response not
properly addressed and identified. Proposer or their authorized agents are invited to be present.
1.14 DETERMINATION OF SUCCESSFUL PROPOSER
Following the receipt of responses, the Selection Committee will meet in a publicly noticed
meeting and evaluate the responses based on the criteria and point total above. The County
reserves the right to reject any and all responses and to waive technical errors and irregularities
as may be deemed best for the interests of the County. Responses that are incomplete,
unbalanced, conditional, obscure or which contain additions not requested or irregularities of
any kind, or which do not comply in every respect with the instruction to Proposers and the
Agreement documents, may be rejected at the option of the County.
Competitive Solicitation for Professional International Public Relations Services—FY 2026
1.15 AWARD OF AGREEMENT
a) If the award of an Agreement is annulled,the County may award the Agreement
to another Proposer or the work may be re-advertised or may be performed by
other qualified personnel as the County decides.
b) An Agreement will be awarded to the highest ranked Proposer deemed to
provide the services which are in the best interest of the County.
c) The County reserves the right to award multiple contracts or separate contracts
for portions of the work, waive any irregularity in any response, or to re-
advertise for all or part of the work contemplated.
d) The County also reserves the right to reject the response of a Proposer who has
previously failed to perform properly or to complete contracts of a similar
nature on time.
e) The recommendations of the TDC will be presented to the Board of County
Commissioners of Monroe County (BOCC), Florida, for final approval of
Agreement.
f) The Agreement may be awarded by the BOCC and/or VFK and a contract may
be entered into between the County or Visit Florida Keys as determined by the
BOCC.
1.16 EXECUTION OF AGREEMENT
The Proposer to whom an Agreement is awarded will be required to return to the County one
(1) signed original Agreement together with the required certificates of insurance.
1.17 INSURANCE
The Proposer shall defend,indemnify and hold harmless the County as outlined on the attached
form on page 41.
1.18 BID PROTEST
Any Bidder/Respondent/Proposer who claims to be adversely effected by the decision or
intended decision to award a contract shall submit in writing a notice of protest which must be
received by the County Attorney's Office within seventy-two (72) hours or three (3) business
days, whichever is greater, after the posting of the notice of decision or intended decision on
Bonfire or posting of the notice of decision or intended decision on the Monroe County Board
of County Commissioners' ("BOCC") agenda, whichever occurs first. Additionally, a formal
written protest must be submitted in writing and must be received by the County Attorney s
Office seventy-two (72) hours or three (3)business days prior to the BOCC's meeting date in
which the award of contract by the BOCC will be heard. The only opportunity to address
protest claims is before the BOCC at the designated public meeting in which the agenda item
Competitive Solicitation for Professional International Public Relations Services—FY 2026
1
awarding the contract is heard. In accordance with the Rules of Debate as set forth in the
Monroe County Board of County Commissioners Administrative Procedures, the
Bidder/Respondent/Proposer that filed the protest is responsible for providing the Clerk with
his/her name and residence prior to the agenda item to award the contract being called in order
to preserve their opportunity to be heard on this matter. An individual has three (3) minutes to
address the Commission and a person representing an organization has five (5) minutes to
address the Commission. The BOCC decision to award the contract is final and at their sole
discretion. Failure to timely protest within the times and manner prescribed herein shall
constitute a waiver of the ability to protest the award of contract,unless the BOCC determines
that it is in the best interest of the County to excuse the protest waiver. The filing of a protest
shall not stop the solicitation, negotiations, or contract award process, unless it is determined
that it is in the best interest of the County to do so.
1.19 LITIGATION & FINANCIAL INFORMATION CHECK-LIST
The Proposer must provide the following information:
(1) A list of the person's or entity's shareholders with five percent or more of the stock or,
if a general partnership, a list of the general partners; or, if a limited liability company, a list
of its members; or, if a solely owned proprietorship, names(s) of owner(s);
(2) A list of the officers and directors of the entity;
(3) The number of years the person or entity has been operating and, if different, the
number of years it has been providing the services, goods, or construction services called for
in the bid specifications (include a list of similar projects);
(4) The number of years the person or entity has operated under its present name and any
prior names;
(5) A print out of the "Detail by Entity Name" screen from the Proposer's listing in
www.sunbiz.orb;
(6) A copy of the Proposer's Annual Report that is submitted to the Florida Secretary of
State.
B. The Proposer must provide answers to the following questions regarding claims and suits:
(1) Has the person, principals, entity or any entity previously owned, operated or
directed by any of its officers, major shareholders or directors, ever failed to complete
work or provide the goods for which it has contracted? Yes or No. If yes, provide
details.
(2) Are there any judgments, claims, arbitration proceeding or suits pending or
outstanding against the person,principal of the entity, or entity, or any entity
previously owned, operated or directed by any of its officers, directors, or general
partners? Yes or No. If yes, provide details.
(3) Has the person, principal of the entity, entity, or any entity previously owned,
operated or directed by any of its officers, major shareholders or directors, within the
last five (5)years, been a party to any lawsuit, arbitration, or mediation with regard to
an Agreement for services similar to those requested in the specifications with private
or public entities? Yes or No. If yes, provide details.
Competitive Solicitation for Professional International Public Relations Services—FY 2026
16.
(4) Has the person, principal of the entity, or any entity previously owned, operated or
directed by any of its officers, owners, partners, major shareholders or directors, ever
initiated litigation against the County or been sued by the County in connection with
an Agreement to provide services, goods or construction services? Yes or No. If yes,
provide details.
(5) Whether, within the last five (5) years, the owner, an officer, general partner,
principal, controlling shareholder or major creditor of the person or entity was an
officer, director, general partner, principal, controlling shareholder or major creditor
of any other entity that failed to perform services or furnish goods similar to those
sought in the request for competitive solicitation: Yes or No. If yes, provide details.
C. Proposer must provide the following:
(1) Customer references (minimum of three): provide customer contact name, email
address, current phone number, brief project description, contract amount, contract
duration.
(2) Credit references (minimum of three), including name, current address and
current telephone number.
(3) Financial statements for the prior three years for the responding entity or for
any entity that is a subsidiary to the responding entity.
Competitive Solicitation for Professional International Public Relations Services—FY 2026
SECTION TWO
GENERAL TERMS AND CONDITIONS
2.01 DEFINITIONS
Wherever used in these General Conditions or in the other Agreement documents the terms
below have the meanings indicated which are applicable to both the singular and plural thereof.
The use of the terms "he," "him," "himself' or "his" shall refer to male and female persons
alike and should not be construed as derogatory or discriminatory to female persons.
Request for Competitive Solicitation: This term includes Request for Proposal (RFP) and is
a solicitation of responses for prices and terms for procurement of goods and/or services for
which the scope of work, specifications or contractual terms and conditions cannot reasonable
be closely defined by the county. Evaluation of a proposal is based upon prior established
criteria which may include but may or may not be totally limited price.
