Loading...
Agenda 07/09/2019 Item #16E 6 (ITB #19-7584 OEM and Aftermarket Parts for Fleet)07/09/2019 EXECUTIVE SUMMARY Recommendation to award Invitation to Bid No. 19-7584, OEM and Aftermarket Parts for Collier County Fleet Management, to the following vendors: Gillig, LLC, IEH Auto Parts LLC d/b/a Auto Plus Auto Parts, Sunbelt Automotive, Inc., TPH Holdings, LLC d/b/a The Parts House, and Tamiami Ford, Inc., and authorize staff to issue purchase orders to those vendors. OBJECTIVE: To facilitate continuous availability of County vehicles and equipment for public services during normal operations and during emergency conditions. CONSIDERATIONS: The Collier County Fleet Management Division maintains over 3,000 County vehicles and equipment items manufactured by over 75 different companies. Multiple vendors are necessary to meet the frequent need for parts, accessories and tools that can come only from regional distributors, dealerships or providers of specialty items. The County requires both Original Equipment Manufacturer (“OEM”) and aftermarket parts. On May 2, 2019, the Procurement Services Division released Invitation to Bid No. 19-7584 to five thousand six hundred and sixty (5,660) vendors for the “OEM & Aftermarket Parts for Collier County Fleet Management” project. Interested vendors downloaded seventy-six (76) bid packages, and the County received eleven (11) bids by the May 24, 2019 deadline. Staff determined six (6) bidders to be responsive and responsible, and two (2) other vendors, TP Investment Group, LLC d/b/a Kenworth of South Florida Inc. and Victory Layne Chevrolet, Inc. were found unresponsive due to submitting incomplete bid packages. Finally, three (3) vendors, Romaine Electric Corporation, Muncie Transit Supply Company and AutoZone, Inc., were deemed as submitting “no bids.” Based on the bids received, staff recommends awarding to: Gillig, LLC, IEH Auto Parts LLC d/b/a Auto Plus Auto Parts, Sunbelt Automotive, Inc., TPH Holdings, LLC d/b/a The Parts House, and Tamiami Ford, Inc. The Section 1 category of the ITB will be awarded to primary, secondary and tertiary vendors based on the discount off the list price. The Sections 2-6 categories of the ITB are recommended for award based upon the total lowest cost bid of specific items. Section 7 will not be awarded due to no bids received. There were three (3) instances of a tie bid in Section 1 and Procurement utilized the Tiebreaker Procedure set forth in the Collier County Procurement Manual under the ITB section. See the attached “Bid Tabulation” for a breakdown of all specific items for each section as included in the ITB. Purchases from secondary vendors may be made when primary vendors cannot deliver the desired products within the time periods stipulated in the bid specifications. Purchases from tertiary vendors may be made when secondary vendors cannot meet time specifications. FISCAL IMPACT: Funds for maintenance and repair parts are budgeted in the Fleet Management Administration, Fund 521, operating budget. Historically, the County has spent $1.6 Million annually on the types of parts being awarded. GROWTH MANAGEMENT IMPACT: No growth management impact will result from this action. LEGAL CONSIDERATION: This item is approved as to form and legality, and requires majority vote for Board approval.-SRT RECOMMENDATION: To award Invitation to Bid No. 19-7584, OEM and Aftermarket Parts for 16.E.6 Packet Pg. 1544 07/09/2019 Collier County Fleet Management, to the following vendors: Gillig, LLC, IEH Auto Parts LLC d/b/a Auto Plus Auto Parts, Sunbelt Automotive, Inc., TPH Holdings, LLC d/b/a The Parts House, and Tamiami Ford, Inc., and authorize staff to issue purchase orders to those vendors. Prepared by: Daniel A. Croft, Director, Fleet Management Division ATTACHMENT(S) 1. 