Loading...
Backup Documents 04/08/2014 Item #16E2 ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO1 C 2 THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNAT G Routed by Purchasing Department to Office Initials Date the Following Addressee(s) (In routing order) 1. Risk Management Risk 2. County Attorney Office County Attorney Office It, 11 41 as 3. BCC Office Board of County T — I Commissioners \1/( A\ZS 4. Minutes and Records Clerk of Court's Office t;' PCY Rec. Department Purchasing artment 5. Return to Purchasing ep g Contact: Diana DeLeon PRIMARY CONTACT INFORMATION Name of Primary Diana DeLeon for Joanne Markiewicz Phone Number 252-8375 Purchasing Staff April 15,2014 Contact and Date Agenda Date Item was April 8,2014✓ Agenda Item Number 16.E.2 Approved by the BCC Type of Document Contract Number of Original 2 Attached Documents Attached PO number or account N/A Solicitation/Contract 14-6187 Staples number if document is Number/Vendor Name to be recorded INSTRUCTIONS & CHECKLIST Initial the Yes column or mark"N/A"in the Not Applicable column,whichever is Yes N/A(Not appropriate. (Initial) Applicable) 1. Does the document require the chairman's original signature? DD 2. Does the document need to be sent to another agency for additional signatures? If yes, N/A provide the Contact Information(Name;Agency;Address;Phone)on an attached sheet. 3. Original document has been signed/initialed for legal sufficiency. (All documents to be signed by the Chairman,with the exception of most letters,must be reviewed and signed \Ai 1P Ci by the Office of the County Attorney. y�`^� 4. All handwritten strike-through and revisions have been initialed by the County Attorney's N/A Office and all other parties except the BCC Chairman and the Clerk to the Board 5. The Chairman's signature line date has been entered as the date of BCC approval of the N/A document or the final negotiated contract date whichever is applicable. 6. "Sign here"tabs are placed on the appropriate pages indicating where the Chairman's DD signature and initials are required. 7. In most cases(some contracts are an exception),an electronic copy of the document and DD this routing slip should be provided to the County Attorney's Office before the item is input into SIRE. 8. The document was approved by the BCC on the date above and all changes made DD during the meeting have been incorporated in the attached document. The County Attorney's Office has reviewed the changes,if applicable. 9. Initials of attorney verifying that the attached document is the version approved by the .4 BCC,all changes directed by the BCC have been made,and the document is ready for th; �,/ Chairman's signature. ' 16E2 MEMORANDUM Date: April 28, 2014 To: Diana De Leon, Contracts Technician Purchasing Department From: Ann Jennejohn, Deputy Clerk Minutes & Records Department Re: Contract #14-6187 for Office Supplies Contractor: Staples Contract & Commercial, Inc. Attached is an original copy of the contract referenced above, (Item #16E2) approved by the Board of County Commissioners on Tuesday, April 8, 2014. The second original will be held in the Minutes and Records Department for the Board's Official Record. If you have any questions, please contact me at 252-8406. Thank you. Attachment 16 STAPLES CONTRACT&COMMERCIAL.INC. SECRETARY,'S CERTIFICATE—WAYNE HALL I, Michael T. Williams, hereby certify that I am the duly elected, qualified Secretary of Staples Contract & Commercial, Inc. (the "Company"), and that Wayne Hall as Regional Vice President of Staples Advantage Sales, is an officer of the Company and is duly authorized to execute and deliver bids and contracts in the name of and on behalf of the Company. IN WITNESS WHEREOF,I have signed this certificate on behalf of the Company on this 17th day of March,2014. (-411\ 17r-- Michael T. Williams SVP General Counsel& Secretary 16E . AGREEMENT14-6187 ow 1 k -" " for Office Supplies /� THIS AGREEMENT, made and entered into on this ``1 day of r+ ( 2014, by and between STAPLES CONTRACT & COMMERCIAL, INC., authorized to do business in the State of Florida, whose business address is 12730 Commonwealth Drive, Suite 9, Fort Myers, Florida 33913, (the "Vendor") and Collier County, a political subdivision of the State of Florida, (the "County"): WITNESSETH: 1. COMMENCEMENT. The Vendor shall commence the work upon issuance of a Purchase Order or Purchase Card order. 