Addenda: Additional directions or modifications issued during the procurement process
provided via written or graphic instruments which clarify, correct or change the proposal
documents or the Agreement documents.
Proposal Documents: The advertisement or Notice of Request for Competitive Solicitation,
instructions and forms contained in this Request for Competitive Solicitations (Response
Form,Non-Collusion Affidavit,Lobbying and Conflict of Interest Clause,Public Entity Crime
Statement, Drug Free Workplace) and the proposed Agreement documents (including all
addenda issued prior to receipt of responses).
Proposer: a person or entity who submits a proposal/response.
Agreement Documents: The Proposal Documents, Agreement, Addenda (which pertain to
the Agreement documents), the Proposer's proposal or response (including documentation
accompanying the response and any post-response documentation submitted prior to the notice
of award) when attached as an exhibit to the Agreement, these General Conditions, together
with all amendments, modifications and supplements.
Compensation: Compensation will be discussed during finalist presentations and final
decision made during Agreement negotiations.
Agreement Time: The Agreement shall be in force and binding on the County and the Agency
for a period of three (3) years with an option for the County to renew for one additional two-
year period.
Competitive Solicitation for Professional International Public Relations Services—FY 2026
Agency: Entity that is providing the Response and with whom the County may ultimately
enter into an Agreement.
Contractor: The person, agency or corporation with whom the County has entered into the
Agreement.
Effective Date of the Agreement: The date indicated in the Agreement on which it becomes
effective, but if no such date is indicated it means the date on which the Agreement is signed
and delivered by the last of the two parties to sign and deliver.
Laws and Regulations; Laws or Regulations: Federal, state and local laws, rules,
regulations, ordinances, codes and/or orders.
Notice of Award: The written notice to the apparent successful Proposer stating that upon
compliance by the apparent successful Proposer with the conditions precedent enumerated
therein,within the time specified,the County will sign and deliver the Agreement. The County
reserves the right to award multiple contracts.
County: The Monroe County Board of Commissioners with whom the Agency has entered
into the Agreement and for whom the work is to be provided.
Specifications: Those portions of the Agreement documents consisting of written technical
descriptions of materials and services required under the Agreement.
Written Amendment: A written amendment of the Agreement documents, signed by the
County and the Agency, on or after the effective date of the Agreement.
Failure to Execute Required Forms: Failure to execute the required forms shall result in
entity being disqualified and the response being rejected.
2.02 PROPOSER'S RESPONSIBILITIES
2.02.1 Supervision and Personnel
The Proposer shall supervise and direct the work competently and efficiently, devoting such
attention thereto and applying such skills and expertise as may be necessary to perform the
work in accordance with the Agreement documents.
2.02.2 Parts, Materials and Equipment
Unless otherwise specified in the Agreement, the Proposer shall furnish and assume full
responsibility for all services,materials,equipment, labor,transportation,machinery,tools and
all other incidentals necessary for the completion of the work.
Competitive Solicitation for Professional International Public Relations Services—FY 2026
19
2.02.3 Taxes
The Proposer shall pay all sales, consumer, use and other similar taxes required to be paid by
the Proposer in accordance with the laws and regulations of the place of the project which are
applicable during the performance of the work. The County is not liable for sales or use taxes.
2.02.4 Compliance with Laws
The Proposer shall comply with all applicable laws and regulations of federal, state and local
governments.
Competitive Solicitation for Professional International Public Relations Services—FY 2026
20
SECTION THREE
SCOPE OF SERVICES
INTERNATIONAL PUBLIC RELATIONS AGENCY
The Monroe County Tourist Development Council (TDC) and Visit Florida Keys (VFK)
invite agencies to respond to a Request for Proposal (RFP) for international public
relations services. These services will support efforts to promote The Florida Keys & Key
West as a premier global travel destination through proactive media outreach, relationship-
building with j ournalists and influencers, and destination storytelling in key international
markets. Support includes the overarching brand of Visit Florida Keys and micro brands
designed to promote five (5) District Advisory Committees in Key West, Big Pine and the
Lower Keys, Marathon, Islamorada and Key Largo, as well as niche travel under the
umbrella categories of diving, fishing and cultural.
Countries and regions of interest include:
- Canada
-United Kingdom
- Ireland
- Germany
- Austria
- Switzerland
- Italy
- Benelux (Belgium,Netherlands, Luxembourg)
- Scandinavia(Denmark, Finland,Norway, Sweden)
Proposers may submit responses for any individual country, a combination of countries, or
all regions listed above. The County reserves the right to award multiple contracts by
country or region, or to award a single consolidated contract, based on what is most
advantageous.
Proposers may bid on:
1) Scope of Services
2) Scope of Services and Optional Services
Proposers must clearly identify which countries and which services are included in their
proposal on the cover page of their submission.
Managerial Approach
For all Services provided, Proposer will implement the following management approach at
no additional cost to the TDC:
Proposer will ensure that the persons responsible for Proposer's performance of the
Services under this Agreement and, to the extent applicable (collectively "Key
Competitive Solicitation for Professional International Public Relations Services—FY 2026
21
Personnel"), are appropriately trained and experienced and have adequate time and
resources to perform in accordance with the terms of this Agreement. To the extent
Proposer seeks or is required to make any change to the composition of the Key Personnel,
Proposer will provide the TDC with thirty (30) days' advance written notice (or as much
advance notice as is possible if thirty (30) days' notice is not possible) regarding such
changes and the management plan associated with such changes. The TDC shall not be
responsible for any additional costs associated with a change in Key Personnel.
Proposer will ensure an employee is identified and held accountable as the primary contact
responsible for quality control and ensuring Services are delivered timely and in complete,
accurate states. The designated primary contact is responsible for ensuring deliverables are
presentable and meet TDC's expectations, including but not limited to, containing features
such as proper spelling and punctuation, appropriate photography and copy, and other
aspects related to quality control and compliance with each Service. Proposer will further
ensure a plan is in place to evaluate this person's performance regularly, as requested by
the Contract Administrator, and correct any situation related to quality control promptly.
Proposer will submit an onboarding plan including a timeline for approval by the Contract
Administrator within 21 days after the Effective Date of the Agreement. The onboarding
plan shall identify a timeline for media outreach, press releases, familiarization tours,
media missions, event attendance and other activities necessary for a successful
international public relations program.
Annually, Proposer will review and identify staff workflow for producing Services from
concept to final acceptance.
Monthly Fee Services
Proposer shall provide the following Monthly Fee Services with accountability and
justification to actual services performed. Proposer shall keep records reflecting the
Monthly Fee Services performed, costs incurred, and the actual total hours worked by each
of the employees or subcontractors on each specific Monthly Fee Service provided during
the applicable billing period. Please provide a monthly fee &hourly rate card, as required
in the evaluation criteria. Invoices will be payable for services rendered during the billing
period, regardless of when media results are published. This is to recognize that editorial
decisions at various publications are becoming more fluid, and writers often do not have
control over the timeline of their story being published. Deliverables in-progress shall be
documented in the monthly activity report.
