Loading...
Backup Documents 04/14/2026 Item #16E 2 ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO .1 6 E 2 , 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 ) 4. BCC Office Board of County Commissioners DI< L7 03 1 '1(15 4. Minutes and Records Clerk of Court's Office Sri LiI15 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 Ashley Borgia/Procurement Contact Information 239-252-8950 Contact/Department Agenda Date Item was April 14"',2026 Agenda Item Number 16.E.2 Approved by the BCC Type of Document Fixed Term Multi Contractor Award Number of Original 1 Attached Agreement Documents Attached PO number or account N/A 25-8399 25-8399 Tamiami Ford, number if document is OEM Ford& Inc to be recorded Motorcraft Parts,Fluids, and Supplies 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 ab 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 ab document or the fmal negotiated contract date whichever is applicable. 6. "Sign here"tabs are placed on the appropriate pages indicating where the Chairman's ab 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 April 14th,2026,and all changes made N/A is not during the meeting have been incorporated in the attached document. The County I'ly an option for Attorney's Office has reviewed the changes,if applicable. t 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 mot'4.1 I�1 an option for Chairman's signature. this line. 16E2 FIXED TERM SERVICE MULTI-CONTRACTOR AWARD AGREEMENT #25-8399 for "OEM FORD&MOTORCRAFT PARTS,FLUIDS AND SUPPLIES" THIS AGREEMENT, made and entered into on this ly day of 41;1 2024 , by and between Tamiami Ford, Inc authorized to do business in the State of Florida, whose business address is 1471 Airport Pulling Road North, Naples, FL. 34104 _, (the "Contractor") and Collier County, a political subdivision of the State of Florida, (the "County"): WITNESSETH: 1. AGREEMENT TERM. The Agreement shall be for a Three ( 3 ) year period, commencing rill upon the date of Board approval; or on and terminating on Three ( 3 ) year(s) from that date or until all outstanding Purchase Order(s) issued prior to the expiration of the Agreement period have been completed or terminated. The County may, at its discretion and with the consent of the Contractor. renew the Agreement under all of the terms and conditions contained in this Agreement for Two ( 2 ) additional One ( 1 ) year(s) periods. The County shall give the Contractor written notice of the County's intention to renew the Agreement term prior to the end of the Agreement term then in effect. The County Manager, or the County Manager's designee, may 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 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 ❑ Notice to Proceed. 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 ( ) # 25-8399 including all Attachment(s), Exhibit(s) and Addenda and the Contractor's proposal referred to herein and made an integral part of this Agreement. III The Contractor shall also provide services in accordance with Exhibit A — Scope of Services attached hereto. Page 1 of 18 Fixed Term Service Multi-Contractor Agreement [2025_ver.2] 16E2 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 n The procedure for obtaining Work under this Agreement is outlined in Exhibit A — Scope of Services attached hereto. 3.3 I The,.procedure for obtaining Work underthis. Agreementoutlined in, Other + roc.c.aurv"rv� oucurr � Work 'r r rc.err rurr is r, Other Ex'h`ibi t/Attacch me n t.:.. 3.4 ■ The County reserves the right to specify in each Request for Quotations: the period of completion; collection of liquidated damages in the event of late completion; and the Price Methodology selected in 4.1 . 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): I I Lump Sum (Fixed'Price): A firm fixed total-price""'offering"for-`"a'project;..the riskss-ar"e transferred fro 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 s"`authorized. — Time and Materials: The County agrees to-pay-the contactor-for-the amount of labor timespent 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 VWhich it is not possable to accurately-estimate the size of the project-, or avhen"it is expected that the project requirements would most likely change. As a general'business practice; these-contracts include back up docu m' e tatiVn. nf-ucsta; invoices-'would ' `include,n. number of hours worked-and'billing rate by position (and company (or subcontractor) timekeeping or- -payroll " records), material ' or equipment invoices," and other reimbursable documentation for the. project I� Unit Price: The County agrees to pay a firm total fixed price (inclusive of all costs, including labor, materials, equipment, overhead, etc.) for a repetitive product or service delivered (i.e. installation price per ton, delivery price per package or carton, etc.). The invoice must identify the unit price and the number of units received (no contractor inventory or cost verification). Page 2 of 18 Fixed Term Service Multi-Contractor Agreement [2025_ver.2] 16E2 fit 4.2 Any County agency may obtain services under this Agreement, provided sufficient funds are included in their budget(s). 4.3 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of the Agreement. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this Agreement. 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 (check—if applicable) Travel and Reimbursable Expenses: Travel and Reimbursable Expenses must be approved in-advance in writing by the County. T-ravel expenses shalt be reimbursed as per Section 112.061 Fla.'Stets. Reimbursements shall be at the following rates: Mileage $0.44.5 per mile Breakfast $6.00 L11464 $11.00 Dinner $1 9.00 Airfare Actual ticket cost-limited to tourist or coach. class fare Rental ear Actual rental cost limited to compact or standard--size vehicles Lodging Actual-cost of lodging-at sing eoccupancy rate with, a,.cap..of no more than 4-50.00 per night Parking Actual-cost-of parking yy� Taxi or Airport Limousine I 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 associated with activities and solicitations undertaken pursuant to this Agreement. 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 # 85-801596653'I C. Page 3 of 18 Fixed Term Service Multi-Contractor Agreement [2025_ver.2] 16E2 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: Tamiami Ford Inc Address: 1471 Airport Pulling Road North Naples, FL.34104 Authorized Agent: Robert Zellers Attention Name & Title: Title P,Secretary.Treasurer, Director Telephone: 239-643-3673 x1201 E-Mail(s): tztarniami©aol.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 Director: David Childress Division Name: Fleet Management Division Address: 2901 County Barn Rd Naples, FL.34112 Administrative Agent/PM: James Fasulo Telephone: 239-537-6402 E-Mail(s): james.fasulo©collier.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 18 Fixed Term Service Multi-Contractor Agreement [2025_ver.2] 1f 16E2 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. ICI Commercial General Liability: Coverage shall have minimum limits of $ 1,000.000 Per Occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. The General Aggregate Limit shall be endorsed to apply per project. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. B. CI Business Auto Liability: Coverage shall have minimum limits of$ i,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. • Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of $ 500,000 for each accident. Page 5 of 18 Fixed Term Service Multi-Contractor Agreement [2025_ver.2] 16E2 a n 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(s Agreement. Contractor waives its right"lJf`"recover j; against"County-as toany claims under this insurance. Such insurance shall have limits of not less than $ each claim and aggregate. E. Cybber Liability: Coverage shall-have minimum limits of per claim. F. I : Coverage shall have minimum limits of$ per claim. G. n W __...- ___ .. -Coverage shall have minimum limits of$ per claim. H. ❑ : Coverage shall have minimum limits of w_ per claim. Special Requirements: Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier County Government shall be listed as the Certificate Holder and included as an "Additional Insured" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Contractor's policy shall be endorsed accordingly. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. The Contractor shall provide County with certificates of insurance meeting the required insurance provisions. Renewal certificates shall be sent to the County thirty (30) days prior to any expiration date. Coverage afforded under the policies will not be canceled or allowed to expire until the greater of thirty (30) days prior written notice, or in accordance with policy provisions. Contractor shall also notify County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non-renewal or material change in coverage or limits received by Contractor from its insurer, and nothing contained herein shall relieve Contractor of this requirement to provide notice. Contractor shall ensure that all subcontractors comply with the same insurance requirements that the Contractor is required to meet. 13. INDEMNIFICATION. To the maximum extent permitted by Florida law, the Contractor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, whether resulting from any claimed breach of this Agreement by Contractor, any statutory or regulatory violations, or from personal injury, property damage, direct or consequential damages, or economic loss, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor or anyone employed or utilized by the Contractor in the performance of this Page 6 of 18 Fixed Term Service Multi-Contractor Agreement [2025__ver.2] 16E2 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 Fleet 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 mariner 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), I■ Exhibit A Scope of Services, Exhibit B Fee Schedule, RFP/ ■ ITB/ Other _ #25-8399 , including Exhibits, Attachments and Addenda/Addendum, str-bseqtreht q +ete r-9nd ■ Other Exhibit/Attachment: Federal Contract Provisions and Assurances 17. APPLICABILITY. Sections corresponding to any checked box ( ) expressly apply to the terms of this Agreement. 18. SUBJECT TO APPROPRIATION. It is further understood and agreed by and between the parties herein that this Agreement is subject to appropriation by the Board of County Commissioners. 19. PROHIBITION OF GIFTS TO COUNTY EMPLOYEES. No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, as amended, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, Page 7 of 18 Fixed Term Service Multi-Contractor Agreement [2025_ver.2] 1 6 E 2 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 Statutes. §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: Communications, Government and Public Affairs Division 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8999 Email: PublicR+ecordRequestAcolliercountyfl,n v 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 Page 8 of 18 Fixed Term Service Multi-Contractor Agreement [2025_ver.2] 6 E 2 0 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. PAYMENTS WITHHELD. The County may decline to approve any application for payment, or portions thereof, because of defective or incomplete work, subsequently discovered evidence or subsequent inspections. The County may nullify the whole or any part of any approval for payment previously issued and the County may withhold any payments otherwise due to Contractor under this Agreement or any other Agreement between the County and Contractor, to such extent as may be necessary in the County's opinion to protect it from loss because of: (a) defective Work not remedied; (b) third party claims failed or reasonable evidence indicating probable fling of such claims; (c) failure of Contractor to make payment properly to subcontractors or for labor, materials or equipment; (d) reasonable doubt that the Work can be completed for the unpaid balance of the Contract Amount; (e) reasonable indication that the Work will not be completed within the Contract Time; (f) unsatisfactory prosecution of the Work by the Contractor; or (g) any other material breach of the Contract Documents. If any conditions described above are not remedied or removed, the County may, after three (3) days written notice, rectify the same at Contractor's expense. The County also may offset against any sums due Contractor the amount of any liquidated or unliquidated obligations of Contractor to the County, whether relating to or arising out of this Agreement or any other Agreement between Contractor and the County. If a subcontractor is a related entity to the Contractor, then the Contractor shall not mark- up the subcontractor's fees. A related entity shall be defined as any Parent or Subsidiary of the Company and any business, corporation, partnership, limited liability company or other entity in which the Company or a Parent or a Subsidiary of the Company holds any ownership interest, directly or indirectly. 23. CLEAN UP. Contractor agrees to keep the Project site Olean-at all times- of-debris, ru-bbish"'and waste materials arising-'out- of the Work. ,^t the-completion !off-the Work, Contractor shall'remove lA l l'debris,..rubbish-and-waste mate b:materials-from and.`.a about-the Project Page 9 of 18 Fixed Term Service Multi-Contractor Agreement [2025 ver.2] 16E2 site, es.,well es all°°tools.appliances, construction equipment and....machinery' and surplus materials, and shall leave the Project site clean. 24. STANDARDS OF CONDUCT: PROJECT MANAGER, SUPERVISOR, EMPLOYEES. The Contractor shall employ people to work on County projects who are neat, clean, well-groomed and courteous. Subject to the American with Disabilities Act, Contractor shall supply competent employees who are physically capable of performing their employment duties. The County may require the Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Collier County projects is not in the best interest of the County. 25. 11 WARRANTY. Contractor expressly warrants that the goods, materials and/or equipment covered by this Agreement will conform to the requirements as specified, and will be of satisfactory material and quality production, free from defects, and sufficient for the purpose intended. Goods shall be delivered free from any security interest or other lien, encumbrance or claim of any third party. Any services provided under this Agreement shall be provided in accordance with generally accepted professional standards for the particular service. These warranties shall survive inspection, acceptance, passage of title and payment by the County. Contractor further warrants to the County that all materials and equipment furnished under the Contract Documents shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable manufacturers, fabricators, suppliers or processors except as otherwise provided for in the Contract Documents. If, within one (1) year after final completion, any Work is found to be defective or not in conformance with the Contract Documents, Contractor shall correct it promptly after receipt of written notice from the County. Contractor shall also be responsible for and pay for replacement or repair of adjacent materials or Work which may be damaged as a result of such replacement or repair. These warranties are in addition to those implied warranties to which the County is entitled as a matter of law. 26. Il TESTS AND INSPECTIONS. If the Contract Documents or any codes, laws, ordinances, rules or regulations of any public authority having jurisdiction over the Project requires any portion of the Work to be specifically inspected, tested or approved, Contractor shall assume full responsibility therefore, pay all costs in connection therewith and furnish to the County the required certificates of inspection, testing or approval. All inspections, tests or approvals shall be performed in a manner and by organizations acceptable to the County. 27. ■ PROTECTION OF WORK. A. Contractor shall fully protect the Work from loss or damage and shall bear the cost of any such loss or damage until final payment has been made. If Contractor or anyone for whom Contractor is legally liable is responsible for any loss or damage to the Work, or other work or materials of the County or County's separate contractors, Contractor shall be charged with the same, and any monies necessary Page 10 of 18 Fixed Term Service Multi-Contractor Agreement [2025__ver.21 cAO 16E2 .i1 to replace such loss or damage shall be deducted from any amounts due to Contractor. B. Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. C. Contractor shall not disturb any benchmark established by the County with respect to the Project. If Contractor, or its subcontractors, agents or anyone, for whom Contractor is legally liable, disturbs the County's benchmarks, Contractor shall immediately notify the County. The County shall re-establish the benchmarks and Contractor shall be liable for all costs incurred by the County associated therewith. 28. SUBMITTALS AND SUBSTITUTIONS. Any substitution of products/materials from specifications shall be approved in writing by the County in advance. 29. CHANGES IN THE WORK. The County shall have the right at any time during the progress of the Work to increase or decrease the Work. Promptly after being notified of a change, Contractor shall submit an estimate of any cost or time increases or savings it foresees as a result of the change. Except in an emergency endangering life or property, or as expressly set forth herein, no addition or changes to the Work shall be made except upon modification of the Purchase Order by the County, and the County shall not be liable to the Contractor for any increased compensation without such modification. No officer, employee or agent of the County is authorized to direct any extra or changed work orally. Any modifications to this Agreement shall be in compliance with the County Procurement Ordinance and Procedures in effect at the time such modifications are authorized. 30. AGREEMENT TERMS. If any portion of this Agreement is held to be void, invalid, or otherwise unenforceable, in whole or in part, the remaining portion of this Agreement shall remain in effect. 