#23-8095R (ABG Fabrication, LLC.) FIXED TERM SERVICE AGREEMENT
#23-8095R
for
"Maintenance and Repair of Balers, Compactors, & Roll-off Equipment"
THIS AGREEMENT, made and entered into on this 14 day of ,1anuotr9 20 25 ,
by and between ABG Fabrication, LLC
authorized to do business in the State of Florida, whose business address is
4284 Enterprise Avenue, Naples, FL 34104 , (the
"Contractor") and Collier County, a political subdivision of the State of Florida, (the "County"):
WITNESSETH:
1. AGREEMENT TERM. The Agreement shall be for a three ( 3 ) year period,
commencing ❑■ upon the date of Board approval; or 17 on and
terminating on three ( 3 ) year(s) from that date or until all outstanding Purchase
Order(s) issued prior to the expiration of the Agreement period have been completed or
terminated.
The County may, at its discretion and with the consent of the Contractor, renew the
Agreement under all of the terms and conditions contained in this Agreement for
two ( 2 ) additional one ( 1 ) year(s) periods. The County shall give the
Contractor written notice of the County's intention to renew the Agreement term prior to
the end of the Agreement term then in effect.
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
and eighty (180) days. The County Manager, or his designee, shall give the Contractor
written notice of the County's intention to extend the Agreement term prior to the end of
the Agreement term then in effect.
2. COMMENCEMENT OF SERVICES. The Contractor shall commence the work upon
issuance of a ❑■ Purchase Order .
3. STATEMENT OF WORK. The Contractor shall provide services in accordance with the
terms and conditions of Pt Request for Proposal (RFP} • Invitation to Bid (ITB)
# 23-8095R, including
all Attachment(s), Exhibit(s) and Addenda and the Contractor's proposal referred to
herein and made an integral part of this Agreement.
n The Contractor shall also provide services in accordance with Exhibit A — Scope of
Services attached hereto.
Page 1 of 17
Fixed Term Service Agreement
[2024_ver.3]
3.1 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's Procurement Ordinance, as amended, and Procurement
Procedures in effect at the time such services are authorized.
4. THE AGREEMENT SUM. The County shall pay the Contractor for the performance of
this Agreement based on Exhibit B- Fee Schedule, attached hereto and the price
methodology as defined in Section 4.1. Payment will be made upon receipt of a proper
invoice and upon approval by the County's Contract Administrative Agent/Project
Manager, and in compliance with Chapter 218, Fla. Stats., otherwise known as the "Local
Government Prompt Payment Act".
4.1 Price Methodology (as selected below):
•
•
s a busi ess practice thcre are no
satisfaction of the County's projcct manager before payment for the fixed price contract
■ Time and Materials: The County agrees to pay the contractor for the amount of labor
time spent by the contractor's employees and subcontractors to perform the work(number
of hours times hourly rate), and for materials and equipment used in the project (cost of
materials plus the contractor's markup). This methodology is generally used in projects in
which it is not possible to accurately estimate the size of the project, or when it is expected
that the project requirements would most likely change. As a general business practice,
these contracts include back-up documentation of costs; invoices would include number
of hours worked and billing rate by position (and company (or subcontractor)
timekeeping or payroll records), material or equipment invoices, and other reimbursable
documentation for the project.
■I Unit Price: The County agrees to pay a firm total fixed price (inclusive of all costs,
including labor, materials, equipment, overhead, etc.) for a repetitive product or service
delivered (i.e. installation price per ton, delivery price per package or carton, etc.). The
invoice must identify the unit price and the number of units received (no contractor
inventory or cost verification).
4.2 Any County agency may obtain services under this Agreement, provided
sufficient funds are included in their budget(s).
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 the Agreement. 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.
Page 2 of 17
Fixed Term Service Agreement
[2024_ver.3]
4.4 The County, or any duly authorized agents or representatives of the County, shall
have the right to conduct an audit of Contractor's books and records to verify the accuracy
of the Contractor's claim with respect to Contractor's costs associated with any Payment
Application, Change Order, or Work Directive Change.
•
Mileage $0:44: eat +le-
Breakfast $6:00
iLtineh $=14 O0
Dinner $-9790
Airfare
Renta--eaf
vehieles
Lodging Aettiaef-tedging-at-single-eeetipaney-rate7with-a
fl�6 er-t/ig-ht
Pk
Aettra+-ees
•
itcms will be paid only after Contractor has provided all receipts. Contractor shall be
responsible for all other costs and expenses associated with activities and solicitations
5. SALES TAX. Contractor 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 # 85-8015966531 C.
6. NOTICES. All notices from the County to the Contractor shall be deemed duly served if
mailed or emailed to the Contractor at the following:
Company Name: ABG Fabrication, LLC
Address: 4284 Enterprise Ave
Naples, FL 34104
Authorized Agent: Jim Kraffert
Attention Name & Title: General Manager/Partner
Telephone: 239-330-8796
E-Mail(s): jraffert@abgfabricationlIc.com
Page 3 of 17
Fixed Term Service Agreement
[2024_ver.3]
All Notices from the Contractor to the County shall be deemed duly served if mailed or
emailed to the County to:
Board of County Commissioners for Collier County, Florida
Division Name: Solid and Hazardous Waste Management
Division Director: Kari Hodgson
Address: 3339 Tamiami Trail E
Naples, FL 34112
Administrative Agent/PM: Robert Lee
Telephone: 239-252-7953
E-Mail(s): Robert.Lee@colliercountyfl.gov
The Contractor 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 Contractor or to constitute the Contractor 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 Contractor. 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 Contractor. The Contractor shall also be solely responsible
for payment of any and all taxes levied on the Contractor. In addition, the Contractor 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 Contractor agrees to comply
with all laws governing the responsibility of an employer with respect to persons employed
by the Contractor.
9. NO IMPROPER USE. The Contractor 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 Contractor or if the
County or its authorized representative shall deem any conduct on the part of the
Contractor to be objectionable or improper, the County shall have the right to suspend the
Agreement of the Contractor. Should the Contractor 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 Contractor further agrees not to commence operation during
Page 4 of 17
Fixed Term Service Agreement
[2024_ver.3]
the suspension period until the violation has been corrected to the satisfaction of the
County.
10. TERMINATION. Should the Contractor be found to have failed to perform his 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 the
non-performance.
In the event that the County terminates this Agreement, Contractor's recovery against the
County shall be limited to that portion of the Agreement Amount earned through the date
of termination. The Contractor 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 Contractor agrees that there shall be no discrimination as to
race, sex, color, creed or national origin or any other class protected by federal or Florida
law.
12. INSURANCE. The Contractor shall provide insurance as follows:
A. 0 Commercial General Liability: Coverage shall have minimum limits of
$ 1,000,000.00 Per Occurrence, $ 2,000,000.00 aggregate for Bodily Injury Liability
and Property Damage Liability. The General Aggregate Limit shall be endorsed to apply
per project. This shall include Premises and Operations; Independent Contractors;
Products and Completed Operations and Contractual Liability.
B. ❑■ Business Auto Liability: Coverage shall have minimum limits of$ 1,000,000.00
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. 0 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$ 1,000,000.00
for each accident.
B-F—Professio
E. ❑ fiber Liability: Coverage shall have minimum limits of $ per
eta+r-n-
Page 5 of 17
Fixed Term Service Agreement
[2024_ver.3]
F. ■❑ Garagekeepers/Bailee : Coverage
shall have minimum limits of$ 1,000,000.00 per claim.
G. I—I • vvveiayc
I I. n : Covcr :o
Special Requirements: Collier County Board of County Commissioners, OR, Board of
County Commissioners in Collier County, OR, Collier County Government shall be listed
as the Certificate Holder and included as an "Additional Insured" on the Insurance
Certificate for Commercial General Liability where required. This insurance shall be
primary and non-contributory with respect to any other insurance maintained by, or
available for the benefit of, the Additional Insured and the Contractor's policy shall be
endorsed accordingly.
Current, valid insurance policies meeting the requirement herein identified shall be
maintained by Contractor during the duration of this Agreement. The Contractor shall
provide County with certificates of insurance meeting the required insurance provisions.
Renewal certificates shall be sent to the County thirty (30) days prior to any expiration
date. Coverage afforded under the policies will not be canceled or allowed to expire until
the greater of: thirty (30) days prior written notice, or in accordance with policy provisions.
Contractor 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 change in
coverage or limits received by Contractor from its insurer, and nothing contained herein
shall relieve Contractor of this requirement to provide notice.
Contractor shall ensure that all subcontractors comply with the same insurance
requirements that the Contractor is required to meet.
