Loading...
Backup Documents 09/09/2025 Item #16F 3b (Garner Environmental Services, Inc.) ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP 1 6 F 3 TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO THE BOARD OF COUNTY COMMISSIONERS' OFFICE FOR SIGNATURE Print on pink paper. Attach to original document. The completed routing slip and original documents are to be forwarded to the County Attorney Office at the time the item is placed on the agenda. All completed routing slips and original documents must be received in the County Attorney Office no later than Monday preceding the Board meeting. ROUTING SLIP Complete routing lines#1 through#2 as appropriate for additional signatures,dates,and/or information needed. If the document is already complete with the exception of the Chairman's signature,draw a line through routing lines#1 through#2,complete the checklist,and forward to the County Attorney's Office. Route to Addressee(s) (List in routing order) Office Initials Date 1. Risk Risk Management 2. County Attorney's Office County Attorney's Office //,a�� 4. BCC Office Board of County ` Commissioners 4 4 J 1 IS 4. Minutes and Records Clerk of Court's Office Noe' (61a6 5. Procurement Services Procurement Services PRIMARY CONTACT INFORMATION Normally,the primary contact is the person who created/prepared the Executive Summary. Primary contact information is needed in the event One of the addressees above may need to contact staff for additional or missing information. Name of Primary Staff Francheska Correa/Procurement Contact Information 239-252-6020 Contact/Department Agenda Date Item was September 9,2025 Agenda Item Number 16.F.3,b Approved by the BCC Type of Document Agreement Number of Original 1 Attached Documents Attached PO number or account N/A 25-8364 Garner Environmental number if the Garner Environmental Services,Inc. document is to be Services,Inc. recorded INSTRUCTIONS & CHECKLIST Initial the Yes column or mark"N/A"in the Not Applicable column,whichever is Yes N/A(Not appropriate. (Initial) Applicable) 1. Does the document require the chairman's original signature,STAMP OK N/A 2. Does the document need to be sent to another agency for additional signatures? If yes, N/A provide the Contact Information(Name,Agency,Address,Phone)on an attached sheet. 3. The original document has been signed/initialed for legal sufficiency. (All documents to FC be signed by the Chairman,with the exception of most letters,must be reviewed and signed by the Office of the County Attorney. 4. All handwritten strike-through and revisions have been initialed by the County Attorney's N/A Office and all other parties except the BCC Chairman and the Clerk to the Board 5. The Chairman's signature line date has been entered as the date of BCC approval of the FC document or the final negotiated contract date,whichever is applicable. 6. "Sign here"tabs are placed on the appropriate pages indicating where the Chairman's FC signature and initials are required. 7. In most cases(some contracts are an exception),the original document and this routing slip N/A should be provided to the County Attorney's Office at the time the item is input into SIRE. Some documents are time sensitive and require forwarding to Tallahassee within a certain time frame,or the BCC's actions are nullified. Be aware of your deadlines! 8. The document was approved by the BCC on September 09,2025,and all changes N/A is not made during the meeting have been incorporated into the attached document. The rr k an option for County Attorney's Office has reviewed the changes,if applicable. this line. 9. Initials of attorney verifying that the attached document is the version approved by the L N/A is not BCC, all changes directed by the BCC have been made,and the document is ready for the 4 L an option for Chairman's signature. this line. 1 6F 3 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 ofc594emkr, 202-5, 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 n upon the date of Board approval; OF — ,and terminating on three ( 3 ) year(s) from that date or until all outstanding Purchase Order(s) issued prior to the expiration of the Agreement period have been completed or terminated. The County may, at its discretion and with the consent of the Contractor, renew the Agreement under all of the terms and conditions contained in this Agreement for two _ ( 2 ) additional one ( 1 ) year(s) periods. The County shall give the Contractor written notice of the County's intention to renew the Agreement term prior to the end of the Agreement term then in effect. The County Manager, or his designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred and eighty (180) days. The County Manager, or his designee, shall give the Contractor written notice of the County's intention to extend the Agreement term prior to the end of the Agreement term then in effect. 