19-7584 Solicitation (DOCX) 2. 19-7584 Bid Tabulation (PDF) 3. 19-7584 NORA_Executed (PDF) 4. 19-7584 IEH AutoPartsLLC-dba- AutoPlus AutoParts_Insurance_6-14-2019 (PDF) 5. 19-7584 Tamiami Ford_Insurance_06-11-19 (PDF) 6. 19-7584 TPH_COI-6-21-19 (PDF) 7. 19-7584 TPH_Proposal (PDF) 8. 19-7584 Gillig_Proposal (PDF) 9. 19-7584 IEH_Proposal (PDF) 10. 19-7584 Sunbelt_Proposal (PDF) 11. 19-7584 Sunbelt_Insurance_6-20-19 (PDF) 12. 19-7584 Gillig_Insurance_6-10-19 (PDF) 13. 19-7584 Tamiami Ford_Proposal (PDF) 16.E.6 Packet Pg. 1545 07/09/2019 COLLIER COUNTY Board of County Commissioners Item Number: 16.E.6 Doc ID: 9268 Item Summary: Recommendation to award Invitation to Bid No. 19-7584, OEM and Aftermarket Parts for Collier County Fleet Management, to the following vendors: Gillig, LLC, IEH Auto Parts LLC d/b/a Auto Plus Auto Parts, Sunbelt Automotive, Inc., TPH Holdings, LLC d/b/a The Parts House, and Tamiami Ford, Inc., and authorize staff to issue purchase orders to those vendors. Meeting Date: 07/09/2019 Prepared by: Title: Operations Analyst, Senior – Fleet Management Name: Mario Menendez 06/07/2019 9:24 AM Submitted by: Title: Division Director - Fleet Management – Fleet Management Name: Dan Croft 06/07/2019 9:24 AM Approved By: Review: Administrative Services Department Paula Brethauer Level 1 Division Reviewer Completed 06/07/2019 2:24 PM Procurement Services Sandra Herrera Level 1 Purchasing Gatekeeper Completed 06/10/2019 9:41 AM Procurement Services Barbara Lance Additional Reviewer Completed 06/21/2019 2:04 PM Procurement Services Ted Coyman Additional Reviewer Completed 06/21/2019 3:17 PM Procurement Services Swainson Hall Additional Reviewer Completed 06/24/2019 3:09 PM Grants Erica Robinson Level 2 Grants Review Completed 06/24/2019 3:27 PM Grants Carrie Kurutz Additional Reviewer Completed 06/24/2019 5:20 PM Administrative Services Department Len Price Level 2 Division Administrator Review Completed 06/26/2019 11:59 AM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 06/27/2019 12:16 PM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 06/27/2019 2:18 PM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 06/27/2019 2:26 PM Office of Management and Budget Laura Wells Additional Reviewer Completed 06/27/2019 2:41 PM Grants Therese Stanley Additional Reviewer Completed 07/01/2019 10:48 AM County Manager's Office Leo E. Ochs Level 4 County Manager Review Completed 07/01/2019 11:54 AM Board of County Commissioners MaryJo Brock Meeting Pending 07/09/2019 9:00 AM 16.E.6 Packet Pg. 1546 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS INVITATION TO BID (ITB) FOR OEM AND AFTERMARKET PARTS FOR COLLIER COUNTY FLEET MANAGEMENT SOLICITATION NO.: 19-7584 BARBARA LANCE, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8998 Barbara.Lance@colliercountyfl.gov (Email) This solicitation document is prepared in a Microsoft Word format. Any alterations to this document made by the Consultant may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. 16.E.6.a Packet Pg. 1547 Attachment: 19-7584 Solicitation (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) SOLICITATION PUBLIC NOTICE INVITATION TO BID (ITB) NUMBER: 19-7584 PROJECT TITLE: OEM & Aftermarket Parts for Collier County Fleet Management LOCATION: PROCUREMENT SERVICES DIVISION, CONFERENCE ROOM A, 3295 TAMIAMI TRAIL EAST, BLDG C-2, NAPLES, FLORIDA 34112 DUE DATE: DATE & TIME PLACE OF BID OPENING: PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FL 34112 All proposals shall be submitted online via the Collier County Procurement Services Division Online Bidding System: https://www.bidsync.com/bidsync-cas/ INTRODUCTION As requested by the Fleet Management Division (hereinafter, the “Division”), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, “County”) has issued this Invitation to Bid (hereinafter, “ITB”) with the intent of obtaining bid submittals from interested and qualified vendors in accordance with the terms, conditions and specifications stated or attached. The vendor, at a minimum, must achieve the requirements of the Specificat ions or Scope of Work stated. The results of this solicitation may be used by other County departments once awarded according to the Board of County Commissioners Procurement Ordinance. Historically, County departments have spent approximately $1.6 million annually on parts; however, this may not be indicative of future buying patterns. BACKGROUND Collier County is seeking responses from qualified vendor(s) to provide Original Equipment Manufacturer (OEM) and Aftermarket parts for Collier County Fleet Management and who will provide prompt and efficient service to the County . Parts are needed to maintain equipment inventory. TERM OF CONTRACT The contract term, if an award(s) is/are made is intended to be for three (3) years with two (2) one (1) year renewal options. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. The County Manager, or designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred eighty (180) days. The County Manager, or designee, shall give the Contractor written notice of the County's intention to extend the Agreement term not less than ten (10) days prior to the end of the Agreement term then in ef fect. All goods are FOB destination and must be suitably packed and prepared to secure the lowest transportation rates and to comply with all carrier regulations. Risk of loss of any goods sold hereunder shall transfer to the COUNTY at the time and place of delivery. Risk of loss prior to actual receipt of the goods by the COUNTY shall remain with VENDOR. AWARD CRITERIA ITB award criteria are as follows: ➢ The County’s Procurement Services Division reserves the right to clarify a vendor’s submittal prior to the award of the solicitation. ➢ It is the intent of Collier County to award to the lowest, responsive and responsible vendor(s) that represents the best value to the County. ➢ For the purposes of determining the winning bidder, the County will select the vendor with the lowest price, highest discount, or criteria established in the solicitation as outlined below and on the 19-7584 Bid Schedule: Section 1 & 7: Highest Discount per Line Item Section 2 - 6: Lowest Total Bid per Section “Must respond to all lines to be responsive” 16.E.6.a Packet Pg. 1548 Attachment: 19-7584 Solicitation (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) ➢ The contract will be in the form of a standard County Purchase Order. Collier County reserves the right to select one, or more than one supplier’s, award on a line item basis, establish a pool for quoting, or other options that represents the best value to the County; however, it is the intent to: • Award multiple Awardees (Primary, Secondary, Tertiary) Purchases from secondary/tertiary vendors 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 exceeds the need for lowest cost. DETAILED SCOPE OF WORK The solicitation will be divided into seven (7) sections: Section 1: Aftermarket Parts - Includes a total of 148 products lines that County has purchased in the past. The bidder is to provide the discount off the list price on the product lines that can be supplied by the bidder . The bidder can add product lines to the list or can give a discount on any product lines not listed (store discount). All brands must meet or exceeds manufacturer’s