13. INDEMNIFICATION. To the maximum extent permitted by Florida law, the Contractor
shall defend, 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 Contractor, 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
Contractor or anyone employed or utilized by the Contractor 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.
Page 6 of 17
Fixed Term Service Agreement
[2024_ver.3]
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 Contractor,
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
Contractor. Contractor'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. AGREEMENT ADMINISTRATION. This Agreement shall be administered on behalf of
the County by the Solid and Hazardous Waste Management Division
15. CONFLICT OF INTEREST. Contractor 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. Contractor further represents that no
persons having any such interest shall be employed to perform those services.
16. COMPONENT PARTS OF THIS AGREEMENT. This Agreement consists of the following
component parts, all of which are as fully a part of the Agreement as if herein set out
verbatim: Contractor's Proposal, Insurance Certificate(s), ■ Exhibit A Scope of Services,
Exhibit B Fee Schedule, RFP/ n ITB/n Other
#23-8095R , including Exhibits, Attachments and Addenda/Addendum, ❑ subsequent
quotes, and Other Exhibit/Attachment:
17. APPLICABILITY. Sections corresponding to any checked box ( ■ ) expressly apply to
the terms of this Agreement.
18. 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.
19. 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 Agreement held by the individual and/or firm for cause.
20. COMPLIANCE WITH LAWS. By executing and entering into this Agreement, the
Contractor 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
Page 7 of 17
Fixed Term Service Agreement
[2024_ver.3]
located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be
amended, as well as the requirements set forth in Florida Statute, §448.095; 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, if applicable, including specifically those contractual requirements at F.S. §
119.0701(2)(a)-(b) as stated as follows:
IT IS THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS
RELATING TO THIS CONTRACT. IF THE CONTRACTOR HAS
QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119,
FLORIDA STATUTES, IT SHOULD CONTACT THE CUSTODIAN OF
PUBLIC RECORDS AT:
Division of Communications, Government and Public Affairs
3299 Tamiami Trail East, Suite 102
Naples, FL 34112-5746
Telephone: (239) 252-8999
Email: PublicRecordRequest(c` colliercountyfl.gov
The Contractor must specifically comply with the Florida Public Records Law to:
1. Keep and maintain public records required by the public agency to perform the
service.
2. Upon request from the public agency's custodian of public records, provide the
public agency 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 public agency.
4. Upon completion of the contract, transfer, at no cost, to the public agency all
public records in possession of the Contractor or keep and maintain public
records required by the public agency to perform the service. If the Contractor
transfers all public records to the public agency 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 public agency, upon
request from the public agency's custodian of public records, in a format that is
compatible with the information technology systems of the public agency.
If Contractor observes that the Contract Documents are at variance therewith, it shall
promptly notify the County in writing. Failure by the Contractor to comply with the laws
Page 8 of 17
Fixed Term Service Agreement
[2024_ver.3]
referenced herein shall constitute a breach of this Agreement and the County shall have
the discretion to unilaterally terminate this Agreement immediately.
21. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County
encourages and agrees to the successful Contractor extending the pricing, terms and
conditions of this solicitation or resultant Agreement to other governmental entities at the
discretion of the successful Contractor.
22. PAYMENTS WITHHELD. The County may decline to approve any application for
payment, or portions thereof, because of defective or incomplete work, subsequently
discovered evidence or subsequent inspections. The County may nullify the whole or any
part of any approval for payment previously issued and the County may withhold any
payments otherwise due to Contractor under this Agreement or any other Agreement
between the County and Contractor, to such extent as may be necessary in the County's
opinion to protect it from loss because of: (a) defective Work not remedied; (b) third party
claims failed or reasonable evidence indicating probable fling of such claims; (c) failure of
Contractor to make payment properly to subcontractors or for labor, materials or
equipment; (d) reasonable doubt that the Work can be completed for the unpaid balance
of the Contract Amount; (e) reasonable indication that the Work will not be completed
within the Contract Time; (f) unsatisfactory prosecution of the Work by the Contractor; or
(g) any other material breach of the Contract Documents.
If any conditions described above are not remedied or removed, the County may, after
three (3) days written notice, rectify the same at Contractor's expense. The County also
may offset against any sums due Contractor the amount of any liquidated or unliquidated
obligations of Contractor to the County, whether relating to or arising out of this Agreement
or any other Agreement between Contractor and the County.
If a subcontractor is a related entity to the Contractor, then the Contractor shall not mark-
up the subcontractor's fees. A related entity shall be defined as any Parent or Subsidiary
of the Company and any business, corporation, partnership, limited liability company or
other entity in which the Company or Parent or a Subsidiary of the Company holds any
ownership interest, directly or indirectly.
23. n CLEAN UP. Contractor agrees to keep the Project site clean at all times of debris,
rubbish and waste materials arising out of the Work. At the completion of the Work,
Contractor shall remove all debris, rubbish and waste materials from and about the Project
site, as well as all tools, appliances, construction equipment and machinery and surplus
materials, and shall leave the Project site clean.
24. STANDARDS OF CONDUCT: PROJECT MANAGER, SUPERVISOR, EMPLOYEES.
The Contractor shall employ people to work on County projects who are neat, clean,
well-groomed and courteous. Subject to the American with Disabilities Act, Contractor
shall supply competent employees who are physically capable of performing their
employment duties. The County may require the Contractor to remove an employee it
deems careless, incompetent, insubordinate or otherwise objectionable and whose
continued employment on Collier County projects is not in the best interest of the County.
Page 9 of 17
Fixed Term Service Agreement
[2024_ver.3]
25. ❑■ WARRANTY. Contractor expressly warrants that the goods, materials and/or
equipment covered by this Agreement will conform to the requirements as specified, and
will be of satisfactory material and quality production, free from defects, and sufficient for
the purpose intended. Goods shall be delivered free from any security interest or other
lien, encumbrance or claim of any third party. Any services provided under this Agreement
shall be provided in accordance with generally accepted professional standards for the
particular service. These warranties shall survive inspection, acceptance, passage of title
and payment by the County.
Contractor further warrants to the County that all materials and equipment furnished under
the Contract Documents shall be applied, installed, connected, erected, used, cleaned
and conditioned in accordance with the instructions of the applicable manufacturers,
fabricators, suppliers or processors except as otherwise provided for in the Contract
Documents.
If, within one (1) year after final completion, any Work is found to be defective or not in
conformance with the Contract Documents, Contractor shall correct it promptly after
receipt of written notice from the County. Contractor shall also be responsible for and pay
for replacement or repair of adjacent materials or Work which may be damaged as a result
of such replacement or repair. These warranties are in addition to those implied
warranties to which the County is entitled as a matter of law.
26. n TESTS AND INSPECTIONS. If the Contract Documents or any codes, laws,
ordinances, rules or regulations of any public authority having jurisdiction over the Project
requires any portion of the Work to be specifically inspected, tested or approved,
Contractor shall assume full responsibility therefore, pay all costs in connection therewith
and furnish to the County the required certificates of inspection, testing or approval. All
inspections, tests or approvals shall be performed in a manner and by organizations
acceptable to the County.
27. n PROTECTION OF WORK.
A. Contractor shall fully protect the Work from loss or damage and shall bear the cost
of any such loss or damage until final payment has been made. If Contractor or
anyone for whom Contractor is legally liable is responsible for any loss or damage
to the Work, or other work or materials of the County or County's separate
contractors, Contractor shall be charged with the same, and any monies necessary
to replace such loss or damage shall be deducted from any amounts due Contractor.
B. Contractor shall not load nor permit any part of any structure to be loaded in any
manner that will endanger the structure, nor shall Contractor subject any part of the
Work or adjacent property to stresses or pressures that will endanger it.
C. Contractor shall not disturb any benchmark established by the County with respect
to the Project. If Contractor, or its subcontractors, agents or anyone, for whom
Contractor is legally liable, disturbs the County's benchmarks, Contractor shall
immediately notify the County. The County shall re-establish the benchmarks and
Contractor shall be liable for all costs incurred by the County associated therewith.
Page 10 of 17
Fixed Term Service Agreement
[2024 ver.3]
28. SUBMITTALS AND SUBSTITUTIONS. Any substitution of products/materials from
specifications shall be approved in writing by the County in advance.
29. CHANGES IN THE WORK. The County shall have the right at any time during the
progress of the Work to increase or decrease the Work. Promptly after being notified of a
change, Contractor shall submit an estimate of any cost or time increases or savings it
foresees as a result of the change. Except in an emergency endangering life or property,
or as expressly set forth herein, no addition or changes to the Work shall be made except
upon modification of the Purchase Order by the County, and the County shall not be liable
to the Contractor for any increased compensation without such modification. No officer,
employee or agent of the County is authorized to direct any extra or changed work orally.