2. CONTRACT TERM. The contract shall be for one (1) five (5) year period,commencing on Date of Board award. The County Manager, or his designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred eighty (180) days. The County Manager, or his designee, shall give the Vendor written notice of the County's intention to extend the Agreement term not less than ten (10) days prior to the end of the Agreement term then in effect. 3. STATEMENT OF WORK. The Vendor shall provide office supply services and products in accordance with the terms and conditions of RFP #14-6187 and the Vendor's proposal referred to herein and made an integral part of this agreement. This Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in writing by the Parties, in compliance with the County Purchasing Ordinance and Purchasing Procedures in effect at the time such services are authorized. 4. COMPENSATION. The County shall pay the Vendor for the performance of this Agreement the aggregate of the units actually ordered and furnished at the following pricing for County operating departments: 1. Fixed cost for core items (Exhibit A Vendor Price Sheet Core Items attached herein and made a part of this contract); and 2. Fixed discount of FIFTY-ONE PERCENT (51%) on all other catalog items. Any County agency may purchase products and services under this contract, provided sufficient funds are included in their budget(s). Payment will be made upon receipt of a Page 1 of 9 0 • 16E2 proper invoice and upon approval by the operating staff designee, and in compliance with Chapter 218, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act". 4.1 Prices shall remain firm for the initial term of this contract. Requests for consideration of a price adjustment must be made on the contract anniversary date, in writing, to the Purchasing Director. Price adjustments shall not exceed the lesser of the All Urban Consumer Price index (CPI) and the All Urban South Consumer Price Index (CPI) for the immediate twelve (12) month period preceding the anniversary date of the Agreement, or three (3) percent, subject to budget availability and the Purchasing Director's approval. 4.2 Interim price adjustment increases will only be considered by the County if specific materials or supplies (i.e. petroleum based, wood related products, etc.) have a current history (past twelve (12) months) of unpredictable and uncontrollable price variances or severe shortages in the industry. It is incumbent upon the Vendor to provide documentation of the market conditions, price variances, and price quotations from material suppliers to the County. The County reserves the right to reject any and all interim price adjustment requests. 4.3 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of each Purchase Order or Purchase Card order made under this contract. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this agreement. 5. SALES TAX. Vendor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. Collier County, Florida as a political subdivision of the State of Florida, is exempt from the payment of Florida sales tax to its vendors under Chapter 212, Florida Statutes, Certificate of Exemption# 85-8015966531C-2. 6. NOTICES. All notices from the County to the Vendor shall be deemed duly served if mailed or faxed to the Vendor at the following Address: Staples Contract and Commercial, Inc. Cindy Carroll,Strategic Account Leader 12730 Commonwealth Drive,Suite 9 Fort Myers, Florida 33913 Telephone: 239-561-3952 Facsimile: 239-561-3948 Email: Cindy.Caroll@Staples.com Page 2 of 9 16E2 All Notices from the Vendor to the County shall be deemed duly served if mailed or faxed to the County to: Collier County Government Center Purchasing Department 3327 Tamiami Trail, East Naples, Florida 34112 Attention:Joanne Markiewicz, Director,Procurement Services Telephone: 239-252-8407 Facsimile: 239-252-6480 The Vendor and the County may change the above mailing address at any time upon giving the other party written notification. All notices under this Agreement must be in writing. 7. NO PARTNERSHIP. Nothing herein contained shall create or be construed as creating a partnership between the County and the Vendor or to constitute the Vendor as an agent of the County. 