Backup Documents 09/23/2025 Item #16F 3 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.
**NEW** 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 Office.
Route to Addressee(s) (List in routing order) Office Initials Date
1. Risk Risk Management
2. County Attorney Office County Attorney Office
CIYI& � at 25
4. BCC Office Board of County
Commissioners fh c( 'z5
4. Minutes and Records Clerk of Court's Office A n`
5. Procurement Services Procurement Services 7 d�
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 Cole Chandler/Procurement Contact Information 239-252-8407
Contact/Department
Agenda Date Item was September 23,2025 Agenda Item Number 16.F.3
Approved by the BCC
Type of Document Agreement Number of Original 1
Attached Documents Attached
PO number or account N/A 24-8318. Lou Hammond Group
number if document is Lou Hammond Group Florida,Inc.
to be recorded Florida,Inc.
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. Original document has been signed/initialed for legal sufficiency. (All documents to be CC
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 CC
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 CC
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 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 23,2025,and all changes N/A is not
made during the meeting have been incorporated in the attached document. The anfr.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 N/A is not
BCC,all changes directed by the BCC have been made, and the document is ready for the an option for
Chairman's signature. this line.
1 6 F 3
FIXED FEE PROFESSIONAL SERVICE AGREEMENT
# 24-8318
for
Tourism Public Relations Services
THIS AGREEMENT, made and entered into on this rd day of Iecrr , 20Z,
by and between Lou Hammond Group Florida, Inc.
authorized to do business in the State of Florida, whose business address is
200 Central Avenue,4th Floor,Suite 320,St.Petersburg, Florida,33701 ,(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
upon the date of Board approval; or • on 1/10/2026 ,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 Noticc to Proceed n Work Order.
3. STATEMENT OF WORK. The Contractor shall provide services in accordance
with the terms and conditions of • Request for Proposal (RFP) Invitation to
Bid (ITB) Other ( )
# 24-8318 , including all Attachment(s), Exhibit(s) and Addenda and the
Contractor's proposal referred to herein and made an integral part of this
Agreement.
ICI 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]
GAO
16F 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.
Stats., otherwise known as the "Local Government Prompt Payment Act".
4.1 Price Methodology (as selected below):
• Lump Sum (Fixed Price): A firm fixed total price offering for a project; the risks
are transferred from the County to the contractor; and, as a business practice there
are no hourly or material invoices presented, rather, the contractor must perform
to the satisfaction of the County's project manager before payment for the fixed
price contract is authorized.
II
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 busincsc 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.
Unit Price: The County agrees to pay a firm total fixed price (inclusive of all
costs, including labor, materials, equipment, overhead, etc.)for a repetitive product
or service delivered (i.e. installation price per ton, delivery price per package or
carton, etc.). The invoice must identify the unit price and the number of units
received (no contractor inventory or cost verification).
4.2 Any County agency may obtain services under this Agreement, provided
sufficient funds are included in their budget(s).
Page 2 of 16
Fixed Price Professional Service Agreement
[2025 ver.2] Gp0
16F3
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 "lathes" 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 ❑ Travel and Reimbursable Expenses: Travel and Reimbursable
Expenses must be approved in advance in writing by the County. Travel expenses
shall be reimbursed as per Section 112.061 Fla. Stats.
Reimbursements shall be at the following rates:
Mileage $0.44.5 per mile
Breakfast $6.00
Lunch $11.00
Dinner $19.00
Airfare Actual ticket cost limited to tourist or coach
class fare
Rental car Actual rental cost limited to compact or
standard size vehicle;,
Lodging Actual cost of lodging at single occupancy
rate with a cap of no more than $150.00 per
night
Parking Actual cost of parking
Taxi or Airport Limousine Actual cost of either taxi or airport limousine
Reimbursable items other than travel expenses shall be limited to the following:
telephone long distance charges, fax charges, photocopying charges and
postage. Reimbursable items will be paid only after Contractor has provided all
receipts. Contractor shall be responsible for all other costs and expenses
5. SALES TAX. Contractor shall pay all sales, consumer, use and other similar taxes
associated with the Work or portions thereof, which are applicable during the
performance of the Work. Collier County, Florida as a political subdivision of the
State of Florida, is exempt from the payment of Florida sales tax to its vendors
under Chapter 212, Florida Statutes, Certificate of Exemption # 85-8015966531 C.