specification. The bidder must identify the Price List Source of the price/discount quoted. Section 2: Heavy Trucks, Heavy Equipment, Buses – Bidder is to provide list price and discount. Please note, if the brand name is different from the list items. All brands must meet or exceeds manufacturer’s specification. The County will be purchasing parts such as, but not limited to; electrical, engine, transmission, air supply, air conditioning, body, brake, hydraulic, suspension, a xle, rear end, lighting, fuel, emission, steering. Please include the Brand Name and Part Number where applicable. Section 3: Automobile and Small Trucks - Bidder is to provide list price and discount. All brands must meet or exceed manufacturer’s specification. The County will be purchasing parts such as, but not limited to; electrical, engine, transmission, air conditioning, body, brake, suspension, axle, rear end, lighting, fuel, emission, steering. If bidding on this section, bidder must provide pricing on all items listed in this section. Please include the Brand Name and Part Number. Section 4: Supplies - Items needed for successful repair shop operations not including parts or accessories such as fluids, lubricants, paints, coatings, cleaning materials, adhesives, binding materials, tethering materials, absorbent materials, decals, reflective materials, disinfectants and deodorizers. The examples are not all inclusive of what could be considered supplies. Please include the Brand Name and Part Number. Section 5: Tools - Bidder is to provide brand name, part number, list price and discount. Tools such as, but not limited to; dialogistic and specialty tools to perform specific repair per manufacturer ’s guidelines. Please include the Brand Name and Part Number. Section 6: Accessories - Items that attach to or supplement a vehicle or equipment item that were not provided by the Original Equipment Manufacturers such as light bars, light sets, horns, mirrors, trailer hitches, tie downs, document holders, ladder racks, cabinets auxiliary fuel or water tanks, seat covers, computer or communications stands, tool boxes and storage containers. The examples are not inclusive of what could be considered accessories. Please include the Brand Name and Part Number. Section 7: Sublet Repair Parts - Parts, assemblies or hardware installed by the original equipment manufacturers or repair facility in a completed vehicle or equipment. All brands must meet or exceeds manufacturer’s specification. The bidder must identify discount and the Source of the Price List. Bid Schedule Requirements: • Makes and brands commonly used b y Collier County are listed on the Bid Schedule but are not all inclusive. Vendor shall indicate the discount for each make/brand they carry along with the price list reference source. • Vendors may bid on any of the sections 1-7. • For those makes/brands not carried by vendor, enter N/A under the price list source column. • Vendors must complete all line items in each section to be considered responsive in that section; Does not apply to those sections awarded by line item. • Price quotes shall reflect the net delivered prices based on current published price lists, less a firm fixed discount percentage. The resulting cost per item must include shipping and handling charges with the exception of special order or next day air purchases. Trade-in discounts will be determined at the time of sale. • T he vendor shall be required to furnish descriptive literature, technical data and service information for the items offered at the request of the County. • Vendor shall maintain, and keep current, price lists used for this solicitation. All price lists shall be provided at no cost to the County. 