Note: The TDC has attempted to estimate the percentage of Monthly Fee Services falling
into each category set forth below; however, because the needs of the TDC differ monthly,
actual usage in each category may vary and TDC makes no guarantee or commitment of
any kind concerning actual usage. The selected vendor shall provide all Monthly Fee
Services required by the TDC for the Monthly Fee.
Competitive Solicitation for Professional International Public Relations Services—FY 2026
22
The services include,but are not limited to:
• Strategic PR plan development per assigned country or region.
• Ongoing media relations and story pitching (minimum outreach benchmarks per
market).
• Distribution of destination-focused press releases, video news releases and
newsletters.
• Proactive media engagement and timely response handling.
• Coordination and support of group and individual press trips.
• Crisis communications and timely support, with a plan for staffing during weather
or destination-impacting events.
• Development and execution of market-specific editorial partnerships and
placements.
• Attendance and participation in international media and travel trade events, as
approved.
• Monthly press clipping service and comprehensive activity report.
Communication & Reports
• Provide monthly progress reports with activity summaries, earned media coverage,
impressions, and value.
• Submit regular market insights and trend updates from each represented region.
• Attend meetings (virtual or in-person) as requested and deliver updates on planned
and completed activities.
• Provide a year-end performance summary highlighting accomplishments and
recommendations for future successes.
• Submit invoices with appropriate back-up documentation, including time sheets,
proof of press placements, or a timeline for placements, receipts, and year-to-date
projections.
• Send timely updates and media coverage as it happens (real-time distribution when
appropriate).
• Proposer shall provide such periodic reporting as may be requested by the Contract
Administrator or delegated Project Manager.
• Monthly invoices shall follow Monroe County TDC's standard invoicing format
and include a cover memo summarizing services performed, the invoice and PO
reference, an itemized breakdown of work categories, and a single PDF packet
containing a monthly status report, media coverage log, and any applicable press
trip documentation or variance justifications. Invoices must demonstrate services
rendered during the billing period, regardless of media publication timelines, and
all supporting receipts must be in English and converted to USD at the applicable
exchange rate.
Account Maintenance
Competitive Solicitation for Professional International Public Relations Services—FY 2026
• Delivery of all files (including, but not limited to written work, photography and
videography) to TDC. *The TDC retains ownership of all assets.
• Maintain up-to-date media and influencer lists specific to each country or region
served.
• Conduct regular status calls/meetings with internal public relations and/or
marketing teams and partner agencies (social, public relations, and global
representation firms) regarding all active projects and maintain highly responsive
email and phone communications.
• Attend, create, produce, and participate in presentations to boards and committees,
partners or other groups as requested and needed.
• Respond promptly to requests for support, translation, or amplification of
destination messaging.
• Design and conduct quantitative and qualitative market research as necessary to
conduct data-driven decision making and reports, as requested.
• Assist with integration of PR efforts into overall brand strategy and digital efforts.
• Provide support for public relations, website and sales staff both domestically and
internationally.
• Crisis communications support as situation unfolds and continuing as needed.
Reimbursable Expenses
• If requested, Proposer may perform the following activities at actual cost without
markup. Before completing the reimbursable activity, Proposer will provide the
Contract Administrator with required documentation and a written estimate to
secure a written Notice to Proceed.
• Press trip expenses (e.g., travel, lodging, meals for hosted media).
• Registration and travel for approved industry meetings, conferences and events.
• Translation services and localized content production.
• Out-of-pocket expenses for approved activations or campaigns.
Competitive Solicitation for Professional International Public Relations Services—FY 2026
b
• Travel costs and travel-related expenses. Travel-related expenses must adhere to
Section 112.061, Florida Statutes.
• Mileage Reimbursement for approved travel will be dependent upon the primarily
location(s) of the selected firm. All travel is subject to approval and must comply
the amounts authorized by Section 112.061, Florida Statutes and in accordance
with Monroe County Code Chapter 2, Art. III, Div 3 and Monroe County Travel
Policies.
• Printing, shipping and handling, and distribution costs of collateral projects.
• Hardware, materials, shipping, and assembly cost of support materials
• Rental, purchase, or otherwise securing studio, venue, or location space for
filming, activations, or other reasonable third-party costs associated with activities
related to performing projects.
• Securing props, vehicles (rental), and other goods related to performing projects.
• Purchasing stock images, video footage, and other illustrations.
• Expenses related to hosting out-of-market activations, media missions, and press
trips, in accordance with Section 125.0104, Florida Statutes.
• The following administrative costs are part of overhead and will not be
reimbursed: (a)telephone/long distance; (b) color printouts (I I x 17 or smaller);
and(c) Copies (color or black& white, 11 x 17 or smaller).
Optional Services
• Native-language social media account management.
• Influencer outreach and coordination.
• Website translation and content localization.
• Paid digital media, social media and native advertising in-market.
• Development of content assets such as articles, videos, newsletters, or podcasts.
• Support for media and consumer events (media missions, activations, etc.).
• E-mail marketing and list building in international markets.
• Travel trade representation and support.
• Meetings, incentives, conferences, and exhibitions (MICE) industry
representation and support.
• Consumer, travel trade or MICE industry support for PR, Sales or digital efforts
in additional countries.
• Sales representation.
Competitive Solicitation for Professional International Public Relations Services—FY 2026
A draft contract has been furnished in Section Four to help outline the possible
services of a full-service agency of record to Monroe County. The Scope of Services
may change before negotiating the final contract between the parties.
Competitive Solicitation for Professional International Public Relations Services—FY 2026
SECTION FOUR
DRAFT AGREEMENT
THIS AGREEMENT (Agreement),made and entered into this day of ,
20251 A.D., by and between Monroe County, Florida, (hereinafter called the County), and
(hereinafter called the Contractor).
WITNESSETH:
WHEREAS, Contractor is uniquely qualified to provide professional advertising
services which includes consulting advice relating to the Tourist Development Council (TDC)
marketing and promotion of tourism, and
WHEREAS, a Request for Proposal(RFP)was issued in July of 2025 for International
Public Relations services as outlined in the attached scope of services; and
WHEREAS, Contractor has been selected to provide advertising services as per the
scope of services; and
WHEREAS, the TDC, an advisory board to the County's Board of County
Commissioners (BOCC) has recommended to County that a new Agreement for advertising
services be entered into with Contractor, and
WHEREAS, County desires to enter into this Agreement for international public
relations services with the Contractor;
NOW THEREFORE, in consideration of the mutual covenants contained herein, the
parties agree as follows:
1. Term: The term of this Agreement is for a period of approximately three (3) years
beginning January 1, 2026 and expiring on September 30, 2029. The County shall have an
option to extend the Agreement for one additional two (2)year period.
