#25-8364 (Garner Environmental Services, Inc.) FIXED FEE PROFESSIONAL SERVICE AGREEMENT
# 25-8364
for
Freight and Moving Services of Disaster Supplies QQ
THIS AGREEMENT, made and entered into on this -1 day of52pitmkr, 2025,
by and between Garner Environmental Services,Inc.
authorized to do business in the State of Florida, whose business address is
952 Echo Lane Suite 400,Houston,Texas 77024 ,(the "Contractor")
and Collier County, a political subdivision of the State of Florida, (the "County"):
WITNESSETH:
1. The Agreement shall be for a three ( 3 ) year period, commencing (il
upon the date of Board approval; OF n OR ,and terminating on
three ( 3 ) year(s) from that date or until all outstanding Purchase Order(s)
issued prior to the expiration of the Agreement period have been completed or
terminated.
The County may, at its discretion and with the consent of the Contractor, renew
the Agreement under all of the terms and conditions contained in this Agreement
for two _ ( 2) additional one ( 1 ) year(s) periods. The County shall
give the Contractor written notice of the County's intention to renew the
Agreement term prior to the end of the Agreement term then in effect.
The County Manager, or his designee, may, at his discretion, extend the
Agreement under all of the terms and conditions contained in this Agreement for
up to one hundred and eighty (180) days. The County Manager, or his designee,
shall give the Contractor written notice of the County's intention to extend the
Agreement term prior to the end of the Agreement term then in effect.
2. COMMENCEMENT OF SERVICES. The Contractor shall commence the work
upon issuance of a n Purchase Order n Netiee-te--Pfeoeed Ier-lk--OrSor:
3. STATEMENT OF WORK. The Contractor shall provide services in accordance
with the terms and conditions of n Request for Preposa FP) ICI Invitation to
Bid (ITB) I Ott- ( )
# 25-8364 , including all Attachment(s), Exhibit(s) and Addenda and the
Contractor's proposal referred to herein and made an integral part of this
Agreement.
® The Contractor shall also provide services in accordance with Exhibit A —
Scope of Services attached hereto.
Page 1 of 16
Fixed Price Professional Service Agreement
[2025__ver.2]
3.1 This Agreement contains the entire understanding between the parties
and any modifications to this Agreement shall be mutually agreed upon in writing
by the Parties, in compliance with the County's Procurement Ordinance, as
amended, and Procurement Procedures in effect at the time such services are
authorized.
3.2 The execution of this Agreement shall not be a commitment to the
Contractor to order any minimum or maximum amount. The County shall order
items/services as required but makes no guarantee as to the quantity, number,
type or distribution of items/services that will be ordered or required by this
Agreement.
4. THE AGREEMENT SUM. The County shall pay the Contractor for the
performance of this Agreement based on Exhibit B- Fee Schedule, attached
hereto and the price methodology as defined in Section 4.1. Payment will be made
upon receipt of a proper invoice and upon approval by the County's Contract
Administrative Agent/Project Manager, and in compliance with Chapter 218, Fla.
Stats., otherwise known as the "Local Government Prompt Payment Act".
4.1 Price Methodology (as selected below):
f hump-Sum (Fixed-P ce)-A-fice-fixed-tetal ct; the risks
aunty-to-the contractor; and, as a business praetiee4hefe
to--the-satisfaction of the County's project
price contr
n Time and Materials: The County agrees to pay the contractor for the amount
of labor time spent by the contractor's employees and subcontractors to perform
the work (number of hours times hourly rate), and for materials and equipment
used in the project (cost of materials plus the contractor's markup). This
methodology is generally used in projects in which it is not possible to accurately
estimate the size of the project, or when it is expected that the project
requirements would most likely change. As a general business practice, these
contracts include back-up documentation of costs; invoices would include number
of hours worked and billing rate by position (and company (or subcontractor)
timekeeping or payroll records), material or equipment invoices, and other
reimbursable documentation for the project.
n Unit--Priee: -The County agrees to-pay a firm tota' f,-Feu-p-r oe-(+nelssive- I1
cost , ' equipment, overhead, etc.)for a repetitive product
or service delivered (i.e. installation--pry gage or
carton, etc.). The inv
4.2 Any County agency may obtain services under this Agreement, provided
sufficient funds are included in their budget(s).