Any modifications to this Agreement shall be in compliance with the County Procurement
Ordinance and Procedures in effect at the time such modifications are authorized.
30. 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.
31. ADDITIONAL ITEMS/SERVICES. Additional items and/or services may be added to this
Agreement in compliance with the Procurement Ordinance, as amended, and
Procurement Procedures.
32. 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 attended
by representatives of Contractor 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
Contractor 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.
33. 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.
34. R-K
right to perfo
Page 11 of 17
Fixed Term Service Agreement
[2024_ver.3]
persoane+.
❑■ AGREEMENT STAFFING. The Contractor's personnel and management to be utilized
for this Agreement 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 Agreement. The Contractor
shall assign as many people as necessary to complete required services on a timely basis,
and each person assigned shall be available for an amount of time adequate to meet
required services.
35.
take precedence.
n ORDER OF PRECEDENCE (Grant Funded). In the event of any conflict between or
among the terms of any of the Contract Documents and/or the County's Board approved
Executive Summary, the terms of the Agreement shall take precedence over the terms of
all other Contract Documents, except the terms of any Supplemental Conditions shall take
precedence over the Agreement. To the extent any conflict in the terms of the Contract
Documents cannot be resolved by application of the Supplemental Conditions, if any, or
the Agreement, the conflict shall be resolved by imposing the more strict or costly
obligation under the Contract Documents upon the Contractor at County's discretion.
36. ASSIGNMENT. Contractor 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 Contractor
does, with approval, assign this Agreement or any part thereof, it shall require that its
assignee be bound to it and to assume toward Contractor all of the obligations and
responsibilities that Contractor has assumed toward the County.
37. SECURITY. The Contractor is required to comply with County Ordinance 2004-52, as
amended. Background checks are valid for five (5) years and the Contractor shall be
responsible for all associated costs. If required, Contractor shall be responsible for the
costs of providing background checks by the Collier County Facilities Management
Division for all employees that shall provide services to the County under this Agreement.
This may include, but not be limited to, checking federal, state and local law enforcement
records, including a state and FBI fingerprint check, credit reports, education, residence
and employment verifications and other related records. Contractor shall be required to
maintain records on each employee and make them available to the County for at least
Page 12 of 17
Fixed Term Service Agreement
[2024_ver.3]
four(4) years. All of Contractor's employees and subcontractors must wear Collier County
Government Identification badges at all times while performing services on County
facilities and properties. Contractor ID badges are valid for one (1) year from the date of
issuance and can be renewed each year at no cost to the Contractor during the time
period in which their background check is valid, as discussed below. All technicians shall
have on their shirts the name of the contractor's business.
The Contractor shall immediately notify the Collier County Facilities Management Division
via e-mail (DL-FMOPS;acolliercountvfl.gov) whenever an employee assigned to Collier
County separates from their employment. This notification is critical to ensure the
continued security of Collier County facilities and systems. Failure to notify within four (4)
hours of separation may result in a deduction of$500 per incident.
Collier County Sheriff's Office (CCSO) requires separate fingerprinting prior to work being
performed in any of their locations. This will be coordinated upon award of the contract. If
there are additional fees for this process, the Contractor is responsible for all costs.
38. ❑■ SAFETY. All Contractors and subcontractors performing service for Collier County are
required and shall comply with all Occupational Safety and Health Administration (OSHA),
State and County Safety and Occupational Health Standards and any other applicable
rules and regulations. Also, all Contractors and subcontractors shall be responsible for
the safety of their employees and any unsafe acts or conditions that may cause injury or
damage to any persons or property within and around the work site.
Collier County Government has authorized the Occupational Safety and Health
Administration (OSHA) to enter any Collier County Facility, property and/or right-of-way
for the purpose of inspection of any Contractor's work operations. This provision is non-
negotiable by any division/department and/or Contractor. All applicable OSHA inspection
criteria apply as well as all Contractor rights, with one exception. Contractors do not have
the right to refuse to allow OSHA onto a project that is being performed on Collier County
Property. Collier County, as the owner of the property where the project is taking place
shall be the only entity allowed to refuse access to the project. However, this decision
shall only be made by Collier County's Risk Management Division Safety Manager and/or
Safety Engineer.
(Intentionally left blank -signature page to follow)
Page 13 of 17
Fixed Term Service Agreement
[2024 ver.3]
IN WITNESS WHEREOF, the parties hereto, by an authorized person or agent, have executed
this Agreement on the date and year first written above.
ATTEST: BOARD OF COUNTY COMMISSIONERS
Crystal K. Kin*, f the Circuit COLLIER COUNTY, FLORIDA
Court and c1.044:4i
.•
By: By: /34,•)1X. ,4";/-40itgba—
t.
Dated: r 42 6 Burt Saunders, Chairman
(S ••Att0.4, 40E4.-to Chairman's
s igt ture only
_ _
ABG i-abrication, LLt.,
Contractor's Witnesses: Contractor
BY:
Co-rtractor's First Witness ---piS(intu;legA21)?(; u , 44IZ
i7 FE re .1- trype/print signature and titIe1
TType print witness name
Con ractor's Second Witness
1'Typeiprint witness name'
pproved s iblip a d Legality:
' , Count ttorney
• a "--7
Print Name
Page 14 of 17
Fixed Term Service Agreement e'
f 2024_,vet 31
Exhibit A
Scope of Services
• following this page (containing 6 pages)
❑ this exhibit is not applicable
Page 15 of 17
Fixed Term Service Agreement
[2024_ver.3]
Exhibit A
Scope of Services
DETAILED SCOPE OF WORK
The Solid & Hazardous Waste Management Division is seeking qualified Vendors to provide required routine,
preventative maintenance, repair services, and replacements for County owned balers, compactors, and roll-off
equipment.
1. LOCATIONS&EXAMPLES
The listing below contains locations and examples of County equipment to be maintained under this solicitation.
Naples Recycling Center:
2640 Corporate Flight Dr.
Naples,FL 34104
• Horizontal Baler(Make:International Baler/Model:EXP-865-75)
• 2YD Stationary Compactor(Make:HESCO/Model:H600)
• Roll-off Containers(Open Top,Enclosed Recycling,Receiver Boxes—various sizes)Welding,&minor
repairs(wheels,hinges,doors,floors,etc.)
• Roll-off Truck Body repairs(Cable hoist,Auto tarper,Hydraulics,etc.)
North Collier Recycling Center:
9950 Goodlette Frank Rd.
Naples,FL 34109
• 2YD Stationary Compactor(Make:IES/Model:HE10561)
• Vertical Baler(Make:PTR/Model:2300 HD 60")
Marco Island Recycling Center:
990 Chalmer Dr.
Marco Island,FL 34145
• 5YD Stationary Compactor(Make:Marathon/Model:RJ550)
• 2YD Stationary Compactor(Make:IES/Model:HE10561)
• Vertical Baler(Make:PTR/Model:HE10561)
Tim Nance Recycling Center:
825 39th Ave.NE
Naples,34120
• Vertical Baler(Make: Bace/Model:V630CC/Serial:V630CC1007536)
2. PREVENTATIVE MAINTENANCE
2.1. Preventative maintenance may include:
• Evaluate overall equipment condition.
• Verify that all safety decals are in good condition.
• Test and verify the operation of safety features.
• Thoroughly inspect the cylinder welds and seals.
• Grease all fittings.
1
CA 0
• Inspect all hoses and crimps.
• Inspect all hose clamps and tighten them as needed.
• Inspect motor for signs of wear or end-of-life conditions.
• Inspect the pump for leaks or signs of failure.
• Inspect oil level and general condition.
• Inspect and replace(as needed)hoses,fluids,and filters.
• Clean power unit.
• Grease and lube proper areas for maximum performance and longevity.
• Change oil and hydraulic fluid as recommended by the manufacturer.
• (Optional)Perform oil analysis by an independent laboratory.
• Operate gauge and verify that there are no leaks and operational.
• Set all Pressures.
• Adjust Limit Switches as required.
• Inspect ram or platen guide systems.
• Inspect all control box switches and verify all are operational.
• Inspect the motor starter.
• Inspect motor starter overload.
• Inspect and test Emergency Stop Switches.
• Inspect all electrical connections and tighten as needed.
• Inspect wiring for signs of damage.
• Perform structural inspection of equipment.
• Verify that all safety covers are secure and properly positioned.