2. Scope of Services: The Contractor will serve as the agency for the Monroe County
TDC and County as set forth in the Scope of Services-Attached hereto as Attachment A-
Scope of Services. The Contractor and the international public relations programs are subject
to review by the Monroe County TDC. Contractor acknowledges and understands that the
relationship between County and Contractor is nonexclusive in nature and County may obtain
services similar or identical to the Services from other individuals and entities.
a) Key Personnel: This Agreement is a Professional Service Agreement with
expectation that principal personnel performing the services are those personnel listed.
Notice of any change in personnel shall be sent to the TDC, VFK and County. A list of
the principal personnel will be given to the TDC for their record, and the TDC shall be
informed of any changes in Contractor's assigned personnel.
Competitive Solicitation for Professional International Public Relations Services—FY 2026
b) If necessary, and at the request of the Visit Florida Keys (VFK) Chief Executive
Officer(CEO), at least one Contractor representative shall be available, at any official
meetings of the TDC, committee meetings, or at any other times as directed by the
TDC.
c) The Contractor agrees to assign an Account Manager who will devote such time and
effort as necessary to the account on a priority basis, including emergency situations
when required. Duties of the Account Manager or Contractor's assigned representative
will include contact as required with the VFK CEO or other designees. Other duties
include consultations with TDC staff, TDC Advisory Committees from the five
districts and Umbrella Committees within the Florida Keys as directed by the TDC;
and participation and coordination of other related areas of tourism development as it
relates to the development of an effective international public relations services program to
the TDC.
d) Other duties include regular consultation visits throughout Monroe County;
consultations with TDC Advisory Committees within the Keys, and interfacing with
other agencies of record such as advertising, domestic public relations, social media
and website providers as directed by the TDC; liaison with private sector resorts,
attractions and other tourism-related fields in Monroe County, relating to the
development of an effective international public relations program for the Florida
Keys.
e) Contractor shall formulate and recommend international public relations plans based
on written objectives established within the TDC marketing plan and review on a
regular basis. If necessary, contractor shall order media, paid social media or other
means of media to be used, endeavoring to secure the most advantageous rates
available, checking and verifying such media use, auditing and paying invoices to
media.
f) Contractor shall obtain written pre-approval on all international public relations
projects, production and materials from VFK CEO or other designee.
g) Contractor shall have all media and paid social media costs placed on purchase orders
in a manner as directed by the TDC. All invoices shall have the proper purchase order
number. No invoice will be paid unless account funds are available and if a purchase
order is approved. No invoices will be paid outside the international public relations
budget without TDC approval.
h) Contractor shall negotiate fees in accordance with trade contracts to be more inclusive
of total work and keep costs to a minimum.
Competitive Solicitation for Professional International Public Relations Services—FY 2026
28
3. Conflict Clients: Contractor will not perform any professional services during the Term for
any other client if, in the opinion of the VFK CEO, the provision of such services would
constitute a conflict of interest with regard to the Services to be performed hereunder. The
VFK CEO may at any time during the Term review a list of Contractor's then-existing client
accounts to determine whether, in the VFK CEO's sole opinion, any conflict of interest exists.
Contractor will provide such list within twenty (20) days after any written request of the VFK
CEO. Contractor will further advise the TDC of all potential new clients so that the TDC can
determine whether a conflict of interest exists under this section.
4. Materials: All plans, details, work papers, and creative materials and other documents
prepared or provided by Contractor in connection with the Services, other than materials
constituting trade secrets under applicable law, shall become the property of TDC and shall be
delivered upon complication and/or within twenty (20) days if request by the VFK CEO,
without restriction or limitation as to use, promptly upon expiration, termination, or
cancellation of this Agreement.
5. Compensation: Compensation shall be paid, subject to availability of Tourist Development
Tax Funds and approved purchase orders,as set forth in Attachment B-Monthly Fee and Rates.
To be deemed proper, all invoices must comply with the requirements set forth in this
Agreement and must be submitted on the form and pursuant to instructions prescribed by the
VFK CEO. Payment may be withheld for failure of Contractor to comply with a term,
condition, or requirement of this Agreement.
6. Reimbursable Expenditures: The County shall reimburse the Contractor for all approved
expenditures and payments made on the County's behalf subject to state and County rules and
regulations as written in the Attachment. Travel, as approved, shall be reimbursed to the
Contractor, but only to the extent and in the amounts authorized by Section 112.061, Florida
Statutes and in accordance with Monroe County Code Chapter 2, Art. III, Div 3 and Monroe
County Travel Policies.
A. will be dependent upon the primarily location(s) of the selected firm.
All travel is subject to approval and must comply the amounts authorized by Section 112.061,
Florida Statutes and in accordance with Monroe County Code Chapter 2, Art. III, Div 3 and
Monroe County Travel Policies.
7. Competitive Procurement by Contractor for Goods and Services. Whether included in the
monthly Flat Fee Services payment or as part of any reimbursable expense, Contractor shall
obtain competing bids from unaffiliated and qualified thirty-party vendors for any services to
be performed by a Subcontractor or outside vendor in compliance with the TDC's purchasing
policies. If Contractor believes that a vendor other than the least low bid vendor should be
selected to perform the work, Contractor shall provide written details regarding the selection
process, the bids received from each vendor, and Contractor's justification for the request to
select a vendor other than the low bid, and shall thereafter follow the instructions of the TDC
CEO of which vendor to select.
Competitive Solicitation for Professional International Public Relations Services—FY 2026
29
8. Withholding by TDC: Notwithstanding any provision of this Agreement to the
contrary, the TDC may withhold, in whole or in part,payment to the extent necessary
to protect itself from loss on account of inadequate or defective work which has not
been remedied or resolved in a manner satisfactory to the applicable Contract
Administrator or failure to comply with this Agreement. Any amounts withheld shall
not be subject to payment of interest by County.
9. Invoices:
1) For its assumption and performances of the duties, obligations and responsibilities set
forth herein, the Contractor must submit monthly invoices. Payment will be made
pursuant to the Local Government Prompt Payment Act 218.70, Florida Statutes.
2) If the Contractor's duties, obligations and responsibilities are materially changed by
amendment to this Agreement after execution of this Agreement, compensation due to
the Contractor shall be equitably adjusted, either upward or downward.
3) As a condition precedent for any payment due under this Agreement, the Contractor
shall submit monthly, unless otherwise agreed in writing by the TDC, a proper invoice
requesting payment for services properly rendered and reimbursable expenses due
hereunder. The Contractor's invoice shall describe with reasonable particularity the
service rendered. The Contractor's invoice shall be accompanied by such
documentation or data in support of expenses for which payment is sought as the TDC,
County, or Monroe County Clerk of Court and Comptroller may require.
4) All invoices submitted by the Contractor to the TDC shall have the proper purchase
order number and be marked as to which account is properly chargeable. To ensure
Clerk's Office compliance and timely payment, standing out-of-pocket purchase orders
will be established for recurring reimbursables.