2. COMMENCEMENT OF SERVICES. The Contractor shall commence the work upon issuance of a • Purchase Order n Notize to-RFeceed (l War-k Order-: 3. STATEMENT OF WORK. The Contractor shall provide services in accordance with the terms and conditions of Re uect for Prepesal-(-I U Invitation to Bid (iTB) I Qthec- ( ) # 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. n 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] 1 6F 3 3.1 This Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in writing by the Parties, in compliance with the County's Procurement Ordinance, as amended, and Procurement Procedures in effect at the time such services are authorized. 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. Stets., otherwise known as the "Local Government Prompt Payment Act". 4.1 Price Methodology (as selected below): (� Lip-Sum-(-Pi-xed Price)--A-#irfixed total p emote practice these f County's project price contract is authorize: 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 U ait--lar-ice�-T-kae-Got -ty-agrees to pay-a-#ire-total fixed price (-iied"It • product or service delivered (i.e. instaiatien-0-ec per ton, delivery price per package or Fee 4.2 Any County agency may obtain services under this Agreement, provided sufficient funds are included in their budget(s). Page 2of16 Fixed Price Professional Service Agreement [2025_ver.2] ' ,r . 1 6F 3 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 ❑ Tra ble . Travel expenses shall be faifiliatlfSqd as per Section- 2. 61 F4a-Stats }l- Mileage llreak-fastWOG Lunch $-1 O ginner $19.00 Airfare AEI ticket risl-or-ce elms-fare Rental-ear Actual rental cost standard size vehicles Lodging rate-with a cap-ef-ee-ln®re-than-$ 60 00-per night Parking Actual-ce-st-ef-parking Actual cost of either taxi or-alrpert-lifficusine • # ihene--long-distance c postage. Reimbursable items will be paid only after Contractor has provided all receipts. .- _ _ ._ _ --- - - s -- _ _ .-__- --- - asss c . 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 1 6F 3 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 4of16 Fixed Price Professional Service Agreement [2025_ver.2] :t ; 1 6F 3 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 $ t,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. n Business Auto Liability: Coverage shall have minimum limits of $1,000,00o 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. n 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] 1 6F 3 The coverage must include Employers' Liability with a minimum limit of $1,000,000 for each accident. D. ❑ Professional Liability_ Shall be maintained by thc Contractor to cnsurc ita legal liability for claims arising out of thc performance of profcscional scrvicca under this Agreement. Contractor waives its right of recovery against County as to any claims under this insurance. Such insurance shall have limits of not less than $ each claim and aggregate. I I fiber Liability_ Covcragc shall have minimum limits of $ per occurrence. n Technology rrers and-Omissions:Co arage-sna" Ni s of$ per occurrence. 6- ❑ Watercraft: Coverage shall have minimum limits of $ per occurrence. l4 ❑ mite, States L on shereman's and Harborworker's Act Cs go doll be maintained where applicable to the completion of tho work $ per occurrence. IT ( shall have minimum limits of $ per occurrence. J. 0Cargo Insurance (other): Coverage shall have minimum limits of$1oo,000 per occurrence. 44, I I /^Mier►• Covoro shall have minimum limits of$ 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] +ems L 1 6F 3 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_ADMINJSTRATJOf. 