Page 2ofl6
Fixed Price Professional Service Agreement
[2025 ver.2]
CAO
4.3 Payments will be made for services furnished, delivered, and accepted,
upon receipt and approval of invoices submitted on the date of services or within
six (6) months after completion of the Agreement. Any untimely submission of
invoices beyond the specified deadline period is subject to non-payment under the
legal doctrine of "laches" as untimely submitted. Time shall be deemed of the
essence with respect to the timely submission of invoices under this Agreement.
4.4 The County, or any duly authorized agents or representatives of the County,
shall have the right to conduct an audit of Contractor's books and records to verify
the accuracy of the Contractor's claim with respect to Contractor's costs
associated with any Payment Application, Change Order, or Work Directive
Change.
4.5 (lTraveler&-able
shall be r ' 1--F-4a-.--&tats-:
Rursemen s-satt-be-at-the-following-Fates
Mileage $€ 44:-5-p +te --
Breakfast $6-00
ttiFIGh $4-4,09
� $ -9-00
Alf-fare t--limited-to--teariat-er-eaeh
elass-face
Rental-ear Actual- rental
staadard-size-venletes _
hofig449
rate da p-a#-ae-,mere-tha
night
Parking
•
Pei nbursaulo 'tems e# er #hnn-#•ravc l expenses shall
telephone long distance charges, fax charges, photocopying charges and
receipts.
assecia-ted-with-aetivities-and-solleitatiens-undertaent
5. SALES TAX. Contractor shall pay all sales, consumer, use and other similar taxes
associated with the Work or portions thereof, which are applicable during the
performance of the Work. Collier County, Florida as a political subdivision of the
State of Florida, is exempt from the payment of Florida sales tax to its vendors
under Chapter 212, Florida Statutes, Certificate of Exemption# 85-8015966531C.
Page 3 of 16
Fixed Price Professional Service Agreement
[2025_ver.2]
CAO
6. NOTICES. All notices from the County to the Contractor shall be deemed duly
served if mailed or emailed to the Contractor at the following:
Company Name: Garner Environmental Services, Inc.
Address: 952 Echo Lane Suite 400
Houston,Texas 77024
Authorized Agent: Danny Maldonado
Attention Name & Title:
Telephone: 281-930-1200
E-Mail(s): dmaldonado@garner-es.com
All Notices from the Contractor to the County shall be deemed duly served if mailed
or emailed to the County to:
Board of County Commissioners for Collier County, Florida
Division Name: Emergency Management
Division Director: Dan Summers
Address: 8075 Lely Cultural Parkway Suite 442
Naples, Florida 34113
Administrative Agent/PM: Jerry Quarles
Telephone: 239-252-7123
E-Mail(s): Jerry.Quarles@colliercountyfl.gov
The Contractor and the County may change the above mailing address at any time
upon giving the other party written notification. All notices under this Agreement
must be in writing.
7. NO PARTNERSHIP. Nothing herein contained shall create or be construed as
creating a partnership between the County and the Contractor or to constitute the
Contractor as an agent of the County.
8. PERMITS: LICENSES: TAXES. In compliance with Section 218.80, F.S., all
permits necessary for the prosecution of the Work shall be obtained by the
Contractor. The County will not be obligated to pay for any permits obtained by
Subcontractors.
Payment for all such permits issued by the County shall be processed internally
by the County. All non-County permits necessary for the prosecution of the Work
shall be procured and paid for by the Contractor. The Contractor shall also be
solely responsible for payment of any and all taxes levied on the Contractor. In
addition, the Contractor shall comply with all rules, regulations and laws of Collier
County, the State of Florida, or the U. S. Government now in force or hereafter
adopted. The Contractor agrees to comply with all laws governing the
responsibility of an employer with respect to persons employed by the Contractor.