Page 3 of 16
Fixed Price Professional Service Agreement
[2025_ver.2]
CAo)
16F3
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: Lou Hammond Group Florida, Inc.
Address: 145 King Street,Suite 411
Charleston, South Carolina,29401
Authorized Agent: Stephen Hammond
Attention Name & Title: CEO
Telephone: 843-722-8880
E-Mail(s): Stephenh@louhammond.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: Tourism Division
Division Director: Jay Tusa
Address: 2660 N. Horseshoe Drive
Naples, Florida,34104
Administrative Agent/PM: Sandra Rios
Telephone: 239-252-2379
E-Mail(s): Sandra.Rios@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]
Cp,O
1 6 F 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. INSURANCE. The Contractor shall provide insurance as follows:
A. ❑■ Commercial General Liability: Coverage shall have minimum limits of
$ 1,000,000.00 Per Occurrence, $2,000,000.00 aggregate for Bodily Injury
Liability and Property Damage Liability. The General Aggregate Limit shall be
endorsed to apply per project. This shall include Premises and Operations;
Independent Contractors; Products and Completed Operations and Contractual
Liability.
B. emcee Ante i bilitty: Coverage shall have minimum limits of
$ Per Occurrence, Combined Single Limit for Bodily Injury Liability
and Property Damagc Liability. This shall include: Owned Vehicles, Hired and
Non Owned Vehicles and Employee Non Ownership.
C. ■ Workers' Compensation: Insurance covering all employees meeting
Statutory Limits in compliance with the applicable state and federal laws.
Page 5of16
Fixed Price Professional Service Agreement
[2025_ver.2]
CPO
16F3
The coverage must include Employers' Liability with a minimum limit of
$500,000.00 for each accident.
D. ❑■ Professional Liability: Shall be maintained by the Contractor to ensure its
legal liability for claims arising out of the performance of professional services
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 $ 1,000,000.00 each claim and aggregate.
E. n Cyb L• b•I•ty: Coverage shall have minimum limits of $
per occurrence.
F. logy Errors-a4n issions: C shall have m m limits
of$ per occurrcncc.
G. Watercraft: Coverage shall have minimum limits of $ per
occurrence.
H. ❑ horeman's-and-Harberwerker's Aet- overage-stall
be maintained where applicable to the completion of the work $
per occurrcncc.
I. I I Maritime Coverage ag( Ionos Act): Coveree shall he m ni
avimum limits of
$ per occurrence. �.7
J. ❑
minimum limits of$ per occurrence.
K. 1 1
minimum limits of$ per occurrcncc.
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 6of16
Fixed Price Professional Service Agreement
[2025 ver.2]
CAO
1 6 F 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 ADMINISTRATION. This Agreement shall be administered on
behalf of the County by the Tourism 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 n RFP/ n ITB/ Othcr
( ) #24-8318 , including Exhibits, Attachments and
Page 7 of 16
Fixed Price Professional Service Agreement
[2025 ver.2] 0,9
O
1 6 F 3
Addenda/Addendum, • subsequent quotes, and Othcr Exhibit/Attachmcnt:
17. APPLICABILITY. Sections corresponding to any checked box (II ) 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 its own expense, with all federal, state and local laws, codes, statutes,
ordinances, rules, regulations and requirements applicable to this Agreement,
including but not limited to those dealing with the Immigration Reform and Control
Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto,
as either may be amended, 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(&,colliercountyfl.gov
Page 8 of 16
Fixed Price Professional Service Agreement
[2025_ver.2]
1 6 F 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. 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]
Cp,O
16F3
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. KEY PERSONNEL. The Contractor's personnel and management to be „tilized f„r
this project shall bc knowledgeable in their areas of expertise. The County reserves
the right to perform investigations as may bc deemed necessary to ensure that
competent persons will bc utilized in the performance of the Agreement. The
Contractor shall assign as many people as necessary to complete the services on a
timely basis, and each person assigned shall be available for an amount of time
adequate to meet the required service dates. The Contractor shall not change Key
Personnel unless the following conditions are met: (1) Proposed replacements have
substantially the same or better qualifications and/or experience. (2) that the County
is notified in writing as far in advance as possible. The Contractor shall make
change. The County retains final approval of proposed replacement personnel.