• Inspect all loading doors and related safety switches.
• Provide training to personnel on site during visit.
• Verify area near the equipment is clear of debris or improperly stored material.
• All deficiencies communicated and solutions discussed.
2.2. The Vendor must provide a master schedule for all expected maintenance days.
2.3. For each site visit, the awarded Vendor will provide an Equipment Service Report. The Report should
include the following:
• Record of inspection including all findings/remarks for each piece of equipment
• All preventative maintenance items completed
• Recommend repairs,if applicable
The Equipment Service Report must be completed and submitted by Vendor to County Representative upon
preventative maintenance completion or within three(3)business days if repairs are recommended. Note:
Failure to provide the completed,signed and dated report may delay the Vendor's payment.
2
CA 0
2.4. The Vendor shall use a County provided Equipment Service Report if requested to do so by the County.
2.5. Monthly, quarterly, and annual preventative maintenance services are anticipated for all balers and
compactors;however,the service shall also be as needed.
2.6. If,during the preventative maintenance,the vendor determines a need for repair or replacement,follow 3.
Repairs&Replacement below.
3. REPAIRS&REPLACEMENT
3.1. Repairs may include:
• Welding,fabricating,metal cutting/patching.
• Safety guard repair or replacements.
• Hydraulic system repairs(cylinders,hoses,etc.)
• Electrical controller system repairs.
• Replacement components/parts(couplings,bearings,switches,etc.)
• Pump and motor repair.
3.2. If a repair is recommended,the Vendor will provide a quote to the County Representative within three(3)
business days from the date of the inspection,unless it is determined to be an urgent repair,then the Vendor
shall work with the County Representative for a quick resolution. The Vendor must be able to work with
scale software and other county agencies,when necessary,for problem-solving.
3.3. Should minor repairs or replacement parts be required or recommended by the Vendor while performing the
preventative maintenance,and the Vendor is able to repair or replace during the preventative maintenance
service,the Vendor shall provide a quote for any parts and labor related to the minor repair or replacement
in writing prior to the repair and obtain the County Representative or their designee's approval.Labor rates
and markup shall be in accordance with the fee schedule.
3.4. No single quote for a single repair/replacement project shall exceed$200,000.The County does reserve
the right to competitively bid any repair or replacement project,if deemed in the best interest of the
County. The County also reserves the right to separately purchase equipment required for the job
and may request the Vendor to provide delivery and installation services.
3.5. The County Representative shall determine if the quote provided is fair,reasonable and within an acceptable
spend threshold.
3.6. Labor rates and applicable markups shall be in accordance with the Fee Schedule.
3.7. Hourly labor rates shall be inclusive of all overhead, insurance,profit,travel,and use of company owned
equipment(excluding rental equipment).
3.8. Should the Vendor need to hire a subcontractor,the subcontractor charges may be invoiced at cost plus 15%
markup. A copy of the subcontractor's invoice shall be required with the Vendor's invoice. The
subcontractor's hourly rate may not exceed the Vendor's hourly rates listed on the fee schedule.
3.9. Parts and materials may be invoiced at cost plus 10%markup. Parts/materials with a single item amount
of$500.00 or more shall require the Vendor to provide backup documentation. All shipping or freight
charges must have backup documentation.Should the Vendor need to rent equipment to complete the project,
rental charges may be invoiced at cost plus 10%markup. A copy of the rental receipt showing the cost shall
3
be required with the Vendor's invoice.Ancillary charges may be transferred to the County in the actual
amount;however,mark-ups will not be allowed on taxes,freight/shipping,and/or permits.
4. SERVICE CHARGE
Should a service truck with specialized equipment be needed,the vendor may charge a Service Truck Charge per
day regardless of how many sites are visited,in accordance with the Fee Schedule. This charge shall include all
expenses related to the service truck,such as tools,equipment,fuel,travel time,and insurance. Additional labor
rates may still apply in accordance with the Fee Schedule.
5. SHOP CHARGE
Should the vendor need to repair the equipment and/or components in their shop, the vendor may charge a Shop
Charge per the Fee Schedule that shall be all-inclusive of any equipment used, insurance, and transport of the
equipment/components to and from the shop. This charge shall be a per-day fee for the time the
equipment/components are at the vendor's shop being repaired.Time justification may be required.Additional labor
rates may still apply in accordance with the Fee Schedule.
6. EQUIPMENT&PARTS
6.1. All equipment and parts provided and installed by the Vendor under the awarded contract shall be new
and free of defects and may require County approval prior to installation.It is the intent that all digital
and mechanical components will be purchased under the awarded contract.Equipment and Parts may
include,but shall not be limited to:
• Replacement balers,compactors,and/or roll-off equipment
• Components,hardware
• Power units
• Lights
• Terminals
• Safety guards
• Control box
• Containers
• Casing/Housings
• Pumps
• Cylinders
6.2. At a minimum,replacement parts and/or maintenance materials shall be based on the manufacturer's
recommendations.
7. WORK HOURS AND CONTRACTOR CONTACT
7.1. Normal business hours shall be 7:00am to 5:00pm, Monday through Friday, excluding County observed
holidays.After hours are considered to be requests outside of the normal business hours, weekends and
County observed holidays or in the event of a declared local state of emergency and vendor shall be paid
1.5x straight time applicable in accordance with the fee schedule.
7.2. The Vendor shall provide a company contact name,phone number and email address for all requests
and shall be available twenty-four(24)hours per day,365 days per year.
4
7.3. The County will issue a Purchase Order prior to commencement of work.No work shall be performed
until the Vendor is in receipt of an approved purchase order.
8. RESPONSE TIMES FOR REPAIRS/REPLACEMENTS
8.1. Normal Request
• Vendor shall acknowledge a request for quote via email or phone call within twelve(12) hours
from the time the County issued the request.
• Vendor shall provide a written quote to the requestor via email within three(3)business days of
the initial request from the County.
• The County may request that the Vendor start work within two (2) business days after a valid
Purchase Order has been e-mailed to the Vendor by an appropriate County Representative.
8.2. Urgent Request
• Vendor shall acknowledge an urgent request via email or phone call within one(1) hour of the
request being sent by the County.
• Vendor shall be on-site within three(3)hours after the County's initial request.A response time
that exceeds the three(3)hours must be approved by the County Representative.
• Vendor shall be paid 1.5x straight time hourly rate(s) in accordance with the fee schedule for
urgent requests regardless of the day or time the work is performed.
9. PRICE MODIFICATIONS
9.1. Any requested adjustment shall be fully documented and submitted to the County no less than thirty(30)
days prior to the contract anniversary date based on the percent change(up or down)of the Consumer Price
Index (CPI). Retroactive price adjustments are not authorized. All requests must be submitted to the
County Representative or designee. Any approved cost adjustments shall become effective as of the
anniversary date or upon Procurement Director/Board approval.
• Contractor shall provide supporting documentation justifying price increases (examples:
Contractor's material agreements,distributor invoices,proof of fuel increases,etc.).
• County Representative or designee shall analyze prices to determine if increases are fair and
reasonable using the following methods:price competition(reviewing competitive bids or offers),
market prices,historical prices,or independent estimates.
• Contractor shall continue to fill all purchase orders received at the current agreement prices during
the review process.
• The Procurement Director has the authority to approve price adjustments in accordance with the
Procurement Ordinance,as amended.The bid tabulation shall be modified with the price increases,
or an amendment process as required,and uploaded into the County's Finance system.
• Price increase requests are not guaranteed.If approved,the Procurement Director or designee will
notify the Contractor in writing with the effective date of any approved price increases.
The County may, after examination, refuse to accept the adjusted costs if they are not properly documented,
considered excessive,or if decreases are deemed insufficient.In the event the County does not wish to accept the
adjusted costs and the matter cannot be resolved to the satisfaction of the County,a contract termination will have
to be processed.
5
CA0
10. SAFETY
10.1.The awarded Vendors shall comply with all Occupational Safety and Health Administration(OSHA),
Environmental Protection Agency (EPA), the National Institute of Occupational Safety Hazards
(NIOSH),the American National Standards Institute(ANSI),the National Fire Protection Association
(NFPA), the Crane Manufacturers Association of America, Inc. (CMAA), National Electric Code
(NEC), American Society of Mechanical Engineers (ASME), State and County regulations while
performing work under the resultant Contract. Vendor shall be responsible for the safety of their
employees and any unsafe acts or conditions that may cause injury or damage to any persons or
property within and around the work site.
10.2.Barricades shall be provided and utilized by the Vendor when work is performed in public areas, or
when deemed necessary by the County.
