Loading...
Agenda 06/24/2025 Item #16E3 (Invitation to Bid No. 24-8305 for Automotive and Equipment Batteries to Battery USA, Inc., and Authorization for Chair to Execute Agreement)6/24/2025 Item # 16.E.3 ID# 2025-2006 Executive Summary Recommendation to award Invitation to Bid No. 24-8305, “Automotive & Equipment Batteries,” to Battery USA, Inc., for the purchase of automotive and equipment batteries to support County operations, and authorize the Chair to sign the attached Agreement. OBJECTIVE: To obtain quality automotive and equipment batteries for County operations in the most cost-effective manner. CONSIDERATIONS: On December 11, 2024, the Procurement Services Division released Invitation to Bid (“ITB”) No. 24-8305, “Automotive & Equipment Batteries,” to one thousand eight hundred and twenty-four (1,824) vendors. Two hundred and eighty-three (283) vendors viewed the solicitation, and the County received four bids by the January 14, 2025, submission deadline as shown below. Company Name City County State Bid Amount Responsive/Responsible Battery USA, Inc. Lakeland Polk FL $4,616.61 Yes/Yes The Battery Store, LLC Naples Collier FL $5,619.94 Yes/Yes Parts Authority, LLC New Hyde Park Nassau FL $8,221.21 Yes/Yes TPH Holding, LLC d/b/a The Parts House Largo Pinellas FL $6,239.69 No/Yes Staff found The Battery Store, LLC responsive and responsible, with Battery USA, Inc. and Parts Authority, LLC responsive and responsible, with minor irregularities. Subsequent to submitting the bids, The Battery Store, LLC withdrew its bid from being awarded an agreement. The County found TPH Holdings, LLC d/b/a The Parts House non- responsive for failing to submit unit prices for all line items as required in the bid documents. Staff is recommending awarding the ITB to Battery USA, Inc., as the lowest, responsive and responsible bidder. The attached Agreement is for a three-year initial term, with two one-year renewal options. Prices will remain firm for the initial term of the Agreement. This item is consistent with the Collier County strategic plan to support and enhance our commitment to robust public safety services. FISCAL IMPACT: Funds for maintenance and repair parts are budgeted in the Fleet Management Fund 5021 operating budget. Historically, expenditures for automotive and equipment batteries have been $60,000 annually. GROWTH MANAGEMENT IMPACT: There is no growth management impact associated with this item. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. —SRT RECOMMENDATIONS: To award ITB No. 24-8305 to Battery USA, Inc., and authorize the Chair to sign the attached Agreement. Page 2677 of 3580 6/24/2025 Item # 16.E.3 ID# 2025-2006 PREPARED BY: Mario Menendez, Manager, Fleet Management Division ATTACHMENTS: 1. 24-8305 Battery USA COI (GL,AL,UL,CP)WC 2. 24-8305 NORA 3. 24-8305 Solicitation 4. 24-8305 Battery USA Proposal 5. 24-8305 Bid Tabulation 6. 24-8305 Battery Contract VS Page 2678 of 3580 INSURANCE REQUIREMENTS COVERSHEET Project Name Vendor Name Solicitation/Contract No. Attachments Risk Approved Insurance Requirements Risk Approved Insurance Certificate(s) Comments Attachments Approved by Risk Management Division Approval: Page 2679 of 3580 Page 2680 of 3580 Page 2681 of 3580 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). 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. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD 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. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY 4/28/2025 Straight-Line Insurance, LLC 1301 Grasslands Blvd., Suite 100 Lakeland, FL 33803 863-904-4776 www.straightlinellc.com State National Insurance Company, Inc.12831 A AMZ-766-0001-001 6/28/2024 6/28/2025 3 1,000,000N 1,000,000 1,000,000 John Nicholas Davis Straight-Line Insurance, LLC certs@straightlinellc.com Straight-Line PEO, LLC 1301 Grasslands Blvd., Suite 100 Lakeland FL 33803 85012311 3 20-7688 Automotive & Heavy Equipment Batteries Collier County Board of County Commissioners 3295 Tamiami Trail East Naples FL 34112 PEO Client: Battery USA, Inc. Coverage is provide only for those employees leased but not subcontractors of Battery USA, Inc. (PEO Client) 85012311 | Summit PEO Master 23-24 WC | Brandon Alvarez | 4/28/2025 9:18:10 AM (EDT) | Page 1 of 1 This certificate cancels and supersedes ALL previously issued certificates.Page 2682 of 3580 04/08/2025 Patriot Growth Insurance Services, LLC 8382 Baymeadows Road, Suite #2 Jacksonville FL 32256 Mark Fritz (800) 563-5467 (904) 530-5003 mfritz@insuresig.com Battery USA Inc & Power Solutions USA Inc. 1840 S Combee Rd Lakeland FL 33801 The Charter Oak Fire Insurance Company 25615 The Phoenix Insurance Company 25623 Travelers Property Casualty Company of America 25674 Evanston Insurance Company 35378 CL2452837604 A Contractual Liability Y Y Y-630-A6199756-COF-24 12/31/2024 12/31/2025 1,000,000 300,000 5,000 1,000,000 2,000,000 2,000,000 B Y Y 810-A3642095-24-14-G 12/31/2024 12/31/2025 1,000,000 C 10,000 Y Y CUP-A6199990-24-14 12/31/2024 12/31/2025 9,000,000 9,000,000 Prod Comp Ops Agg 9,000,000 D Contractors Pollution MKLV2ENV104512 11/13/2024 11/13/2025 Occurrence $5,000,000 Aggregate $10,000,000 Collier County Board of County Commissioners included as an additional insured under the captioned Commercial General Liability and Automobile Liability Policies on a primary and non-contributory basis if and to the extent required by written contract. RE: 24-8305 "Automotive & Equipment Batteries" Collier County Board of County Commissioners 3295 Tamiami Trail E Naples FL 34112 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). 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. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD 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. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY Page 2683 of 3580 Notice of Recommended Award Solicitation: 24-8305 Title: Automotive & Equipment Batteries Due Date and Time: January 14, 2025, at 3:00 PM EST Respondents: Company Name City County State Bid Amount Responsive/Responsible Battery USA, Inc. Lakeland Polk FL $4,616.61 Yes/Yes The Battery Store, LLC Naples Collier FL $5,619.94 Yes/Yes Parts Authority, LLC New Hyde Park Nassau FL $8,221.21 Yes/Yes TPH Holdings, LLC d.b.a. The Parts House Largo Pinellas FL $6,239.69 No/Yes Utilized Local Vendor Preference: Yes No On December 11, 2024, the Procurement Services Division released Invitation to Bid No. 24-8305, “Automotive & Equipment Batteries,” to one thousand eight hundred and twenty-four (1,824) vendors. Two hundred and eighty- three (283) vendors viewed, and four (4) bids were received by the January 14, 2025, submission deadline. The Battery Store, LLC was deemed responsive and responsible. Battery USA, Inc. and Parts Authority, LLC were found to be responsive and responsible, with minor irregularities. TPH Holdings, LLC d.b.a. The Parts House was deemed non-responsive for failing to submit unit prices for all line items as required in the bid documents. Staff recommends awarding to a Primary and Secondary Vendor as noted below: Primary: Battery USA, Inc. Secondary: The Battery Store, LLC Contract Driven Purchase Order Driven Required Signatures Project Manager: Procurement Strategist: Procurement Services Director: __________________________________ _________________ Sandra Srnka Date Docusign Envelope ID: 4CA1E4CD-C6F3-499C-9083-C562D50929BC 2/25/2025 2/25/2025 2/25/2025 Page 2684 of 3580 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS INVITATION TO BID (ITB) FOR AUTOMOTIVE & EQUIPMENT BATTERIES SOLICITATION NO.: 24-8305 LISA OIEN, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8935 Lisa.Oien@colliercountyfl.gov (Email) This solicitation document is prepared in a Microsoft Word format. Any alterations to this document made by the Bidder may be grounds for rejection of the bid, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. Page 2685 of 3580 SOLICITATION PUBLIC NOTICE INVITATION TO BID (ITB) NUMBER: 24-8305 PROJECT TITLE: Automotive & Equipment Batteries DUE DATE: December 3, 2024 at 3:00 PM EST PLACE OF BID OPENING: PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FL 34112 All bids shall be submitted online via the Collier County Procurement Services Division Online Bidding System: https://procurement.opengov.com INTRODUCTION As requested by the Fleet Management Division (hereinafter, the “Division”), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, “County”) has issued this Invitation to Bid (hereinafter, “ITB”) with the intent of obtaining bid submittals from interested and qualified vendors in accordance with the terms, conditions and specifications stated or attached. The vendor, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated. The results of this solicitation may be used by other County departments once awarded according to the Board of County Commissioners Procurement Ordinance. Historically, County departments have spent approximately $60,000, annually; however, this may not be indicative of future buying patterns. BACKGROUND Collier County is seeking responses from qualified automotive battery vendor(s) for Collier County Fleet Management Division. Selected vendor(s) must provide prompt and efficient service to the County. The sole purpose and intent of this Invitation for Bid is to secure a firm(s) and establish a term contract for the purchase of automotive and equipment batteries and related parts. TERM OF CONTRACT The contract term, if an award(s) is/are made is intended to be for three (3) years with two (2) one (1) year renewal options. Prices shall remain firm for the initial term of this contract. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. The County Manager, or 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 designee, shall give the Contractor 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. Federal Transit Authority Funding may be used, in part, in support of these purchases. All goods are FOB destination and must be suitably packed and prepared to secure the lowest transportation rates and to comply with all carrier regulations. Risk of loss of any goods sold hereunder shall transfer to the COUNTY at the time and place of delivery; provided that risk of loss prior to actual receipt of the goods by the COUNTY nonetheless remain with VENDOR. AWARD CRITERIA ITB award criteria are as follows:  The County’s Procurement Services Division reserves the right to clarify a vendor’s submittal prior to the award of the solicitation.  It is the intent of Collier County to award to the lowest, responsive and responsible vendor(s) that represents the best value to the County.  For the purposes of determining the winning bidder, the County will select the vendor with the lowest price as outlined below: • Lowest Total Bid Amount Page 2686 of 3580  Collier County reserves the right to select one, or more than one suppliers, award on a line item basis, establish a pool for quoting, or other options that represents the best value to the County; however, it is the intent to: • Award Primary and Multiple Secondary Vendors  The County reserves the right to issue a formal contract or standard County Purchase Order for the award of this solicitation. DETAILED SCOPE OF WORK These specifications are intended to provide information by which prospective bidders may understand the requirements relative to furnishing batteries for County vehicles and equipment. 1. Delivery and Delivery Locations All items shall be delivered within twenty-four (24) hours after receipt of order. In the event of an urgent request, item(s) shall be delivered within four (4) hours or be available for immediate pick up. Additional time may be approved in writing by the County. Delivery or pick up shall be determined by the ordering agency. Special orders are to be delivered within two (2) to three (3) business days. Vendor must provide the part number and full description on each packing slip. Each item must be individually labeled with the part number. When stated delivery times cannot be met, the vendor shall notify the Fleet Management Division (or other buyers) immediately. Delivery Locations: • Collier County Fleet Management 2901 County Bard Road Naples FL 34112 • Collier County Fleet Management 4800 Davis Blvd Naples FL 34104 • Collier County Fleet Management 8300 Radio Road Naples FL 34104 • Collier County Fleet Management 402 Sgt. Joe Jones Rd. Immokalee FL 34142 Additional delivery times and locations will be identified by other governmental entities if they purchase from this contract. 