31 . ADDITIONAL ITEMS/SERVICES. Additional items and/or services may be added to this Agreement in compliance with the Procurement Ordinance, as amended, and Procurement Procedures. 32. DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of Contractor with full decision-making authority and by County's staff person who would make the presentation of any settlement reached during negotiations to County for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed-upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of Contractor with full decision-making authority and by County's staff person who would make the presentation of any settlement reached at mediation to County's board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat. Page 11 of 18 Fixed Term Service Multi-Contractor Agreement [2025 ver.21 CA 16E2 33. VENUE. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County. Florida, which courts have sole and exclusive jurisdiction on all such matters. PERSONNEL. The Contraw^, 34. i KEY_ The �.,I,Llu�tor's-personnel..-arm---manayreL.,morat to be utilized forL� this-project-shall be knowledgeable"-in--their,.Jar`eas of exper ti Se."'.""-The""County...-r-reserves-the right-to perform investigations as,m'f�.ly".be.'deae i ed necessary-to-ensure that competent persons ‘will...hn utilized in the performance of the AireeiTie T,h -Gontrantnr.shall assign Ner0on0pI IJL, LAL111LVl.4 III alll. performance V111 ILAIlVli IdI Lflli I ,yl Vl,l I1V,] L " "I�ILI LAVIIJI shall assign a s many-peapie as necessary to complete the services on a-timely basis, and each person anr+,rinn L: all be available for •-,n amount f time ardnnl latn,tor� meet the, rnnl lirerd sers1' UJ0E>I II>d'-s'"'LIII'NI. UVUIIUL/II. for LAII LAI IIVIAI IL of time LAU., .1 ULALV' LIJ II IVVL"LI the II.I:t N11 I.aA JVI VI - datesrdates Th.a Contractor shall not change Key Personnel Unless the following conditions [are . I IIV""Contractor shall not change I I.IJJIIIIVI LAIIII.JJ LIII., IVIIVVY111 VJIILAILIVIIJ LAM. met: (I\ Proposed replacements have substantially the same or. better qualifications andkr experience. (2) that the County-is-notified in-writing-as far in advance as possible, shall make commercially r\ asona.ble efforts to nootify Collier Count within seven.(7)--days of-the change. The._County.rotains--final approval of proposed replacement personneh ■ AGREEMENT STAFFING. The Contractor's personnel and management to be utilized for this Agreement shall be knowledgeable in their areas of expertise. The County reserves the right to perform investigations as may be deemed necessary to ensure that competent persons will be utilized in the performance of the Agreement. The Contractor shall assign as many people as necessary to complete required services on a timely basis, and each person assigned shall be available for an amount of time adequate to meet required services. 35. I ORDER_OF.PRFt- r-IENCE I.n,,.,the event-of:any between,or among the terms V l'IV LI♦''VL I�VV VV VI�V�. "'LAII conflict between a..IVI among the terms of any-of the Contract Document"sr"the'-terms-Ills of solicitation, he--Contractor's Proposal; and/or-the Board approved-ExecutiveSummary, the- Contract Documents-shall LAlruly take precedence. LULU. LJII. /P,IAGI IVI.. ORDER OF PRECEDENCE (Grant Funded). In the event of any conflict between or among the terms of any of the Contract Documents and/or the County's Board approved Executive Summary, the terms of the Agreement shall take precedence over the terms of all other Contract Documents, except the terms of any Supplemental Conditions shall take precedence over the Agreement. To the extent any conflict in the terms of the Contract Documents cannot be resolved by application of the Supplemental Conditions, if any, or the Agreement, the conflict shall be resolved by imposing the more strict or costly obligation under the Contract Documents upon the Contractor at County's discretion. 36. ASSIGNMENT. Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of the County. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the County's consent, shall be void. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its Page 12 of 18 Fixed Term Service Multi-Contractor Agreement [2025 ver.21 ;. A( 16E2 assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward the County. 37. SECURITY. The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least 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-FMOPSCadcolliercountvfl.gov) whenever an employee assigned to Collier County separates from their employment. This notification is critical to ensure the continued security of Collier County facilities and systems. Failure to notify within four (4) hours of separation may result in a deduction of $500 per incident. Collier County Sheriff's Office (CCSO) requires separate fingerprinting prior to work being performed in any of their locations. This will be coordinated upon award of the contract. If there are additional fees for this process, the Contractor is responsible for all costs. 38. ICJ SAFETY. All Contractors and subcontractors performing service for Collier County are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Also, all Contractors and subcontractors shall be responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. Collier County Government has authorized the Occupational Safety and Health Administration (OSHA) to enter any Collier County Facility, property and/or right-of-way for the purpose of inspection of any Contractor's work operations. This provision is non- negotiable by any division/department and/or Contractor. All applicable OSHA inspection criteria apply as well as all Contractor rights, with one exception. Contractors do not have the right to refuse to allow OSHA onto a project that is being performed on Collier County Property. Collier County, as the owner of the property where the project is taking place shall be the only entity allowed to refuse access to the project. However, this decision Page 13 of 18 Fixed Term Service Multi-Contractor Agreement [2025_ver.2] CAO 16E2 shall only be made by Collier County's Risk Management Division Safety Manager and/or Safety Engineer. 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 Crxstal K. .Kipzel, Clerk of the Circuit COLLIER COUNTY, FLORIDA WI nd'Crorr tr r ` By:',-, ;ar 0 B r • y: '', Dan Kowa! , Chairman ',Vated:f�`i1S(({4♦ 5/ J t TV f Contractor's Witnesses: Tamiami Ford,Inc Contractor DBA 21 4/Gi ' 7 By: Contractor's it t Witness Signature 1d 'riZ(--- r. z_Lf/1 s ,Q,Q,.S/p '2,7` IJaCO1)(20 ka2yo TType/print signature and titlet TTYp p e/ ri I ess namt Contractor's cond Witness TType/print witness nameT r ed a For and Legality: CounA Attorney U . ��A. 1 Print Name Page 14 of 18 Fixed Term Service Multi-Contractor Agreemen [2025._ver.2] (. , 16E2 "°0 Exhibit A Scope of Services ■ following this page (pages 1 through 4 ) fi this exhibit is not applicable Page 15 of 18 Fixed Term Service Multi-Contractor Agreement [2025_ver.2] CAO Exhibit A-Scope of Services 1 6 E 2 #25-8399 "OEM FORD& MOTORCRAFT PARTS, FLUIDS AND SUPPLIES" Primary services for this agreement is awarded to Tamiami Ford, Inc. Purchases from secondary may be made when the Primary Vendor does not have the desired part in stock, when the Primary Vendor cannot meet the required delivery time or if quality and warranty exceed the need for lowest cost. Product quality, warranty, or service level from a secondary vendor is deemed superior and, in the County's, best interest.The County reserves the right to seek services outside of the contract if the Primary or Secondary Vendors are unable to perform. The Vendors will provide Original Equipment Manufacturer(OEM)and Aftermarket parts for Collier County Fleet Management, and the solicitation is divided into three(3)Categories: Category 1: Ford and Motorcraft OEM Parts, Fluids, and Supplies- Includes any genuine Ford and Motorcraft parts, fluids, and supplies offered by authorized Ford/Motorcraft dealers or distributors. Vendors are expected to provide access to OEM parts catalogs, diagrams, online platforms, or manufacturer price lists. Category 2: Ford and Rotunda OEM Service and Diagnostic Tools- This includes Ford and Rotunda diagnostic, and specialty tools required for maintenance and repairs in accordance with manufacturer guidelines. Vendors must provide a detailed list of tool part numbers, prices, and discounts associated. Category 3: Ford and Motorcraft Accessories- Includes all available Ford and Motorcraft accessories. Section 1. Bid Schedule Requirements: • Vendors must complete all line items within Section 1 Category Percentage Discount and Section 2, Sample Items Pricing Listing, including the list price source or website to be considered responsive. If no percentage discount is offered, indicate with"0%" in Section 1, Category. • The bid cost shall reflect the net delivered prices based on the current published price lists, less a firm fixed discount percentage.The resulting cost per item must include shipping and handling charges except for special order or next-day air purchases. Trade-in discounts will be determined at the time of sale. • The bid schedule line items are representative,not exhaustive.Actual purchases will include OEM