10.3.Hazardous conditions shall be immediately reported to the County.
6
CA
Exhibit B
Fee Schedule
following this page (containing 1 pages)
Page 16 of 17
Fixed Term Service Agreement
[2024_ver.3]
ITB #23-8095R
Maintenance and Repair of Balers, Compactors, and Roll-off Equipment
Exhibit B
Fee Schedule
Description Unit Unit Price
Supervisor Per Hour S 150.00
Service Technician Per Hour S 125.00
Service Truck Charge:Includes Welder,Air Compressor,Tools,Fuel,Travel Time,and
Insurance Per Service $ 600.00
(One charge per day regardless of how many sites are visited)
Shop Charge:Includes Welder,Air Compressor,Tools,and Insurance(Charged per in shop
Per Service $ 640.00
service/day)
Markups for Repairs and Replacements
Parts and Materials Markup Percent 10%
Rental Equipment Markup Percent 10%
Subcontractor Markup Percent 15%
After hours and urgent work I X Straight
Time Hourly
Other Exhibit/Attachment
Description:
Federal Contract Provisions and Assurances
11
[U following this page (containing pages)
n this exhibit is not applicable
Page 17 of 17
Fixed Term Service Agreement
[2024_ver.3]
EXHIBIT 1
FEDERAL CONTRACT PROVISIONS AND ASSURANCES
FEDERAL EMERGENCY MANAGEMENT AGENCY
PUBLIC ASSISTANCE
The supplemental conditions contained in this section are intended to cooperate with, to supplement, and
to modify the general conditions and other specifications In cases of disagreement with any other section
of this contract, the Supplemental Conditions shall govern. This is an acknowledgement that FEMA financial
assistance will be used to fund all or a portion of the contract.
Pursuant uniform requirements of federal awards (2 CFR Part 200,23) the definition of CONTRACTOR is
an entity that receives a Contract/Purchase Order,
Compliance with Federal Law, Regulations and Executive Orders: The Sub-Recipient(Countyi agrees
to include in the subcontract that (i) the subcontractor is bound by the terms of the Federally-Funded
ubawar;t and Grant Agreement, {il) the subcontractor is bound by all applicable state and Federal el Laws
and reguiations, and (iii) the subcontractor shall hold the Division and Sub-Recipient harmless against all
cia,rns of whatever nature arising out of the subcontractor's performance of work under tms Adreernern, a;,
the extent allowed and required by law,
Specifically, the Contractor shall be responsible for being knowledgeable and performing any aric
services under this contract in accordance with the following governing regulations along with al applicatide
Federal law, regulations, executive orders, FEMA policies, procedures, and directives.
2 C.F.R. Part 200 Uniform Administrative Requirements, Cost Principles and Audit
Requirements for Federal Awards
44 C.F.R. Part 206
The Robert T. Stafford Disaster Relief and Emergency Assistance Act: Public Law 33-
288, as amended, 42 U.S.C. 5121 et seq., and Related Authorities
FEMA Public Assistance Program and Policy Guide
EXHIBIT I - 1
CAC)',C
I
..........................
EXHIBIT I
FEDERAL CONTRACT PROVISIONS AND ASSURANCES
Access to Records: The contractor agrees to provide the County. the Florida Department of Emergency
Management, the FEMA Administrator; the Comptroller General of the United States, or any of their
authorized representative's access to any books, documents, papers, and records of the Contractor which
are directly pertinent to this contract for the purposes of making audits, examinations, excerpts, and
transcriptions. (2) The Contractor agrees to permit any of the foregoing parties to reproduce by any means
whatsoever or to copy excerpts and transcriptions as reasonably needed. (3) The contractor agrees to
provide the FEMA Administrator or his authorized representatives' access to construction or other ,w=rc'r'k
sites pertaining to the work being completed under the contract. (4) In compliance with section 1225 of the
Disaster Recovery Act of 2018, the County and the Contractor acknowledge and agree that no Ianguatee in
this contract is intended to prohibit audits or internal reviews by the FEMA Administrator or the Comptroller
General of the United States.
Affirmative Socioeconomic Steps: If subcontracts are to be let, the prime contractor is required to take
oil necessary steps identified in 2 C.F.R. §200.321(b)(1)-(5) to ensure that small and minority businesses,
women's business enterprises: and labor surplus area firms are used when possible.
Changes: To be allowable under a FEMA grant or cooperative agreement sward„ the cost of any contract
chaange. modification, amendment, addendum, change order, or constructive c'n tinge must be necessary,
ailowabie, allocable, within the scope of the grant or cooperative agreement: (easonabie for the scope of
work and otherwise allowable.
DHS Seal, Logo, and Flags: The contractor shall not use the DHS seal(s), logos, crests, or reproductions
of flags or likenesses of DHS agency officials without specific FEMA pre- approval. The contractor shall
include this provision in any subcontracts
Domestic Preference for Procurements: As appropriate and to the extent consistent with law. the n„
i_
Federal entity should, to the greatest extent practicable under a Federal award, provide a preference for
the purchase, acquisition, or use of goods, products, or materials produced in the United States ;including
but not limited to iron, aluminum, steel, cement, and other manufactured products). The requirements of
this section must be included in all subawards including all contracts and purchase orders for work or
products under this award.
For purposes of this section: "Proouced in the United States" means, for iron and steel products, that ,all
manufacturing processes,from the initial melting stage through the application of coatings, occurred in the
United States. "Manufactured products" means items and construction materials composed in whole Or in
pail of non-ferrous metals such as aluminum, plastics and polymer-based products such as polyvinyl
chloride pipe; aggregates such as concrete; glass, including optical fiber: and lumber.
License and Delivery of Works Subject to Copyright and Data Rights: The Contractor grants t tile
County a paid-up, royalty-free, nonexclusive, irrevocable, worldwide license in data first produced in the
performance of this contract to reproduce, publish, or otherwise use, including prepare derivative works.,
distribute copies to the public, and perform publicly and display publicly such data. For data required by
the contract but not first produced in the performance of this contract,the Contractor will identify such data
and grant to the County or acquires on its behalf a license of the same scope as for data first produced in
the performance of this contract. Data, as used herein, shall include any work subject to copyright i nzlar
17 U S.C. § 102, for example, any written reports or literary works, software and/or source code, music,
choreography, pictures or images,graphics, sculptures,videos, motion pictures or other audiovisual works.
.arrd sarrd!er video roordingc; Arid architccturel work& Uperi ui Lcruit;lie curirpieriOri or ni''s conmrnct,tmie
Contractor will deliver to the County data first produced in the performance of this contract and data
required by the contract but not first produced in the performance of this contract in formats acceptable by
the County.
No Obligation by Federal Government, The Federal Government is not a party to this contract and is'to
subject to any obligations or liabilities to the non-Federal entity, contractor, or any other party pertaining to
any matter resulting from the contract.
EXHIBIT I -2
CA 0
EXHIBIT
FEDERAL0ONTRACTPRDVS|{]NSAN�AGSU�ANCE�
___ ____
Prohibition on Covered Telecommunications Equipment orServices:
(a). Definitions. As used in this clause, the terms backhaui, covered foreign country, covered
telecommunications equipment orsemioeo� interconnection arrangements', roaming: uuby,aobo/or
essential component: and telecommunications equipment or services have the meaning as defined in
FEMA Policy, #4O5'143'1 Prohibitions on Expending FE/NA Award Funds foncovo/ed
Ta,ecommonicadons Equipment or Services As used in this douoa-
(b) Prohibitions.
(1) Section 888(b) of the John S. McCain National Da�noeAuUhnhreUonAc for Fiscal YearZO1U Pub L
mo. 115'232 and 2C.F,R. § 28O216prohibit the head ofan executive agency 000r after Aug,113. ZO2O.
from obligating or expending grant, cooperative agreement' >oov or loan guarantee funds on oeMain
te|ecommunications products or from certain.enfities for national security reason,;,
C2> Unless an exception in paragraph (c) of this clause applies, the contractor and its a,bcqritscho/a ma�
not use grant, cooperative agreement, loan, or loan guarantee funds from the, Fede/a} Emergency
Management Agency to:
(i> Procure or obtain any equipment, system. or service 'hat uaas covered teipcomo`unicahona
equipment or services as a substantial or essent,:&component of any systen,., or as critical tech no'109Y
of any system,
<ii) Enter into. extend, or renew contract to procure or obtain any equ:pmenL, oyatonn or service �hmt
uoea covered telecommunications equipment or services as a substantial or euaen:a| oumpouont c�
any system, mras critical technology of any system;
(/ii) Entorinto.extend, or renew contracts with entities'hat use covered te|erommvnicationee4uip,nent
or services as a substantial or essential component of any system, or as critical technology as p*I cf
any system: or
(v) Pmwdo, as part of its performance of this contract. ouhcontract, Or Other coniraCtuo| inshume.�1.
any equipment, system, or service that uses covered telecommunications equipment at services as a
substantial or essential component of any system, or as critical technology as pa� of any sy�,en,!