Page 4 of 16
Fixed Price Professional Service Agreement
[2025_ver.2]
9. NO IMPROPER USE. The Contractor will not use, nor suffer or permit any person
to use in any manner whatsoever, County facilities for any improper, immoral or
offensive purpose, or for any purpose in violation of any federal, state, county or
municipal ordinance, rule, order or regulation, or of any governmental rule or
regulation now in effect or hereafter enacted or adopted. In the event of such
violation by the Contractor or if the County or its authorized representative shall
deem any conduct on the part of the Contractor to be objectionable or improper,
the County shall have the right to suspend the Agreement of the Contractor.
Should the Contractor fail to correct any such violation, conduct, or practice to the
satisfaction of the County within twenty-four (24) hours after receiving notice of
such violation, conduct, or practice, such suspension to continue until the violation
is cured. The Contractor further agrees not to commence operation during the
suspension period until the violation has been corrected to the satisfaction of the
County.
10. TERMINATION. Should the Contractor be found to have failed to perform his
services in a manner satisfactory to the County as per this Agreement, the County
may terminate said Agreement for cause; further the County may terminate this
Agreement for convenience with a thirty (30) day written notice. The County shall
be the 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.
11. NO DISCRIMINATION.The Contractor agrees that there shall be no discrimination
as to race, sex, color, creed or national origin or any other class protected by
federal or Florida law.
12. INSURANCg. The Contractor shall provide insurance as follows:
A. ❑■ Commercial General Liability: Coverage shall have minimum limits of
$ 1,000,00o Per Occurrence, $2,000,000 aggregate for Bodily Injury
Liability and Property Damage Liability. The General Aggregate Limit shall be
endorsed to apply per project. This shall include Premises and Operations;
Independent Contractors; Products and Completed Operations and Contractual
Liability.
B. ❑■ Business Auto Liability: Coverage shall have minimum limits of
$1,000,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability
and Property Damage Liability. This shall include: Owned Vehicles, Hired and
Non-Owned Vehicles and Employee Non-Ownership.
C. 0 Workers' Compensation: Insurance covering all employees meeting
Statutory Limits in compliance with the applicable state and federal laws.
Page 5 of 16
Fixed Price Professional Service Agreement
[2025_ver.2]
The coverage must include Employers' Liability with a minimum limit of
$1,000,000 for each accident.
D. Profefional Liability: Shall be maintaincd by the Contractor to cnsurc its
Icgal liability for claims arising out of the performance of profcscional ccrvicca
under this Agreement. Cont
to any claims under this insurance. Such insurance shall have limits of not Ica)
than $ each claim and aggregate.
I I yber Liabilityj Coverage shall have minimum limits of $
per occurrcncc.
cf$ per occurrcncc.
Watercraft: Coverage shall have minimum limits of $ per
#- ❑ United StatesL-9i sh eman nd Harr,,....,,.
be maintained where applicable to the completion of the work $
per occurrence.
i- ❑ shall have minimum limits of
$ per occurrence.
j. n Cargo Insurance (other): Coverage shall have
minimum limits of$100,0oo per occurrence.
44, 111 {other): Coverage shall have
minimum limits of$ per occurrence.
Special Requirements: Collier County Board of County Commissioners, OR,
Board of County Commissioners in Collier County, OR, Collier County
Government shall be listed as the Certificate Holder and included as an
"Additional Insured" on the Insurance Certificate for Commercial General
Liability where required. This insurance shall be primary and non-contributory with
respect to any other insurance maintained by, or available for the benefit of, the
Additional Insured and the Contractor's policy shall be endorsed accordingly.
Current, valid insurance policies meeting the requirement herein identified shall be
maintained by Contractor during the duration of this Agreement. The Contractor
shall provide County with certificates of insurance meeting the required insurance
provisions. Renewal certificates shall be sent to the County thirty (30) days prior
to any expiration date. Coverage afforded under the policies will not be canceled
or allowed to expire until the greater of: thirty (30) days prior written notice, or in
accordance with policy provisions. Contractor shall also notify County, in a like
manner, within twenty-four (24) hours after receipt, of any notices of expiration,
Page 6 of 16
Fixed Price Professional Service Agreement
[2025_ver.2]
w
.sC
r
cancellation, non-renewal or material change in coverage or limits received by
Contractor from its insurer, and nothing contained herein shall relieve Contractor
of this requirement to provide notice.