❑■ 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. • 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 PRECEDENCE (Grant Funded). In the event of any conflict between
or among the terms of any of the Contract Documents and/or the County's Board
Page 10of16
Fixed Price Professional Service Agreement
[2025 ver.2]
CAO
16F3
approved Executive Summary, the terms of the Agreement shall take prcccdcncc over
the terms of all othcr Contract Documents, except the terms of any Supplemental
Conditions shall take precedence over the Agreement. To the extent any conflict in the
terms of the Contract Documents cannot be resolved by application of the
Supplemental Conditions, if any, or the Agreement, the conflict shall be resolved by
Contractor at County's discretion.
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@colliercountyfl.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 Profc33ional Service Agreement
f 2025 ver.2} 0,0
16F3
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. Kinzei, Clerk of the Circuit
Court and CoMptr'•lrer•:
/i
, .' .: `' Burt L.Saunders Chair
Dated: a410
(SEAL t .' '=s4-s to Chairman's
signature only
Contractor's Witnesses:
Lou Hammond Group Florida,Inc.
Co c or
ontractor's First Witness ignature
STe \McY\N
eA2\s-CIRNA t 2-& TType/print signature and titleT
tType/print witness nameT
xel.tvic)L,
ntr tor's Second Witness
1 y cri.5
TType/print witness nameT
A pr �sQtoAFoplm and Legality:
cik\ h o y ttorn y
een
Print Name
Page 12 of 16
Fixed Price Professional Service Agreement
[2025_ver.2] ,,
i `�(
1 6 F 3
Exhibit A
Scope of Services
following this page (containing 2 page/s)
this exhibit is not applicable
Page 13 of 16
Fixed Price Professional Service Agreement CAO
[2025 ver.2] '�
1 6 F 3
Exhibit A—Scope of Services
24-8318—Tourism Public Relations Services
The agency will create and implement an annual media relations plan for the CVB that will include the following:
1. Media pitching
• Nurture personal media relationships on behalf of the CVB.
• Develop pitches specifically targeted to individual outlets and journalist by niche.
• Utilize statistics wherever possible to support trends.
• Position CVB's Managers and Directors as industry leaders for speaking engagements and editorial opportunities.
• Coordinate deskside briefings with national travel and tourism publications and news outlets.
• Develop high impact story ideas and articles.
• Assist with the coordination of press conferences and events as needed.
• Research editorial calendars for long-lead media placements and destination inclusion in key articles and industry
roundups.
2. Proactive campaigns that research and review Public Relations(PR)opportunities on national network, streaming,
cable TV and syndicated shows and podcasts to promote the diverse offerings of Florida's Paradise Coast.
• The agency will promote the destination's offerings using the CVB's event calendar with a focus on seasonality,
holidays and arts&culture events.
3. The agency will assist the in-house CVB PR staff with local and regional media relations support and planning as
needed and escorting media familiarization trip participants while in the destination and in situations where the in-
house PR team needs additional help to respond to media inquiries.
• Agency personnel will represent the CVB at select tradeshows and conferences as directed by the assigned Tourism
Division staff
4. Written Materials
• The agency will craft press releases and media pitches,update and maintain the CVB's Media Kit,Fact Sheet
and assist with the management of photography and video assets.
• No materials will be disseminated on behalf of the CVB without prior written consent from the assigned
Tourism Division staff.
• The agency will provide a 12-month timeline of activities in cooperation with the CVB's in-house Public Relations
team.
• The agency will maintain a list of industry,travel and tourism awards and submit award applications to
publications and industry organizations on behalf of the client.
5. Communications:
• The agency will draft and distribute monthly communications on behalf of the CVB including the Coast
Lines partner newsletter with the assistance of the in-house CVB PR staff.
• The PR agency will respond within a reasonable time to inquiries,refer coverage opportunities to the CVB
assigned Tourism Division staff,and give advice on industry trends and developments.