(o> Exceptions,
(1) This clause does not prohibit contractors from providing--(i). A service that connects urthe foci|i6es of
a thin1'pady, such oobackhaui noaming, or interconnection arrangements: or (ii) Telecommunications
,quiprnent that cannot route or redirect user data traffic or permit visibility into any user data or pankets that
nuch equipment transmits or otherwise handles,
(2) By necessary implication and nogo!abon, the prohibitions also do nut apply to. (i), Covered
telecommunications equipment or services that, i Are not used aoa Substantial or essential comuon(,,nt of
any system: and ii Are riot used as critical technology of any system (ii), Othert�|aoommxnica1�nm
eqo.pmen\nroemicee that are not considered covered te|ecomnnunicobono*quipmen|o,oemicea
(d)RePortinqrequinoment
(l) In the ev�ni the contractor identifies covered telecommunications equipment orservices veeci esa
yubs\aohn| or essential component of any nyutem, or as critical technology as part of any system, duriog
co^t,ar..,t pp.+"'""A"~a�. ", ,h= ro"t,amo, /c "ot*/va of *uc�i by a "pb=o",m"*w u` j,,x u=. m ur "nr "u.,.
eouze, the contractor shall report the information /n paragraph (d)(2) of this clause to the eoipie,u or
sub,ecip)ent. unless elsewhere in this contract are established procedures for reporting the inhonnmunn
(2) The Contractor shall report the following information pursuant no paragraph (0)(1) of this clause. (0
VVhhio one business day from the date of such identification or notification. The contract nun c
number, the
numoa�u). if applicable, supplier name'. supplier unique entity �an\�er (ifknown), sopp|ierCummerca|
and Government Entity (CAGE) code (if hnown): brand. model oumber <orlgina/ eqoipmentmonu/ac/urer
EXHIBIT s
CIA�
EXHIBIT I
FEDERAL CONTRACT PROVISIONS AND ASSURANCES
number; manufacturer part number, or wholesaler number); item description; and any readily available
information about mitigation actions undertaken or recommended. (ii)Within 10 business days of submitting
the information in paragraph (d)(2)(i) of this clause. Any further available information about mitigation
actions undertaken or recommended. In addition, the contractor shall describe the efforts it undertook to
prevent use or submission of covered telecommunications equipment or services, and any additional efforts
that will be incorporated to prevent future use or submission of covered telecommunications equipment or
services.
(e) Subcontracts. The Contractor shall insert the substance of this clause, including this paraaraph(e), it
all subcontracts and other contractual instruments,
Program Fraud and False or Fraudulent Statements or Related Acts: The Contractor acknowledges
thiat 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the
contractor's actions pertaining to this contract.
Rights to Inventions Made Under a Contract or Agreement: Exempt from FEMA Public Assistance
Funding
Suspension and Debarment: (1) This contract is a covered transaction for purposes of C.F.R pt 180
and 2 C.F R. pt. 3000. As such the contractor is required to verify that none of the contractor, its r rrncirui c
(defined at 2 C.F.R. § 180.995). or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2
C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). (2) The contractor must comply with 2
C,F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and must include a requirement to comply with
these regulations in any lower tier covered transaction it enters into. (3) This certification is a mateun,
representation of fact relied upon by the County. If it is later determined that the contractor did not cornely
with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000. subpart C, in addition to remedies available to the
County, the Federal Government may pursue available remedies, including but not limited to suspen„tor
add/or debarment. (4)The bidder or proposer agrees to comply with the requirements of 2 C.F.R. pt. 180
subpart C and 2 C.F.R. pt. 3000,subpart C while this offer is valid and throughout the period of any contract
that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such
compliance in its lower tier covered transactions,
Procurement of Recovered Materials (§200.323) (Over $10,000): In the performance of this contract.
the Contractor shall make maximum use of products containing recovered materials that are EPA-
designated items unless the product cannot be acquired— Competitively within a timefrarne providing for
compliance with the contract performance schedule: Meeting contract performance requirements; or At a
reasonable price, Information about this requirement, along with the list of EPA-designated item.,, is
available at EPA's Comprehensive Procurement Guidelines webpage:
rditps:/!www.epagov/smm/comprehensive- procurement-guideline-cpg-program,
The Contractor also agrees to comply with all other applicable requirements cf Section 6002 of the Solid
Waste Disposal Act.
Termination for Cause and Convenience(over$1 0,000): See Standard Purchase Order and or Cc r fr t.
Tern-is and Conditions
Byrd Anti-t...nhhyino Amandmwnt (11 IJ_c.t_:- 5 1362 (au amondod) (over $100,000). C,vr l..n.ts v'rE:uu
apply or bid for an award of$100,000 or more shall file the required certification. Each tier certifies to the
tier above that it will not and has not used Federal appropriated funds to pay any person or organization for
influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer
or employee of Congress or an employee of a member of Congress in connection with obtaining any
Federal contract, grant. or any other award covered by 31 U.S.0 § 1352. Each tier shall also disclose any
lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such
disclosures are forwarded from tier to tier up to the recipient.'
EXHIBIT i -4
CA0
EXHIBIT>
FEDERAL CONTRACTPR0V|S|ONSANDASSURANCES
���. ���� ����������������
Contractors must sign and submit ocertificuUon to the Coun�y with each hid or offer exceeding S1O0.0OO.
See Certifications and Assurances and the end of this document
Contract Work Hours and Safety Standards Act (40 U.S.C. 3701'3708) (over $100.000): VVhena
appxoab|e, all contracts awarded by the solicitor in excess nf $10O.00O that involve the emp|oymen� uf
mechanics or laborers must include a provision for compliance with 40 U,S,C 3702 end 37,34, as,
aupp|emen1edby Department uf Labor regulations (28 CFR PertS).
�1) Overtime requirements. No contractor or subcontractor contracting for any part o;the contract work
which may raquireo/ involve the employment o/ laborers o, mechanics shall require orpo/mitany sunn
|a0omunr mechanic in any workweek in which he or she is employed on ouch work tnwork in exoenn of
ycr:y hours in such vvortweak unless uuuh laborer ormedhamc receives compensation at rate not |e�n
than one and one-half times the basic rate of pay for all hours worked in excess of forty hno/e if,; sunh
wmmwaek
(2) Vio|ation� liability for unpaid wages-, liquidated damages. In the avant of onYvio|ation of the clause
eatforthin paragraph (1)of this section the contractor and any subcontractor responsible,therefor shall ba
|iobio for the unpaid wages. In adgkion, such contractor and subcontractor shall be {iab|e iothe Unhed
Stateu (intheosuepymmd`doneundarcon|mctk»rLhaDimtnctoJCo|umbiauroteni1ory. (osuchDiotno/or
to such harrihory).for liquidated damages. Such{iquida\ed damages shall becompulteU with nsxpect toeech
individual laborer o/ mechanic, including watchmen and guards, employed in violation of the clause sa1
forth in paragraph(1)of this section, in the sum of$27 for each calendar day on which such individuiai vvaa
n*qu}n*d or permitted to work in excess of the stomJanj workweek of forty hours */)U`out payment o* Uie
overtime wages required by the clause set forth |n paragraph (1)of this section,
(3) Withholding for unpaid wages and liquidated damages. The County orFEMA shall upon its own
action or upon written request of an authorized representative of t.1)e Departrrien*of Labor vvitnlhold Or
\obe withheld. from any moneys payable on account of work performed by the contractor or subcontract-i-
underany such contract or any other Federal contract with the same prime contractor. or any other
fedaraUy-assisted contract subject tothe Contract Work Hours and Safety Standards Act,which is held by
U`e same prime contractor, such sums as may be determined toba necessary to satisfy any !ebditiee of
contractor or subcontractor for unpaid mmgma and liquidated damages as provided in the dause setl
Kzrtn in paragraph (2)of this wochnn
(4) Subcontracts, The contractor or subcontractor shall insert in any subcontracls the clauses set fo(TU
in paragraph (l) through (4) of this section and a c|evoe requiring the subcontractors to ino|ude theam
davues in any lower tier subcontracts, The prime contractor shall be responsible for compliance by any
subcontractor or lower tier subcontractor with the c(yuues set forth in paragraphs (1) through (4) of �h'm
section,"
For contracts that are only subject to Contract Work Hours and Safety Standards Act and are not mublieu
to the other statutes in 29 CF.R, Q 51 'Further Compliance with the Contract VVork Hours and Safety
Standard,,Act.