16.E.6.a Packet Pg. 1549 Attachment: 19-7584 Solicitation (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) • Discounts shall remain firm for the term of this contract. • Revised Price Lists will be accepted at least seven (7) days prior to the effective date of the changes. Revised prices will not become effective until revised list(s) are submitted to the County Procurement Services under vendor cover letter identifying the applicable contract agreement number and approved by both the Fleet Management Division and Procurement Services Division. • Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. • T he County shall be charged according to the bid price lists provided by the vendor, less any offered discounts. General Requirements: • All parts must meet or exceed all OEM specifications and requirements. • All non-power hand tools provided under this contract shall carry a life-time 100% replacement warranty for breakage. • All other power and non-power tools shall have a minimum ninety (90) day full warranty. • The specific items listed on Bid Schedule are representative of common items needed by the County but is not inclusive of all purchase item requirements under this bid. • Actual purchase items will include all maintenance/repair parts, power & hand tools, supplies and accessories needed for automotive/equipment maintenance and repair by the Makes/B rands submitted by the vendor. • A qualified bidder must carry sufficient inventory to immediately resupply parts and supplies normally carried in stock by the county and be able to consistently meet the required delivery times as stated in the Delivery section. • Bidder must explain how pricing will be calculated for all product lines and must explain how County users can audit the pricing received to make sure invoices are accurate. Business Hours The Fleet Management Division’s normal hours of operation are 6:30AM to 5:00 PM, Monday – Friday excluding County Holidays. Delivery • County stock orders shall be delivered by the vendor within twenty-four (24) hours after being ordered by the County. • Non-stock orders shall be delivered wi thin twenty-four (24) hours of order. • Emergency parts orders shall be delivered within three (3) 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. Delivery Location Delivery locations will be: Collier County Fleet Management Division 2901 County Bard Road Naples FL 34112 4800 Davis Blvd Naples FL 34104 8300 Radio Road Naples FL 34104 16.E.6.a Packet Pg. 1550 Attachment: 19-7584 Solicitation (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 402 Sergeant Joe Jones Rd. Immokalee FL. 34142 Additional delivery times and locations will be identified by other governmental entities if they purchase from this contract. Packing Slip and/or Delivery Ticket The vendor shall enclose a complete packing slip or delivery ticket with any items to be delivered with this solicitation. 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. 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. Back Orders 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. 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. 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. Invoicing Vendor invoices and credit vouchers must reference: • Purchase Order Number • Part number • Quantity • List Price from price list referenced in this bid • Discounted or marked-up price for each part and supply item Each invoice and credit voucher must bear a unique invoice number. 