8. PERMITS: LICENSES: TAXES. In compliance with Section 218.80, F.S., all permits necessary for the prosecution of the Work shall be obtained by the Vendor. The County will not be obligated to pay for any permits obtained by Subcontractors. Payment for all such permits issued by the County shall be processed internally by the County. All non-County permits necessary for the prosecution of the Work shall be procured and paid for by the Vendor. The Vendor shall also be solely responsible for payment of any and all taxes levied on the Vendor. In addition, the Vendor shall comply with all rules,regulations and laws of Collier County, the State of Florida, or the U.S. Government now in force or hereafter adopted. The Vendor agrees to comply with all laws governing the responsibility of an employer with respect to persons employed by the Vendor. 9. NO IMPROPER USE. The Vendor will not use, nor suffer or permit any person to use in any manner whatsoever, County facilities for any improper, immoral or offensive purpose, or for any purpose in violation of any federal, state, county or municipal ordinance, rule, order or regulation, or of any governmental rule or regulation now in effect or hereafter enacted or adopted. In the event of such violation by the Vendor or if the County or its authorized representative shall deem any conduct on the part of the Vendor to be objectionable or improper, the County shall have the right to suspend the contract of the Vendor. Should the Vendor fail to correct any such violation, conduct, or practice to the satisfaction of the County within twenty-four (24) hours after receiving notice of such violation, conduct, or practice, such suspension to continue until the violation is cured. The Vendor further agrees not to commence operation during the suspension period until the violation has been corrected to the satisfaction of the County. Page 3 of 9 16E2 10. TERMINATION. Should the Vendor be found to have failed to perform services in a manner satisfactory to the County as per this Agreement, the County may terminate said agreement for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be sole judge of non-performance. In the event that the County terminates this Agreement, Vendor's recovery against the County shall be limited to that portion of the Contract Amount earned through the date of termination. The Vendor shall not be entitled to any other or further recovery against the County, including, but not limited to, any damages or any anticipated profit on portions of the services not performed. 11. NO DISCRIMINATION. The Vendor agrees that there shall be no discrimination as to race, sex,color, creed or national origin. 12. INSURANCE. The Vendor shall provide insurance as follows: A. Commercial General Liability: Coverage shall have minimum limits of$500,000 Per Occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Vendors; Products and Completed Operations and Contractual Liability. B. Business Auto Liability: Coverage shall have minimum limits of $500,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include: Owned Vehicles, Hired and Non-Owned Vehicles and Employee Non-Ownership. C. Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of $500,000 for each accident. Special Requirements: Collier County Government shall be listed as the Certificate Holder and included as an Additional Insured on the Comprehensive General Liability Policy. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Vendor during the duration of this Agreement. The Vendor shall provide County with certificates of insurance meeting the required insurance provisions. Renewal certificates shall be sent to the County ten (10) days prior to any expiration date. Coverage afforded under the policies will not be canceled or allowed to expire until the greater of: ten (10) days prior written notice, or in accordance with policy provisions. Vendor shall also notify County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non-renewal or material Page 4 of 9 0 16E2 change in coverage or limits received by Vendor from its insurer, and nothing contained herein shall relieve Vendor of this requirement to provide notice. Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. 13. INDEMNIFICATION. To the maximum extent permitted by Florida law, the Vendor shall indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, whether resulting from any claimed breach of this Agreement by Vendor, any statutory or regulatory violations, or from personal injury, property damage, direct or consequential damages, or economic loss, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Vendor or anyone employed or utilized by the Vendor in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 13.1 The duty to defend under this Article 13 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Vendor, County and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to Vendor. Vendor's obligation to indemnify and defend under this Article 13 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the County or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 14. CONTRACT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Purchasing Department. 