2. Business Hours The Fleet Management Division’s normal hours of operation are 6:30 AM to 5:00 PM, Monday – Friday excluding County-observed holidays. 3. Stock, rotation and Cores Vendor(s) will be required to perform: • Weekly stock order deliveries. • Hot-shot or will-call capabilities. • Weekly/bi-weekly core pickup. • Monthly stock rotations. Collier County intends for the vendor to inspect the on-hand battery inventory once per month and rotate any batteries that exceed four (4) months or older from the ship date on the battery at no charge to the County. Collier County staff will notify the vendor when batteries need to be rotated, stocked or cores need to be picked up. 4. Batteries • The County reserves the right to purchase parts from other vendors when Original Equipment Manufacturers (OEM) parts are required or when in the best interests of the County. Page 2687 of 3580 • All batteries shall be first grade, first line products, and must meet the latest published Battery Council International (BCI) specifications. Only batteries with polyvinyl chloride or other plastic types of separators will be considered. All batteries are to be the wet type or Absorbent Glass Mat (AGM,) unless otherwise specified. Batteries and quantities listed on the bid schedule A are strictly for bid evaluation purposes only. County requirements will determine the types of products purchased. • County may purchase battery accessories: cables, terminals, chargers, etc. from awarded vendors. Vendors must state discount for accessories and source of list price. • Bidders may bid cold cranking power (CCA) or amp hours (AH) in excess on minimum indicated on the bid schedule, but less than minimum will not be accepted. Failure to meet the minimum CCA or AH may deem your submittal non- responsive. • The Vendor shall assume all responsibility for equipment damage resulting from a faulty battery. • Purchases from secondary vendors may be made when the primary vendor does not have the desired part in stock or when the primary vendor cannot meet the required delivery time. • The cost to the County must be all inclusive of Shipping, handling, etc. NOTE: NO REFURBISHED, RECYCLED, BLEMISHED OR USED BATTERIES WILL BE ACCEPTED 5. Bid Schedule, Price List and Additional Discount • Bid Schedule o The vendor shall complete all columns for each sized battery as outlined on the Bid Schedule, which will automatically calculate the County’s cost per line item and total calculated cost per month. • Discount for Batteries not listed on the Bid Schedule o The vendor shall extend a fixed percentage rate discount from a published catalog or price list for batteries not listed on the bid schedule. • Additional Discount – Associated Supplies and Materials o The vendor may extend a fixed percentage rate discount from a published catalog or price list on associated supplies and materials. If you do not want to offer any additional discount off your catalog or price list, you can submit a discount of 0% on the bid schedule. • Price List o Bidders shall furnish with their bid, a copy of the corresponding current price list. Failure to do so may be cause for rejection of the bid as non-responsive. The vendor shall maintain and keep current price lists used for this solicitation. All price lists shall be provided at no cost to the County. 6. Back Orders In these cases, the vendor must notify the County of back orders in advance of the delivery date, so appropriate steps can be taken by the County to prevent inadequate stock levels or stockouts. It is understood and agreed, the vendor shall not invoice the County for back ordered items until such back orders are delivered and accepted by the County’s authorized representative. It is understood and agreed that the County may, at its discretion, verbally cancel back orders and seek the items from another vendor. 7. Product Recall Vendor(s) awarded contract(s) under this solicitation shall be required to notify the Fleet Management Division of any manufacturer’s recalls regarding items ordered under said contracts. The vendor shall contact the Fleet Management Division by phone within two (2) hours of notification by the manufacturer of any recall and shall follow-up in writing via email within twenty-four (24) hours. 8. Returns Batteries, parts, tools, supplies, or accessories found to be of inferior quality, defective or damaged in transit shall be replaced at the expense of the vendor. Batteries, parts, tools, supplies or accessories ordered in error and unused by the County shall be returned to the vendor and the vendor shall refund/credit the original price to the County. No restocking fees or surcharges shall be charged to the Page 2688 of 3580 County, including obsolete and overstock parts. 9. Invoicing When invoicing the County for goods purchased under this solicitation, the successful bidder must provide complete and accurate invoices which must include, an invoice number, a unique catalog number, a definitive description, an invoiced price, and the catalog/list price, needed for pricing verification of discount. Vendor invoices and credit vouchers must reference: • Purchase order number. • Part number. • Quantity. • Delivery location. • Each invoice and credit voucher must bear a unique invoice number. 10. Core Charges When applicable separate core charges are permissible, they shall be separate line items on the invoice. When a core is provided to the vendor by the County, a separate credit voucher will be issued by the vendor. 11. Warranty The warranty shall be expressed in months and shall cover replacement at no charge. Monthly pro-rated warranties will not be accepted. VENDOR CHECKLIST ***Vendor should check off each of the following items as the necessary action is completed (please see, Vendor Check List)*** Page 2689 of 3580 County of Collier, FL Procurement -, - 3299 Tamiami Trail, East Naples, FL 34112 [BATTERY USA] RESPONSE DOCUMENT REPORT GEN No. 24-8305 Automotive & Equipment Batteries RESPONSE DEADLINE: January 14, 2025 at 3:00 pm Report Generated: Thursday, January 16, 2025 Battery USA Response CONTACT INFORMATION Company: Battery USA Email: trey@batteryusa.com Contact: Robert Standifer Address: 1840 S Combee Rd Lakeland, FL 33801 Phone: N/A Website: www.batteryusa.com Submission Date: Jan 14, 2025 1:56 PM (Eastern Time) Page 2690 of 3580 [BATTERY USA] RESPONSE DOCUMENT REPORT GEN No. 24-8305 Automotive & Equipment Batteries [BATTERY USA] RESPONSE DOCUMENT REPORT undefined - Automotive & Equipment Batteries Page 2 ADDENDA CONFIRMATION No addenda issued QUESTIONNAIRE 1. I certify that I have read, understood and agree to the terms in this solicitation, and that I am authorized to submit this r esponse on behalf of my company.* Confirmed 2. General Bid Instructions has been acknowledged and accepted* Confirmed 3. Collier County Purchase Order Terms and Conditions have been acknowledged and accepted.* Confirmed 4. Collier County Required Forms BID SCHEDULE* Please upload completed Bid Schedule in Microsoft Excel format. Copy_of_24-8305_Bid_Schedule_-_COMPLETED.xlsx VENDOR DECLARATION STATEMENT (FORM 1)* Form_1_-_Vendor_Declaration_Statement_Completed.pdf CONFLICT OF INTEREST AFFIDAVIT (FORM 2)* Form_2_-_Conflict_of_Interest_Certification_Affidavit.pdf Page 2691 of 3580 [BATTERY USA] RESPONSE DOCUMENT REPORT GEN No. 24-8305 Automotive & Equipment Batteries [BATTERY USA] RESPONSE DOCUMENT REPORT undefined - Automotive & Equipment Batteries Page 3 PROOF OF STATUS FROM DIVISION OF CORPORATIONS - FLORIDA DEPARTMENT OF STATE (IF WORK PERFORMED IN THE STATE) - HTTP://DOS.MYFLORIDA.COM/SUNBIZ/ SHOULD BE ATTACHED WITH YOUR SUBMITTAL* Sunbiz_Proof.pdf IMMIGRATION AFFIDAVIT CERTIFICATION (FORM 3)* Form_3_-_Immigration_Affidavit_Certification.pdf E-VERIFY MEMORANDUM OF UNDERSTANDING OR COMPANY PROFILE PAGE* Memorandum_of_Understanding.pdf CERTIFICATION FOR CLAIMING STATUS AS A LOCAL BUSINESS (FORM 4) IF APPLICABLE AND CLAIMING LOCAL VENDOR STATUS. No response submitted BUSINESS TAX RECEIPT No response submitted REFERENCE QUESTIONNAIRES (FORM 5)* Completed reference forms. SP9501-02-125011415030.pdf GRANT FEDERAL PROVISIONS PACKAGE* 24-8305_FTA_Fed_Prov_Pkg_-_COMPLETED.pdf VENDOR W-9 FORM* W9_BUSA_2024_(1).pdf VENDOR ACKNOWLEDGES INSURANCE REQUIREMENTS AND IS PREPARED TO PRODUCE THE REQUIRED INSURANCE CERTIFICATE(S) WITHIN FIVE (5) DAYS OF THE COUNTY’S ISSUANCE OF A NOTICE OF RECOMMEND AWARD.* Page 2692 of 3580 [BATTERY USA] RESPONSE DOCUMENT REPORT GEN No. 24-8305 Automotive & Equipment Batteries [BATTERY USA] RESPONSE DOCUMENT REPORT undefined - Automotive & Equipment Batteries Page 4 Confirmed LICENSES AND/OR CERTIFICATIONS* Refer to Solicitation documents for required licenses/certifications. UCRBill_4af0eb7f-c54a-44ac-9dfe-d3d4df4380e5.pdf ALL SIGNED ADDENDA, IF APPLICABLE. No response submitted ALL OTHER REQUIRED DOCUMENTATION, AS APPLICABLE. No response submitted PRICE TABLES TOTAL BID AMOUNT Submit line-item pricing via Bid Schedule in Microsoft Excel format. Line Item Description Quantity Unit of Measure Unit Cost Total 1 TOTAL BID AMOUNT 1 EA $4,755.16 $4,755.16 TOTAL $4,755.16 Page 2693 of 3580 Form 1: Vendor Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 Dear Commissioners: The undersigned, as Vendor declares that this response is made without connection or arrangement with any other person and this proposal is in every respect fair and made in good faith, without collusion or fraud. The Vendor hereby declares the instructions, purchase order terms and conditions, requirements, and specifications/scope of work of this solicitation have been fully examined and accepted. The Vendor agrees, if this solicitation submittal is accepted by Collier County, to accept a Purchase Order as a form of a formal contract or to execute a Collier County formal contract for purposes of establishing a contractual relationship between the Vendor and Collier County, for the performance of all requirements to which this solicitation pertains. The Vendor states that the submitted is based upon the documents listed by the above referenced solicitation. The Vendor agrees to comply with the requirements in accordance with the terms, conditions and specifications denoted herein and according to the pricing submitted as a part of the Vendor’s bids. Further, the Vendor agrees that if awarded a contract for these goods and/or services, the Vendor will not be eligible to compete, submit a proposal, be awarded, or perform as a sub-vendor for any future associated work that is a result of this awarded contract. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this _____ day of _____________, 20__ in the County of _______________, in the State of _____________. Firm’s Legal Name: Address: City, State, Zip Code: Florida Certificate of Authority Document Number Federal Tax Identification Number *CCR # or CAGE Code *Only if Grant Funded __________________________________________________________________________ Telephone: Email: Signature by: (Typed and written) Title: 6th Jan Polk Florida Battery USA Inc Robert Standifer 1840 S Combee Rd Lakeland, FL 33801 59-1425260 863-665-6317 trey@batteryusa.com 410952 Page 2694 of 3580 Additional Contact Information Send payments to: (required if different from above) Contact name: Title: Address: City, State, ZIP Telephone: Email: Office servicing Collier County to place orders (required if different from above) Contact name: Title: Address: City, State, ZIP Telephone: Email: Battery USA Inc Company name used as payee Donna Nelson Accounts Receivables 1840 S Combee Rd Lakeland, FL 33801 863-665-6317 Dneslon@batteryusa.com Sarasota Manager Robert Nava Manager 6620 19th St E Unit 112 Sarasota, FL 34243 941-922-8070 rnava@batteryusa.com Page 2695 of 3580 Page 2696 of 3580 1840 SOUTH COMBEE ROAD LAKELAND, FL 33801 Current Principal Place of Business: Current Mailing Address: 1840 SOUTH COMBEE ROAD LAKELAND, FL 33801 Entity Name: BATTERY USA, INC. DOCUMENT# 410952 FEI Number: 59-1425260 Certificate of Status Desired: Name and Address of Current Registered Agent: STANDIFER II, R. THOMAS 1840 SOUTH COMBEE ROAD LAKELAND, FL 33801 US The above named entity submits this statement for the purpose of changing its registered office or registered agent, or both, in the State of Florida. SIGNATURE: Electronic Signature of Registered Agent Date Officer/Director Detail : I hereby certify that the information indicated on this report or supplemental report is true and accurate and that my electronic signature shall have the same legal effect as if made under oath; that I am an officer or director of the corporation or the receiver or trustee empowered to execute this report as required by Chapter 607, Florida Statutes; and that my name appears above, or on an attachment with all other like empowered. SIGNATURE: Electronic Signature of Signing Officer/Director Detail Date FILED Jan 03, 2025 Secretary of State 7647546149CC R. THOMAS STANDIFER II PD 01/03/2025 2025 FLORIDA PROFIT CORPORATION ANNUAL REPORT No Title PD Name STANDIFER II, R. THOMAS Address 5333 GLENMORE DRIVE City-State-Zip:LAKELAND FL 33813 Title VP Name STANDIFER, ROBERT THOMAS III Address 1840 SOUTH COMBEE ROAD City-State-Zip:LAKELAND FL 33801 Title DIRECTOR Name STANDIFER, TAMMY Address 5333 GLENMORE DRIVE City-State-Zip:LAKELAND FL 33813 Page 2697 of 3580 Page 2698 of 3580 Company ID Number: THE E-VERIFY MEMORANDUM OF UNDERSTANDING FOR EMPLOYERS ARTICLE I PURPOSE AND AUTHORITY The parties to this agreement are the Department of Homeland Security (DHS) and (Employer). The purpose of this agreement is to set forth terms and conditions which the Employer will follow while participating in E-Verify. E-Verify is a program that electronically confirms an employee’s eligibility to work in the United States after completion of Form I-9, Employment Eligibility Verification (Form I-9). This Memorandum of Understanding (MOU) explains certain features of the E-Verify program and describes specific responsibilities of the Employer, the Social Security Administration (SSA), and DHS. Authority for the E-Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 (IIRIRA), Pub. L. 104-208, 110 Stat. 3009, as amended (8 U.S.C. § 1324a note). The Federal Acquisition Regulation (FAR) Subpart 22.18, “Employment Eligibility Verification” and Executive Order 12989, as amended, provide authority for Federal contractors and subcontractors (Federal contractor) to use E-Verify to verify the employment eligibility of certain employees working on Federal contracts. ARTICLE II RESPONSIBILITIES A. RESPONSIBILITIES OF THE EMPLOYER 1.The Employer agrees to display the following notices supplied by DHS in a prominent place that is clearly visible to prospective employees and all employees who are to be verified through the system: a.Notice of E-Verify Participation b.Notice of Right to Work 2.The Employer agrees to provide to the SSA and DHS the names, titles, addresses, and telephone numbers of the Employer representatives to be contacted about E-Verify. The Employer also agrees to keep such information current by providing updated information to SSA and DHS whenever the representatives’ contact information changes. 3.The Employer agrees to grant E-Verify access only to current employees who need E-Verify access. Employers must promptly terminate an employee’s E-Verify access if the employer is separated from the company or no longer needs access to E-Verify. Page 1 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Battery USA 2599151 Page 2699 of 3580 Company ID Number: 4.The Employer agrees to become familiar with and comply with the most recent version of the E-Verify User Manual. 5.The Employer agrees that any Employer Representative who will create E-Verify cases will complete the E-Verify Tutorial before that individual creates any cases. a.The Employer agrees that all Employer representatives will take the refresher tutorials when prompted by E-Verify in order to continue using E-Verify. Failure to complete a refresher tutorial will prevent the Employer Representative from continued use of E-Verify. 6.The Employer agrees to comply with current Form I-9 procedures, with two exceptions: a.If an employee presents a "List B" identity document, the Employer agrees to only accept "List B" documents that contain a photo. (List B documents identified in 8 C.F.R. § 274a.2(b)(1)(B)) can be presented during the Form I-9 process to establish identity.) If an employee objects to the photo requirement for religious reasons, the Employer should contact E-Verify at 888-464-4218. b.If an employee presents a DHS Form I-551 (Permanent Resident Card), Form I-766 (Employment Authorization Document), or U.S. Passport or Passport Card to complete Form I-9, the Employer agrees to make a photocopy of the document and to retain the photocopy with the employee’s Form I-9. The Employer will use the photocopy to verify the photo and to assist DHS with its review of photo mismatches that employees contest. DHS may in the future designate other documents that activate the photo screening tool. Note: Subject only to the exceptions noted previously in this paragraph, employees still retain the right to present any List A, or List B and List C, document(s) to complete the Form I-9. 7.The Employer agrees to record the case verification number on the employee's Form I-9 or to print the screen containing the case verification number and attach it to the employee's Form I-9. 8.The Employer agrees that, although it participates in E-Verify, the Employer has a responsibility to complete, retain, and make available for inspection Forms I-9 that relate to its employees, or from other requirements of applicable regulations or laws, including the obligation to comply with the anti- discrimination requirements of section 274B of the INA with respect to Form I-9 procedures. a.The following modified requirements are the only exceptions to an Employer’s obligation to not employ unauthorized workers and comply with the anti-discrimination provision of the INA: (1) List B identity documents must have photos, as described in paragraph 6 above; (2) When an Employer confirms the identity and employment eligibility of newly hired employee using E-Verify procedures, the Employer establishes a rebuttable presumption that it has not violated section 274A(a)(1)(A) of the Immigration and Nationality Act (INA) with respect to the hiring of that employee; (3) If the Employer receives a final nonconfirmation for an employee, but continues to employ that person, the Employer must notify DHS and the Employer is subject to a civil money penalty between $550 and $1,100 for each failure to notify DHS of continued employment following a final nonconfirmation; (4) If the Employer continues to employ an employee after receiving a final nonconfirmation, then the Employer is subject to a rebuttable presumption that it has knowingly Page 2 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 2599151 Page 2700 of 3580 Company ID Number: employed an unauthorized alien in violation of section 274A(a)(1)(A); and (5) no E-Verify participant is civilly or criminally liable under any law for any action taken in good faith based on information provided through the E-Verify. b.DHS reserves the right to conduct Form I-9 compliance inspections, as well as any other enforcement or compliance activity authorized by law, including site visits, to ensure proper use of E-Verify. 9.The Employer is strictly prohibited from creating an E-Verify case before the employee has been hired, meaning that a firm offer of employment was extended and accepted and Form I-9 was completed. The Employer agrees to create an E-Verify case for new employees within three Employer business days after each employee has been hired (after both Sections 1 and 2 of Form I-9 have been completed), and to complete as many steps of the E-Verify process as are necessary according to the E-Verify User Manual. If E-Verify is temporarily unavailable, the three-day time period will be extended until it is again operational in order to accommodate the Employer's attempting, in good faith, to make inquiries during the period of unavailability. 10.The Employer agrees not to use E-Verify for pre-employment screening of job applicants, in support of any unlawful employment practice, or for any other use that this MOU or the E-Verify User Manual does not authorize. 11.The Employer must use E-Verify for all new employees. The Employer will not verify selectively and will not verify employees hired before the effective date of this MOU. Employers who are Federal contractors may qualify for exceptions to this requirement as described in Article II.B of this MOU. 12.The Employer agrees to follow appropriate procedures (see Article III below) regarding tentative nonconfirmations. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify case. The Employer agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. Further, when employees contest a tentative nonconfirmation based upon a photo mismatch, the Employer must take additional steps (see Article III.B. below) to contact DHS with information necessary to resolve the challenge. 13.The Employer agrees not to take any adverse action against an employee based upon the employee's perceived employment eligibility status while SSA or DHS is processing the verification request unless the Employer obtains knowledge (as defined in 8 C.F.R. § 274a.1(l)) that the employee is not work authorized. The Employer understands that an initial inability of the SSA or DHS automated verification system to verify work authorization, a tentative nonconfirmation, a case in continuance (indicating the need for additional time for the government to resolve a case), or the finding of a photo mismatch, does not establish, and should not be interpreted as, evidence that the employee is not work authorized. In any of such cases, the employee must be provided a full and fair opportunity to contest the finding, and if he or she does so, the employee may not be terminated or suffer any adverse employment consequences based upon the employee’s perceived employment eligibility status Page 3 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 2599151 Page 2701 of 3580 Company ID Number: (including denying, reducing, or extending work hours, delaying or preventing training, requiring an employee to work in poorer conditions, withholding pay, refusing to assign the employee to a Federal contract or other assignment, or otherwise assuming that he or she is unauthorized to work) until and unless secondary verification by SSA or DHS has been completed and a final nonconfirmation has been issued. If the employee does not choose to contest a tentative nonconfirmation or a photo mismatch or if a secondary verification is completed and a final nonconfirmation is issued, then the Employer can find the employee is not work authorized and terminate the employee’s employment. Employers or employees with questions about a final nonconfirmation may call E-Verify at 1-888-464-4218 (customer service) or 1-888-897-7781 (worker hotline). 14.The Employer agrees to comply with Title VII of the Civil Rights Act of 1964 and section 274B of the INA as applicable by not discriminating unlawfully against any individual in hiring, firing, employment eligibility verification, or recruitment or referral practices because of his or her national origin or citizenship status, or by committing discriminatory documentary practices. The Employer understands that such illegal practices can include selective verification or use of E-Verify except as provided in part D below, or discharging or refusing to hire employees because they appear or sound “foreign” or have received tentative nonconfirmations. The Employer further understands that any violation of the immigration-related unfair employment practices provisions in section 274B of the INA could subject the Employer to civil penalties, back pay awards, and other sanctions, and violations of Title VII could subject the Employer to back pay awards, compensatory and punitive damages. Violations of either section 274B of the INA or Title VII may also lead to the termination of its participation in E-Verify. If the Employer has any questions relating to the anti-discrimination provision, it should contact OSC at 1-800-255-8155 or 1-800-237-2515 (TDD). 