16.E.6.a Packet Pg. 1551 Attachment: 19-7584 Solicitation (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) Core Charges When applicable separate core charges are permissible, they shall be separate line items on the invoice. W hen a core is provided to the vendor by the County, a separate credit voucher will be issued by the vendor. Purchase of Other Items Not Listed on this Solicitation Based on Percentage Discounts While the County has listed some major items on the solicitation which are utilized by the County and/or Divisions in conjunction with their operations, there may be ancillary items that must be purchased by the County during the term of this contract. For this reason, vendors are requested to quote a percentage discount from the vendor’s price list that will be offered to the County for items which do not appear on this solicitation. The County reserves the right to award these ancillary items to the successful vendor or another vendor based on the lo west actual price offered. VENDOR CHECKLIST ***Vendor should check off each of the following items as the necessary action is completed (please see, Form 2: Vendor Check List): The Solicitation Submittal has been signed. The Solicitation Pricing Document (Bid Schedule/Quote Schedule/Proposal Pricing/etc.) has been completed and attached. All applicable forms have been signed and included, along with licenses to complete the requirements of the project. Any addenda have been signed and included. Affidavit for Claiming Status as a Local Business, if applicable. Division of Corporations - Florida Department of State – http://dos.myflorida.com/sunbiz/ (If work performed in the State). E-Verify/Immigration Affidavit (Memorandum of Understanding). 16.E.6.a Packet Pg. 1552 Attachment: 19-7584 Solicitation (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) Primary Secondary Tertiary Non-Responsive/No Bid LINE #MAKE / BRAND DISCOUNT OFF LIST PRICE PRICE LIST SOURCE DISCOUNT OFF LIST PRICE PRICE LIST SOURCE DISCOUNT OFF LIST PRICE PRICE LIST SOURCE DISCOUNT OFF LIST PRICE PRICE LIST SOURCE DISCOUNT OFF LIST PRICE PRICE LIST SOURCE DISCOUNT OFF LIST PRICE PRICE LIST SOURCE DISCOUNT OFF LIST PRICE PRICE LIST SOURCE 1 A-1 Cardone (AAI)25%Gillig List Price 0%0%50%napaprolink.com 0%N/A 61%TPH List Price 0% 2 AC Delco 25%Gillie: List Price DEALER - 0%2/1/2019 0%44%0%N/A 51%AC-Delco 0% 3 Accuride 25%Gillie: List Price 0%30%PACCAR ONLINE PARTS COUNTER 50%0%N/A 0%0% 4 Air Select (FTC)0%0%0%0%0%N/A 0%0% 5 Alcoa 25%Gillig List Price 0%30%PACCAR ONLINE PARTS COUNTER 0%0%N/A 0%0% 6 Ammco (AMM)0%-56%2/1/2019 0%45%0%N/A 0%0% 7 Anco (ANC)0%-56%1/1/2019 30%PACCAR ONLINE PARTS COUNTER 0%0%N/A 0%0% 8 Armorall (ARM)0%-56%6/18/2018 0%0%0%N/A 0%0% 9 ASC Industries (ASC)25%Gillig List Price 0%0%0%0%N/A 0%0% 10 Autolite (AUP)0%-60%10/15/2018 0%48%0%N/A 0%0% 11 Baldwin 25%Gillig List Price 0%63%PACCAR ONLINE PARTS COUNTER 60%0%N/A 58%Baldwin (58% off Blue Sheet)0% 12 Bendix 25%Gillig List Price 0%30%PACCAR ONLINE PARTS COUNTER 46%0%N/A 59%Bendix 0% 13 BCA (BCA)0%-64%1/1/2019 30%PACCAR ONLINE PARTS COUNTER 47%0%N/A 0%0% 14 Bar’s Leak (BL)0%-50%7/1/2018 0%20%0%N/A 0%0% 15 Bayco (BAY)0%-58%9/1/2014 0%0%0%N/A 0%0% 16 Buyers 0%0%30%PACCAR ONLINE PARTS COUNTER 0%0%N/A 30%TPH List Price 0% 17 Blaster (BLS)0%-57%5/2/2016 0%0%0%N/A 52%TPH List Price 0% 18 Cardone Select (CDS)0%0%0%0%0%N/A 61%TPH List Price 0% 19 Carter (CTR)0%0%0%0%0%N/A 0%0% 20 CE Niehoff 25%Gillig List Price 0%0%0%0%N/A 0%0% 21 Century (CEN)25%Gillig List Price -54%11/1/2018 0%0%0%N/A 0%0% 22 Chicago/Rawhide Cole 25%Gillig List Price 0%30%PACCAR ONLINE PARTS COUNTER 47%0%N/A 52%TPH List Price 0% 23 Champ Items (CI)0%-60%MOTORMITE 1/2/2019 30%PACCAR ONLINE PARTS COUNTER 0%0%N/A 0%0% 24 Champion (CSS)25%Gillig List Price -55%1/1/2019 0%47%0%N/A 64%TPH List Price 0% 25 Chelsea PTO 0%0%30%PACCAR ONLINE PARTS COUNTER 0%0%N/A 0%0% 26 CIPA Mirrors (CIP)0%0%0%0%0%N/A 