(1� The contractor or subcontractor shall maintain payrolls and basic payroll records during the course of
the work and shall preserve them for period of three years Jmmth* completion of the cuntxactb/ ill
/ahore,s and mp.(-.hp"/r^ ~r-I"a/"o o"!A,n" ="a ""�u,h""o". w"^.."e on tho co"","", o"°/, ,cc.,u_�
contain the name and address of each such emp|oyee, social security number correci olayyihcaticns,.
hou,|y rates nf wages paid, daily and weekly number of hours worked, deductions made, and actual vvo0ee
paid
i2) Records to be maintained under this provision shall be made available by tMe contractor or subc,ontrot',,tor
for .nopectinn, oopy|ng, or transcription by authorized representatives of the Deparkment of Homeiand
Security, the Federal Emergency Management Agency, and the Department ofLabor, and the contrac|or
or suocontmctorvvi|| permit such representatives to interview employees during working hours on the/--b
................. _-___---�_-_'_-- - _._-- _
EXHIBIT '5
CAO
EXHIBIT I
FEDERAL CONTRACT PROVISIONS AND ASSURANCES
Clean Air Act (over$150,000): 1. The contractor agrees to comply with ail applicable standards, orders
or regulations issued pursuant to the Clean Air Act, as amended,42 U.S.C.§7401 et seq. 2. The contractor
agrees to report each violation to the County and understands and agrees that the County wi:l in
report each violation as required to assure notification to the Federal Emergency Management Agency, and
the appropriate Environmental Protection Agency Regional Office. 3. The contractor agrees to include
these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal
assistance provided by FEMA.
Federal Water Pollution Control Act (over $150,000): 1. The contractor agrees to comply with all
applicable standards, orders, or regulations issued pursuant to the Federal Water Pollution Control Act, as
amended, 33 U.S.C. 1251 et seq. 2. The contractor agrees to report each violation to the County and
understands and agrees that the County will, in turn, report each violation as required to assure notification
to the Federal Emergency Management Agency, and the appropriate Environmental Protection Agency
Regional Office. 3. The contractor agrees to include these requirements in each subcontract exceeding
S150,000 financed in whole or in part with Federal assistance provided by FEMA.
Administrative, Contractual, or Legal Remedies (over $250,000): Unless otherwise provided, n Vile
contract, all claims, counter-claims; disputes and other matters in question between the local
government and the contractor, arising out of or relating to this contract, or the breach of it will be decided
try arbitration, if the parties mutually agree, or in a Florida court of competent jurisdiction.
CONSTRUCTION ACTIVITIES
Equal Employment Opportunity Clause (§60-1.4): Except as otherwise provided under 41 G F.R. Part
60, all contracts that meet the definition of"federally assisted construction contract" in 41 C,F.R. § Veil
must include the equal opportunity clause provided under 41 C.F.R. §60- 1.4.
During the performance of this contract, the contractor agrees as follows.
(1)The contractor will not discriminate against any employee or applicant for employment because of race,
color, religion, sex, sexual orientation, gender identity,or national origin. The contractor will take affirmative
action to ensure that applicants are employed, and that employees are treated during employment without
regard to their race, color, religion, sex, sexual orientation, gender identity. or national origin. Such acton
shall include, but not be limited to the following'.
Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination;
rates of pay or ether forms of compensation:. and selection for training, including apprenticeship. The
contractor agrees to post in conspicuous places. available to employees and applicants for empioymerit,
notices to be provided setting forth the provisions of this nondiscrimination clause.
(2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the
contractor, state that all qualified applicants will receive consideration for employment without regard to
race. color, religion, sex, sexual orientation, gender identity, or national origin.
(3)The contractor will not discharge or in any other manner discriminate against any employee or applicant
for employment because such employee or applicant has inquired about, discussed, or disclosed th,
compensation of the employee or applicant or another employee or applicant.'This provision shall net apply
to instances in which an employee who has access to the compensation information of other employees or
applicants . s r3 part of c , h Pmrinyac'c Rssgntiai job function,c dicclocoo tho compensation of auc I
employees or applicants to individuals who do not otherwise have access to such information, unless such
disclosure is in response to a formal complaint or charge. in furtherance of an investigation, proceeding,
hearing, or action, including an investigation conducted by the employer. or is consistent with the
contractor's legal duty to furnish information.
(4) The contractor will send to each labor union or representative of workers with which he res a collective
bargaining agreement or other contract or understanding, a notice to be provided advising the said labor
EXHIBIT I-6
(1/%0
EXHIBIT 1
FEDERAL CONTRACT PROVISIONS AND ASSURANCES
union or workers representatives of the contractor's commitments under this section, and shall post copies
of the notice in conspicuous places available to employees and applicants for employment.
(5) The contractor will comply with all provisions of Executive Order 11246 of September 24. '1965., and of
the rules, regulations, and relevant orders of the Secretary of Labor.
(6) The contractor will furnish all information and reports required by Executive Order 11246 of September.
24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will
permit access to his books, records, and accounts by the administering agency and the Secretary of Labor
for purposes of investigation to ascertain compliance with such rules, regulations: and orders.
(7) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with
any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended .n
whole or in part an the contractor may be declared ineligible for further Government contracts or federally
assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of
September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in
Executive Order 11246 of September 24. 1965, or by rule, regulation, or order of the Secretary of Labor, or
as otherwise provided by law.
(h) The contractor will include the portion of the sentence immediately preceding paragraph al) and the
provisions of paragraphs (1)through (8) in every subcontract or purchase order unless exempted by rules,
regulations: or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 1'1246
of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The
contractor will take such action with respect to any subcontract or purchase order as the administering
agency may direct as a means of enforcing such provisions, including sanctions for noncompliance'
Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with
a subcontractor or vendor as a result of such direction by the administering agency, the contractor may
request the United States to enter into such litigation to protect the interests of the United States,
Davis Bacon Act: Exempt under FEMA Public Assistance Funding
Copeland Anti-Kickback Act: Exempt under FEMA Public Assistance Funding
EXHIBIT I-7
CA
EXHIBIT 1
FEDERAL CONTRACT PROVISIONS AND ASSURANCES
Compliance with Federal Law, Regulations,And Executive Orders
and Acknowledgement of Federal Funding
Certification
his is an acknowledgement that FEMA financial assistance will be used to fund all or a portion of the
contract, The contractor will comply with all applicable Federal law, regulations, executive orders, FEMA
policies, procedures, and directives.
If the Contractor subcontracts any of the work required under this Agreement. a copy of the signed
subcontract must be available to the County for review and approval. The Contractor agrees to include in
the subcontract that(I) the subcontractor is bound by the terms of this Agreement. (ii) the subcontractor is
bound by all applicable state and federal laws and regulations, and (;ii) the subcontractor shall hold the
County and the Grantor Agency harmless against all claims of whatever nature arising out of the
suocontractors performance of work under this Agreement, to the extent allowed and required by law. The
County may document in the quarterly report the Contractor's progress in performing its work under th=is
agreement
On behalf of my firm. I acknowledge. the grant requirements identified in this documennt.