Contractor shall ensure that all subcontractors comply with the same insurance
requirements that the Contractor is required to meet.
13. INDEMNIFICATION. To the maximum extent permitted by Florida law, the
Contractor shall defend, indemnify and hold harmless Collier County, its officers
and employees from any and all liabilities, damages, losses and costs, including,
but not limited to, reasonable attorneys' fees and paralegals' fees, whether
resulting from any claimed breach of this Agreement by Contractor, any statutory
or regulatory violations, or from personal injury, property damage, direct or
consequential damages, or economic loss, to the extent caused by the negligence,
recklessness, or intentionally wrongful conduct of the Contractor or anyone
employed or utilized by the Contractor in the performance of this Agreement. This
indemnification obligation shall not be construed to negate, abridge or reduce any
other rights or remedies which otherwise may be available to an indemnified party
or person described in this paragraph.
This section does not pertain to any incident arising from the sole negligence of
Collier County.
13.1 The duty to defend under this Article 13 is independent and separate from the
duty to indemnify, and the duty to defend exists regardless of any ultimate liability
of the Contractor, County and any indemnified party. The duty to defend arises
immediately upon presentation of a claim by any party and written notice of such
claim being provided to Contractor. Contractor's obligation to indemnify and defend
under this Article 13 will survive the expiration or earlier termination of this
Agreement until it is determined by final judgment that an action against the County
or an indemnified party for the matter indemnified hereunder is fully and finally
barred by the applicable statute of limitations.
14. AGREEMENT.ADMINISTRATION. This Agreement shall be administered on
behalf of the County by the Emergency Management Division
15. CONFLICT OF INTEREST. Contractor represents that it presently has no interest
and shall acquire no interest, either direct or indirect, which would conflict in any
manner with the performance of services required hereunder. Contractor further
represents that no persons having any such interest shall be employed to perform
those services.
16. COMPONENT PARTS OF THIS AGREEMENT. This Agreement consists of the
following component parts, all of which are as fully a part of the Agreement as if
herein set out verbatim: Contractor's Proposal, Insurance Certificate(s), ■ Exhibit
A Scope of Services, Exhibit B Fee Schedule, Exhibit C Affidavit Regarding Labor
and Services LJ RF•P/ l■i ITB/ ❑ Othef
( ) #25-8364 &ix } it-a; Attachments and
Page 7 of 16
Fixed Price Professional Service Agreement
[2025_ver.2]
CAO
AdeendeI en n subsequent-quotes; an
17. APPLICABILITY. Sections corresponding to any checked box (11111 ) will expressly
apply to the terms of this Agreement.
18. SUBJECT TO APPROPRIATION. It is further understood and agreed by and
between the parties herein that this Agreement is subject to appropriation by the
Board of County Commissioners.
19. PROHIBITION OF GIFTS TO COUNTY EMPLOYEES. No organization or
individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee,
service or other item of value to any County employee, as set forth in Chapter 112,
Part III, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, as
amended, and County Administrative Procedure 5311. Violation of this provision
may result in one or more of the following consequences: a. Prohibition by the
individual, firm, and/or any employee of the firm from contact with County staff for
a specified period of time; b. Prohibition by the individual and/or firm from doing
business with the County for a specified period of time, including but not limited to:
submitting bids, RFP, and/or quotes; and, c. immediate termination of any
Agreement held by the individual and/or firm for cause.