15.The Employer agrees that it will use the information it receives from E-Verify only to confirm the employment eligibility of employees as authorized by this MOU. The Employer agrees that it will safeguard this information, and means of access to it (such as PINS and passwords), to ensure that it is not used for any other purpose and as necessary to protect its confidentiality, including ensuring that it is not disseminated to any person other than employees of the Employer who are authorized to perform the Employer's responsibilities under this MOU, except for such dissemination as may be authorized in advance by SSA or DHS for legitimate purposes. 16.The Employer agrees to notify DHS immediately in the event of a breach of personal information. Breaches are defined as loss of control or unauthorized access to E-Verify personal data. All suspected or confirmed breaches should be reported by calling 1-888-464-4218 or via email at E-Verify@uscis.dhs.gov. Please use “Privacy Incident – Password” in the subject line of your email when sending a breach report to E-Verify. 17.The Employer acknowledges that the information it receives from SSA is governed by the Privacy Act (5 U.S.C. § 552a(i)(1) and (3)) and the Social Security Act (42 U.S.C. 1306(a)). Any person who obtains this information under false pretenses or uses it for any purpose other than as provided for in this MOU may be subject to criminal penalties. 18.The Employer agrees to cooperate with DHS and SSA in their compliance monitoring and evaluation of E-Verify, which includes permitting DHS, SSA, their contractors and other agents, upon Page 4 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 2599151 Page 2702 of 3580 Company ID Number: reasonable notice, to review Forms I-9 and other employment records and to interview it and its employees regarding the Employer’s use of E-Verify, and to respond in a prompt and accurate manner to DHS requests for information relating to their participation in E-Verify. 19.The Employer shall not make any false or unauthorized claims or references about its participation in E-Verify on its website, in advertising materials, or other media. The Employer shall not describe its services as federally-approved, federally-certified, or federally-recognized, or use language with a similar intent on its website or other materials provided to the public. Entering into this MOU does not mean that E-Verify endorses or authorizes your E-Verify services and any claim to that effect is false. 20.The Employer shall not state in its website or other public documents that any language used therein has been provided or approved by DHS, USCIS or the Verification Division, without first obtaining the prior written consent of DHS. 21.The Employer agrees that E-Verify trademarks and logos may be used only under license by DHS/USCIS (see M-795 (Web)) and, other than pursuant to the specific terms of such license, may not be used in any manner that might imply that the Employer’s services, products, websites, or publications are sponsored by, endorsed by, licensed by, or affiliated with DHS, USCIS, or E-Verify. 22.The Employer understands that if it uses E-Verify procedures for any purpose other than as authorized by this MOU, the Employer may be subject to appropriate legal action and termination of its participation in E-Verify according to this MOU. B. RESPONSIBILITIES OF FEDERAL CONTRACTORS 1.If the Employer is a Federal contractor with the FAR E-Verify clause subject to the employment verification terms in Subpart 22.18 of the FAR, it will become familiar with and comply with the most current version of the E-Verify User Manual for Federal Contractors as well as the E-Verify Supplemental Guide for Federal Contractors. 2.In addition to the responsibilities of every employer outlined in this MOU, the Employer understands that if it is a Federal contractor subject to the employment verification terms in Subpart 22.18 of the FAR it must verify the employment eligibility of any “employee assigned to the contract” (as defined in FAR 22.1801). Once an employee has been verified through E-Verify by the Employer, the Employer may not create a second case for the employee through E-Verify. a.An Employer that is not enrolled in E-Verify as a Federal contractor at the time of a contract award must enroll as a Federal contractor in the E-Verify program within 30 calendar days of contract award and, within 90 days of enrollment, begin to verify employment eligibility of new hires using E-Verify. The Employer must verify those employees who are working in the United States, whether or not they are assigned to the contract. Once the Employer begins verifying new hires, such verification of new hires must be initiated within three business days after the hire date. Once enrolled in E-Verify as a Federal contractor, the Employer must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee’s assignment to the contract, whichever date is later. Page 5 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 2599151 Page 2703 of 3580 Company ID Number: b.Employers enrolled in E-Verify as a Federal contractor for 90 days or more at the time of a contract award must use E-Verify to begin verification of employment eligibility for new hires of the Employer who are working in the United States, whether or not assigned to the contract, within three business days after the date of hire. If the Employer is enrolled in E-Verify as a Federal contractor for 90 calendar days or less at the time of contract award, the Employer must, within 90 days of enrollment, begin to use E-Verify to initiate verification of new hires of the contractor who are working in the United States, whether or not assigned to the contract. Such verification of new hires must be initiated within three business days after the date of hire. An Employer enrolled as a Federal contractor in E-Verify must begin verification of each employee assigned to the contract within 90 calendar days after date of contract award or within 30 days after assignment to the contract, whichever is later. c.Federal contractors that are institutions of higher education (as defined at 20 U.S.C. 1001(a)), state or local governments, governments of Federally recognized Indian tribes, or sureties performing under a takeover agreement entered into with a Federal agency under a performance bond may choose to only verify new and existing employees assigned to the Federal contract. Such Federal contractors may, however, elect to verify all new hires, and/or all existing employees hired after November 6, 1986. Employers in this category must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee’s assignment to the contract, whichever date is later. d.Upon enrollment, Employers who are Federal contractors may elect to verify employment eligibility of all existing employees working in the United States who were hired after November 6, 1986, instead of verifying only those employees assigned to a covered Federal contract. After enrollment, Employers must elect to verify existing staff following DHS procedures and begin E-Verify verification of all existing employees within 180 days after the election. e. The Employer may use a previously completed Form I-9 as the basis for creating an E-Verify case for an employee assigned to a contract as long as: i.That Form I-9 is complete (including the SSN) and complies with Article II.A.6, ii.The employee’s work authorization has not expired, and iii.The Employer has reviewed the Form I-9 information either in person or in communications with the employee to ensure that the employee’s Section 1, Form I-9 attestation has not changed (including, but not limited to, a lawful permanent resident alien having become a naturalized U.S. citizen). f.The Employer shall complete a new Form I-9 consistent with Article II.A.6 or update the previous Form I-9 to provide the necessary information if: i.The Employer cannot determine that Form I-9 complies with Article II.A.6, ii.The employee’s basis for work authorization as attested in Section 1 has expired or changed, or iii.The Form I-9 contains no SSN or is otherwise incomplete. Note: If Section 1 of Form I-9 is otherwise valid and up-to-date and the form otherwise complies with Page 6 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 2599151 Page 2704 of 3580 Company ID Number: Article II.C.5, but reflects documentation (such as a U.S. passport or Form I-551) that expired after completing Form I-9, the Employer shall not require the production of additional documentation, or use the photo screening tool described in Article II.A.5, subject to any additional or superseding instructions that may be provided on this subject in the E-Verify User Manual. g.The Employer agrees not to require a second verification using E-Verify of any assigned employee who has previously been verified as a newly hired employee under this MOU or to authorize verification of any existing employee by any Employer that is not a Federal contractor based on this Article. 3. The Employer understands that if it is a Federal contractor, its compliance with this MOU is a performance requirement under the terms of the Federal contract or subcontract, and the Employer consents to the release of information relating to compliance with its verification responsibilities under this MOU to contracting officers or other officials authorized to review the Employer’s compliance with Federal contracting requirements. C. RESPONSIBILITIES OF SSA 1.SSA agrees to allow DHS to compare data provided by the Employer against SSA’s database. SSA sends DHS confirmation that the data sent either matches or does not match the information in SSA’s database. 2.SSA agrees to safeguard the information the Employer provides through E-Verify procedures. SSA also agrees to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social Security numbers or responsible for evaluation of E-Verify or such other persons or entities who may be authorized by SSA as governed by the Privacy Act (5 U.S.C. § 552a), the Social Security Act (42 U.S.C. 1306(a)), and SSA regulations (20 CFR Part 401). 3.SSA agrees to provide case results from its database within three Federal Government work days of the initial inquiry. E-Verify provides the information to the Employer. 4.SSA agrees to update SSA records as necessary if the employee who contests the SSA tentative nonconfirmation visits an SSA field office and provides the required evidence. If the employee visits an SSA field office within the eight Federal Government work days from the date of referral to SSA, SSA agrees to update SSA records, if appropriate, within the eight-day period unless SSA determines that more than eight days may be necessary. In such cases, SSA will provide additional instructions to the employee. If the employee does not visit SSA in the time allowed, E-Verify may provide a final nonconfirmation to the employer. Note: If an Employer experiences technical problems, or has a policy question, the employer should contact E-Verify at 1-888-464-4218. D. RESPONSIBILITIES OF DHS 1.DHS agrees to provide the Employer with selected data from DHS databases to enable the Employer to conduct, to the extent authorized by this MOU: a.Automated verification checks on alien employees by electronic means, and Page 7 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 2599151 Page 2705 of 3580 Company ID Number: b. Photo verification checks (when available) on employees. 2. DHS agrees to assist the Employer with operational problems associated with the Employer's participation in E-Verify. DHS agrees to provide the Employer names, titles, addresses, and telephone numbers of DHS representatives to be contacted during the E-Verify process. 3. DHS agrees to provide to the Employer with access to E-Verify training materials as well as an E-Verify User Manual that contain instructions on E-Verify policies, procedures, and requirements for both SSA and DHS, including restrictions on the use of E-Verify. 