parts, fluids, tools, accessories, software, and diagnostic items as needed. • The vendor is required to furnish descriptive literature,technical data and service information for the items offered at the request of the County. The online catalog access must be provided if applicable. • Vendor shall maintain, and keep current, price lists used for this solicitation.All price lists shall be provided at no cost to the County. Online catalog access must be provided if applicable. • Percentage discounts shall remain firm for the term of the awarded contract. • Revised Price Lists will be accepted at least seven(7) days prior to the effective date of the changes. The revised prices will not become effective until revised list(s)are submitted to the Fleet Management Division under the vendor cover letter identifying the applicable contract agreement number and approved by both the Fleet Management Division and Procurement Services Division. • The County shall be charged according to the bid schedule. Section 2. General Requirements: • All parts must meet or exceed all OEM specifications and requirements. Page 1 of 4 Exhibit A—Scope of Services CAO 16E2 • All parts should have a minimum warranty period of twelve(12)months or 12,000 miles,that covers both the failed part(s) and labor to replace the failed part(s). If the Original Equipment Manufacturer's warranty is greater than twelve(12) months or 12,00 miles than those greater warranty terms will be honored in place. • All non-power hand tools provided under the awarded contract shall carry a lifetime 100%replacement warranty for breakage. • All other power and non-power tools shall have a minimum ninety (90)day full warranty. Section 3. Business Hours: • The Fleet Management Division's normal hours of operation are 6:30 AM to 5:00 PM, Monday—Friday excluding County Holidays. Section 4. Delivery: • County stock orders shall be delivered by the vendor within forty-eight hours(48) hours after being ordered by the County. • Non-stock orders shall be delivered within forty-eight(48) hours of order. • Emergency parts orders shall be delivered within twenty-four(24)hours of order.The County shall determine when an emergency condition exists and shall notify the vendor or such. • Special order parts shall be delivered within forty-eight(48)hours of order time. • Vendor may charge the County additional freight charges for overnight delivery requirements.No freight charges shall be more than that billed to the vendor. Vendor shall not establish minimum order criteria as a delivery condition. • When stated delivery times cannot be met, the vendor shall notify the Fleet Management Division immediately Section 5. Delivery Location: Delivery locations will be: Shop 1: 2901 County Barn Rd, Naples, FL 34112 Shop 2: 425 Sgt Joe Jones Rd, Immokalee FL 34142 Shop#3: 4800 Davis Blvd Naples, FL 34104 Shop#4: 8300 Radio Rd,Naples FL 34104 Additional delivery times and locations will be identified by other governmental entities if purchased from the awarded contract. Section 6. Packing Slip and/or Delivery Ticket: The vendor shall enclose a complete packing slip or delivery ticket with any items to be delivered. The packing slip shall be attached to the shipping carton(s)that contain the items and shall be made available to the County's authorized representative during delivery. Page 2 of 4 Exhibit A—Scope of Services CAO 16E2 The packing slip or delivery ticket shall include, at a minimum,the following information: • Purchase Order Number • Date of Order • Complete listing of items being delivered • Back-order quantities and estimated delivery date of back-orders, if applicable and allowable The County's receiving representative has the authority to reject shipments that do not conform to this requirement. Section 7. Back Orders: All back orders must be filled within five(5) business days. If a vendor experiences a back order of items from its manufacturer or distributor, the vendor shall ensure that such back orders are filled within five(5) business days after the required delivery date. In these cases, the vendor must notify the County of these back orders in advance of the delivery date so appropriate steps can be taken by the County to prevent inadequate stock levels or stock-outs. It is understood and agreed,the vendor shall not invoice the County for back ordered items until such back orders are delivered and accepted by the County's authorized representative. It is understood and agreed that the County may, at its discretion, verbally cancel back orders after the grace period identified in this paragraph has lapsed and seek the items from another vendor. Section 8.Product Recall: Vendor(s) awarded contract(s) under this solicitation shall be required to notify the Collier County Fleet Management Division of any manufacturer's recalls regarding items ordered under said contracts. The vendor shall contact the Fleet Management Division by phone within two (2) hours of notification by the manufacturer and shall follow up in writing within twenty-four(24)hours. Section 9. Returns: Parts, tools, supplies, or accessories found to be of inferior quality, defective or damaged in transit, shall be replaced at the expense of the vendor. Parts, tools, supplies or accessories ordered in error and unused by the County shall be returned to the vendor and the vendor shall refund/credit the original price to the County.No restocking fees or surcharges shall be charged to the County, including obsolete and overstock parts. Page 3 of 4 Exhibit A—Scope of Services CA0 16E2 Section 10. Invoicing: Vendor invoices and credit vouchers must reference • Purchase Order Number • Part number • Quantity • List Price from price list referenced in this bid • Discounted price for each part and supply item Each invoice and credit voucher must bear a unique invoice number. Section 11. Core Charges: When applicable,separate core charges are permissible and there shall be separate line items on the invoice. When a core is provided to the vendor by the County,a separate credit voucher will be issued by the vendor. The bid percentage discounts do not apply to core charges. Price Modifications: Prices shall remain firm for the initial term of this contract.Requests for consideration of a price adjustment must be made prior to the contract renewal date thereafter and submitted in writing to the Division Director of Fleet. Price adjustments are based on documented manufacturer price increases. The Procurement Director or designee has the authority to approve price adjustments in accordance with the Procurement Ordinance, as amended. Price increase requests are not guaranteed. If approved, the Contractor will be notified in writing with the effective date of any approved price increases. The County may,after examination,refuse to accept the adjusted rates if they are not properly documented, or considered to be excessive,or if decreases are considered to be insufficient. In the event the County does not wish to accept the adjusted rates and the matter cannot be resolved to the satisfaction of the County, a contract termination will be processed. Page4of4 Exhibit A—Scope of Services CAO 16E2 Exhibit B Fee Schedule following this page (pages through 1 ) Page 16 of 18 Fixed Term Service Multi-Contractor Agreement [2025_ver.2] 'CY(' • 16E2 Exhibit B - Fee Schedule 25-8399 "OEM Ford&Motorcraft Parts, Fluids and Supplies" Primary:Tamiami Ford, Inc. Category Percentage discount OEM Ford and Motorcraft Parts,Fluids,&Supplies LIST-31% Ford and Rotunda OEM Service&Diagnostic Tools COST+15% Ford and Motorcraft Accessories LIST-14% Category Part Number Part Description I Percentage BID COST 1 Discount OEM ford and Motorcraft Parts,Fluids,&Supplies FP92 FILTER CABIN 230266 31% $23.43 OEM Ford and Motorcraft Parts,Fluids,&Supplies FL3Z15632A23A CUSHION SEAT DRIVER 31% $87.34 OEM Ford and Motorcraft Parts,Fluids,&Supplies LC3Z9601A FILTER AIR FA1950 200906 31% $40.27 OEM Ford and Motorcraft Parts,Fluids,&Supplies GC426A785D SEPARATOR ASSY OIL 6.71(2017) 31% $223.91 OEM Ford and Motorcraft Parts,Fluids,&Supplies PC3Z3304C ROD DRAG LINK MDF30 31% $236.62 OEM Ford and Motorcraft Parts,Fluids,&Supplies BR2087A BRAKE PADS FT AU2Z2V001F 31% $45.99 Ford and Rotunda OEM Service&Diagnostic Tools 310--230 REMOVER,FUEL INJECTOR COST+15% $279.84 Ford and Motorcraft Accessories FL3216450FB F-1513 SuperCrew°2015-2025 Black Aluminum 5"Step Bars 14% $559.00 OEM Ford and Motorcraft Parts,Fluids,&Supplies PC3Z3A131G R/TIE ROD OUTER MEF625/MEF3S5 31% $70.38 OEM Ford and Motorcraft Parts,Fluids,&Supplies BRF1547 BRAKE PADS REAR BRF1976 HC3Z2200D 31% $105.11 OEM Ford and Motorcraft Parts,Fluids,&Supplies KH810 HEATER HOSE WATER FL3Z18472C 31% $124.20 OEM Ford and Motorcraft Parts,Fluids,&Supplies GC3292788 SWITCH OIL PRESSURE SW8368 31% $21 76 OEM Ford and Motorcraft Parts,Fluids,&Supplies BC3Z6C535A INJECTOR SEAL/VALVE COVER 31% $13.92 OEM Ford and Motorcraft Parts,Fluids,&Supplies TPMS62 SENSOR TIRE PRESSURE FOR STEEL WHEEI 31% $57.70 OEM Ford and Motorcraft Parts,Fluids,&Supplies BRF2011 BRAKE PADS FRONT HC3Z2001B BRF1534 T 31% $106.61 Ford and Rotunda OEM Service&Diagnostic Tools 164-R9865 VCM3 WITH P2P WIFI COST+15% $1,263.85 