15. CONFLICT OF INTEREST: Vendor represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. Vendor further represents that no persons having any such interest shall be employed to perform those services. 16. COMPONENT PARTS OF THIS CONTRACT. This Contract consists of the following component parts, all of which are as fully a part of the contract as if herein set out verbatim: Vendor's Proposal, Vendor Price Sheet Core Items Exhibit A, Insurance Certificate(s), RFP#14-6187 Specifications/Scope of Work and Addenda. Page 5 of 9 Cp' 16E2 4 17. SUBJECT TO APPROPRIATION. It is further understood and agreed by and between the parties herein that this agreement is subject to appropriation by the Board of County Commissioners. 18. PROHIBITION OF GIFTS TO COUNTY EMPLOYEES. No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, as amended, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any contract held by the individual and/or firm for cause. 19. COMPLIANCE WITH LAWS. By executing and entering into this agreement, the Vendor is formally acknowledging without exception or stipulation that it agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to this Agreement, including but not limited to those dealing with the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended; taxation, workers' compensation, equal employment and safety (including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes), and the Florida Public Records Law Chapter 119 (including specifically those contractual requirements at F.S. § 119.0701(2)(a)-(d) and (3))). If Vendor observes that the Contract Documents are at variance therewith, it shall promptly notify the County in writing. Failure by the Vendor to comply with the laws referenced herein shall constitute a breach of this agreement and the County shall have the discretion to unilaterally terminate this agreement immediately. 20. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County encourages and agrees to the successful proposer extending the pricing, terms and conditions of this solicitation or resultant contract to other governmental entities at the discretion of the successful proposer. 21. AGREEMENT TERMS. If any portion of this Agreement is held to be void, invalid, or otherwise unenforceable, in whole or in part, the remaining portion of this Agreement shall remain in effect. 22. ADDITIONAL ITEMS/SERVICES. Additional items and/or services may be added to this contract in compliance with the Purchasing Ordinance and Purchasing Procedures. 23. DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties,the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be Page 6 of 9 G�' 16E2 attended by representatives of Vendor with full decision-making authority and by County's staff person who would make the presentation of any settlement reached during negotiations to County for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed-upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of Vendor with full decision-making authority and by County's staff person who would make the presentation of any settlement reached at mediation to County's board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102,Fla. Stat. 24. VENUE. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. 25. CONTRACT STAFFING: The Vendor's personnel and management to be utilized for this project shall be knowledgeable in their areas of expertise. The County reserves the right to perform investigations as may be deemed necessary to ensure that competent persons will be utilized in the performance of the contract. The Vendor shall assign as many people as necessary to complete the services on a timely basis, and each person assigned shall be available for an amount of time adequate to meet the required service dates. 26. ORDER OF PRECEDENCE: In the event of any conflict between or among the terms of any of the Contract Documents, the terms of the Request for Proposal (RFP) and/or the Vendor's Proposal, the Contract Documents shall take precedence. 