Vendor/Contractor Name ABC E t3 --►.- p1 7 sic?lV' Li_C_
Date �I 2/2
Authorized Signature._
EXHIBIT I 8
CAO
EXHIBIT 1
FEDERAL CONTRACT PROVISIONS AND ASSURANCES
CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY
and VOLUNTARY EXCLUSION
Contractor Covered Transactions
t I The prospective subcontractor of the Sub-recipient. Collier County, certifies, by submission of this
document, that neither it nor its principals is presently debarred, suspended. proposed for debarment.
declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department
or agency
�.'.j Where the Sub-recipient's subcontractor is unable to certify to the above statement.the prospective
contract shall attach an explanation to this form.
w'_DNTRACTOR
r C'1 -IA C�--so Lr C�
KT U"L t Tip . ( -
.lame and Title
�( 1 P-13s r A L' _
Street Address
r �
,/t'r1 L ., 5/1t - 6 LI
City, State. Zip
W _ 6 9AR �iP`y
UE1 Uniqu Entity Identifier(for SAM.gov verification)
-7 .2 2/7,,a i„ki
Date
San-Recipient Name' Collier County Board of County Con niissione s
DIEM Contract Number. TBD
F ENIA Project Number. TBD
EXHIBIT I 9
CAO
EXHIBIT I
FEDERAL CONTRACT PROVISIONS AND ASSURANCES
t. .,1 l d f .COUNTY
ANTIC IPA].ED D(SAE.OVANTAGEL, MINORITY,WOMEN OR V€:.T E.RAN E'A ,1 iCIP, TION STATEMENT
9 Yates.`ma`s be Al14' ittoterAtitt,tt A'altuseta v,ot tequrt•the PRrt.i1 t;1 tY?-rer p1Yt le S re,ts.to itate?Yt89at x,:ttxtlxrr`iw Sxi33i e dtoLai'xemtation Rtat re l ;r>:>e
MAO'
.. RMwW.....�......".. • •rain',' :
PP3.,tE ,,x, f..=aa4PfEU44Ut>Ai3ER ; 9.AitAtIO.M1"
°,€.,,,,„ btt «C: IP"VtetV w,iAD4,AtertAGED. 4 (7f star.£447;t.,r-
ai€ Ct9 tt OR Aeo "'E?i€S.d "ataa.E.N TERARfSE' DBE? a re f.« N C 5.:2TiO1? $
i..t 1§U w&L r Of,eia a'E r~r SAt t INSAXi'v.A€tTAG€4 �"
.f.,...ErS•..A LE RTI RC - n adF V4.611 MA7,1/455 MDf' 'r N f.>w1 a.dDtTA"f"C'sis'' (j '` i,.
. '%F .';iY'&.'T18a S&'RL"i£:€- t:, c£FY`tE'rs:a+a .'d53E'`' ti9":"€Y£f$' i,,...." d
SEt._.7,,, t4
r,red rg t R.ts ,rt.7Ca 4 REVC'SFi)14 r £( €'d 'S,.U.I,,,, ;Y.ti1.0415 P
n.E.f. tjk„iE' : ".t€%t.ION J'itA t" CP OP SUPPLiEP i Ten F 4r.:8P%OR r TYtga,rn'ry t 9,,,s/fAMPUER Ptrecll7of f- n,"x
= •z F k::f a NAME ip£C3.'r.LTV :See Se4'wyk'} r +.a"«.,!?a~.MCY iei! DOLLAR'', i
4
1.
1: . --a —. —
SE I ICI€N TO BE 01.04' PLT T 'T PRIME, ,. , i S.. a .' 7t *• t.
eAket OF i ii i .w.�. 'rcrt L OPS*t2@t4fit t<:'
j i.tbtllti.Yds..., f.5i Tor PRbtvti[S1FBAdtTTER itLEPI'€0NE NUm,e,eP f LAP NUMBER . ,'
, Go rt l'hi. ,`ifora5tiborl 4 tzeo to PCttaci,7.rsti r_paq antmpatted iR£E or frn',E'ca,t,:piel•2`rs o f e da$..7 si doe,...t.,siet.,,... 9,pt ita4.41,4 k s.r.F. f
1 1,19E 4m,4111 r vc,aNMtat and eeRi nfg t s>ie part cithe; ttxa:.xasa€ter 'Ni t.3*rri=r'u be r ,e:rtte0 e;411 'ss it r., ii,
z+ :e.ir,.i.1x 4 crK1 V,;tL91 awarded a r,«a.r,:jnrract OW!otime wain h aIked to 4414te t4tt ttitotwaibm tot isia w,temr r:roelptancer,4.>.
7
+
'.15.pamik 4(itcar NA i
_,_ ._... --i4,4414e Athefiarti : to ....,
_ a ,"m. Ar-er:ar. P,A
a' :N*inn•asttru r.:f+ oNmar 1 raa.«s _;1 '
L pt 6t ESLi44i E,, .....t
xCai
r
T°
ONT SkCOmPLETEIIev m e
ttsPr.'.,,,i t..;+ , a.Ea f COLLAR 9X'e?.","44,,,k7 iQ I;FkS."e'I or KliatC2i li P,A.1C1 II 4G Ii.4E-1"CON/4t.41,
EXHIBIT!-10
C:A()
EXHIBIT
FEDERAL CONTRACTPROVG|ONSAN�A�SURANCE0
�� .�������� ������� ������
,
LOBBYING CERTIFICATION
(To besubmitted with each ofherex $100 X
The undersigned [Contractor] certifies, to the best of his or her knowledge, that:
1 NnFedans|appmpmatedfundshmvebeenpaidorwiUbepaid. hyo,onbehaVoftheuod nyparsnn
for influencing ur attempting tu influence an officer ur employee ofen agency, a Member of Congress, enofficer
or employee of Congress,or an employee of a Memberof Congress it).connection with the awai-ding of any Fedeyal
contract, the making of any Federal grant, the making of any Federei loan the entering intoo/ any cooperative
agreerrent, and the extension, continuation, renewal, amendment, or modification of any Federal contraci, grant
|usnor cooperative ugreement
2, |fanyh/nduotherthanFedena/oppnophatedfunduhavebeenpaiUorwiUbepaidtoanypon`onforinOuenoinQ
mral|amphngtoinf|uencean officer or employee pf any agency: aMennberof Congress. an off coro,ernpioyeeof
Congrosx, or an employee of a Member of Congress in connection, with this Federal contract, grant. ioan n/
cooperative agreement, the undersigned shall complete and submit Standard Form' LLL "Disclosure Fonnt.o
RoportLobbying,'' in accordance with its instructions,
3 The unde,s;gned shall require that the language of this certification be included m the award documan�s foraU
subovv�rdo at all dara (including auboonVaota, subgnantn. and contracts under grants. |omna' and coo,permtive
agreernents)and that all subreciplents shall certify and disclose accordingly,
This certification is a material representation of fact upon which reliance was p(aood when thia transaction was
me�eor entered into, Submission of this certification isa prerequisite for maKin� nr entering into this \mnaacc/mn
/mp000dby3l. USC. § 1852 (as amended by the Lobbying Disclosure Act of1885y Any person who fails to file
the reqvinsd certification shall be subject to a civil penalty of no, |eeo than $10.000 and not more than $100.200
for each, such failure.
The Contractor certifies or affirms the truthfulness and accuracy of each statement of its cerificaiion upd
disdmmuna. if any, In addition, the Contractor understands and agrees that the provisions uf31 US,C, 3801 et
meq . apply tothis certification and diadoouna, if any.
Contractor
'— (Fit
Signnturec5�C�,� vthorizs,1rfficia| -- —
Name and Title of Contractor' uthoriaed Official
y ��
, �
Oe�o
� ............ ����������...� ����� ����� ��������� --------- .......
EXHIBIT zz
CAO
AFFIDAVIT REGARDING LABOR AND SERVICES
Effective July 1, 2024, pursuant to § 787.06(13), Florida Statutes, when a contract is executed, renewed, or extended
between a nongovernmental entity and a governmental entity, the nongovernmental entity must provide the
governmental entity with an affidavit signed by an officer or a representative of the nongovernmental entity under
penalty of perjury attesting that the nongovernmental entity does not use coercion for labor or services.
Nongovernmental Entity's Name: ABG Fabrication, LLC
Address: 4284 Enterprise Ave, Naples, FL 34104
Phone Number: 2393308796
Authorized Representative's Name: Jim Kraffert
Authorized Representative's Title: GM/Partner
Email Address: jkraffert@abgfabricationllc.com
AFFIDAVIT
I, Jim Kraffert (Name of Authorized Representative), as authorized representative attest
that ABG Fabrication,LLC (Name of Nongovernmental Entity)does not use coercion for labor or
services as defined in§787.06, Florida Statutes.
Under penalty of perjury, I declare that I have read the foregoing Affidavit and that the facts stated in it are true.
01/09/2025
(Signature of authorized representative) Date
STATE OF F
COUNTY OF .3t OU.J 2d
Sworn to(or affirmed)and subscribed before me by means of El physical presence or❑online notarization this
1+1i day,of ,20 by)o.rrA.a`.) Yi r. Ci{ (Name of Affiant),who produced their" t. tC,
as identification or�'•,-r = ally -owj to me.
� �
•
Not. Public(nit -quired when:ital) - — — — —
• MANUEL E DELGADO
� .�(� `Nf: Notary Public-State of Florida
01/09/2025 ! y y-,)Ck Q, <9( • g `` Commission H NH 532820
Commission Expires J My Comm.Expires May 29,2028
Personally Known ❑ OR Produced Identification,k
Type of Identification Produced: i)'iv. (c' ( i C
CONTRACT RENEWAL OR EXTENSION REQUEST FORM Version:2025.1
CA