OEM Ford and Motorcraft Parts,Fluids,&Supplies hc3z1130v CAP HUB FRONT METAL 31% $95.50 OEM Ford and MotorcrafbParts,Fluids,&Supplies 5TG478 GEAR BOX HC3Z3504E F550 12-17 31% $801.97 OEM Ford and Motorcraft Parts,Fluids,&Supplies BRSD1066A PADS/FRONT/REAR 05-13 EMS F450/550 31% $68.99 OEM Ford and Motorcraft Parts,Fluids,&Supplies HC3Z15175C SEAL,REAR AXLE 31% $52.99 OEM Ford and Motorcraft Parts,Fluids,&Supplies AC3Z12B591C SENDER TEMPERATURE ASSY 31% $172.50 Ford and Motorcraft Accessories VPL3Z15600A04A F-150 2021-2025 Decked Drawer System for 5.5 ft Bec -14% $1,899.74 OEM Ford and Motorcraft Parts,Fluids,&Supplies FT187 FILTER TRANSMISSION 31% $56.20 Ford and Rotunda OEM Service&Diagnostic Tools 303-1514 INSTALLER,REAR CRANK SEAL COST+15% $941.33 OEM Ford and Motorcraft Parts,Fluids,&Supplies HC3Z6F073B CHARGE AIR PIPE(2017-2019) 31% $140.30 OEM Ford and Motorcraft Parts,Fluids,&Supplies WG335 PUMP WASHER JL3Z17664A 31% $44.54 OEM Ford and Motorcraft Parts,Fluids,&Supplies BRF1966 BRAKE PADS REAR FL3Z2200E 31% $68.99 Ford and Rotunda OEM Service&Diagnostic Tools 303-1508 INSTALLER,FRONT CRANK SEAL COST+15% $251.65 OEM Ford and Motorcraft Parts,Fluids,&Supplies FP74 FILTER CABIN AIR 45AP28 31% $23.43 OEM Ford and Motorcraft Parts,Fluids,&Supplies 91826730A DRAINPLUG,FORD 5.0 F150 E17Z67308 31% $4.08 OEM Ford and Motorcraft Parts,Fluids,&Supplies XT12QULV MERCON ULV TRANS FLUID 14% $7.78 OEM Ford and Motorcraft Parts,Fluids,&Supplies F81Z1A124AA NUT AXLE LOCK 31% $55.72 Ford and Motorcraft Accessories VNZ6Z99406A10A Maverick 2022-2025 Tailgate Assist 14% $43.00 OEM Ford and Motorcraft Parts,Fluids.&Supplies DG564 IGNITION COIL -31% $68.12 Ford and Motorcraft Accessories VGL3Z99501A42CB F-150 2015-2025 Hard Rolling Truck Bed Cover 14% $1,056.94 OEM Ford and Motorcraft Parts,Fluids,&Supplies DG9Z7213EA KNOB SHIFTER TRANSIT 31% $80.96 OEM Ford and Motorcraft Parts,Fluids,&Supplies BR1774 BRAKE PADS FRONT TRANSIT 250 31% $45.99 Ford and Rotunda OEM Service&Diagnostic Tools 164-R9872 IDS Package Includes VCM3 Kit with Getac A140 Tablet COST 15% $4,483.85 OEM Ford and Motorcraft Parts,Fluids,&Supplies TPMS35 SENSOR TIRE PRESSURE 31% $57.70 OEM Ford and Motorcraft Parts,Fluids,&Supplies BRF1959 BRAKE PADS REAR KL3Z2200C 31% $68.99 OEM Ford and Motorcraft Parts,Fluids,&Supplies BRRF4B3 REAR BRAKE DISC FL3Z2CO26D 31% $97.74 Ford and Motorcraft Accessories ML3Z16I3300BA F-150 SuperCrew 2021-2025 3pc All-Weather Floor Liner 14% $193.50 OEM Ford and Motorcraft Parts,Fluids,&Supplies BR1775 BRAKE PADS REAR TRANSIT 250 31% $45.99 OEM Ford and Motorcraft Parts,Fluids,&Supplies MM1378 BLOWER MOTOR ASSY FL3Z19805F 31% $243.38 CAQ 16E2 Exhibit C Affidavit Regarding Labor and Services following this page Page 17 of 18 Fixed Term Service Multi-Contractor Agreement [2025_ver.2] CA() 16E2 AF1'11)AVl•l'REGARDING I,AiIOR AND SERVICF,S ANI)CONTRACTING WI III EN PITIES OF FOREIGN COUNTRIES OF CONCERN PROHIBITED t) 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 tinder 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 1,202S,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: TAM I A•M/ /=17,2.0 /N L. Address: /v7f A4 2T- Pti 14-1•e/ 20 .v• rG476rel Phone Number: 0349- 6 rl3 3673 Authorized Representative's Name: /i 9 2r LE/s Authorized Representative's Title: ,/lt sj,�J 9417- Email Address: T—el411,4 y1/ L • /ef I, /flAp i3e4r T �LGEiP S (Name of Authorized Representative), as authorized representative attest under penalty of perjury that 'y i4m, .A.At /eo,e)) /vC (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 tinder 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 of perjury lare that I have read the foregoing Affidavit and that the facts stated in it arc true. (Signature of autthhori d re esentative) Date STATE OF t t. COUNTY OF edb . Sworn to(or affirmed):rid subscribed fore me,by means of fa physical presence or 0 online notarization this 9" day • 4 ,20 2,,by t• ZdIlet2S (Name of Afliant),who produced his Florida Driver's License as identify ion. / 01r' Notary Pu ` a.�i \ ANGELICA IA ARIAS 04)/-? ► "7n ? 1 ^ 1 Notary Publk•State of Florida r (( 7 fill Commission t HH 441924 Commission Expires 1 \ a'a''' MAy Comm.Ezptres Jun t,202e Bonded through National Notary Assn. 1 AergeromewallomPorgerwrevissiewft Personally Known MOlt Produced Identification 0 Type of Identification Produced: . 16E2 Other Exhibit/Attachment Description: Federal Contract Provisions and Assurances ■� following this page (pages through 8 ) this exhibit is not applicable Page 18 of 18 Fixed Term Service Multi-Contractor Agreement [2025_ver.2] CAO 1 6 E 2 FEDERAL CONTRACT PROVISIONS AND ASSURANCES COLLIER COUNTY Acceptance of FEDERAL clauses Federal Transit Administration This project activity is funded In whole or in part by the Federal Government, or an Agency thereof. Federal Law requires that the Applicant's contracts relating to the project include certain provisions. NT uniform requirements of federal awards (2 OFR Part 200.23)the definition of CONTRACTOR is an entity that receives a contrect(including a pectese order). ACCESS TO RECORDS AND REPORTS(Applies to Subcontracts at every tier) a. Record Retention. The Contractor will retain and will require its subcontractors of all tiers to retain, complete and readily accessible records related In whole or in part to the contract,including,but not limited to,data, documents,reports, statistics, sub-agreements, leases, subcontracts, arrangements, other third-party agreements of any type, and supporting materials related to those records. b. Retention Period, The Contractor agrees to comply with the record retention requirements in accordance with 2 C.F.R. §200.333.The Contractor shall maintain all books, records, accounts and reports required under this Contract for a period of at not less than three(3)years after the date of termination or expiration of this Contract,except in the event of litigation or settlement of claims arising from the performance of this Contract, in which case records shall be maintained until the disposition of all such litigation, appeals,claims or exceptions related thereto. c. Access to Records. The Contractor agrees to provide sufficient access to FTA and its contractors to inspect and audit records and information related to performance of this contract as reasonably may be required. d. Access to the Sites of Performance. The Contractor agrees to permit FTA and its contractors access to the sites of performance under this contract as reasonably may be required. CLEAN AIR AND WATER POLLUTION CONTROL ACTS The Contractor agrees: 1)It will not use any violating facilities; 2)It will report the use of facilities placed on or likely to be placed on the U.S. EPA"List of Violating Facilities;" 3)It will report violations of use of prohibited facilities to FTA;and 4) It will comply with the inspection and other requirements of the Clean Air Act, as amended, (42 U.S.C, §§ 7401 —7671q);and the Federal Water Pollution Control Act as amended, (33 U.S.C.§§ 1251-1387). 5)The Contractor also agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or In part with Federal assistance provided by FTA. DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION The Contractor shall comply and facilitate compliance with U.S. DOT regulations, "Nonprocurement Suspension and Debarment," 2 c.F.R, part 1200, which adopts and supplements the U.S. Office of Management and Budget (U.S. OMB) "Guidelines to Agencies on Governmentwide Debarment and Suspension (Nonprocurernent)," 2 C,F,R, part 180. These provisions apply to each contract at any tier of$25,000 or more, and to each contract at any tier for a federally required audit(irrespective of the contract amount), and to each contract at any tier that must be approved by an FTA official irrespective of the contract amount. As such, the Contractor shall verify that its principals, affiliates, and subcontractors are eligible to participate in this federally funded contract and are not presently declared by any Federal department or agency lobe: a) Debarred from participation In any federally assisted Award; b) Suspended from participation In any federally assisted Award; c) Proposed for debarment from participation in any federally assisted Award; d) Declared ineligible to participate in any federally assisted Award; e) Voluntarily excluded from participation in any federally assisted Award;or f) Disqualified from participation in ay federally assisted Award. By signing and submitting its bid or proposal,the bidder or proposer certifies as follows: The certification in this clause is a material representation of fact relied upon by the COUNTY. If It is later determined by the COUNTY that the bidder or proposer knowingly rendered an erroneous certification, in addition to remedies available to the COUNTY, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. The bidder or proposer agrees to comply with the requirements of 2 C.F.R. part 180, subpart C. as supplemented by 2 C.F.R.part 1200,while this offer is valid and throughout the period of any contract that may arise from this offer.The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. FEDERAL PROVISIONS CAO 1 6 E 2 FEDERAL