20. COMPLIANCE WITH LAWS. By executing and entering into this Agreement, the
Contractor is formally acknowledging without exception or stipulation that it agrees
to comply, at'Ite'dwn expense, with all federal, state and local laws,'codes, statutes,
ordinances, rules, regulations and requirements applicable to this Agreement,
including but not limited to those dealing with the Immigration Reform and Control
Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto,
as either may be amended, as well as the requirements set forth in Florida Statue,
§448.095; taxation, workers' compensation, equal employment and safety
including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes,
and the Florida Public Records Law Chapter 119, if applicable, including
specifically those contractual requirements at F.S. § 119.0701(2)(a)-(b) as stated
as follows:
IT IS THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC
RECORDS RELATING TO THIS CONTRACT. IF THE
CONTRACTOR HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119, FLORIDA STATUTES, IT
SHOULD CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT:
Division of Communications, Government and Public Affairs
3299 Tamiami Trail East, Suite 102
Naples, FL 34112-5746
Telephone: (239) 252-8999
Email: PublicRecordRequest(c�colliercountvfl.gov
Page 8 of 16
Fixed Price Professional Service Agreement
[2025_ver.2]
CAO
The Contractor must specifically comply with the Florida Public Records Law to:
1. Keep and maintain public records required by the public agency to
perform the service.
2. Upon request from the public agency's custodian of public records,
provide the public agency with a copy of the requested records or allow
the records to be inspected or copied within a reasonable time at a cost
that does not exceed the cost provided in this chapter or as otherwise
provided by law.
3. Ensure that public records that are exempt or confidential and exempt
from public records disclosure requirements are not disclosed except as
authorized by law for the duration of the contract term and following
completion of the contract if the Contractor does not transfer the records
to the public agency.
4. Upon completion of the contract, transfer, at no cost, to the public agency
all public records in possession of the Contractor or keep and maintain
public records required by the public agency to perform the service. If the
Contractor transfers all public records to the public agency upon
completion of the contract, the Contractor shall destroy any duplicate
public records that are exempt or confidential and exempt from public
records disclosure requirements. If the Contractor keeps and maintains
public records upon completion of the contract, the Contractor shall meet
all applicable requirements for retaining public records. All records stored
electronically must be provided to the public agency, upon request from
the public agency's custodian of public records, in a format that is
• compatible with the information technology systems of the public agency.
If Contractor observes that the Contract Documents are at variance therewith, it
shall promptly notify the County in writing. Failure by the Contractor to comply with
the laws referenced herein shall constitute a breach of this Agreement and the
County shall have the discretion to unilaterally terminate this Agreement
immediately.
21. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County
encourages and agrees to the successful Contractor extending the pricing, terms and
conditions of this solicitation or resultant Agreement to other governmental entities at
the discretion of the successful Contractor.
22. AGREEMENT TERMS. If any portion of this Agreement is held to be void, invalid, or
otherwise unenforceable, in whole or in part, the remaining portion of this Agreement
shall remain in effect.
23. ADDITIONAL ITEMS/SERVICES. Additional items and/or services may be added to
this Agreement in compliance with the Procurement Ordinance, as amended, and
Procurement Procedures.
Page 9 of 16
Fixed Price Professional Service Agreement
[2025_ver.2]
24. DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted
by this Agreement to resolve disputes between the parties, the parties shall make a
good faith effort to resolve any such disputes by negotiation. The negotiation shall be
attended by representatives of Contractor with full decision-making authority and by
County's staff person who would make the presentation of any settlement reached
during negotiations to County for approval. Failing resolution, and prior to the
commencement of depositions in any litigation between the parties arising out of this
Agreement, the parties shall attempt to resolve the dispute through Mediation before
an agreed-upon Circuit Court Mediator certified by the State of Florida. The mediation
shall be attended by representatives of Contractor with full decision-making authority
and by County's staff person who would make the presentation of any settlement
reached at mediation to County's board for approval. Should either party fail to submit
to mediation as required hereunder, the other party may obtain a court order requiring
mediation under section 44.102, Fla. Stat.
25. VENUE. Any suit or action brought by either party to this Agreement against the other
party relating to or arising out of this Agreement must be brought in the appropriate
federal or state courts in Collier County, Florida, which courts have sole and exclusive
jurisdiction on all such matters.
26. n GEY-P-E-RSON €-L T,"e ^+,ar t
thie-erejeet-sha
the right to perfec -investigations-as--+
eempe he--perform Gent-Raehc-
t.
•
ace as possible. The Contractor shall make
change. The ement personnel.
n AGREEMENT STAFFING. The Contractor's personnel and management to be
utilized for this Agreement shall be knowledgeable in their areas of expertise. The
County reserves the right to perform investigations as may be deemed necessary to
ensure that competent persons will be utilized in the performance of the Agreement.