5) The Contractor understands and agrees that in any project the Contractor will need to
prepare and submit a budget for approval by the VFK CEO. This budget would
include a breakdown of expenses by category and the name of each vendor or
subcontractor proposed for each category.
6) No percentage will be added to Contractor charges for packaging, shipping, express
mail, postage, telephone, legal fees and services and travel expenses for Contractor's
personnel.
7) The County and the TDC assume no liability to fund this Agreement for an amount
in excess of the amounts subject to the terms and conditions specified herein.
Payment for expenditures permissible by law and County policies shall be made
through reimbursement to Contractor upon presentation of invoices, and other
documentation necessary to support a claim for reimbursement. Monroe County's
performance and obligation to pay under this Agreement is contingent upon an
annual appropriation by the Board of County Commissioners.
Competitive Solicitation for Professional International Public Relations Services—FY 2026
10. Contractor's Acceptance of Conditions: The Contractor hereby agrees to carefully
examine the Scope of Services and assumes full responsibility therefore. Under no
circumstances, conditions or situations shall this Agreement be more strongly construed
against the County than against the Contractor.
a) Any ambiguity or uncertainty in the Scope of Services shall be interpreted and
construed by the County, and the County's decision shall be final and binding upon all
parties.
b) The passing,approval and/or acceptance by the County of any of the services furnished
by the Contractor shall not operate as a waiver by the County of strict compliance with
the terms of this Agreement. Failure on the part of the Contractor, immediately after
Notice to Correct a default, shall entitle the County, if it sees fit, to correct the same
and recover the reasonable cost of such replacement and/or repair from the Contractor,
who in any event shall be jointly and severely liable to the County for all damage, loss
and expense caused to the County by reason of the Contractor's breach of this
Agreement and/or his failure to comply strictly and in all things with this Agreement
and with the specifications.
c) The Contractor agrees that the TDC may designate representatives to visit the
Contractor's facility(ies) periodically to conduct random open file evaluations during
the Contractor's normal business hours.
d) The Contractor warrants that it has, and shall maintain throughout the term of this
Agreement, appropriate licenses and permits required to conduct its business, and that
it will at all times conduct its business activities in a reputable manner. Proof of such
licenses and permits shall be submitted to the County upon request.
11. Contractor's Financial Records and Right to Audit: Contractor shall maintain all
books, records and documents directly pertinent to performance under this Agreement in
accordance with generally accepted accounting principles consistently applied. All financial
records and receipts from international vendors must be submitted in English, with USD
conversion provided at the exchange rate in effect at the time of transaction. 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 four years following the termination of this Agreement. If an auditor
employed by the County or Clerk determines that monies paid to the 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 Sec. 55.03, Florida Statute,
running from the date the monies were paid to Contractor.
Competitive Solicitation for Professional International Public Relations Services—FY 2026
1
Right to Audit
Availability of Records. The records of the parties to this Agreement relating to the Scope of
Services/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 County or the
Monroe County Office of the Clerk of Court and Comptroller (hereinafter referred to as
"County Clerk") to substantiate charges related to this agreement, and all other agreements,
sources of information and matters that may in County's or the County Clerk's reasonable
judgment have any bearing on or pertain to any matters, rights, duties or obligations under or
covered by any contract document(all foregoing hereinafter referred to as "Records") shall be
open to inspection and subject to audit and/or reproduction by County's representative and/or
agents or the County Clerk. County or County Clerk may also conduct verifications such as,
but not limited to, counting employees at the job site, witnessing the distribution of payroll,
verifying payroll computations, overhead computations, observing vendor and supplier
payments, miscellaneous allocations, special charges, verifying information and amounts
through 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 Scope of Services/Project. The County Clerk possesses the independent authority to
conduct an audit of Records, assets, and activities relating to this Scope of Services/Project. If
any auditor employed by the Monroe County or County Clerk determines that monies paid to
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, F.S., running form the date the monies were paid to Contractor. The right to
audit provisions survives the termination of expiration of this Agreement.
12. Public Records Compliance: 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.
Competitive Solicitation for Professional International Public Relations Services—FY 2026
The Contractor is encouraged to consult with its advisors about Florida Public Records Law in
order to comply with this provision.
Pursuant to F.S. 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 receipt from the County's custodian of records, provide the County with a copy
of the requested records or allow the records to be inspected or copied within a reasonable time
at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law.
(3) Ensure that public records that are exempt or confidential and exempt from public
records disclosure requirements are not disclosed except as authorized by law for the duration
of the contract term and following completion of the contract if the 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.
Competitive Solicitation for Professional International Public Relations Services—FY 2026
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 PHONE# 305-292-3470
PUBLICRECORDSC&,MONROECOUNTY-FL.GOV, MONROE COUNTY
ATTORNEY'S OFFICE, 1111 12TH STREET, SUITE 408, KEY WEST, FL 33040.
13. Hold Harmless: The Contractor covenants and agrees to indemnify and hold harmless
the County and the TDC 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 attorney's fees) which arise out of, in connection
with, or by reason of services provided by the Contractor or any of its subcontractors in any
tier, occasioned by the negligence, errors or other wrongful act of omission of the Contractor
or its subcontractors in any tier, their employees or agents.
14. Independent Contractor: At all times and for all purposes under this Agreement the
Contractor is an Independent Contractor and not an employee of the County. No statement
contained in this Agreement shall be construed so as to find the Contractor or any of his
employees, contractors, servants or agents to be employees of the County.
15. Nondiscrimination: County and Contractor 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. County or Contractor 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 88-3 52)which prohibits discrimination on the
basis of race, color or national origin; 2) Title IX of the Education Amendment of 1972, as
amended(20 USC ss. 1681-1683, and 1685-1686),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 handicaps; 4) The Age Discrimination Act of 1975, as
amended (42 USC ss. 6101-6107) which prohibits discrimination on the basis of age; 5) The
Drug Abuse Office and Treatment Act of 1972 (PL 92-255), as amended, relating to
nondiscrimination on the basis of drug abuse; 6) The Comprehensive Alcohol Abuse and
Alcoholism Prevention, Treatment and Rehabilitation Act of 1970 (PL 91-616), as amended,
relating to nondiscrimination on the basis of alcohol abuse or alcoholism; 7)The Public Health
Service Act of 1912, ss. 523 and 527 (42 USC ss. 690dd-3 and 290ee-3), as amended, relating
to confidentiality of alcohol and drug abuse patient records; 8) Title VIII of the Civil Rights
Act of 1968 (42 USC ss. 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 maybe 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
Competitive Solicitation for Professional International Public Relations Services—FY 2026
identity or expression, familial status or age; 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.
16. Assignment/Subcontract: The Contractor shall not assign or subcontract its obligations
under this Agreement, except in writing and with the prior written approval of the County and
Contractor, which approval shall be subject to such conditions and provisions as the County
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. Assignment of the Contract must be in writing with prior written approval of the
County and Contractor.