CONTRACT PROVISIONS AND ASSURANCES DOMESTIC PREFERENCE FOR PROCUREMENTS a)As appropriate and to the extent consistent with law, the non-Federal entity should, to the greatest extent practicable under a Federal award, provide a preference for the purchase, acquisition, or use of goods, products, or materials produced in the United States (including but not limited to iron, aluminum, steel, cement, and other manufactured products). The requirements of this section must be included in all subawards including all contracts and purchase orders for work or products under this award. (h) For purposes of this section: (1) "Produced in the United States" means, for iron and steel products, that all manufacturing processes,from the Initial melting stage through the application of coatings, occurred in the United States,(2)"Manufactured products"means Items and construction materials composed in whole or In part of non-ferrous metals such as aluminum; plastics and polymer-based products such as polyvinyl chloride pipe; aggregates such as concrete; glass, including optical fiber; and lumber. In accordance with 2 CFR § 184.2(a), the standards of 49 CFR Part 651 to iron,steel,and manufactured products shall apply. ENERGY CONSERVATION (Applies to subcontracts at every tler) The contractor agrees to comply with mandatory standards and policies relating to energy efficiency which are contained In the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act, FEDERAL CHANGES Contractor shall at all times comply with all applicable FTA regulations, policies, procedures and directives,including without limitation those listed directly or by reference in the Master Agreement between Purchaser and FTA,as they may be amended or promulgated from time to time during the term of this contract. Contractor's failure to so comply shall constitute a material breach of this contract. FEDERAL TAX LIABILITY AND FELONY CONVICTIONS (1) Transactions Prohibited. (I) Prior to any award, the County will obtain from the prospective Contractor a certification that the Contractor—(A) Does not have any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and (B)Was not convicted of the felony criminal violation under any Federal law within the preceding 24 months. (II)If the Contractor cannot so certify, the County agrees to refer the matter to the FTA and not to enter into any agreement with the Contractors without FTA's written approval.(2)The County agrees to require all Contractors to flow this requirement down to participants at all lower tiers,without regard to the value of any subagreement, INCORPORATION OF FEDERAL TRANSIT ADMINISTRATION(FTA)TERMS The preceding provisions Include,in part,certain Standard Terms and Conditions required by DOT,whether or not expressly set forth In the preceding contract provisions.All contractual provisions required by DOT,as set forth in FTA Circular 4220,1F, are hereby incorporated by reference.Anything to the contrary herein notwithstanding,all FTA mandated terms shall be deemed to control in the event of a conflict with other provisions contained in this Agreement,The Contractor shall not perform any act,fail to perform any act,or refuse to comply with any COUNTY requests which would cause the COUNTY to be in violation of the FTA terms and conditions. LOBBYING Contractors who apply or bid for an award of $100,000 or more shall file the certification required by 49 CFR part 20, "New Restrictions on Lobbying." Each tier certifies to the tier above that It will not and has not used Federal appropriated funds to pay any person or organization for Influencing or attempting to Influence an officer or employee of any agency,a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352, Each tier shall also disclose the - name of any registrant under the Lobbying Disclosure Act of 1995 who has made lobbying contacts on its behalf with non- Federal funds with respect to that Federal contract, grant or award covered by 31 U.S.C. 1352, Such disclosures are forwarded from tier to tier up to the recipient. Executive lobbying costs. Costs incurred in attempting to Improperly influence either directly or indirectly, an employee or officer of the executive branch of the Federal Government to give consideration or to act regarding a Federal award or a regulatory matter are unallowable. Improper Influence means any influence that induces or tends to induce a Federal employee or officer to give consideration or to act regarding a Federal award or regulatory matter on any basis other than the merits of the matter, NO GOVERNMENT OBLIGATION TO THIRD PARTIES(Applies to subcontracts at every tier) (1) The County and Contractor acknowledge and agree that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or award of the underlying contract, absent the express written consent by the Federal Government,the Federal Government is not a party to this contract and shall not be subject to any obligations or liabilities to the Recipient,Contractor,or any other party(whether or not a party to that contract)pertaining to any matter resulting from the underlying contract. FEDERAL PROVISIONS-2 CAO 16E2 FEDERAL CONTRACT PROVISIONS AND ASSURANCES (2) The Contractor agrees to Include the above clause in each subcontract financed in whole or in part with Federal assistance provided by FTA, It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions. PROCUREMENT OF RECOVERED MATERIALS (1) In the performance of this contract, the Contractor shall make maximum use of products containing recovered materials that are EPA-designated items unless the product cannot be acquired—i,Competitively within a timeframe providing for compliance with the contract performance schedule; II. Meeting contract performance requirements;or Ili.At a reasonable price.(2)Information about this requirement,along with the list of EPA-designate Items, is available at EPA's Comprehensive Procurement Guidelines web site, httos;//www.eoastov!smmlcomprehensive-procurement-ouideline-clap-oronram PROHIBITION ON CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT Recipients and subrecipients are prohibited from obligating or expending loan or grant funds to: 1. Procure or obtain; 2. Extend or renew a contract to procure or obtain;or 3. Enter into a contract (or extend or renew a contract)to procure or obtain equipment, services, or systems that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. As described in Public Law 115-232, section 889, covered telecommunications equipment is telecommunications equipment produced by Hu.rawei Technologies Company or ZTE Corporation(or any subsidiary or affiliate of such entitles). I. For the purpose of public safety, security of government facilities, physical security surveillance of critical infrastructure, and other national security purposes, video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company,or Dahua Technology Company(or any subsidiary or affiliate of such entities), N. Telecommunications or video surveillance services provided by such entities or using such equipment. III. Telecommunications or video surveillance equipment or services procured or provided by an entity that the Secretary of Defense, In consultation with the Director of the National Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled by, or otherwise connected to,the government of a covered foreign country. In implementing the prohibition under Public Law 115-232, section 889, subsection (f), paragraph (1), heads of executive agencies administering loan, grant, or subsidy programs shall prioritize available funding and technical support to assist affected businesses, institutions and organizations as is reasonably necessary for those affected entities to transition from covered communications equipment and services, to procure replacement equipment and services, and to ensure that communications service to users and customers is sustained. See Public Law 115- 232,section 889 for additional information.See also§200.471. PROGRAM FRAUD OR FALSE OR FRAUDULENT STATEMENTS OR RELATED ACTS The contractor acknowledges that 31 U,S.C, Chap, 38 (Administrative Remedies for False Claims and Statements) applies to the contractor's actions pertaining to this contract." NOTIFICATION TO FTA If a current or prospective legal matter that may affect the Federal Government emerges, the County must promptly notify the FTA Chief Counsel and FTA Regional Counsel for the Region in which the County is located.Tho Recipient must include a similar notification requirement in its Third-Party Agreements and must require each Third Party Participant to include an equivalent provision In its sub agreements at every tier,for any agreement that is a"covered transaction"according to 2 C.F.R. §§ 180.220 and 1200.220. (1)The types of legal matters that require notification Include, but are not limited to, a major dispute,breach,default, litigation, or naming the Federal Government as a party to litigation or a legal disagreement in any forum for any reason. (2) Matters that may affect the Federal Government include, but are not limited to, the Federal Government's interests In the Award, the accompanying Underlying Agreement, and any