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 ❑ R-F-P/ n ITB/ ❑ der ( ) #25-8364 , including E3knilaits7 AttaeIme+tss and Page 7 of 16 Fixed Price Professional Service Agreement [2025 ver.2] 1 6F 3 Addenda/Addendum; n sebsegtte a# tes, and n . 17. APPLICABILITY. Sections corresponding to any checked box IN ) 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`Itei own expense, with all federal, state and local laws,'codes, statutes, ordinances, rules, regulations and requirements applicable to this Agreement, including but not limited to those dealing with the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended, 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(ccolliercountyfl.gov Page 8 of 16 Fixed Price Professional Service Agreement [2025_ver.2] CAO 1 6F 3 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. NI 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] CAO 1 6F 3 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. I I KEY-PERSONNEL. Th this-project sha the-right-to-perform investigatioho-as--may eernpeteRt--persons will be utilized in the-- of- the ar e Centrast° adequate to meet the required service dates. The Contractor shall not change Key le. The Contractor shall make commercially reasonable efforts to notify Collier ehange. The County retains final approval of proposed replacement 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. n 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. ❑ ORI -PR€CEDENC 6 a -cen l et-between Of- Page 10 of 16 Fixed Price Professional Service Agreement [2025_ver.2] CAO 1 6F 3 a reved-E-xeo ti e-A ent--shwa t!a eta;--except the terms of aRy--Supplemental C ee -ftiet in tee imposing t G trae-tsar-at-Get ty s-disc-retien 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(a7colliercountyfl.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] 1 6F 3 IN WITNESS WHEREOF, the parties hereto, by an authorized person or agent, have executed this Agreement on the date and year first written above. ATTEST: BOARD OF COUNTY COMMISSIONERS • COLLIER COUNTY, FLORIDA Crystal K Kim&l CIerlN the Circuit Court Ct . s p k r y: BuAig#0."014$11*04-- ers , Chair Dated: kilt, vgiym. (SEAL) Contractor's Witnesses: Garner Environmental Services,Inc. Contractor By: to ' First Witness Signature cc>b CFO I(OCIQU f TType/print signature and titleT TType/prin itness nameT ontractor's Second Witness (Aok -A(kta.‘t(( TType/print witness nameT A pr ved as;eland and kpgality: County Attorney Print Name Page 12 of 16 Fixed Price Professional Service Agreement [2025_ver.2] %l(j 1 6F 3 Exhibit A Scope of Services I• following this page (containing 2 page/s) I I this exhibit is not applicable Page 13 of 16 Fixed Price Professional Service Agreement [2025_ver.2] 1 6F 3 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 1 6F 3 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. Page2of2 CAC) Exhibit A—Scope of Services 1 6F 3 Exhibit B Fee Schedule following this page (pages 1 through 1 ) Page 14 of 16 Fixed Price Professional Service Agreement [2025_ver.2] CAS) 16F 3 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. 16F 3 Exhibit C Affidavit Regarding Labor and Services following this page Page 15 of 16 Fixed Price Professional Service Agreement [2025_ver.2I 1 6F 3 Other Exhibit/Attachment Description: N/A n following this page (pages through ) • this exhibit is not applicable Page 16 of 16 Fixed Price Professional Service Agreement [2025_ver.2] 16F3 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: triddle(o ksolv.com 1, —1.-4'1-1 R.'� /�l,e--- (Name of Authorized Representative), as authorized representative attest under penalty of perjury that Ae, .yoycif' C e.at rov%ws.e t,,-ta.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. Tic-t.c__ 2-7 _ (Signature of authorized representative) Date STATE OF COUNTY OF S�ygrn to(or affiimed)and subscri berme m .b m s of C 'h sical presence or 0 online notarization this ` day of c.C.1 I .20d21.by 1od Kt �t° (Name of APfiant),who produced his Florida Driver's License as identification. otary bli 4 *''0,M KIMBERLEY TRACI BARNES I -t ` 1 :° ri Notary ID 4131341840 t�t 0v�G_ e/+ �Q9-c I +r , 4 My Commission Expires ( 1V I/1[JC.� , ''Far.6/ November 6, 2025 ' Commission Expires . _ _ __ .. 6 Personally Known L7 UR Produced Identification If( Type of Identification Produced: CONTRACT RENEWAL OR EXTENSION REQUEST FORM Version:2025.1 /