17. Compliance with Law: In providing all services/goods pursuant to this Agreement,the
Contractor shall abide by all statutes, ordinances, rules and regulations pertaining to, or
regulating the provisions of, such services, including those now in effect and hereinafter
adopted. Any violation of said statutes, ordinances, rules and regulations shall constitute a
material breach of this Agreement and shall entitle the County to terminate this Agreement
immediately upon delivery of written notice of termination to the Contractor. The Contractor
shall possess proper licenses to perform work in accordance with these specifications
throughout the term of this Agreement.
18. Disclosure and Conflict of Interest: The Contractor 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 by
this Agreement, as provided in Sect. 112.311, et seq., Florida Statutes. County agrees that
officers and employees of the County recognize and will be required to comply with the
standards of conduct for public officers and employees as delineated in Section 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.
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 Monroe
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.
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 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 Contractor, 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
Competitive Solicitation for Professional International Public Relations Services—FY 2026
liability and,at its discretion,to offset from monies owed,or otherwise recover the full amount
of such fee, commission, percentage, gift or consideration.
19. Arrears: The Contractor shall not pledge the County's credit or make it a guarantor of
payment or surety for any agreement, 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.
20. Notice Requirement: Any notice required or permitted under this Agreement shall be
in writing and hand delivered or mailed, postage prepaid, to the other party by certified mail,
return receipt requested, to the following:
FOR TDC: Kara Franker
Monroe County TDC
1201 White Street#102
Key West, FL 33040
FOR COUNTY: Christine Limbert-Barrows,
Assistant County Attorney
PO Box 1026
Key West, FL 3 3 041-1026
FOR CONTRACTOR: (insert)
21. 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 sales 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.
22. Termination:
a) The County may terminate this Agreement for cause with seven(7) days' notice to the
Contractor. Cause shall constitute a breach of the obligations of the Contractor to
perform the services enumerated as the Contractor's obligations under this Agreement.
b) Either of the parties hereto may terminate this Agreement without cause by giving the
other party ninety(90) days written notice of its intention to do so.
c) 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
Competitive Solicitation for Professional International Public Relations Services—FY 2026
36
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.
d) For Contracts of $1,000,000 or more, if the County determines that the
Contractor/Consultant submitted a false certification under Section 287.135(5),Florida
Statutes, or if the Contractor/Consultant has been placed on the Scrutinized Companies
with Activities in the Sudan List,the Scrutinized Companies with Activities in the Iran
Petroleum Energy Sector List,or been engaged in business operations in Cuba or Syria,
the County shall have the option of(1) terminating the Agreement after it has given
the 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.
23. Governing Law, Venue, Interpretation, Costs and Fees:
a) 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.
b) 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 in the appropriate court or before the appropriate administrative body in
Monroe County, Florida.
c) 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 would prevent the accomplishment of the original intent of this Agreement.
The County and Contractor agree to reform the Agreement to replace any stricken
Competitive Solicitation for Professional International Public Relations Services—FY 2026
provision with a valid provision that comes as close as possible to the intent of the
stricken provision.
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, court costs, investigative and out-of-
pocket expenses, as an award against the non-prevailing party, and shall include
attorney's fees, courts costs, investigative and out-of-pocket expenses in appellate
proceedings. 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.
f) 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.
g) 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.
24. 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.
25. 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.
26. 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; provided that all applications, requests, grant proposals and funding
solicitations are not for funding already provided under this Agreement.
27. Privileges and Immunities: All of the privileges and immunities from liability,
exemptions from laws, ordinances and rules, and pensions and relief, disability, workers'
compensation and other benefits which apply to the activity of officers, agents or employees
of any public agents or employees of the County, when performing their respective functions
Competitive Solicitation for Professional International Public Relations Services—FY 2026
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.
28. Legal Obligations and Responsibilities: Non-Delegation of Constitutional or Statutory
Duties. This Agreement is not intended to, nor shall it be construed as, relieving any
participating entity from any obligation or responsibility imposed upon the entity by law
except to the extent of actual and timely performance thereof by any participating entity, in
which case the performance may be offered in satisfaction of the obligation or responsibility.
Further, this Agreement is not intended to, nor shall it be construed as, authorizing the
delegation of the constitutional or statutory duties of the County, except to the extent permitted
by the Florida constitution, state statute and case law.
29. Non-Reliance by Non-Parties: No person or entity shall be entitled to rely upon the
terms 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.
30. Attestations: Contractor agrees to execute such documents as the County may
reasonably require, to include a Public Entity Crime Statement, an Ethics Statement and a
Drug-Free Workplace Statement.
31. 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.
32. Insurance: The Contractor shall maintain the following required insurance throughout
the entire term of this Agreement 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 any deadlines specified in this
Agreement and any penalties and failure to perform assessments shall be imposed as if the
work had not been suspended, except for Contractor's failure to maintain the required
insurance.
The Contractor shall provide,to the County, as satisfactory evidence of the required insurance,
either:
Competitive Solicitation for Professional International Public Relations Services—FY 2026
��� imp.
* 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 Agreement. All Insurance policies must specify that they have a thirty
(30) day notice of cancellation, non-renewal, material change in policy language or reduction
in coverage. 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
Agreement or imposed by law. The Monroe County BOCC, its employees and officials shall
be included as an "Additional Insured" on all insurance policies, except for Workers'
Compensation, as their interests may appear in all policies issued to satisfy these requirements.
Any deviations from these General Insurance Requirements must be requested in writing on
the County prepared form entitled "Request for Waiver of Insurance Requirements". Any
deviation must be approved in writing by Monroe County Risk Management.
a) Prior to the commencement of work governed by this Agreement, the Contractor shall
obtain Workers' Compensation Insurance with limits sufficient to comply with Florida
Statute 440. In addition, the Contractor shall obtain Employers' Liability Insurance
with limits of not less than:
$100,000 Bodily Injury by Accident
$50000 Bodily Injury by Disease
$100,000 Bodily Injury by Disease, each Employee
Coverage shall be maintained throughout the entire term of this Agreement. Coverage
shall be provided by a company or companies authorized to transact business in the
state of Florida and the company or companies must maintain a minimum rating of
AN 1, as assigned by the A.M. Best Company.
b) Prior to the commencement of work governed by this Agreement, the Contractor shall
obtain General Liability Insurance. Coverage shall be maintained throughout the life
of the Agreement and include, as a minimum:
* Premises Operations
* Products and Completed Operations
* Blanket Contractual Liability
* Personal Injury Liability
* Expanded Definition of Property Damage
The minimum limits acceptable shall be:
$1.000,000 per Occurrence and $1,000,000 Aggregate
Competitive Solicitation for Professional International Public Relations Services—FY 2026
If split limits are provided, the minimum limits acceptable shall be:
$ 500,000 per Person
$1,000,000 per Occurrence
$ 100,000 Property Damage
An Occurrence Form policy is preferred. If coverage is provided on a Claims Made
policy, its provisions should include coverage for claims filed on or after the effective
date of this Agreement. In addition, the period for which claims may be reported
should extend for a minimum of twelve (12)months following the acceptance of work
by the County.
c) Recognizing that the work governed by this Agreement involves the furnishing of
advice or services of a professional nature,the Contractor shall purchase and maintain,
throughout the life of the Agreement, Professional Liability Insurance, which will
respond to damages resulting from any claim arising out of the performance of
professional services or any error or omission of the Contractor arising out of work
governed by this Agreement.