Amendments thereto, or the Federal Government's administration or enforcement of federal laws, regulations,and requirements. (3) The County must promptly notify the U.S. DOT Inspector General in addition to the FTA Chief Counsel or Regional Counsel for the Region in which the Recipient is located, if the Recipient has knowledge of potential fraud, waste, or abuse occurring on a Project receiving assistance from FTA. The notification provision applies if a person has or may have submitted a false claim under the False Claims Act. 31 U,S.C. § 3729 et seq.,or has or may have committed a criminal or civil violation of law pertaining to such matters as fraud, conflict of interest, bribery, gratuity, or similar misconduct, This responsibility occurs whether the Project is subject to this Agreement or another agreement between the Recipient and FTA,or an agreement involving a principal,officer,employee, agent,or Third- FEDERAL.PROVISIONS-3 CA0 16E2 FEDERAL. CONTRACT PROVISIONS AND ASSURANCES Party Participant of the Recipient, It also applies to subcontractors at any tier. Knowledge,as used in this paragraph, includes, but is not limited to, knowledge of a criminal or civil investigation by a Federal, state, or local law enforcement or other investigative agency, a criminal Indictment or civil complaint, or probable cause that could support a criminal indictment,or any other credible information In the possession of the Recipient. DHS SEAL,LOGO,AND FLAGS The contractor shall not use the DhIS seal(s),logos,crests,or reproductions of flags or likenesses of OHS agency officials without specific FTA pre-approval, TRAFFICKING IN PERSONS The contractor agrees that it and its employees that participate in the Recipient's Award,may not; (a)Engage in severe forms of trafficking in persons during the period of time that the Recipient's Award is in effect; (b) Procure a commercial sex act during the period of time that the Recipient's Award is in effect; or (c)Use forced labor in the performance of the Recipient's Award or subagreements thereunder. SAFE OPERATION OF MOTOR VEHICLES Seat Belt Use The Contractor is encouraged to adopt and promote on- the-job seat belt use policies and programs for its employees and other personnel that operate company-owned vehicles, company rented vehicles, or personally operated vehicles. The terms "company-owned" and 'company- leased"refer to vehicles owned or leased either by the Contractor or Agency,Distracted Driving The Contractor agrees to adopt and enforce workplace safety policies to decrease crashes caused by distracted drivers,Including policies to ban text messaging while using an electronic device supplied by an employer,and driving a vehicle the driver owns or rents,a vehicle Contactor owns,leases,or rents,or a privately-owned vehicle when on official business in connection with the work performed under this Contract, TERMINATION (Applies to subcontracts at every tier in excess of $10,000) Unless otherwise provided in this contract,should the Contractor be found to have failed to perform his services In a manner satisfactory to the County as per this Agreement, the County may terminate said Agreement for cause; further the County may terminate this Agreement for convenience with a thirty (30)day written notice. The County shall be sole judge of non-performance. In the event that the County terminates this Agreement, Contractor's recovery against the County shall be limited to that portion of the Agreement Amount earned through the date of termination,The Contractor shall not be entitled to any other or further recovery against the County,including,but not limited to,any damages or any anticipated profit on portions of the services not performed. CIVIL RIGHTS LAWS AND REGULATIONS (Applies to subcontracts at every tier) The COUNTY is an Equal Opportunity Employer, As such, the COUNTY agrees to comply with all applicable Federal civil rights laws and implementing regulations,Apart from Inconsistent requirements imposed by Federal laws or regulations, the COUNTY agrees to comply with the requirements of 49 U.S.C. §5323(h) (3)by not using any Federal assistance awarded by FTA to support procurements using exclusionary or discriminatory specifications, Under this Agreement, the Contractor shall at all times comply with the following requirements and shall include these requirements in each subcontract entered into as part thereof. 1. Nondiscrimination. In accordance with Federal transit law at 49 U.S.C. § 5332, the Contractor agrees that it will not discriminate against any employee or applicant for employment because of race,color,religion,national origin, sex, disability, gender identity or age. in addition, the Contractor agrees to comply with applicable Federal implementing regulations and other implementing requirements FTA may issue. 2. Race, Color, Religion, National Origin, Sex. In accordance with Title VII of the Civil Rights Act, as amended, 42 U.S,C. § 2000e et seq., and Federal transit laws at 49 U.S.G. § 5332, the Contractor agrees to comply with all applicable equal employment opportunity requirements of U.S. Department of Labor (U.S. DOL) regulations, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor,"41 C.F.R,chapter 60, and Executive Order No. 11246, "Equal Employment Opportunity in Federal Employment,"September 24, 1965, 42 U.S.C.§ 2000e note, as amended by any later Executive Order that amends or supersedes it, referenced in 42 §2000e note.The Contractor agrees to take affirmative action to ensure that applicants are employed,and that employees are treated during employment, without regard to their race, color, religion, national origin, or sex (including sexual orientation and gender identity). Such action shall include, but not be limited to, the following: employment, promotion, demotion or transfer, recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, Including apprenticeship. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. 3. Age. in accordance with the Age Discrimination in Employment Act, 29 U.S.C. §§ 621-634, U.S. Equal Employment Opportunity Commission (U.S. EEOC) regulations, "Age Discrimination In Employment Act,"29 C.F.R. part 1625, the Age Discrimination Act of 1975, as amended, 42 U,S,C. § 6101 of seq., U,S, Health and Human Services regulations, "Nondiscrimination on the Basis of Age in Programs or Activities Receiving Federal Financial Assistance," 45 C.F.R. part 90, and Federal transit law at 49 U.S.C, § 5332, the Contractor agrees to refrain from discrimination against present and prospective employees for reason of age. In addition, the Contractor agrees to FEDERAL PROVISIONS-4 C40 1 6 E 2 FEDERAL CONTRACT PROVISIONS AND ASSURANCES comply with any Implementing requirements FTA may issue. 4. Disabilities. In accordance with section 504 of the Rehabilitation Act of 1973, as amended, 29 U.S.C. § 794, the Americans with Disabilities Act of 1990, as amended, 42 U.S.C. § 12101 et seq., the Architectural Barriers Act of 1968, as amended,42 U.S.C.§4151 et seq.,and Federal transit law at 49 U.S.C. §5332,the Contractor agrees that it will not discriminate against individuals on the basis of disability. In addition, the Contractor agrees to comply with any implementing requirements ETA may issue. Contract Work Hours and Safety Standards for Awards Not Involving Construction The Contractor shall comply with all federal laws, regulations, and requirements providing wage and hour protections for non-construction employees,in accordance with 40 U.S.C. §3702,Contract Work Hours and Safety Standards Act,and other relevant parts of that Act, 40 U.S.C. § 3701 et seq., and U.S. DOL regulations, "Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction (also Labor Standards Provisions Applicable to Non-construction Contracts Subject to the Contract Work Hours and Safety Standards Act),"29 C.F.R.part 5. The Contractor shall maintain payrolls and basic payroll records during the course of the work and shall preserve them for a period of three (3) years from the completion of the contract for all laborers and mechanics, including guards and watchmen, working on the contract. Such records shall contain the name and address of each such employee, social security number, correct classifications, hourly rates of wages paid, daily and weekly number of hours worked,deductions made,and actual wages paid, Such records maintained under this paragraph shall be made available by the Contractor for Inspection, copying, or transcription by authorized representatives of the FTA and the Department of Labor, and the Contractor will permit such representatives to interview employees during working hours on the job. The contractor shall require the inclusion of the language of this clause within subcontracts of all tiers. FEDERAL PROVISIONS-5 CAO 16E2 FEDERAL CONTRACT PROVISIONS AND ASSURANCES Transportation I y Ocean Vessel or Ali'(as apnlicaple? FLY AMERICA REQUIREMENTS(Applies to subcontracts) The Contractor agrees to comply with the following: a)Definitions.As used in this clause-- • "International air transportation"means transportation by air between a place in the United States and a place outside the United States or between two places both of which are outside the United States. • "United States"means the 50 States, the District of Columbia, and outlying areas, • "U.S.