The Contractor shall assign as many people as necessary to complete required
services on a timely basis, and each person assigned shall be available for an amount
of time adequate to meet required services.
27. IUI ORDER OF PRECEDENCE. In the event of any conflict between or among the
terms of any of the Contract Documents, the terms of solicitation the Contractor's
Proposal, and/or the County's Board approved Executive Summary, the Contract
Documents shall take precedence.
❑ ORDER OF PRECEDE-NC, 8fa er t-betweee
or
Page 10 of 16
Fixed Price Professional Service Agreement
[2025_ver.21 CAO
aen --tea iat- kae-
G ee+a#l+et-in•the
tef
Oen- ter
28. ASSIGNMENT. Contractor shall not assign this Agreement or any part thereof, without
the prior consent in writing of the County. Any attempt to assign or otherwise transfer
this Agreement, or any part herein, without the County's consent, shall be void. If
Contractor does, with approval, assign this Agreement or any part thereof, it shall
require that its assignee be bound to it and to assume toward Contractor all of the
obligations and responsibilities that Contractor has assumed toward the County.
29. SECURITY. The Contractor is required to comply with County Ordinance 2004-52, as
amended. Background checks are valid for five (5) years and the Contractor shall be
responsible for all associated costs. If required, Contractor shall be responsible for the
costs of providing background checks by the Collier County Facilities Management
Division for all employees that shall provide services to the County under this
Agreement. This may include, but not be limited to, checking federal, state and local
law enforcement records, including a state and FBI fingerprint check, credit reports,
education, residence and employment verifications and other related records.
Contractor shall be required to maintain records on each employee and make them
available to the County for at least four (4) years. All of Contractor's employees and
subcontractors must wear Collier County Government Identification badges at all times
while performing services on County facilities and properties. Contractor ID badges
are valid for one (1) year from the date of issuance and can be renewed each year at
no cost to the Contractor during the time period in which their background check is
valid, as discussed below. All technicians shall have on their shirts the name of the
contractor's business.
The Contractor shall immediately notify the Collier County Facilities Management
Division via e-mail (DL-FMOPS(a7colliercountvfl.gov)whenever an employee assigned
to Collier County separates from their employment. This notification is critical to ensure
the continued security of Collier County facilities and systems. Failure to notify within
four (4) hours of separation may result in a deduction of$500 per incident.
Collier County Sheriff's Office (CCSO) requires separate fingerprinting prior to work
being performed in any of their locations. This will be coordinated upon award of the
contract. If there are additional fees for this process, the Contractor is responsible for
all costs.
(Intentionally left blank -signature page to follow)
Page 11 of 16
Fixed Price Professional Service Agreement
[2025_ver.2]
IN WITNESS WHEREOF, the parties hereto, by an authorized person or agent, have
executed this Agreement on the date and year first written above.
ATTEST: BOARD OF COUNTY COMMISSIONERS
COLLIER COUNTY, FLORIDA
Crystal K, 1<inzel','CierlEtf the Circuit
Court ana Co.s 914r
•
5r/I
jr Bu 6.)1./..."14,010104"
L. aunders , Chair
Dated: 16111**)
(SEAL)
Contractor's Witnesses:
Garner Environmental Services,Inc.
Contractor
By: /
to ' First Witness _, Signature
1 lT7 C
I(QCI ar fl-S TType/print signature'and titleT
TType/prin itness nameT
ontractor's Second Witness
(Ack -e_ /\(kt•Cli‘C('
TType/print witness nameT
A pr ved as to m and ,legality:
"L7„ (
County Attorney
Print Name
Page 12 of 16
Fixed Price Professional Service Agreement
A()
[2025_ver.21
Exhibit A
Scope of Services
I following this page (containing 1 2 page/s)
this exhibit is not applicable
Page 13 of 16
Fixed Price Professional Service Agreement
[2025_ver.2]
CAG
Exhibit A—Scope of Services
#25-8364 "Freight and Moving Services for Disaster Supplies"
This agreement is awarded as follows:
Secondary to Garner Environment Services Inc.