• The agency will coordinate media visits and familiarization trips to the destination.
• The agency will monitor media coverage generated by the agency and CVB staff and provide a weekly
synopsis of media coverage to the CVB assigned Tourism Division staff.
6. Social Media,Partner Engagement,Reputation Management
• The agency will assist with integrated social media campaigns that build brand equity and credibility,engage
customers,drive visitation,track metrics and conversation trends.
• The agency will monitor the CVB's social media platforms, generate ideas for social media posts and share
the CVB's content on appropriate social media sites
• The agency will assist with the solicitation and vetting of influencers and journalistic proposals and present a
point of view recommendation to the CVB marketing team.
Page 1 of 2
24-8318 Tourism Public Relations Services
NO
1 6 F 3
• The agency will be an integral partner in the development of the CVB's annual marketing plan and
attend/participate in all relevant marketing events and initiatives.
• The agency will coordinate seminars and webinars to benefit the County's tourism partners.
• The agency will monitor coverage and online reviews,develop appropriate messaging for the online community.
• The agency will be proactive in the CVB'reputation management and will work with the CVB to ensure that any
information on public domain sites is correct,helping to implement any revisions if necessary.
7. Crisis Communications
• The agency will be an active partner in all emergency situations requiring crisis communications including media
monitoring, contacts with Collier tourism partners, and vet and/or contribute photos and videos from user
generated content to support the crisis communications and recovery operations.
Page 2 of 2
24-8318 Tourism Public Relations Services
CAO
16F3
Exhibit B
Fee Schedule
following this page (pages 1 through 1 )
Page 14 of 16
Fixed Price Professional Service Agreement
[2025 ver.2]
CAO
16F3
Exhibit B-Fee Schedule
24-8318-Tourism Public Relations Services
Fee Description Monthly Cost Annual Total
Monthly Service Fee $ 11,000.00 $ 132,000.00
Monthly out-of-pocket Expenses $ 2,100.00 $ 25,200.00
Combined Annual Total $ 157,200.00
CAO
16F3
Exhibit C
Affidavit Regarding Labor and Services
following this page
Page 15 of 16
Fixed Price Professional Service Agreement
[2025 ver.2] CAO
1 6 F 3
AFFIDAVIT REGARDING LABOR AND SERVICES
AND CONTRACTING WITH ENTITIES OF FOREIGN COUNTRIES OF CONCERN I'ROHIBITED
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 per jury 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: J H"A-(11'1 Q N1 la 120 U P r Lo (Z k b Pt )NC
Address: Ili 5 VA N1 41T 2E el- r ST G it I I r(.1-1 Pore -STt N. S C-
PhoneNumber: 6L13 -1aa- Mc-t-0 Z..140 I
Authorized Representative's Name: STE•Pt&+\t 1k4 M(Y)n N'
Authorized Representative's Title: C 6— 0
Email Address: cjT y}�-� EA7 r}-� 1-k e L°U I+ArnM O 1S •CA(11
1, I K�M (Name of Authorized Representative), as authorized representative attest under
penalty of perjury that iVi s.£.1•longovernmenta1 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.
Un r penalty of per jury,I-deslace that I have read the foregoing Affidavit and that the facts stated in it are true.
...) 1 \CI \20.25
nature of authorized representative) Date
STATE OF ti "
COUNTY OF 24-8318
Sworn to(or affirmed)and subscribed be ore me,b means of iysical presence or 0 online notarization this
( day of 20 Z'S,by (Name of Affiant),who produced his Florida Driver's License as •
ide ti c ti n. aini
5 i-elohoi ImilvnOra
``,,111 N 11111/��//
otary Public \.:•' 0,OMM '•
I '� . . = t
Co mi stun Expires — �'•�'
UB�\G
Personally Known i�R Produced Identification 0
i tP ••.•p g
�. 0 /0712�.. \� %
Type of Identification Produced: �{�`�)n �/. �/ c ARC 0%``
(;,,,,,P:(;),
-
16F3
Other Exhibit/Attachment
Description:
following this page (pages through )
■ this exhibit is not applicable
Page 16 of 16
Fixed Price Professional Service Agreement
[2025_ver.2] GAO