-flag air carrier"means an air carrier holding a certificate under 49 U.S.C.Chapter411. b) When Federal funds are used to fund travel, Section 5 of the International Air Transportation Fair Competitive Practices Act of 1974 (49 U.S.C. 40118) (Fly America Act) requires contractors, recipients, and others use U.S.-flag air carriers for U.S. Government-financed international air transportation of personnel (and their personal effects) or property, to the extent that service by those carriers is available. It requires the Comptroller General of the United States,in the absence of satisfactory proof of the necessity for foreign-flag air transportation,to disallow expenditures from funds,appropriated or otherwise established for the account of the United States,for international air transportation secured aboard a foreign-flag air carrier if a U.S.-flag air carrier Is available to provide such services. c) If available, the Contractor, in performing work under this contract, shall use U.S.-flag carriers for international air transportation of personnel (and their personal effects)or property. d)In the event that the Contractor selects a carrier other than a U.S.-flag air carrier for international air transportation,the Contractor shall include a statement on vouchers involving such transportation essentially as follows; Statement of Unavailability of U.S.-Flag Air Carriers international air transportation of persons(and their personal effects)or property by U.S.-flag air carrier was not available or It was necessary to use foreign-flag air carrier service for the following reasons. See FAR§47.403.[State reesonsl: e) The Contractor shall Include the substance of this clause, including this paragraph(e),in each subcontract or purchase under this contract that may involve international air transportation, CARGO PREFERENCE REQUIREMENTS(Applies to subcontracts)Use of United States-Flag Vessels— The contractor agrees: a. At least 50 percent of any equipment, materials or commodities procured, contracted for or otherwise obtained with funds granted, guaranteed, loaned, or advanced by the U.S. Government under this agreement, and which may be transported by ocean vessel, shell be transported on privately owned United States-flag commercial vessels, If available.46 U.S.C. § 55305, and U.S. Maritime Administration regulations, "Cargo Preference—U.S.- Flag Vessels,"46 CFR Part 381.; b. Within 20 days following the date of loading for shipments originating within the United States or within 30 working days following the date of loading for shipments originating outside the United States, a legible copy of a rated, 'on-board' commercial ocean bill-of-lading in English for each shipment of cargo described In 46 CFR § 381.7(a)(1)shall be furnished to both the recipient(through the prime contractor in the case of subcontractor bills- of-lading) and to the Division of National Cargo, Office of Market Development, Maritime Administration, Washington, DC 20590.); and c. to Include these requirements in all subcontracts issued pursuant to this contract when the subcontract may involve the transport of equipment,material,or commodities by ocean vessel. Certification On behalf of my firm, I acknowledge,the grant requirements Identified in this document, Vendor/Contract Name /f l C" 1' Signature— Date //c ,C3 FEDERAL PROVISIONS-6 CA0 � �� �� �� " �m �~ w� FEOERAL �ONTRACTPROV|�|[}NOANOAS8URANCES --__ COLLIER COUNTY F-Ce'rtification RegendingDmbannen� �� N1�u��mm�|mn, mn� �thwr �mspom$|�|� a�ens '`" Primary Covered Transactions (1) Tha prospectivepr|marypertinipantcartiGeytothwbootof|tuknpw|ndge and belief, that{tand its principals: (m) Are not presently debarred, suspended, proposedfu dehannmnt, declared ineUgiNe, or voluntarily excluded from covered transactions by any Federal department or agency; /b\ Hove not within a three-year period preceding this | been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (o) Are not presently indicted for nrotherwise qimineUv or civilly charged by governmental entity (Fedara|. State or local) with commission of any of the offenses enumerated in paragraph U\/b\ of this certification; and (d) Have not within o three-year period preceding this application/proposalhad one or more transactions (2) Where the primary participant is unable to certify to any of the ehsternunta in this certification, such prospective participant shall attach an explanation to this proposal, Name Unique Entity Identification Number-T ----- �~ Title Tax |ONunn[�-F -- F|nn )/_/ _�� '/ /�(� / " _ � Street Add . Zip 8|gMature FEDERAL PROVISIONS'7 -``w 16E2 FEDERAL CONTRACT PROVISIONS AND ASSURANCES COLLIER COUNTY Certification Regarding Lobbying The undersigned certifies, to the best of his or her knowledge, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form- LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. (3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995), Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure, The Contractor, ). 1J age 1 , certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S,C, § 3801 et seq., apply to this certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 11,062, Florida Statutes., apply to this certification and disclosure, if any. Signature of Contractor's Authorized Official "`-i VA P-�'A 1' FD N me of Authorized Official and Title /3./Q6- 01)S Date FEDERAL PROVISIONS-8 OAO 16E2 . .„,,) Collier Count Procurement Services Division Form 2: Conflict of Interest Certification The Vendor certifies that,to the best of its knowledge and belief,the past and current work on any Collier County project affiliated with this solicitation does not pose a conflict of interest and is in compliance with the Procurement Ordinance,Section Seven,Ethical Standards,that states: "A consultant who participates in the drafting of a solicitation or scope or who develops a program for future implementation that gives rise to an actual conflict so as to unfairly benefit that consultant to the disadvantage of any other future firms that could competitively seek a County contract related to such program or project upon which the solicitation or scope is based,and which conflict is not otherwise curable,is not eligible to contract with the County for any other contracts dealing with that specific subject matter,and any firm in which such person has any interest is not eligible to receive such contract. However, this prohibition does not prevent a vendor who responds to a request for information from being eligible to contract with the County." The Vendor certifies that,to the best of its knowledge and belief,the past and current work on any Collier County project affiliated with this solicitation does not pose a conflict of interest as described by one of the three categories below: Biased ground rules—The firm has not set the"ground rules"for affiliated past or current Collier County project identified above (e.g., writing a procurement's statement of work, specifications, or performing systems engineering and technical direction for the procurement)which appears to skew the competition in favor of my firm. Impaired objectivity—The firm has not performed work on an affiliated past or current Collier County project identified above to evaluate proposals/past performance of itself or a competitor,which calls into question the contractor's ability to render impartial advice to the government. Unequal access to information- The firm has not had access to nonpublic information as part of its performance of a Collier County project identified above which may have provided the contractor(or an affiliate)with an unfair competitive advantage in current or future solicitations and contracts. In addition,the contractor/vendor must provide the following,if applicable: 1. All documents produced as a result of the work completed in the past or currently being worked on for the above-mentioned project;and, 2. Indicate if the information produced was obtained as a matter of p11!Llic record(in the"sunshine")or through non-public(not in the"sunshine")conversation(s),meeting(s),document(s)and/or other means. Failure to disclose all material or having a conflict of interest identified in one or more of the above three categories may result in the disqualification for future solicitations affiliated with the above referenced project(s). By the signature below,the firm(employees,officers and/or agents)certifies,and hereby discloses,that,to the best of their knowledge and belief,all relevant facts concerning past,present,or currently planned interest or activity(financial,contractual,organizational, or otherwise)which relates to the project identified above has been fully disclosed and does not pose an organizational conflict. Under penalties of perjury,I certify that the information shown on this form is correct to my knowledge and a duly corporate authorized representative with signature authority. Company Name: � l 1 1 '�.i Date: // 5-" Signature: Title: --4-IX.Vd Op-erA° nS' 1 )Y..Or Version 2 9 2.25 GAO