27. ASSIGNMENT: Vendor shall not assign this Agreement or any part thereof, without the prior consent in writing of the County. Any attempt to assign or otherwise transfer this Agreement or any part herein, without the County's consent, shall be void. If Vendor does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Vendor all of the obligations and responsibilities that Vendor has assumed toward the County. ***************************Remainder of page intentionally left blank**************************"*** Page 7 of 9 GQ' 16E2 IN WITNESS WHEREOF, the parties hereto,have each,respectively,by an authorized person or agent,have executed this Agreement on the date and year first written above. BOARD OF COUNTY COMMISSIONERS ATTEST: ,� COLLIER COU TY, FLORIDA Dwight E. Brock,Cleric of Courts By: SIL A AA . _. B / 41 a Tom Henning,Chai � an Dated: V1 1 2' W (SE est as to Chairman's. signature only., Staples Contract and Commercial, Inc. ,4.�,I By: First f itness gn,a I Rue) SQ 'Lt ( GtT1�e r Sl 14414-r t14 afr TT p/print witness nameT 1'Type/print signature and titlel' YP P „.9 S n Witness vl J /1.51.41://744/ TTy print witness namet Approved as to Form and Legality: - sistant Co ft t Y Attorney E'YY\q\I .907)r) Print Name V item# Agenda 4_ Da e ��1 Date (1— —I� Recd A OP Page 8 of 9 I eputy CI,111 fair GQ` 16E2 Exhibit A Vendor Price Sheet Core Items (following this page) Page 9 of 9 ... 16E2 _ _ >_ C . w W X N Z v ri U a- 0 u d F- a a 0_ W 5 a a s n a. 5 a a o > 2 Q = I I °C 00 2 2 2 = I m = U �i a. an m m z m tr -.1 to m z m m m m • d a1 W J W W yJ 01 W LU W W W 01 W N u Z W Z Z Z t� Z Z Z Z Z a- Z ❑� 'cs 0 v 0 0 0 - 2 0 0 0 0 0 2 0 01 y X F Z F H. F- m F- F F- z F C7 I-- z F- c a d m a > a w a a a I- a a a < > a a a -1 a a w 45• ' ❑ in 2 U 2 Y 2 2 2 m 0 C u " C m ' CL r a1 W W Q W W Q W Q W Q Z W W X uJ W Q W Q W Q � W < �' i1 J 0C e1 U K N CC Al K 0 W K d' 5 M cc O cc N Q d. M M M M VI VI 10 l0 1D lD ... H a U K G. 0 a U tmJ, V a Q 0_ W m W co co W LN1, W yy4 W W 1 co W V1 0 U c_ 0 U 0 U V1 U V1 F N ✓1 U N V1 U V1 U V1 U N N U PA Y ZS m E • L. C V N CO N N Ln VD el 01 .0 at M 10 M Ol .1 0 m a a .1 N rI .0 0t 01 1D (N O to V Ln W M 0i co 10 0 l0 ..0 01 M 1n CO V r0 1-1 r0 u1 .1 Q om... ❑ � N 01 00 00 00 .1 00 M Cr N Cr Cr CO rI Ln en 01 N N N V1 N ■-I en Cr M en 00 n.0 VD 00 N N N n 10 N 01 01 V 01 a1 01 M O 01 O l0 L0 0 O t0 A = 01 Ln .-1 L$ in oo L0 o V 0 0 0 01 In o t,1 > 1 e1 e-i ri r-I ei U1 LD U1 in N •"i .1 n N .-1 d .. 9 M 01 00 01 01 l0 r-i M 1D t0 10 l0 0 el l0 .1 eti .1 r-1 e1 N U E O c G Taa• a � �' w. c U. p V gO U VT VT V} VT VT VT VT VT VT VT VT VT VT VT VT 01 O O O N en n N U1 O M 0 0 0 0 0 .1 .1 at 01 V 0 at 0 01 N O 10 n n n N N 11 O M 0 V1 1.1 d 10 0 0 01 n O O N i y C M en M M en 0 01 O 0 O .1 l0 01 U1 .-4 ri m m O M M N N OM 'Cl a i Q. 0 N r-1 .-I r-1 N T a _ M in ° cil ' v H a v u ' E e1 x ` a R .0 m E aJ a. O Ti c c ❑ .so ao W — n C LL .=N. 19 _ a U .,.1 LL VT VT VT VT VT VT VT VT VT VT VT VT VT VT V1 VT VT VT V1 VT VT VT VT VT '0 O E ttc R0 4 4 4 4 4 2 ' H F- F- Q H Q Q Q X Q Q 4 Q F- W W W W W W W W U U Q' o U W ow W w m W W 111 LLI U Q F F V U 3 .0 CC le CO m Vis 0 m Y M J Z w 1D 0 0 W W W U N U O N N J m CO Z CI- r4 X < > < w w n 333x ° vN N N lJ F- 3 'Z Ca .1 ou m >- O K C' U O U Y U U U K Y a Z_ F.' ;-----,- �! Q .a-I M D: J N X•J J C d J d 0- 0_ N U W ci M 0 IZ N 10 LD w 2 N M el, 2 a 2 2 I g w _ `.-1 Ln N N V1 ,1 ❑ m N co' 1- X LL F- 1\L LL W w m 2 Lc n 0 N U v N U z aNi a u J f 1 l7 a C7 C7 l� g N. v Q1 O = l a° t-' 0 L7 1D l7 w 0. 0 0 N ? a u u v 0 03 z I- u W F- u v C v Z N a a a J s Q z •z O m U u 0 cc Z U d z ,_ 0 a O W o w 0 F Lu w w U w CO 0_ a- a- a Z < 0 0 0 p a. O ca ce a 0 0- 2 0 0 0 z O a ma ca.. a U 0 0m O 0 0 LL I d 0_ a a I- 2 a I- I- F- — F- n 0 :o E 0 z Y Z Co 00 0 m m o ran O m m 0 , m Ln a v 6' o b Q � en 'A Lb 1ND CD v rn N UI1 LII 0 o U 01 Z U U U N 01 W 01 al 00 r�-1 U N W W W co W an al M M 01 v g U v U w U m U U 1a)j 01 U Cl u U u U U m C. I- I- a Q 3 co 3 2 3 3 3 3 Q. m 3 3 O w W W ,F„ N N N V1 2 2 0 2 2 2 ut 2 Q 2 2 N V1 2 12 I 2 2 2 F- 4t X et) .a C O .1 N M '0 1.11 10 N CO 01 0 r•1 N en V .. .-1 N en In Ln n 00 01 .-1 -1,ri e-1 .1 ri e1 r-1 .-1 .-I N N N N N 0 - . 16E2 ' F-o � Q 0 M < LLJ t0 V a -� 0. 0 0. o Y 2 2 a. x I 0 2 2 Iv Y3 z m m — m a a' W W J W Ol W W N •� X Z z N 0 0. O O O m oN O O t a al 01 Z « y Z Y Z a z Q Z Z c 5 y = < —I c m 2 a Q Q ice% 0 O Z w Q w Q Z w Q K w w Q Y cz 0 cc V Q Y cc 0 cc cc Q v v m m v, M L m o1 -I m m K m V1 U 0 U K co. V1 �'f VI V1 N A cn c' y QU 10 v F a N ID m o� Q 0 ryi < r-1 .N-1 �' d m m CO 0o CO m n LA n n rn m 00 m o o .C3 0 LA NN1 00 ° N 0 0 00 U Q d I F- m 0 F- F- .F-1 ID CO 0 4. W M .3 ri ri .