4.DHS agrees to train Employers on all important changes made to E-Verify through the use of mandatory refresher tutorials and updates to the E-Verify User Manual. Even without changes to E-Verify, DHS reserves the right to require employers to take mandatory refresher tutorials. 5.DHS agrees to provide to the Employer a notice, which indicates the Employer's participation in E-Verify. DHS also agrees to provide to the Employer anti-discrimination notices issued by the Office of Special Counsel for Immigration-Related Unfair Employment Practices (OSC), Civil Rights Division, U.S. Department of Justice. 6.DHS agrees to issue each of the Employer’s E-Verify users a unique user identification number and password that permits them to log in to E-Verify. 7.DHS agrees to safeguard the information the Employer provides, and to limit access to such information to individuals responsible for the verification process, for evaluation of E-Verify, or to such other persons or entities as may be authorized by applicable law. Information will be used only to verify the accuracy of Social Security numbers and employment eligibility, to enforce the INA and Federal criminal laws, and to administer Federal contracting requirements. 8.DHS agrees to provide a means of automated verification that provides (in conjunction with SSA verification procedures) confirmation or tentative nonconfirmation of employees' employment eligibility within three Federal Government work days of the initial inquiry. 9.DHS agrees to provide a means of secondary verification (including updating DHS records) for employees who contest DHS tentative nonconfirmations and photo mismatch tentative nonconfirmations. This provides final confirmation or nonconfirmation of the employees' employment eligibility within 10 Federal Government work days of the date of referral to DHS, unless DHS determines that more than 10 days may be necessary. In such cases, DHS will provide additional verification instructions. ARTICLE III REFERRAL OF INDIVIDUALS TO SSA AND DHS A. REFERRAL TO SSA 1. If the Employer receives a tentative nonconfirmation issued by SSA, the Employer must print the notice as directed by E-Verify. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify case. Page 8 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 2599151 Page 2706 of 3580 Company ID Number: The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. 2.The Employer agrees to obtain the employee’s response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3.After a tentative nonconfirmation, the Employer will refer employees to SSA field offices only as directed by E-Verify. The Employer must record the case verification number, review the employee information submitted to E-Verify to identify any errors, and find out whether the employee contests the tentative nonconfirmation. The Employer will transmit the Social Security number, or any other corrected employee information that SSA requests, to SSA for verification again if this review indicates a need to do so. 4.The Employer will instruct the employee to visit an SSA office within eight Federal Government work days. SSA will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 5.While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. 6.The Employer agrees not to ask the employee to obtain a printout from the Social Security Administration number database (the Numident) or other written verification of the SSN from the SSA. B. REFERRAL TO DHS 1.If the Employer receives a tentative nonconfirmation issued by DHS, the Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. 2.The Employer agrees to obtain the employee’s response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3.The Employer agrees to refer individuals to DHS only when the employee chooses to contest a tentative nonconfirmation. 4.If the employee contests a tentative nonconfirmation issued by DHS, the Employer will instruct the Page 9 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 2599151 Page 2707 of 3580 Company ID Number: employee to contact DHS through its toll-free hotline (as found on the referral letter) within eight Federal Government work days. 5.If the Employer finds a photo mismatch, the Employer must provide the photo mismatch tentative nonconfirmation notice and follow the instructions outlined in paragraph 1 of this section for tentative nonconfirmations, generally. 6.The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo mismatch, the Employer will send a copy of the employee’s Form I-551, Form I-766, U.S. Passport, or passport card to DHS for review by: a.Scanning and uploading the document, or b.Sending a photocopy of the document by express mail (furnished and paid for by the employer). 7.The Employer understands that if it cannot determine whether there is a photo match/mismatch, the Employer must forward the employee’s documentation to DHS as described in the preceding paragraph. The Employer agrees to resolve the case as specified by the DHS representative who will determine the photo match or mismatch. 8.DHS will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 9.While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. ARTICLE IV SERVICE PROVISIONS A. NO SERVICE FEES 1. SSA and DHS will not charge the Employer for verification services performed under this MOU. The Employer is responsible for providing equipment needed to make inquiries. To access E-Verify, an Employer will need a personal computer with Internet access. ARTICLE V MODIFICATION AND TERMINATION A. MODIFICATION 1. This MOU is effective upon the signature of all parties and shall continue in effect for as long as the SSA and DHS operates the E-Verify program unless modified in writing by the mutual consent of all parties. 2. Any and all E-Verify system enhancements by DHS or SSA, including but not limited to E-Verify checking against additional data sources and instituting new verification policies or procedures, will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. Page 10 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 2599151 Page 2708 of 3580 Company ID Number: B. TERMINATION 1.The Employer may terminate this MOU and its participation in E-Verify at any time upon 30 days prior written notice to the other parties. 2.Notwithstanding Article V, part A of this MOU, DHS may terminate this MOU, and thereby the Employer’s participation in E-Verify, with or without notice at any time if deemed necessary because of the requirements of law or policy, or upon a determination by SSA or DHS that there has been a breach of system integrity or security by the Employer, or a failure on the part of the Employer to comply with established E-Verify procedures and/or legal requirements. The Employer understands that if it is a Federal contractor, termination of this MOU by any party for any reason may negatively affect the performance of its contractual responsibilities. Similarly, the Employer understands that if it is in a state where E-Verify is mandatory, termination of this by any party MOU may negatively affect the Employer’s business. 3.An Employer that is a Federal contractor may terminate this MOU when the Federal contract that requires its participation in E-Verify is terminated or completed. In such cases, the Federal contractor must provide written notice to DHS. If an Employer that is a Federal contractor fails to provide such notice, then that Employer will remain an E-Verify participant, will remain bound by the terms of this MOU that apply to non- Federal contractor participants, and will be required to use the E-Verify p rocedures to verify the employment eligibility of all newly hired employees. 4.The Employer agrees that E-Verify is not liable for any losses, financial or otherwise, if the Employer is terminated from E-Verify. ARTICLE VI PARTIES A.Some or all SSA and DHS responsibilities under this MOU may be performed by contractor(s), and SSA and DHS may adjust verification responsibilities between each other as necessary. By separate agreement with DHS, SSA has agreed to perform its responsibilities as described in this MOU. B.Nothing in this MOU is intended, or should be construed, to create any right or benefit, substantive or procedural, enforceable at law by any third party against the United States, its agencies, officers, or employees, or against the Employer, its agents, officers, or employees. C.The Employer may not assign, directly or indirectly, whether by operation of law, change of control or merger, all or any part of its rights or obligations under this MOU without the prior written consent of DHS, which consent shall not be unreasonably withheld or delayed. Any attempt to sublicense, assign, or transfer any of the rights, duties, or obligations herein is void. D.Each party shall be solely responsible for defending any claim or action against it arising out of or related to E-Verify or this MOU, whether civil or criminal, and for any liability wherefrom, including (but not limited to) any dispute between the Employer and any other person or entity regarding the applicability of Section 403(d) of IIRIRA to any action taken or allegedly taken by the Employer. Page 11 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 2599151 Page 2709 of 3580 Company ID Number: E. The Employer understands that its participation in E-Verify is not confidential information and may be disclosed as authorized or required by law and DHS or SSA policy, including but not limited to, Congressional oversight, E-Verify publicity and media inquiries, determinations of compliance with Federal contractual requirements, and responses to inquiries under the Freedom of Information Act (FOIA). F. The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the Employer and DHS respectively. The Employer understands that any inaccurate statement, representation, data or other information provided to DHS may subject the Employer, its subcontractors, its employees, or its representatives to: (1) prosecution for false statements pursuant to 18 U.S.C. 1001 and/or; (2) immediate termination of its MOU and/or; (3) possible debarment or suspension. G. The foregoing constitutes the full agreement on this subject between DHS and the Employer. To be accepted as an E-Verify participant, you should only sign the Employer’s Section of the signature page. If you have any questions, contact E-Verify at 1-888-464-4218. Page 12 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 2599151 Page 2710 of 3580 Company ID Number: Approved by: Employer Name (Please Type or Print) Title Signature Date Department of Homeland Security – Verification Division Name (Please Type or Print) Title Signature Date Page 13 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 USCIS Verification Division 01/06/2025 Robert T Standifer Electronically Signed Battery USA 01/06/2025 Electronically Signed 2599151 Page 2711 of 3580 Company ID Number: Information Required for the E-Verify Program Information relating to your Company: Company Name Company Facility Address Company Alternate Address County or Parish Employer Identification Number North American Industry Classification Systems Code Parent Company Number of Employees Number of Sites Verified for Page 14 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Battery USA POLK 811 20 to 99 2599151 1840 S Combee Rd Lakeland, FL 33801 591425260 1 site(s) Page 2712 of 3580 Company ID Number: Are you verifying for more than 1 site? If yes, please provide the number of sites verified for in each State: Page 15 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 FL 1 2599151 Page 2713 of 3580 Company ID Number: Information relating to the Program Administrator(s) for your Company on policy questions or operational problems: Page 16 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Email 8636656317 Robert T Standifer 2599151 Name Phone Number Fax trey@batteryusa.com Page 2714 of 3580 Company ID Number: This list represents the first 20 Program Administrators listed for this company. Page 17 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 2599151 Page 2715 of 3580 Page 2716 of 3580 FEDERAL PROVISIONS ‐ 1 FEDERAL CONTRACT PROVISIONS AND ASSURANCES This project activity is funded in whole or in