The Emergency Management Division is seeking multiple Contractors for time-sensitive loading and off-loading and interior delivery
to local school shelters, recreation centers, foodbanks, fire or CCEMS stations, neighborhood points of distribution, and to include
disaster or emergency impacted areas. Services may be required outside of normal business hours or in the event of a declared
emergency.
Collier County will notify the Contractor(s) for delivery assignments, including the need to deploy the vendor's lift-gate truck and
manpower to either a loading,or unload.
Required Services:
1. The County has approximately 60 heavy-duty rolling bins commonly referred to as: (hospital-type linen carts) presently in its
inventory that will need to be delivered to various locations such as local schools as evacuation shelters or other community locations
within Collier County. CCEM anticipates an additional 50-75 carts by 2025. These rolling bins may weigh up to 600 lbs. These
carts cannot be rolled into straight dry freight box trucks or similar with ramps.Lift gate service is essential.
2. Delivery of palletized freight to locations referenced above or commodity points of distribution sites may also be required. These
pallets should not exceed 2900 lbs. and typically consist of disaster supply commodities including but not limited to:tarps, shelf-
stable meals, bulk food supplies, ice, bottled water, personal hygiene kits, hand sanitizer, medical grade personal protective
equipment,folding animal crates,power distribution kits,emergency lighting,linen kits,and dry portable generators,etc.
Contractor Responsibilities:
1. Contractor will be required to provide labor services for hand-loading of certain supplies such as cots,blankets,and other disaster
commodities.This may occur;but is not limited to emergency conditions whereby;an evacuation shelter is being closed and labor
is needed to tear down,stack,and transport cots and similar supplies back to a county location for cleaning and re-packaging.No
hazardous or biohazard material will be transported under this resultant contract.
2. Contractor will provide professional and courteous assistance and detailed load documentation when completing the necessary
disaster supply commodity or resource/supply delivery or pick-up.Each truck shall be equipped with a pallet jack,hand dolly,lift-
gate,and cell phone communication as well as the necessary straps,moving blankets or load bars to secure its respective load and
ensure communication with the driver.The Contractor will provide a clean and dry cargo truck and demonstrate a safe operating
vehicle and the ability to properly secure its load.
3. In the event of an emergency, Contractor must have vehicles and personnel available for dispatch, cargo pick up, loading, and
delivery on evenings and weekends as required.
4. The Contractor may be tasked for light warehouse work to make final preparations to load or move bins or load light supplies in the
warehouse area if County staff are limited.
5. The Contractor may be tasked with light warehouse work to help off-load returned supplies and equipment from any source if County
staff are limited.
6. Contractor will provide delivery tickets which must be properly documented and clearly denote the delivery time,mileage,contents,
crew, truck number, license number, departure time, arrival time, and responsible party receiving the delivery. Timesheets, or
dispatch tickets and tasks must also be thoroughly documented and matched with invoices and approved by Emergency Management
for trucks,labor,and standby hours. All mileage is subject to validation by map and odometer readings.
7. In the event of a declared emergency, Collier County may elect to shelter delivery personnel and truck(s) at a safe location at the
option of the Contractor(s) to facilitate a rapid post-event delivery or courier service when safe to do so. The Contractor may be
tasked with warehouse labor assistance only,whereby during a standby period the Contractor(s)labor staff may assist with warehouse
duties and commodity movement. Such location may include the County's Emergency Operations Center located at 8075 Lely
Cultural Parkway,Naples,FL 34113.
8. Contractor must provide professional and trustworthy personnel. Collier County reserves the right to have to require fingerprinting
and background check at the Contractor's expense.
Page 1 of 2 CAO
Exhibit A—Scope of Services
Price Methodology:
1. Contractor will be paid at an hourly rate for the use of the delivery truck and at an hourly rate for personnel.
• Prices are all-inclusive of fuel,travel,rentals,equipment etc.