-i ri ` Y 3 N '0 U y 0 3G -c `t w c 'u. o = c `2 C V} VT VV)! VT V N V) V1 U <{ pp O VI y ,a. 0 00 Ln 0 001. 1Ln o o 0 O O N L00 O 1.n O 1°n O o o m .F-1 0 0 0 u:) V W 01 u E e- N O N O lD tri O N N 0 0 4 Cl N Ci V1 0 0 N • N 01 N O 0 0p V �'1 'Q 'c d C = ri C .-1 N 0 corn N N N 0 Ci O At V1 m 01 m m 01 Al 01 (7,7; 01 .-I V 1i1 N a OA t I ' D 0 0 M ri r-1 ri ri .-i ,I-L-1 ri .--I N .-i N N .--1 N N N C V1 c o cu X m 0 4 `2 = oa m on W _ N c a N ._0... a V 00 V) VT VT VT N N vl V} to N u7 VT VT N V} V1 V1 V) VF N N V1 Vf VT N N V1 N <.0 - . ~ .... V 0 c c I4 W w W LU W Ce W W < W W iWi W W O W W w w uu w W W O W W w uW p Y v 3 z 3 a ri Z lJ Q Y l0 y pV O Y Q 2 oc > U.' -' M Y 2 Q Q `•^ z 0 O 2 v O O- N U V a K l.J y m m N W CO ~ N N V U ° C1 Y Y Y 0.. g Li` V .�i Q Z p Z O L, 3 0 .F-1 W m C1 Q 0 V�1 1A rF-1 < •`. V V CO 2 m O V 2 V1 2 00 t- N s l7 o0 D d > m m 2 2 LL o 2 Z a s ma i u r 2 °oN a =1-1 z } = v "1 m 0 ° 0 •--1 5 g ri N ,�., Y 2 2 2 4 5 00 z o v 2 a 2 a 2 °C W a N < N 1- cc X O U r Z r a z rn N 1= o 0 v1 z a vt O to H 2 O Ci o rn 1.01 ce N J R cc Q K Q H J r∎ in J Q V 0. Q}N�1 J Y CL 2 Vl Yt Q K Y V` a m Q Q U O Yk K w .Ni {�- 0e K N Z � � Go � Z X V) CC CC 0. c � GG � = u � uCC CC d z m O z d z z VV1 a z 0c K 02 0c - z F- F- W s Z Y z z a ? F- O1 z z z z 1D c ? Y z UJ z ? z z z J z Y z O z O O Fa- a 1 2 O O O O = a a z0 0 0 0 I- 0 N IO Z a m 4 ,... z Z 1O z m > z Al < 3 a a a N a a Q a)• ,-I < .-1 N 00 0 V 0 ti) 00 V1 0 0 N 0 m m 00 N O 0 N V1 ri on N ° 01 V1 1LA M m U N M 01 M M m 0! n _ 01 M N m 01 co m OC N N N V) n'1 Co 0 (.I .-■ .i ri a - U 0 ri F F m Cr) (0 1A en ci ri VI N m 01 (N 01 ri r 1 d d U U in 01 rn Cr) V U 01 Ol Ol F- V C7 U Li C! C1 m •"1 I ri V V1 a) 0 F- F- W � WW W HF- Fa- w3I- U 3333WWWF31Wr N 2 2 v1 N N 2 v1 2 2 vI N LA X 2 N 2 2 2 2 2 VI X 2 ut 2 v1 1A O 40 X d 'C C V1 1.0 N 00 O1 O on Al m R V1 ID N CO 01 0 r-1 Al m V VI LO N 00 01 0 ri N N N Al N N m m on on on on on on on on V V 1 V_a A' A_V' V a d 111 11n V1 Cr, 16E2< ,., _I 2 X Cyr Z Y 00 01 a N Z w V V O C 3 w M N + l7 co = 2 = = x3 m < m = cc m v a 0) v < LU w w w w FQ- 0 N w w 0 w 01 J2 m X z z z Z Z Lo U z w Z o Q o o < i o LO 0 0 0 0 ° Z w z z z >- z w z z a C d 0 x Q Q Q Q Q Q Q >. z Q 0 0 < Q < Q N < M �- v z J 2 2 2 2 x Q a Ln 5 2 ' 2 n u) w d w w Q w w Lu < w LLI a. Ln w .-+ w w Q1 w 01 w 01 0c Q• = z Z O m o^ m m co m m Ln Z o a Z m cc m vL!I� m Cf c0 d -1 Q z w w LU LU V w a 0 N LU 0- o 2 v LU > w 0 LU a Lu a s U ce 0. Ln cf Ln Ln N 1.7 U1 O U a N d N Ln x V1 x Ln x v) x v1 T • a In• 13 C � " ' (0 0) a.Co /p N f•` 00 01 M O M N 00 01 N L11 N to 01 O. ,-i en N M 0 Ln .7 00 1 N N CC M rn LL I �) d '.... .�i 01 .M-1 e l .�-1 CO e�-1 00 01 0 00 1 m r1 1-1 .-1 a M V Q^1 01 01 CO N 01 0 LLD N- N n N N LO O 01 en LA 00 O V M tXl 01 l0 LO Ul Ln 0 Ol {p • 1!7 ,.4 01 M 0 en in lD 01 II) r d' h lD LD M V 7 T N N� LO N O1 01 M Ln ri 00 '"1 M ci M ci a rL NT .0 N 00 0 01 .-1 01 M N •"L N .y N N rl d w �,, 'O C m ri U V 'C 0Aada U L_ O 7 0 cQ It � � O LT VT VT +/? to N N VT VT L? VT VT V1 V1 VT VT V 0 CC N• Cr 0 n CO 0 0 0 O N co LD N N U1 M N d' 0o 00 N- O 0 V O n N L0 0) 0 l0 0 0 0 Ln O .--I Ln r V ."1 M U1 01 01 Cl 0 d 0 E . O .--I M 01 .-1 O O M o6 Ln 4 N V N O 00 N N M LO LO L0 01 . •Q C 0 C M 01 N 00 C N a CO N 0 N LD M .-L .-1 M N Cl N -. a — y M C N N N V = d Q C 7 = O C w O O v 0 ' v V 2 u ,, M•E a @ i d E w * .cu O Ti C 7 0 f0 w = ^ C jr. N , a ✓ e• �.1 LL VT VT V1 VT V1 L1 VT to V1 VT LT VT VT VT V1 to VT L1 LT V? N VT VT 10 Mt ~ 0 7 f O E " w w wwgwwww a u o 00 g 66 6 w w w g U u Y X o0 C Y Y m YQ M U X K 0 pV y 00 NC fl. U ° ry1 w L7 Y J CJ 2 J .\-L O O C_J w S O o d } 'C � L°0 Y N 2 m Z Z Ln N 0 w LU X F- 2 V N N z • CO YM zg0LLWQQ zau m 3 "v ,..0 •• *Zr... 3 O LL F- _ Z N 2 1� O X Q ~ J V ° U. L W .-1 X LL F- a Ol 2 2 2 z 1-.. o a Ln M Oin LY 0L ce z x O _i 2 LU a d' in up J l° a Q 0 W °� 0. 0. a l9 m cccc z Lx cc w Lu = 0 d Ln LJ 0 ZO 1. K O I V cc F- I- F- Z Z O F oe UI F- Q F- h u u u u o 0 a u F- --1 Q x U ~ u V u LY Q V \ cc NL cc F-; F= Z w Q 0 U Z w H N F- F- F- F- Y Z 01 Z Z woo z Z Y z NO a O oc a z z z Z co a = I- g I-. G g I- ? a a a I- 0. 2 a a a a .$ E 0 7 X Z Ln E Z z 0 O N OX1 Ln co N O1 O N d O 0 N '-L N M p N- O 00 'y 01 01 01 01 m d n d' M N 01 l0 N `"'{ N r1 _ M 0 In Lp d' 0 01 M .-1 0 N n N O) N u N 00 t,0 M N U1 U1 U1 Ul 01 u Z .D o .