part by the Federal Government, or an Agency thereof. Federal Law requires that the Applicant's contracts relating to the project include certain provisions. Per uniform requirements of federal awards (2 CFR Part 200.23) the definition of CONTRACTOR is an entity that receives a contract (including a purchase order). ACCESS TO RECORDS AND REPORTS (Applies to Subcontracts at every tier) a. Record Retention. The Contractor will retain and will require its subcontractors of all tiers to retain, complete and readily accessible records related in whole or in part to the contract, including, but not limited to, data, documents, reports, statistics, sub-agreements, leases, subcontracts, arrangements, other third-party agreements of any type, and supporting materials related to those records. b. Retention Period. The Contractor agrees to comply with the record retention requirements in accordance with 2 C.F.R. § 200.333. The Contractor shall maintain all books, records, accounts and reports required under this Contract for a period of at not less than three (3) years after the date of termination or expiration of this Contract, except in the event of litigation or settlement of claims arising from the performance of this Contract, in which case records shall be maintained until the disposition of all such litigation, appeals, claims or exceptions related thereto. c. Access to Records. The Contractor agrees to provide sufficient access to FTA and its contractors to inspect and audit records and information related to performance of this contract as reasonably may be required. d. Access to the Sites of Performance. The Contractor agrees to permit FTA and its contractors access to the sites of performance under this contract as reasonably may be required. CLEAN AIR AND WATER POLLUTION CONTROL ACTS The Contractor agrees: 1) It will not use any violating facilities; 2) It will report the use of facilities placed on or likely to be placed on the U.S. EPA “List of Violating Facilities;” 3) It will report violations of use of prohibited facilities to FTA; and 4) It will comply with the inspection and other requirements of the Clean Air Act, as amended, (42 U.S.C. §§ 7401 – 7671q); and the Federal Water Pollution Control Act as amended, (33 U.S.C. §§ 1251-1387). 5) The Contractor also agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FTA. DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION The Contractor shall comply and facilitate compliance with U.S. DOT regulations, “Nonprocurement Suspension and Debarment,” 2 C.F.R. part 1200, which adopts and supplements the U.S. Office of Management and Budget (U.S. OMB) “Guidelines to Agencies on Governmentwide Debarment and Suspension (Nonprocurement),” 2 C.F.R. part 180. These provisions apply to each contract at any tier of $25,000 or more, and to each contract at any tier for a federally required audit (irrespective of the contract amount), and to each contract at any tier that must be approved by an FTA official irrespective of the contract amount. As such, the Contractor shall verify that its principals, affiliates, and subcontractors are eligible to participate in this federally funded contract and are not presently declared by any Federal department or agency to be: a) Debarred from participation in any federally assisted Award; b) Suspended from participation in any federally assisted Award; c) Proposed for debarment from participation in any federally assisted Award; d) Declared ineligible to participate in any federally assisted Award; e) Voluntarily excluded from participation in any federally assisted Award; or f) Disqualified from participation in ay federally assisted Award. By signing and submitting its bid or proposal, the bidder or proposer certifies as follows: The certification in this clause is a material representation of fact relied upon by the COUNTY. If it is later determined by the COUNTY that the bidder or proposer knowingly rendered an erroneous certification, in addition to remedies available to the COUNTY, the Federal Government may pursue available remedies, COLLIER COUNTY Acceptance of FEDERAL Clauses Federal Transit Administration Page 2717 of 3580 FEDERAL PROVISIONS ‐ 2 FEDERAL CONTRACT PROVISIONS AND ASSURANCES including but not limited to suspension and/or debarment. The bidder or proposer agrees to comply with the requirements of 2 C.F.R. part 180, subpart C, as supplemented by 2 C.F.R. part 1200, 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. DOMESTIC PREFERENCE FOR PROCUREMENTS a) As appropriate and to the extent consistent with law, the non-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. (b) For purposes of this section: (1) ‘‘Produced in the United States’’ means, for iron and steel products, that all manufacturing processes, from the initial melting stage through the application of coatings, occurred in the United States. (2) ‘‘Manufactured products’’ means items and construction materials composed in whole or in part of non-ferrous metals such as aluminum; plastics and polymer-based products such as polyvinyl chloride pipe; aggregates such as concrete; glass, including optical fiber; and lumber. In accordance with 2 CFR § 184.2(a), the standards of 49 CFR Part 661 to iron, steel, and manufactured products shall apply. ENERGY CONSERVATION (Applies to subcontracts at every tier) The contractor agrees to comply with mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. FEDERAL CHANGES Contractor shall at all times comply with all applicable FTA regulations, policies, procedures and directives, including without limitation those listed directly or by reference in the Master Agreement between Purchaser and FTA, as they may be amended or promulgated from time to time during the term of this contract. Contractor's failure to so comply shall constitute a material breach of this contract. FEDERAL TAX LIABILITY AND FELONY CONVICTIONS (1) Transactions Prohibited. (i) Prior to any award, the County will obtain from the prospective Contractor a certification that the Contractor— (A) Does not have any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and (B) Was not convicted of the felony criminal violation under any Federal law within the preceding 24 months. (ii) If the Contractor cannot so certify, the County agrees to refer the matter to the FTA and not to enter into any agreement with the Contractors without FTA’s written approval. (2) The County agrees to require all Contractors to flow this requirement down to participants at all lower tiers, without regard to the value of any subagreement. INCORPORATION OF FEDERAL TRANSIT ADMINISTRATION (FTA) TERMS The preceding provisions include, in part, certain Standard Terms and Conditions required by DOT, whether or not expressly set forth in the preceding contract provisions. All contractual provisions required by DOT, as set forth in FTA Circular 4220.1F, are hereby incorporated by reference. Anything to the contrary herein notwithstanding, all FTA mandated terms shall be deemed to control in the event of a conflict with other provisions contained in this Agreement. The Contractor shall not perform any act, fail to perform any act, or refuse to comply with any COUNTY requests which would cause the COUNTY to be in violation of the FTA terms and conditions. LOBBYING Contractors who apply or bid for an award of $100,000 or more shall file the certification required by 49 CFR part 20, "New Restrictions on Lobbying." Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier shall also disclose the name of any registrant under the Lobbying Disclosure Act of 1995 who has made lobbying contacts on its behalf with non-Federal funds with respect to that Federal contract, grant or award covered by 31 U.S.C. 1352. Such disclosures are forwarded from tier to tier up to the recipient. Executive lobbying costs. Costs incurred in attempting to improperly influence either directly or indirectly, an employee or officer of the executive branch of the Federal Government to give consideration or to act regarding a Federal award or a regulatory matter are unallowable. Improper influence means any influence that induces or tends to induce a Federal employee or officer to give consideration or to act regarding a Federal award or regulatory matter on any basis other than the merits of the matter. NO GOVERNMENT OBLIGATION TO THIRD PARTIES (Applies to subcontracts at every tier) (1) The County and Contractor acknowledge and agree that, notwithstanding any concurrence by the Federal Page 2718 of 3580 FEDERAL PROVISIONS ‐ 3 FEDERAL CONTRACT PROVISIONS AND ASSURANCES Government in or approval of the solicitation or award of the underlying contract, absent the express written consent by the Federal Government, the Federal Government is not a party to this contract and shall not be subject to any obligations or liabilities to the Recipient, Contractor, or any other party (whether or not a party to that contract) pertaining to any matter resulting from the underlying contract. (2) The Contractor agrees to include the above clause in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions. PROCUREMENT OF RECOVERED MATERIALS (1) 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— i. Competitively within a timeframe providing for compliance with the contract performance schedule; ii. Meeting contract performance requirements; or iii. At a reasonable price. (2) Information about this requirement, along with the list of EPA-designate items, is available at EPA’s Comprehensive Procurement Guidelines web site, https://www.epa.gov/smm/comprehensive-procurement- guideline-cpg-program PROHIBITION ON CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT Recipients and subrecipients are prohibited from obligating or expending loan or grant funds to: 1. Procure or obtain; 2. Extend or renew a contract to procure or obtain;or 3. Enter into a contract (or extend or renew a contract) to procure or obtain equipment, services, or systems that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. As described in Public Law 115-232, section 889, covered telecommunications equipment is telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities). i. For the purpose of public safety, security of government facilities, physical security surveillance of critical infrastructure, and other national security purposes, video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities). ii. Telecommunications or video surveillance services provided by such entities or using such equipment. iii. Telecommunications or video surveillance equipment or services procured or provided by an entity that the Secretary of Defense, in consultation with the Director of the National Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled by, or otherwise connected to, the government of a covered foreign country. In implementing the prohibition under Public Law 115-232, section 889, subsection (f), paragraph (1), heads of executive agencies administering loan, grant, or subsidy programs shall prioritize available funding and technical support to assist affected businesses, institutions and organizations as is reasonably necessary for those affected entities to transition from covered communications equipment and services, to procure replacement equipment and services, and to ensure that communications service to users and customers is sustained. See Public Law 115-232,section 889 for additional information. See also § 200.471. PROGRAM FRAUD OR FALSE OR FRAUDULENT STATEMENTS OR RELATED ACTS The contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the contractor’s actions pertaining to this contract.” NOTIFICATION TO FTA If a current or prospective legal matter that may affect the Federal Government emerges, the County must promptly notify the FTA Chief Counsel and FTA Regional Counsel for the Region in which the County is located. The Recipient must include a similar notification requirement in its Third-Party Agreements and must require each Third Party Participant to include an equivalent provision in its sub agreements at every tier, for any agreement that is a “covered transaction” according to 2 C.F.R. §§ 180.220 and 1200.220. (1) The types of legal matters that require notification include, but are not limited to, a major dispute, breach, default, litigation, or naming the Federal Government as a party to litigation or a legal disagreement in any forum for any reason. (2) Matters that may affect the Federal Government include, but are not limited to, the Federal Government’s Page 2719 of 3580 FEDERAL PROVISIONS ‐ 4 FEDERAL CONTRACT PROVISIONS AND ASSURANCES interests in the Award, the accompanying Underlying Agreement, and any Amendments thereto, or the Federal Government’s administration or enforcement of federal laws, regulations, and requirements. (3) The County must promptly notify the U.S. DOT Inspector General in addition to the FTA Chief Counsel or Regional Counsel for the Region in which the Recipient is located, if the Recipient has knowledge of potential fraud, waste, or abuse occurring on a Project receiving assistance from FTA. The notification provision applies if a person has or may have submitted a false claim under the False Claims Act, 31 U.S.C. § 3729 et seq., or has or may have committed a criminal or civil violation of law pertaining to such matters as fraud, conflict of interest, bribery, gratuity, or similar misconduct. This responsibility occurs whether the Project is subject to this Agreement or another agreement between the Recipient and FTA, or an agreement involving a principal, officer, employee, agent, or Third-Party Participant of the Recipient. It also applies to subcontractors at any tier. Knowledge, as used in this paragraph, includes, but is not limited to, knowledge of a criminal or civil investigation by a Federal, state, or local law enforcement or other investigative agency, a criminal indictment or civil complaint, or probable cause that could support a criminal indictment, or any other credible information in the possession of the Recipient. 