The minimum limits of liability shall be: $300,000 per Occurrence/$500,000
Aggregate.
d). Professional Liability Insurance with minimum limits of$1,000,000 per Occurrence
and $2,000,000 aggregate.
The Monroe County BOCC shall be named as Additional Insured as their interests may
appear on all insurance policies issued to satisfy the above requirements.
33. Uncontrollable Circumstances: 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 Scope of
Services/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 Scope of Services/Project; (d)
government order or law in the geographic area of the Scope of Services/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 Scope of
Services/Proj ect;(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
Competitive Solicitation for Professional International Public Relations Services—FY 2026
4.1.
Contractor under this Section. Contractor shall give County written notice within 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.
34. E-Verify: Effective January 1,2021: In accordance with F.S.448.095, 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.
35. 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 any of the parties hereto may execute this
Agreement by signing any such counterpart.
36. Section Headiness: 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.
37. Force Ma'e1 ure: The Contractor shall not be liable for delay in performance or failure
to perform in whole or in part, the services due to the occurrence of any contingency beyond
its control or other acts of God, Contractor has exercised reasonable care in the prevention or
mitigation of damages and delay, any such delay or failure shall not constitute a breach of the
agreement. Upon demand of TDC or County, the Contractor must furnish evidence of the
causes of such delay or failure.
Competitive Solicitation for Professional International Public Relations Services—FY 2026
4.
2
IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed the
day and year first above written.
(SEAL) Board of County Commissioners
Attest: Kevin Madok, Clerk of Monroe County
As Deputy Clerk Mayor/Chairman
filled(To be
(Organization)
By
President
Print Name Date
AND TWO WITNESSES
(1) (2)
(1) (2)
Print Name Print Name
Date: Date:
Competitive Solicitation for Professional International Public Relations Services—FY 2026
Exhibit A
CRISIS MANAGEMENT PLAN/CASE STUDY ANALYSIS
In an effort to provide uninterrupted service to The Florida Keys & Key West during a
hurricane emergency or other unforeseeable catastrophic event, Firm has established a
standard plan of action.
The specific plan of the chosen Respondent will be inserted under this Exhibit A.
Attachment A- Scope of Services- To be inserted in Final Agreement.
Attachment B- Monthly Fee and Rates- to Be inserted in Final Agreement.
Competitive Solicitation for Professional International Public Relations Services—FY 2026
SECTION FIVE
INSURANCE REQUIREMENTS AND
RESPONSE FORMS REQUIRED BY MONROE COUNTY, FLORIDA
RISK MANAGEMENT
POLICY AND PROCEDURES
AGREEMENT ADMINISTRATION MANUAL
Indemnification and Hold Harmless
for
Other Contractors and Subcontractors
The Agency covenants and agrees to indemnify and hold harmless Monroe County Board of
County Commissioners 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 attorney's fees) which arise out of, in connection
with, or by reason of services provided by the Agency or any of its Subcontractor(s) in any
tier, occasioned by the negligence, errors or other wrongful act of omission of the Agency or
its Subcontractors in any tier, their employees or agents.
In the event the completion of the scope of services/project (to include the work of others) is
delayed or suspended as a result of the Agency's failure to purchase or maintain the required
insurance, the Agency shall indemnify the County from any and all increased expenses
resulting from such delay.
The extent of liability is in no way limited to, reduced or lessened by the insurance
requirements contained elsewhere within this Agreement.
Competitive Solicitation for Professional International Public Relations Services—FY 2026
RESPONSE FORM
RESPONSE TO: MONROE COUNTY BOARD OF COUNTY COMMISSIONERS
I acknowledge receipt of Addenda No.(s)
I have included:
Proposal Ethics Clause
Non-Collusion Affidavit Drug Free Workplace Form
Public Entity Crime Statement
Vendor Certification Regarding Scrutinized
Companies List
Affidavit Attesting to Noncoercive Conduct for Labor and Services
Litigation Check List
In addition, I have included a current copy of the following professional licenses and business
tax receipts:
(Check mark items above, as a reminder that they are included.)
Mailing Address: Telephone:
Fax:
Date:
Signed: Witness:
(Seal)
(Name)
(Title)
Competitive Solicitation for Professional International Public Relations Services—FY 2026
4,6
NON-COLLUSION AFFIDAVIT
I, of the city of
according to law on my oath, and under penalty of perjury, depose and say that:
I am of the
Agency of the Proposer making the
Proposal for the project described in the Notice of Request for Competitive Solicitations for:
and that I executed the said Proposal with
full authority to do so; and
1. 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;
2. 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;
3. 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; and
4. 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 agreements for said project.
(Signature of Proposer)
(Date)
STATE OF:
COUNTY OF:
Subscribed and sworn to(or affirmed)before me,by means of❑physical presence or❑ online
notarization, on (Date) by
(name of affiant). He/She is personally
known to me or has produced (type of identification) as
identification.
NOTARY PUBLIC
My Commission Expires:
Competitive Solicitation for Professional International Public Relations Services—FY 2026
,7
ETHICS CLAUSE
SWORN STATEMENT UNDER ORDINANCE NO. 10-1990
MONROE COUNTY, FLORIDA
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. 10-1990 or any County officer or employee in violation of Section
3 of Ordinance No. 10-1990. 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 affirmed) before me, by means of❑ physical presence or ❑
online notarization, on (Date) by
(name of affiant). He/She is personally
known to me or has produced (type of identification) as
identification.
NOTARY PUBLIC
My commission expires:
OMB-MCP FORM#4
Competitive Solicitation for Professional International Public Relations Services—FY 2026
DRUG-FREE WORKPLACE FORM
The undersigned vendor in accordance with Florida Statute Section 287.087 hereby certifies
that:
(Name 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 1.04.
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 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,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 Agency complies fully
with the above requirements.
Proposer's Signature Date
STATE OF:
COUNTY OF:
Subscribed and sworn to (or affirmed) before me, by means of❑ physical presence or ❑ online
notarization, on (date)by
(name of affiant). He/She is personally known to me or has produced
(type of identification) as identification.
NOTARY PUBLIC
My Commission Expires:
Competitive Solicitation for Professional International Public Relations Services—FY 2026
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 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,
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 (Respondent's name)
nor any Affiliate has been placed on the convicted vendor list within the last 36 months.