+ ao 0000 u o M ,n •Lod d d d v co m• 3 3 3 3 3 N. ° ° d u CO r+ in 3 3 3 3 3 w 3 LU a 0f 2 0 2 xxx2v., 00 U = 1 a Q x xinnx x x I I x 0) ,a C M d' in to n c0 01 0 'i N en .7 Ln LD n 00 O1 0 m N M d' in in in Ln Ln Ln in in LD L0 10 L0 L0 L0 LO 10 L0 LD n n N n N` N 0 ...w 16 E2 4 0 Z x 011 a~[ o C m < 2 a u a 0 a d ° — = Y = = N = S Y _ _ Z 0 V/ Z V W W a W J 0 W J W W J t 42 °' z Z m = z o r' 2 0 Z O ° O 0 0 �O w Z 0 N X r 0O H H rn ko a+ 0 0 Z z J a z a to Z O_ Z Q z O_ 0 < < d 2 < = co N a >- a < g < 2 c o rn z W a z .. W QO W < `^ N N W Q J z < fa a 0 cc a m o m a x 0- m de z Q 3 CO t00n W d m n co w to w co Q F- W W >. F- O_ w N = O N 01 w 00 W VI CI LA u t- m ,n v1 z u m vI c F- .- v r = a ---� to O (1) 0 zT 2(0 n C y U0 . N to N Ui m v m N m . .-1 N (n 0 v ‘.0 01 R � in ° 00 F N to Q o to to t .l m 00 d . N W u N m N m m C71 i m N V N N 01 O M N � N � iy Tr N e-1 00 01 -1 m -1 to V N CO N N N ° to. d 7 c°� E0 °' a d a c Q c " 0 0 C.) N N N N N ... in N N N N N N 00 en 00 m -4 .-1-I .-1-1 N tO .-1 H •N-1 .m-1 Vii 0 v-I 01 VU1 v., tD N V1 0-1 V E a d u1 d C (.6 t0 O O O m 00 V 00 Ol Co m N m O O N 00 y ? a d od+ O M 00 00 to Ol N N 4 tO 4 .-1 .-1 U 1 f44 m N m en oo a-I Q ° t U a u C a m a, x v Q C C N a on v a no o � it w N N vl. N N N to N N N N N N N N N N V1 V1 N Nan N N to F..1 Q d _ � � Q a Q ¢ x Q ¢Q Q Q a x a < Q I- Q u� Q w w w w w m a w t 1i ul uQl w m w w W uJ 0 w w NJ CO m F- z �p Q 7-1 S X QQ m 2 z ,. z 1 u ~ Q Z _ '. Q co N d N O d 0 0 Q Z N Y O W R- K Y 1W7• 0 m Z N Z v ~ X ?Z \ 4 v yay •--I Co M O W l!1 O F� W Z Q to LCE ~ < 00 d , u O N > N 0 0 0 Z 2 y LL 0 d I F O L ? O ~ = O N a 01 2 0 3 O,Ni° Y Q m m lQD .Ni Z O) O ° `^ ° 01 ° Y O cn 6 l7 H U 0 w = I.n (7 tj T O_ m 0 J a o_ (7 u "' o_ to l7 l7 z 2 a O�c p 0 Y F l7 0[ CC u = to 0 o�c tril 2 z a 5 } NvL) Ya Z 2uu cc ‘-' x z = - v Wz = u al ?CC F- V1 V V1 (.J O_ K O CC_ W Z O N 0 W W z W W QNl cc 3 a Z 2 z z H ZE ,9_ 1 ,1-z a Ol ' or as''. .,.. Z rG Ja O_ n. z Q z 0 0 0- I- m z z H 2 1 OF _J U = 2 ? I- O. I- I- 2 J LL 0- a V O 0. 0 E Z Z Q Q ° LL a < < ° ta0 N M CO tD an Q t^ 2 t0 °p O M n' d '1n-1 M ^ m U N 03 0 m N N en Tr N lmD trn J W O '7 ,t 0 m -4 m 01 tD N 01 n tO fO N Ill .m-1 01 ° _ d .-1 = N 1D m ,_ V (N.1 O�1 Q V el ° U U ao u (.1 01 Cf u V 0. m co W 3 > g 3 3 3 ' 0 a 3 3 a 3 3 3 3 3 CO ca N UJ V1 2 2 Q 2 = = vl 2 2 = t0 = a 2 ((/) I 2 Vf x = 2 x m v ,.C. to N co 01 O 1-1 N en 00 V1 tO N 00 01 0 .--1 N m V 1.11 LO N 00 01 N N N N 00 00 00 00 00 00.00 CO CO CO 01 01 01 01 01 01 01.01 01 al CD 16E2 ,.cn _ _ ,,, 1-- cc •tt Q c co a O V o c - a. a U vI a a a a d 0. O In 2 m 2 ut 2 0 2 2 = 2 'C V •'Q Y CC rti s Z -I z In CC z CC CC L.) a w D Z 0_ z x ce z ON z z z z a - E m 0 m 0 0 0 = 0 0 0 O N 3 F- F- F- r F- c y R. Y z Y a z G a 0 0 Z ¢ 2 v 2 > `� Q v a = o a > 1'' 6. d O x w O OC M < W cc O K 4"1 C OC �O NO K K cc a V 0 3 m ry J Ib N w a U v1 m ^ J m O m CO m m N CL' W a. W W Q W W d W CD W LO W W W Z t U v1 v) U s 2 2 O in U L VI cf Ln d v1 v1 U T X .4 E . 0 to l0 N 00 0 V m N 0 N ON M w . 8 01 In 01 U1 00 M IN N .�-1 ..-I .ml In a L0--. N CO N 00 M N 01 v1 01 01 01 00 M 00 N 00 01 01 N c■ N N N 00 M 00 m .'-I Q1 0 m r'1 r". I N N m m tp O m 01 .-4 0 CO CO N M M V •"I C 'gip C ..4 M 00 M O .--■ N O u'1 V1 V m Cr.. N .1-• to pp rl � ri M to N �D ID a •� e" ,.. In'V. N a 0 d al 0 dO` = 0 a LE a z�.- 3 „p„ O 01 u? V1 V) U vn vn vn V} V1 tn. V1 N Imi1 0 U1, f 1 ..--I N VI 0 c III h ff1'1 01 N 00 0 C1 01 t'0 N Q11 n 000 v T 1. d F O tD .4'I 0 N N 0 ■'"I a N OO N m 0 LN t0 N h h O^ N N 1 V1 V p C O y C N a V a+ p v V V .- In a` m v L.a maaE (0 ILL, 07 r co LL N c a w N 00 W LT Vf VT V1 V1 VT VF N V1 V* Vf VI to N Vl N N tn. N N V1 V1 N to , �O T d .mi1 :: o m u� u� u� ww w ug u� ugu� om � wu� u� ww u� mugw =i° ` F- 0 z I- I-z U a Y w N Q Y Ld W W J o m Q In C m m U O O U m II.' 0. N 0 U O Y CJ Z O Z 00 U -' V Q w N m In Z a In O O m X Mn Z H 1 °o z F Z r v vi a z Z W O F" ri a Y y o< U g a N Q ¢ vi — O m 5 Q >- n, O. Y CC m W LL l7 K d a Y a U > cC cC a ce I- Z O Q F of w t O oo W °c N m Cj w 2 W x V O °M° v v U Z z LL cc u) 2 W W 0 W �--. 0 (N J Z W cc V O' 0 Lv W U s-I .�1 Z O Z C O Z H Z Z F- -I Z Y O a a O t O a Z 2 .- 0_ 2 I 3 a Or ,? m O,Fa- 2 2 I 0 2 vUi uJ. u x L 2 0 V Z o 0 Z Tr z E Q O W Q m 00 'Q-1 r O W ra-1 N 0a1 ,--I 01 n Ian rW-•03 m rn 0 O( 0 v1 0011 O n N h 0 0 m 0 0 0011 N m n N m a - CO 00 N Lin cu v U 0 UU U U rn co c°v °c° co d �U d U al ° U 0 a w 3 IX 33 a m 3 aw233 3 33 a33 :a > W w W LULU w N w w W F o_ LULU n < x 2 x x 2 I Z = v, 2 ca a d 2 2 = 2 2 W CO 2 2 m £ 0 0 0 0 0 0 0 0 0 0 cr) 0 r-1 N M ,1 I!1 l0 IN 00 01 O N N C O 0 0 0 0 0 0 0 0 0 .