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 FTA pre-approval. TRAFFICKING IN PERSONS The contractor agrees that it and its employees that participate in the Recipient’s Award, may not: (a) Engage in severe forms of trafficking in persons during the period of time that the Recipient’s Award is in effect; (b) Procure a commercial sex act during the period of time that the Recipient’s Award is in effect; or (c) Use forced labor in the performance of the Recipient’s Award or subagreements thereunder. SAFE OPERATION OF MOTOR VEHICLES Seat Belt Use The Contractor is encouraged to adopt and promote on- the-job seat belt use policies and programs for its employees and other personnel that operate company- owned vehicles, company rented vehicles, or personally operated vehicles. The terms “company-owned” and “company- leased” refer to vehicles owned or leased either by the Contractor or Agency. Distracted Driving The Contractor agrees to adopt and enforce workplace safety policies to decrease crashes caused by distracted drivers, including policies to ban text messaging while using an electronic device supplied by an employer, and driving a vehicle the driver owns or rents, a vehicle Contactor owns, leases, or rents, or a privately-owned vehicle when on official business in connection with the work performed under this Contract. TERMINATION (Applies to subcontracts at every tier in excess of $10,000) Unless otherwise provided in this contract, 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 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. CIVIL RIGHTS LAWS AND REGULATIONS (Applies to subcontracts at every tier) The COUNTY is an Equal Opportunity Employer. As such, the COUNTY agrees to comply with all applicable Federal civil rights laws and implementing regulations. Apart from inconsistent requirements imposed by Federal laws or regulations, the COUNTY agrees to comply with the requirements of 49 U.S.C. § 5323(h) (3) by not using any Federal assistance awarded by FTA to support procurements using exclusionary or discriminatory specifications. Under this Agreement, the Contractor shall at all times comply with the following requirements and shall include these requirements in each subcontract entered into as part thereof. 1. Nondiscrimination. In accordance with Federal transit law at 49 U.S.C. § 5332, the Contractor agrees that it will not discriminate against any employee or applicant for employment because of race, color, religion, national origin, sex, disability, gender identity or age. In addition, the Contractor agrees to comply with applicable Federal implementing regulations and other implementing requirements FTA may issue. 2. Race, Color, Religion, National Origin, Sex. In accordance with Title VII of the Civil Rights Act, as amended, 42 U.S.C. § 2000e et seq., and Federal transit laws at 49 U.S.C. § 5332, the Contractor agrees to comply with all applicable equal employment opportunity requirements of U.S. Department of Labor (U.S. DOL) regulations, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor," 41 C.F.R. chapter 60, and Executive Order No. 11246, "Equal Employment Opportunity in Federal Employment," September 24, 1965, 42 U.S.C. § 2000e note, as amended by any later Executive Order that amends or supersedes it, referenced in 42 U.S.C. § Page 2720 of 3580 FEDERAL PROVISIONS ‐ 5 FEDERAL CONTRACT PROVISIONS AND ASSURANCES 2000e note. The Contractor agrees to take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, national origin, or sex (including sexual orientation and gender identity). Such action shall include, but not be limited to, the following: employment, promotion, demotion or transfer, recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. 3. Age. In accordance with the Age Discrimination in Employment Act, 29 U.S.C. §§ 621-634, U.S. Equal Employment Opportunity Commission (U.S. EEOC) regulations, “Age Discrimination in Employment Act,” 29 C.F.R. part 1625, the Age Discrimination Act of 1975, as amended, 42 U.S.C. § 6101 et seq., U.S. Health and Human Services regulations, “Nondiscrimination on the Basis of Age in Programs or Activities Receiving Federal Financial Assistance,” 45 C.F.R. part 90, and Federal transit law at 49 U.S.C. § 5332, the Contractor agrees to refrain from discrimination against present and prospective employees for reason of age. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. 4. Disabilities. In accordance with section 504 of the Rehabilitation Act of 1973, as amended, 29 U.S.C. § 794, the Americans with Disabilities Act of 1990, as amended, 42 U.S.C. § 12101 et seq., the Architectural Barriers Act of 1968, as amended, 42 U.S.C. § 4151 et seq., and Federal transit law at 49 U.S.C. § 5332, the Contractor agrees that it will not discriminate against individuals on the basis of disability. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. Contract Work Hours and Safety Standards for Awards Not Involving Construction The Contractor shall comply with all federal laws, regulations, and requirements providing wage and hour protections for non- construction employees, in accordance with 40 U.S.C. § 3702, Contract Work Hours and Safety Standards Act, and other relevant parts of that Act, 40 U.S.C. § 3701 et seq., and U.S. DOL regulations, “Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction (also Labor Standards Provisions Applicable to Non-construction Contracts Subject to the Contract Work Hours and Safety Standards Act),” 29 C.F.R. part 5. The Contractor shall maintain payrolls and basic payroll records during the course of the work and shall preserve them for a period of three (3) years from the completion of the contract for all laborers and mechanics, including guards and watchmen, working on the contract. Such records shall contain the name and address of each such employee, social security number, correct classifications, hourly rates of wages paid, daily and weekly number of hours worked, deductions made, and actual wages paid. Such records maintained under this paragraph shall be made available by the Contractor for inspection, copying, or transcription by authorized representatives of the FTA and the Department of Labor, and the Contractor will permit such representatives to interview employees during working hours on the job. The contractor shall require the inclusion of the language of this clause within subcontracts of all tiers. Page 2721 of 3580 FEDERAL PROVISIONS ‐ 6 FEDERAL CONTRACT PROVISIONS AND ASSURANCES Transportation by Ocean Vessel or Air (as applicable) FLY AMERICA REQUIREMENTS (Applies to subcontracts) The Contractor agrees to comply with the following: a) Definitions. As used in this clause-- • “International air transportation” means transportation by air between a place in the United States and a place outside the United States or between two places both of which are outside the United States. • “United States” means the 50 States, the District of Columbia, and outlying areas. • “U.S.-flag air carrier” means an air carrier holding a certificate under 49 U.S.C. Chapter 411. b) When Federal funds are used to fund travel, Section 5 of the International Air Transportation Fair Competitive Practices Act of 1974 (49 U.S.C. 40118) (Fly America Act) requires contractors, recipients, and others use U.S.-flag air carriers for U.S. Government-financed international air transportation of personnel (and their personal effects) or property, to the extent that service by those carriers is available. It requires the Comptroller General of the United States, in the absence of satisfactory proof of the necessity for foreign-flag air transportation, to disallow expenditures from funds, appropriated or otherwise established for the account of the United States, for international air transportation secured aboard a foreign-flag air carrier if a U.S.-flag air carrier is available to provide such services. c) If available, the Contractor, in performing work under this contract, shall use U.S.-flag carriers for international air transportation of personnel (and their personal effects) or property. d) In the event that the Contractor selects a carrier other than a U.S.-flag air carrier for international air transportation, the Contractor shall include a statement on vouchers involving such transportation essentially as follows: Statement of Unavailability of U.S.-Flag Air Carriers International air transportation of persons (and their personal effects) or property by U.S.-flag air carrier was not available or it was necessary to use foreign-flag air carrier service for the following reasons. See FAR § 47.403. [State reasons]: e) The Contractor shall include the substance of this clause, including this paragraph (e), in each subcontract or purchase under this contract that may involve international air transportation. CARGO PREFERENCE REQUIREMENTS (Applies to subcontracts) Use of United States-Flag Vessels – The contractor agrees: a. At least 50 percent of any equipment, materials or commodities procured, contracted for or otherwise obtained with funds granted, guaranteed, loaned, or advanced by the U.S. Government under this agreement, and which may be transported by ocean vessel, shall be transported on privately owned United States-flag commercial vessels, if available. 46 U.S.C. § 55305, and U.S. Maritime Administration regulations, “Cargo Preference – U.S.