(Signature)
Date:
STATE OF:
COUNTY OF:
Subscribed and sworn to (or affirmed) before me, by means of❑ physical presence or ❑ online
notarization, on (date)by
(name of affiant). He/She is personally known to me or has produced
(type of identification) as identification.
NOTARY PUBLIC
My Commission Expires:
Competitive Solicitation for Professional International Public Relations Services—FY 2026
VENDOR CERTIFICATION REGARDING SCRUTINIZED COMPANIES LISTS
Project Description(s):
Respondent Vendor Name:
Vendor FEIN:
Vendor's Authorized Representative Name and Title:
Address:
City: State: Zip:
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 goods 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: ,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:
htlp://www.dms.myflorida.com/business—operations/state purchasing/vendor information/convicted su
spended discriminatory complaints vendor lists
Competitive Solicitation for Professional International Public Relations Services—FY 2026
51
AFFIDAVIT ATTESTING TO NONCOERCIVE CONDUCT
FOR LABOR OR SERVICES
Entity/Vendor Name:
Vendor FEIN:
Vendor's Authorized Representative:
(Name and Title)
Address:
City: State: 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 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 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.
Certified By: ,who is
authorized to sign on behalf of the above referenced company.
Authorized Signature:
Print Name:
Title:
Competitive Solicitation for Professional International Public Relations Services—FY 2026
INSURANCE CHECKLIST FOR VENDORS SUBMITTING PROPOSALS OR BIDS FOR WORK
To assist in the development of your proposal, the insurance coverages marked with an "X" will be
required in the event an award is made to your firm.
WORKERS' COMPENSATION
AND
EMPLOYERS' LIABILITY
Workers' Statutory Limits
X Compensation
Bodily Injury by Accident/Bodily Injury by Disease,
Policy Limits/Bodily Injury by Disease each
employee
Employers
WC 1 X Liability $100,,000/$5001000/$100,.000
Employers
WC2 Liability $500,.000/$5001000/$500,.000
Employers
WC3 Liability 1,000,000 $1,000,000 $1,000,000
US Longshoremen
& Harbor Workers
WCUSLH Act 1, ,000
WCJA Federal Jones Act $1,0000.000
m
Competitive Solicitation for Professional International Public Relations Services—FY 2026
GENERAL LIABILITY
As a minimum, the required general liability coverages will include:
• Premise Operation • Products and Completed Operations
• Blanket Contractual • Personal Injury
Required Limits:
GL1 $300,000 Combinedi i i
GL2 $500,000 CombinedSingle Limit
GL3 x $1 000,000 CombinedSingle Limit
GL4 $2,000,000 Combinedi i i
GLS $3,000,000 CombinedSingle Limit
GL6 $4,000,000 Combinedi i i
GL7 $5,000,000 Combinedi i i
Required Endorsements:
GLLIQ Liquor Liability
GLS Security Services
All endorsements are required to have the same limits as the basic policy.
Competitive Solicitation for Professional International Public Relations Services—FY 2026
BUSINESS AUTOMOBILE LIABILITY
As a minimum, coverage should extend to liability for:
• Owned; Non-Owned and Hired Vehicles
Required Limits:
$50,000 per Person: $100,000 per Occurrence
$25,000 Property Damage
Or
$100,000 Combined Single Limit
(The use of VLI should be limited to special projects that involve other
governmental entities or "Not for Profit" organizations. Risk Management
VL 1 must approve the use of this form).
$200,000 per Person; $300,000 per Occurrence
$200,000 Property Damage
or
VL2 $300,000 Combined Single Limit
$500,000 per Person; $1,000,000 per Occurrence
$100,000 Property Damage
or
VL3 $1,000,000 Combined Single Limit
VL4 $5,000,000 Combined Single Limit
Miscellaneous Coverages
Limits equal to the
Full Replacement Value of the completed
BR1 Builders Risk project.
CLI Cyber Liability $1,0001000
Limits equal to the maximum value of any one
MVC Motor Truck Cargo shipment
PRO X Professional Liability $300,000 per Occurrence/$ 500,000 Agg.
PR02 $500,000 per Occurrenc /$1,000,000 Agg.
PR03 $1,000,000 per Occurrence$2,000,000 Agg.
POL 1 Pollution Liability $ 500,000 per Occurrence,%$(,000,000 Agg.
POL2 $1,000,000 per Occurrence/$2,000,000 Agg.
POL3 $3,000,000 per Occurrence$6,000,000 Agg.
POL4 $5,000,000 per Occurrence/$10,000,000 Agg.
EDt Employee Dishonesty $ 10,000
ED2 $100,000
GK1 Garage Keepers $ 30000 ($ 25,000 per Vehicle)
GK2 $ 50000 ($100,000 per Vehicle)
55
Competitive Solicitation for Professional International Public Relations Services—FY 2026
GK3 $110001000 ($250,000 per Vehicle)
MED 1 Medical Professional $3001000S75000 Agg.
MED2 $50010001$1,000,000 Agg.
MED3 $1001000/$30000 Agg.
MED4 $5001000$100000 Agg.
IF Installation Floater Maximus value of Equipment Installed
ASB Asbestos Abatement $210001000
MRL Mold Remediation $110001000
LBP Lead Based Paint Abatement $1,0001000
MLL Media Legal Liability $1,0001000
VLP 1 Hazardous Cargo Transporter $300,000 (Requires MCS-90)
VLP2 $500,000 (Requires MCS-90)
VLP3 $1,000,000 (Requires MCS-90)
Maximum Value of County Property that will
BLL Bailee Liab. be in the Bailee's possession
HKL1 Hanger Keepers Liability $30000
HKL2 $50000
HKL3 $1,000,000
HKL4 $5001000
AIR1 Aircraft Liability $1,000,000
AIR2 $5001000
AIR3 $50001000
AEO 1 Architects Errors& Omissions $250,000 per Occurrence/$500,000 Agg
AE02 $500,000 per Occurrence/$1,000,000 Agg
AE03 $1,000,000 per Occurrence/$3,000,000 Agg.
AE04 $300,000,000 per Occurrence/$5,000,000 Agg.
ARP All Risk Property Full Replacement Value of Structure
EOJ Engineers Errors& Omissions $250,000 per Occurrence//$5 00,000 Agg.
E02 $500,000 per Occurrence,/$1,000,000 Agg.
E03 $ 1,000,000 per Occurrence/$2,000,000 Agg.
E04 $ 5,000,000 per Occurrence'$10,000,000 Agg.
WL 1 Water Craft Liability $500,000 per Occurrence
WL2 $1,000,000 per Occurrence
56
Competitive Solicitation for Professional International Public Relations Services—FY 2026
BIDDERS ACKNOWLEDGEMENT OF INSURANCE REQUIREMENTS
I understand the insurance that will be mandatory if awarded the contract and will comply in full
with all the requirements.
Bidder's Si g natuii,re
57
Competitive Solicitation for Professional International Public Relations Services—FY 2026