--I .--I .-1 N c'1 N ci rti .-1 r-I N N N .ti ra ri ri .--I .-1 ri ri ri r-I ri r♦ .-i r-I ri r♦ r-I _e-I ri .-1 r-1 1-'1 ri 0 16E2 .,...---., AR® CERTIFICATE OF LIABILITY INSURANCE DATE MM/DD/YYYY) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(ies)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Beecher Carlson Insurance Services CONTACT NAME: (ATL)Diane Stalcup 6 Concourse Parkway, Suite 2300 Atlanta, GA 30328 PHONE lac.No.Ext1: 678-539-4877 Fax lac,No): 678-539-4890 E-MAIL ADDRESS: dstalcup@beechercarison.com INSURER(S)AFFORDING COVERAGE NAIC N www.beechercarlson.com INSURER A: ACE American Insurance Comoany 22667 INSURED INSURER B: ACE Property&Casualty 20699 Staples, attached Named Insureds Inc. a nd the INSURER C: Indemnity Insurance of North America 43575 and 500 Staples Drive INSURER D: Framingham MA 01702 INSURERE: INSURER F: COVERAGES CERTIFICATE NUMBER: 18990775 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER (MMIDDY/YYYYI (MMIDD/YYYY) LIMITS A GENERALUABILITY HDO-G27330472 2/1/2014 2/1/2015 EACH OCCURRENCE $ 1,000,000 ✓ COMMERCIAL GENERAL LIABILITY PREMISES(EaEocccurrence) $ 1,000,000 CLAIMS-MADE l OCCUR MED EXP(Any one person) E ✓ Contractual Liability PERSONAL&ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGO $ 2,000,000 7 POLICY n PRO- fl LOC $ JECT � A AUTOMOBILE LIABILITY ISA-H08818897 2/1/2014 2/1/2015 CO BINED,tj INGLE LIMIT $ 3,000,000 / ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS NON-OWNED PROPERTY AMAGE ✓ HIRED AUTOS ✓ AUTOS (Per accident) S S $ B UMBRELLA UAB ✓ OCCUR XOO-G27368566 2/1/2014 2/1/2015 EACH OCCURRENCE $ 5,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $ 5,000.000 DED RETENTION$ S $ $ A WORKERS COMPENSATION WLR-C47878305(AZ,CA,MA) 2/1/2014 2/1/2015 ✓ TORY LIMITS ca A EACH ACCIDENT $ 1,000,000 ANY ANDEPROPRIETOR/MPLOYERS'PARTUABINUTV ER/EXECUTIVE YIN SCF-047878317( )WI 2/1/2014 2/1/2015 A OFFICER/MEMBER EXCLUDED? 1 N N/A WCU-C47878329(OH) 2/1/2014 2/1/2015 E.L. C (Mandatory In NH) WLR-C47878299(AOS) 2/1/2014 2/1/2015 E.L.DISEASE-EA EMPLOYEE S 1.000.000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT S 1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(Attach ACORD 101,Additional Remarks Schedule,If more space Is moulted) - The certificate holder is included as Additional Insured to the extent they have a written contract and follow all other terms and conditions within the insurance contract. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Collier County THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Board of County Commissioners ACCORDANCE WITH THE POLICY PROVISIONS. Attn: Brenda Reaves 3327 Tamiami Trail East AUTHORIZED REPRESENTATIVE Naples FL 34112 / Sharon D.Brainard ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD CERT NO.: 18990775 CLIENT CODE: 39 (ATLI Diane Stalcup 1/21/2014 8:05:30 AM Page 1 of 2 16E2 AGENCY CUSTOMER ID: 39 LOC#: ACO® ADDITIONAL REMARKS SCHEDULE Page of AGENCY NAMED INSURED Staples,Inc. Beecher Carlson Insurance Services and the attached Named Insureds POLICY NUMBER 500 Staples Drive Framingham MA 01702 CARRIER NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE:Certificate of Liability(05/10) CERTIFICATE HOLDER: Collier County Board of County Commissioners ADDRESS: 3327 Tamiami Trail East Naples FL 34112 INSURED: Staples, Inc. POLICY PERIOD: 2/1/14 - 2/1/15 NAMED INSUREDS: Staples the Office Superstore East, Inc. Staples the Office Superstore LP Staples Contract & Commercial, Inc. , including: - Staples National Advantage - Business Interiors by Staples (fka Corporate Express Business Interiors) - Coastwide Laboratories, Inc. - Staples Promotional Products (fka Corporate Express Promotional Marketing, Inc. ) - Kross Outfitters - Corporate Express Imaging & Computer Graphic Supplies - Any other entity formerly known as Corporate Express - Staples Technology Solutions.com - Staples Enterprise Advantage - Staples Business Advantage - Staples Advantage - Staples Industrial - Staples Print Solution Quill Corporation - MAP (Medical Arts Press, Inc.) Schoolkids.com, Inc. Smilemakers, Inc. Thrive Networks, Inc. Corporate Express Document & Print Management, Inc. Lonesource ACORD 101 (2008/01) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ATTACHMENT CERT NO.: 18990775 CLIENT CODE: 39 (ATL)-Diane Sta1Cup 1/21/2014 8:05:30 AM Page 2 of 2