2. There will not be a cost differential paid for evening or weekend work.
Page 2 of 2 CA.(
Exhibit A—Scope of Services
Exhibit B
Fee Schedule
following this page (pages 1 through 1 )
Page 14 of 16
Fixed Price Professional Service Agreement
[2025_ver.2]
CAD
Exhibit B -Fee Schedule
#25-8364 "Freight and Moving Services of Disaster Supplies"
Garner Environmental Services Inc. has been awarded Secondary.
Category Hourly Rate*
Labor Rate $ 145.00
Truck Rate $ 75.00
*Hourly prices are inclusive of any required fuel or equipment.
Exhibit C
Affidavit Regarding Labor and Services
following this page
Page 15 of 16
Fixed Price Professional Service Agreement
[2025_ver.2]
Other Exhibit/Attachment
Description: N/A
I following this page (pages through )
• this exhibit is not applicable
Page 16 of 16
Fixed Price Professional Service Agreement
[2025_ver.2]
AFFIDAVIT REGARDING LABOR AND SERVICES
AND CONTRACTING WITH ENTITIES OF FOREIGN COUNTRIES OF CONCERN PROHIBITED
Effective July 1, 2024, pursuant to § 787.06(13), Florida Statutes, when a contract is executed, renewed, or extended between a
nongovernmental entity and a governmental entity, the nongovernmental entity must provide the governmental entity with an
affidavit signed by an officer or a representative of the nongovernmental entity under penalty of perjury attesting that the
nongovernmental entity does not use coercion for labor or services.
Effective January 1,2024,a governmental entity may not accept a bid on,a proposal for,or a reply to,or enter into,a contract with
an entity which would grant the entity access to an individual's personal identifying information unless the entity provides the
government with an affidavit signed by an officer or representative under penalty of perjury attesting that the entity does not meet
any of the following criteria: (a)the entity is owned by the government of a foreign country of concern;(b)the government of a
foreign country of concern has a controlling interest in the entity;or(c)the entity is organized under the laws of or has its principal
place of business in a foreign country of concern.
Effective July 1,2025,when an entity extends or renews a contract with a governmental entity which would grant the entity access
to an individual's personal identifying information,the entity must provide the governmental entity with an affidavit signed by an
officer or representative of the entity under penalty of perjury attesting that the entity does not meet any of the criteria in paragraphs
(2)(a)-(c),§287.138,Florida Statutes.
Nongovernmental Entity's Name: Garner Environmental Services,Inc.
Address: 952 Echo Lane,Suite 400,Houston,TX 77024
Phone Number: 281-930-1200
Authorized Representative's Name: Todd Riddle
Authorized Representative's Title: Chief Executive Officer and Chief Legal Officer
Email Address: // triddleCa ksolv.co n
L e' (Name of Authorized Representative), as authorized representative attest under
penalty of perjury that A0.i y,tsr- F..✓Iron.t,,.e a{p-Q (Name of Nongovernmental Entity) does not: (1) use
coercion for labor or services as defined in§ 787.06,Florida Statutes,and(2)the nongovernmental entity is not(a)owned by
a government of a foreign country of concern,(b)that a foreign country of concern does not have a controlling interest in the
entity,and (c) that the entity is not organized under the laws of or has its principal place of business in a foreign country of
concern,all as prohibited under§287.138,Florida Statutes.
Under penalty of perjury,I declare that I have read the foregoing Affidavit and that the facts stated in it are true.
� l
(Signature of authorized representative) Date
STATE OF
COUNTY OF
Syrgrn to(or afrikned and subscri bloke in b�j m atis of dphysical presence or 0 online notarization this
` day of V f� I 20aSby Jo '1 Ktct/e.__(Name of Affiant),who produced his Florida Driver's License as
identification.
otary bi- `fi 40,"4,4, KIMBERLEY TRACI BARNES
+ �t Notary ID..11 3 1 34 1 840
6 0ve.te .1_.,✓' I_ a Cd-� , My Commission Expires
1� �G �/1(J�i� lL) '?oit'.' November 6,2025
Commission Expires iimumwmommemoomosimPlioftrupmemk
Personally Known In OR Produced Identification
Type of Identification Produced:
CONTRACT RENEWAL OR EXTENSION REQUEST FORM Version:2025.1
CA