- Flag Vessels,” 46 CFR Part 381.; b. Within 20 days following the date of loading for shipments originating within the United States or within 30 working days following the date of loading for shipments originating outside the United States, a legible copy of a rated, ‘on-board’ commercial ocean bill-of-lading in English for each shipment of cargo described in 46 CFR § 381.7(a)(1) shall be furnished to both the recipient (through the prime contractor in the case of subcontractor bills- of-lading) and to the Division of National Cargo, Office of Market Development, Maritime Administration, Washington, DC 20590.); and c. to include these requirements in all subcontracts issued pursuant to this contract when the subcontract may involve the transport of equipment, material, or commodities by ocean vessel. Certification On behalf of my firm, I acknowledge, the grant requirements identified in this document. Vendor/Contractor Name Signature Date Battery USA Inc 1/6/25 Page 2722 of 3580 FEDERAL PROVISIONS ‐ 7 FEDERAL CONTRACT PROVISIONS AND ASSURANCES COLLIER COUNTY (1) The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (l)(b) of this certification; and (d) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default. (2) Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. Name Unique Entity Identification Number Title Tax ID Number Firm Street Address, City, State, Zip Signature Certification Regarding Debarment, Suspension, and Other Responsibility Matters Primary Covered Transactions Vice President Battery USA Inc 59-11425260 1840 S Combee Rd Lakeland, Fl 33801 C1SEBLCPAVU5 Page 2723 of 3580 FEDERAL PROVISIONS ‐ 8 FEDERAL CONTRACT PROVISIONS AND ASSURANCES COLLIER COUNTY Certification Regarding Lobbying The undersigned certifies, to the best of his or her knowledge, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form- LLL, “Disclosure Form to Report Lobbying,” in accordance with its instructions. (3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The Contractor, __________________________, certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. § 3801 et seq., apply to this certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 11.062, Florida Statutes., apply to this certification and disclosure, if any. Signature of Contractor's Authorized Official Name of Authorized Official and Title Date Battery USA Inc 1/6/25 Page 2724 of 3580 Page 2725 of 3580 Receipt #2516837 Date:07/25/2024 10:09 am Time:10:09:49 Location:TECHNICAL PROCESSING Cashier:HSP Items Paid Type Tax Year / Item Description/ Account Amount Business Tax 2024 8872 31.50 Item Total 31.50 Payments Method Payee Account/Check # Amount CHECK HIGHSPEED 16630 31.50 Payment Total 31.50 Change Due 0.00 Balance 0.00 * Note - HIGHSPEED Payment ****End**** Powered by TCPDF (www.tcpdf.org) Printed 01/14/2025 11:10am | Page 1 of 1 Page 2726 of 3580 Number of Units Group Size Part #Description VENDORS BRAND - Cold Cranking Amps (CCA or AH) Length Warranty in Months List Price Core Charge Discount %County's Cost Total Calculated Cost Per Month VENDORS BRAND - Cold Cranking Amps (CCA or AH) Length Warranty in Months List Price Core Charge Discount %County's Cost Total Calculated Cost Per Month VENDORS BRAND - Cold Cranking Amps (CCA or AH) Length Warranty in Months List Price Core Charge Discount %County's Cost Total Calculated Cost Per Month VENDORS BRAND - Cold Cranking Amps (CCA or AH) Length Warranty in Months List Price Core Charge Discount %County's Cost Total Calculated Cost Per Month 146 65 765MF BATTERY 750-CCA/885-CA Atlas - 750CCA 18.00 141.50$ 13.00$ 59%58.02$ 470.57$ 750 CCA 18 237.50$ 20.00$ 60%95.00$ 770.56$ 750 30 378.72$ 18.00$ 69%117.40$ 571.36$ AC-Delco - 850CCA PN - 65GHR 42 179.59$ 11.00$ 43%102.37$ 355.84$ 133 31 1231MF BATTERY W/STUD-1125CCA/1260CA Delkor - 1000CCA 18.00 175.00$ 19.00$ 59%71.75$ 530.15$ 925-950 CCA 18 237.50$ 20.00$ 60%95.00$ 701.94$ 950 18 406.08$ 27.00$ 69%125.88$ 930.15$ AC-Delco - 1000CCA PN - 31C1000HRT 18 201.82$ 18.00$ 43%115.04$ 850.00$ 131 48 748MF BATTERY 730-CCA Atlas - 790CCA 18.00 157.50$ 13.00$ 59%64.58$ 469.96$ 690 CCA 18 212.50$ 20.00$ 60%85.00$ 618.61$ 730 30 448.32$ 18.00$ 69%138.98$ 606.88$ AC-Delco - 730CCA PN - 48G 30 183.67$ 11.00$ 43%104.69$ 457.15$ 123 48 9AGM48 AGM BATTERY 760-CCA Atlas - 760CCA 18.00 225.00$ 19.00$ 59%92.25$ 630.38$ 760 CCA 18 390.00$ 20.00$ 60%156.00$ 1,066.00$ 760 30 631.44$ 18.00$ 69%195.75$ 802.56$ AC-Delco - 760CCA PN - 48AGMHR 36 287.76$ 11.00$ 43%164.02$ 560.41$ 109 U1 10U1L BATTERY 300CCA/365-CA Superior - 300CCA 6.00 80.00$ 6.00$ 59%32.80$ 595.87$ 300 CCA 18 95.00$ 10.00$ 60%38.00$ 230.11$ 300 6 161.96$ 9.00$ 69%50.21$ 912.10$ AC-Delco - 300CCA PN - U1G300 12 80.04$ -$ 43%45.62$ 414.41$ 79 GC8 GC8V BATTERY 8 VOLT 165-AH @ 20 HRS Superior - 170Ah 18.00 230.00$ 21.00$ 59%94.30$ 413.87$ 160-170 AH 18 290.00$ 20.00$ 60%116.00$ 509.11$ 165 12 575.84$ 27.00$ 69%178.51$ 1,175.19$ AC-Delco - 170AH PN - GC8VV2 12 331.22$ 14.00$ 43%188.80$ 1,242.90$ 50 24 DC24 BATTERY DEEP CYCLE 500-CCA Superior - 525CCA 18.00 139.00$ 13.00$ 59%56.99$ 158.31$ 500-525 CCA 18 167.00$ 20.00$ 60%66.80$ 185.56$ 500 12 389.20$ 18.00$ 69%120.65$ 502.72$ AC-Delco - 500CCA PN - 24DCM 18 145.90$ -$ 43%83.16$ 231.01$ 49 24 724MF BATTERY 725-CCA Atlas - 750CCA 18.00 126.00$ 13.00$ 59%51.66$ 140.63$ 700 CCA 18 185.00$ 20.00$ 60%74.00$ 201.44$ 725 30 347.48$ 18.00$ 69%107.72$ 175.94$ AC-Delco - 700CCA PN - 24RPG 42 165.31$ 11.00$ 43%94.23$ 109.93$ 39 96 696RMF BATTERY 600CCA/745CA Atlas - 610CCA 18.00 135.50$ 13.00$ 59%55.56$ 120.37$ 600 CCA 18 215.00$ 20.00$ 60%86.00$ 186.33$ 600 24 350.24$ 18.00$ 69%108.57$ 176.43$ AC-Delco - 590CCA PN - 96RG 42 148.98$ 11.00$ 43%84.92$ 78.85$ 38 8D 908D BATTERY 1400-CCA Willard - 1400CCA 18.00 385.00$ 13.00$ 59%157.85$ 333.24$ 1400 CCA 18 520.00$ 40.00$ 60%208.00$ 439.11$ 1425 12 744.08$ 72.00$ 69%230.66$ 730.44$ AC-Delco - 1400CCA PN - 8DGA 18 385.49$ 30.00$ 43%219.73$ 463.87$ 33 GC2 UB1250 BATTERY 12 VOLT 5-AH BU1250 - 12V 5Ah 6.00 60.00$ 52.00$ 59%24.60$ 135.30$ 5 AH 18 30.00$ -$ 60%12.00$ 22.00$ 5 Ah 6 87.48$ -$ 69%27.12$ 149.15$ AC-Delco - 208AH - GC2-208 12 278.16$ 14.00$ 43%158.55$ 436.02$ 24 26 526MF BATTERY 540-CCA/625-CA Atlas - 580CCA 18.00 126.00$ 13.00$ 59%51.66$ 68.88$ 500 CCA 18 160.00$ 20.00$ 60%64.00$ 85.33$ 540 18 252.24$ 18.00$ 69%78.19$ 104.26$ AC-Delco - 550CCA PN - 26S 18 122.22$ 11.00$ 43%69.67$ 92.89$ 24 26 526RMF BATTERY 540-CCA/625-CA Atlas - 580CCA 18.00 126.00$ 13.00$ 59%51.66$ 68.88$ 500 CCA 18 160.00$ 20.00$ 60%64.00$ 85.33$ 540 18 252.24$ 18.00$ 69%78.19$ 104.26$ AC-Delco - 550CCA PN - 26RS 18 122.22$ 11.00$ 43%69.67$ 92.89$ 18 GC2 GC15 BATTERY 6 VOLT 230-AH @20 HRS Superior - 230Ah 18.00 220.00$ 18.00$ 59%90.20$ 90.20$ 225 AH 18 290.00$ 20.00$ 60%116.00$ 116.00$ 230 6 506.24$ 27.00$ 69%156.93$ 470.80$ AC-Delco - 232AH PN - 845A6V 12 323.06$ 14.00$ 43%184.14$ 276.22$ 18 31 1231PMF BATTERY W/POST-1125CCA/1260CA Delkor - 1000CCA 18.00 175.00$ 19.00$ 59%71.75$ 71.75$ 925-950 CCA 18 237.50$ 20.00$ 60%95.00$ 95.00$ 1000 18 465.56$ 27.00$ 69%144.32$ 144.32$ AC-Delco - 1000CCA PN - 31C1000HRA 18 199.78$ 18.00$ 43%113.87$ 113.87$ 12 GC12 GC12 BATTERY 12V 150-AH @20HR Superior - 150Ah 18.00 325.00$ 28.00$ 59%133.25$ 88.83$ 135 AH 18 385.00$ 30.00$ 60%154.00$ 102.67$ 150 12 1,005.16$ 27.00$ 69%311.60$ 311.60$ AC-Delco - 155AH PN - GC12V 12 488.37$ 14.00$ 43%278.37$ 278.37$ 9 59 659MF BATTERY 700-CCA Deka - 700CCA 18.00 240.00$ 13.00$ 59%98.40$ 49.20$ 590 CCA 18 170.00$ 20.00$ 60%68.00$ 34.00$ 590 24 350.96$ 18.00$ 69%108.80$ 40.80$ AC-Delco - 590CCA PN - 59PS 30 148.98$ 11.00$ 43%84.92$ 25.48$ 8 U1 10U1R BATTERY 300-CCA/365-CA Superior - 300CCA 6.00 80.00$ 6.00$ 59%32.80$ 43.73$ 300 CCA 18 95.00$ 10.00$ 60%38.00$ 16.89$ 300 6 161.96$ 9.00$ 69%50.21$ 66.94$ AC-Delco - 300CCA PN - U1RG300 12 80.04$ -$ 43%45.62$ 30.42$ 6 45 545MF BATTERY 485-CCA/600-CA Deka - 485CCA 18.00 160.00$ 13.00$ 59%65.60$ 21.87$ 485 CCA 18 200.00$ 20.00$ 60%80.00$ 26.67$ 485 18 263.76$ 18.00$ 69%81.77$ 27.26$ -------$ 6 27 DC27 BATTERY DEEP CYCLE 575-CCA Superior - 700CCA 18.00 170.00$ 16.00$ 59%69.70$ 23.23$ 600 CCA 18 210.00$ 20.00$ 60%84.00$ 28.00$ 575 12 456.72$ 18.00$ 69%141.58$ 70.79$ AC-Delco - 580CCA PN - 27DCM 18 166.31$ -$ 43%94.80$ 31.60$ 6 75 575MF BATTERY 570-CCA/710-CA Atlas - 585CCA 18.00 121.00$ 13.00$ 59%49.61$ 16.54$ 600 CCA 18 175.00$ 20.00$ 60%70.00$ 23.33$ 540 18 247.04$ 18.00$ 69%76.58$ 25.53$ AC-Delco - 630CCA - PN - 75S 18 135.56$ 11.00$ 43%77.27$ 25.76$ 5 58 658MF BATTERY 580-CCA/725-CA Atlas - 580CCA 18.00 183.00$ 13.00$ 59%75.03$ 20.84$ 540 CCA 18 162.50$ 20.00$ 60%65.00$ 18.06$ 580 24 299.88$ 18.00$ 69%92.96$ 19.37$ AC-Delco - 580CCA PN - 58G 42 130.61$ 11.00$ 43%74.45$ 8.86$ 4 12 12BS AGM BATTERY 12 VOLT 180-CCA VTX12-BS-FS 18.00 102.50$ 8.00$ 59%42.03$ 9.34$ 180 CCA 18 115.00$ 10.00$ 60%46.00$ 10.22$ 180 12 283.92$ 9.00$ 69%88.02$ 29.34$ AC-Delco - 180CCA PN - AUX12-180 36 136.73$ 5.00$ 43%77.94$ 8.66$ 4 78 678DT BATTERY 730-CCA/865-CA Atlas - 750CCA 18.00 150.00$ 13.00$ 59%61.50$ 13.67$ 800 CCA 18 162.50$ 20.00$ 60%65.00$ 14.44$ 690 24 333.68$ 18.00$ 69%103.44$ 17.24$ AC-Delco - 735CCA PN - 34-78S 18 166.67$ 11.00$ 43%95.00$ 21.11$ 2 4D 904D BATTERY 1050-CCA Delkor - 1050CCA 18.00 295.00$ 52.00$ 59%120.95$ 13.44$ 1000 CCA 18 380.00$ 30.00$ 60%152.00$ 16.89$ 1050 12 576.48$ 54.00$ 69%178.71$ 29.78$ AC-Delco - 1050CCA PN - 4DGA 18 283.45$ 30.00$ 43%161.57$ 17.95$ 2 40R 640RMF BATTERY 650-CCA/800-CA Atlas - 650CCA 18.00 222.00$ 13.00$ 59%91.02$ 10.11$ 650 CCA 18 175.00$ 20.00$ 60%70.00$ 7.78$ 650 24 358.16$ 18.00$ 69%111.03$ 9.25$ AC-Delco - 650CCA - PN - 40RG 30 157.14$ 11.00$ 43%89.57$ 5.97$ 1 24 624MF BATTERY 650 CCA Atlas - 650CCA 18.00 126.00$ 13.00$ 59%51.66$ 2.87$ 700 CCA 18 170.00$ 20.00$ 60%68.00$ 3.78$ 650 24 313.36$ 18.00$ 69%97.14$ 4.05$ AC-Delco - 700CCA PN - 24GHR 42 155.10$ 11.00$ 43%88.41$ 2.10$ 1 31 DC31DT BATTERY DEEP CYCLE 650-CCA Superior - 885CCA 18.00 201.50$ 16.00$ 59%82.62$ 4.59$ 675 CCA 18 215.00$ 20.00$ 60%86.00$ 4.78$ 650 12 491.04$ 27.00$ 69%152.22$ 12.69$ AC-Delco - 650CCA - PN - 31DCM 18 225.49$ -$ 43%128.53$ 7.14$ 4,616.61$ 5,619.94$ 8,221.21$ 6,239.69$ Bid Opened By: Matt Webster Witnessed By: Barbara Lance Date: January 14, 2025 3:00:00 PM EDT YES YES YES* *Minor Irregularity YES YES YES YES Price List NO YES NO YES YES* YES* *Minor Irregularity *Minor Irregularity YES* YES* YES YES* YES YES* YES YES* YES Parts Authority, LLC TPH Holdings, LLC d.b.a. The Parts House YES/NO YES* YES/NO YES YES/NO YES* Battery USA, Inc.THE BATTERY STORE, LLC YES/NO YES* Fixed Rate Percentage Discount on Batteries not listed Fixed Rate Percentage Discount on Associated Supplies and Materials You must show 0% or a fixed rate percentage discount for Associated Suplies and Materials: Total Bid Amount THE BATTERY STORE, LLC YES Primary Secondary Parts Authority, LLC The bidder must identify the Price List Source of the Price/Discount quoted.Battery USA Palm Battery List Price Sheet 1-1-2025 Parts Authority (DK)_Deka_List_Prices AC-Delco Manufacturers List Price Eff. 11/24 69%43% - Applies only to AC-Delco BrandYou must show a fixed rate percentage discount for batteries not listed on the Bid Schedule 0%30%60%40% 59%40% *Total Calculated Cost Per Month Formulas Corrected *Total Calculated Cost Per Month Formulas Corrected TPH Holdings, LLC d.b.a. The Parts House Total Bid Amount Battery USA, Inc. 6. Additional Discount: Vendor may offer fixed rate percentage discount on associated supplies and materials - See area below bid schedule. 7. The Bidder must identify the Price List Source of the Price/Discount quoted - See area below bid schedule. YES NON-RESPONSIVE *Total Calculated Cost Per Month Formulas Corrected*Total Calculated Cost Per Month Formulas Corrected Number of Bids Received: 4 Total Bid Amount Project Manager: Mario Menendez Procurment Strategist: Matt Webster Number of Notifications Sent: 1,824 Number of Bids Viewed: 283 4. Vendor must fill in all identified columns and all lines to be deemed responsive. 5. Provide the Percentage discount for batteries not listed on the bid schedule. See area below bid schedule. 24-8305 Automotive & Equipment Batteries Bid Tabulation 1. Pricing (County's Cost) shall be all inclusive (shipping, handling, etc.). 2. Number of Units and calculated costs is for evaluations purposes only. 3. Calculated Cost per Month = (Column A*(ColumnJ/Column F)) = Column K . W-9 Sun Biz E-Verify Bid Schedule Required Documents Form 1: Vendor Declaration Statement Form 2: Conflict of Interest Certification Affidavit Form 3: Immigration Affidavit Certification Form 4: Reference Questionnaire Form 5: Grant Provisions and Assurances package YES YES YES YES YES* YES* YES YES* Total Bid Amount YES YES YES YES Page 2727 of 3580 Page 2728 of 3580 Page 2729 of 3580 Page 2730 of 3580 Page 2731 of 3580 Page 2732 of 3580 Page 2733 of 3580 Page 2734 of 3580 Page 2735 of 3580 Page 2736 of 3580 Page 2737 of 3580 Page 2738 of 3580 Page 2739 of 3580 Page 2740 of 3580 Page 2741 of 3580 Page 2742 of 3580 Page 2743 of 3580 Page 2744 of 3580 Page 2745 of 3580 Page 2746 of 3580 Page 2747 of 3580 Page 2748 of 3580 Page 2749 of 3580 Page 2750 of 3580 Page 2751 of 3580 Page 2752 of 3580 Page 2753 of 3580 Page 2754 of 3580 Page 2755 of 3580 Page 2756 of 3580 Page 2757 of 3580 Page 2758 of 3580