0%0% 27 CRC/Siloo (CRC)0%-55%5/4/2018 0%44%0%N/A 42%TPH List Price 0% 28 Crewson Brunner 0%0%0%0%0%N/A 0%0% 29 Curt Mfg (CUR)0%-56%1/26/2019 0%0%0%N/A 0%0% 30 Dana 25%Gillig List Price 0%30%PACCAR ONLINE PARTS COUNTER 0%0%N/A 0%0% 31 Cayco 0%0%0%0%0%N/A 0%0% 32 Dayton 25%Gillie: List Price 0%0%0%0%N/A 0%0% 33 Delco Remy 25%Gillig List Price 0%30%PACCAR ONLINE PARTS COUNTER 50%0%N/A 55%Delco Remy 0% 34 Delphi (DLF)25%Gillig List Price 0%0%50%0%N/A 0%TPH List Price 0% 35 Denso (DNC)25%Gillie: List Price -54%1/15/2019 0%47%0%N/A 62%TPH List Price 0% 36 Dexter Axles 0%0%30%PACCAR ONLINE PARTS COUNTER 0%0%N/A 0%0% 37 Donaldson 25%Gillie: List Price 0%30%PACCAR ONLINE PARTS COUNTER 48%0%N/A 0%0% 38 Donavan Ent 0%0%0%0%0%N/A 56%TPH List Price 0% 39 Dorman (DOR)0%-68%12/3/2018 0%47%0%N/A 61%TPH List Price 0% 40 Dual Dyanmics 0%0%0%0%0%N/A 0%0% 41 Dupont (DPC)0%0%0%0%0%N/A 0%0% 42 Eaton 25%Gillig List Price 0%30%PACCAR ONLINE PARTS COUNTER 0%0%N/A 52%TPH List Price 0% 43 ECCO 0%0%0%0%0%N/A 0%0% 44 FABCO 0%0%0%0%0%N/A 0%0% Project Manager: Michael Burks Procurement Strategist: Barbara Lance Date Opened: 5/24/19 19-7584 Bid Schedule / OEM & Aftermarket Parts for Fleet IEH Auto Parts LLC dba Auto Plus Auto Parts Kensworth of South Florida Sunbelt Automotive Tamiami Ford TPH Holdings dba The Parts House Section 1: Aftermarket parts - Provide discounts off the retail price of equipment from the following 148 manufacturers. Gillig Trekker Group Page 1 16.E.6.b Packet Pg. 1553 Attachment: 19-7584 Bid Tabulation (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket LINE #MAKE / BRAND DISCOUNT OFF LIST PRICE PRICE LIST SOURCE DISCOUNT OFF LIST PRICE PRICE LIST SOURCE DISCOUNT OFF LIST PRICE PRICE LIST SOURCE DISCOUNT OFF LIST PRICE PRICE LIST SOURCE DISCOUNT OFF LIST PRICE PRICE LIST SOURCE DISCOUNT OFF LIST PRICE PRICE LIST SOURCE DISCOUNT OFF LIST PRICE PRICE LIST SOURCE 45 Federal Mogul 25%Gillig List Price -58% (SPE) Sealed Power 1/1/2019 & (FMG) Federal Mogul Engine 1/9/2019 0% 0% 0%N/A 0%0% 46 FJC Inc (FJI)0%-55%1/1/2019 0%0%0%N/A 55%TPH List Price 0% 47 Fel-Pro (FEL)0%-57%1/1/2019 0%48%0%N/A 0%0% 48 Felsted 0%0%0%0%0%N/A 0%0% 49 FEMCO 25%Gillig List Price 0%0%0%0%N/A 0%0% 50 Firestone Air 25%Gillig List Price 0%30%PACCAR ONLINE PARTS COUNTER 50%0%N/A 0%0% 51 Fleet Engineer 0%0%0%0%0%N/A 0%0% 52 Fontaine 0%0%30%PACCAR ONLINE PARTS COUNTER 0%0%N/A 0%0% 53 FRAM 0%0%0%0%0%N/A 0%0% 54 Freon (FRN)0%-47%3/11/2019 0%50%0%N/A 0%0% 55 Fuller 0%0%30%PACCAR ONLINE PARTS COUNTER 0%0%N/A 54%FULLER 0% 56 Gabriel 25%Gillig List Price 0%30%PACCAR ONLINE PARTS COUNTER 0%0%N/A 0%0% 57 Gates (GAT) 25%Gillig List Price -68% BELTS & RUBBER 4/1/2019 & WATER PUMPS 10/29/2018 0% 49% 0%N/A 0%0% 58 Golbal (TAS)0%0%0%0%0%N/A 0%0% 59 Go-Jo (GOJ)0%-40%1/1/2019 0%42%0%N/A 62%TPH List Price 0% 60 Goodyear 25%Gillig List Price 0%0%0%0%N/A 68%CONTINENTAL ELITE 0% 61 Grover 0%0%0%0%0%N/A 0%0% 62 Grote 25%Giilig List Price -60%1/1/2019 30%PACCAR ONLINE PARTS COUNTER 44%0%N/A 60%GROTE 0% 63 Gumout (GUM)0%-53%6/1/2018 0%43%0%N/A 0%0% 64 Gunite 0%0%30%PACCAR ONLINE PARTS COUNTER 49%0%N/A 65%GUNITE 0% 65 Haldex 25%Gillig List Price 0%30%PACCAR ONLINE PARTS COUNTER 50%0%N/A 59%HALDEX 0% 66 Heli-Coil (HC)0%-52%12/1/2013 0%45%0%N/A 0%0% 67 Hendrickson 25%Gillig List Price 0%30%PACCAR ONLINE PARTS COUNTER 0%0%N/A 0%0% 68 Hoppy/Tap (HOP)0%-45%6/19/2017 0%0%0%N/A 0%0% 69 Horton 0%0%30%PACCAR ONLINE PARTS COUNTER 0%0%N/A 27%HORTON 0% 70 Hersee 25%Gillig List Price 0%0%49%0%N/A 0%0% 71 Ideal (IDL)0%-60%3/1/2019 0%0%0%N/A 72%TPH List Price 0% 72 JB Weld (JBW)0%-48%9/1/2012 0%44%0%N/A 43%TPH List Price 0% 73 Ken Tool (KDT)0%-52%8/1/2018 0%0%0%N/A 0%0% 74 Keeper (KEE)0%-56%6/26/2013 0%0%0%N/A 0%0% 75 K&W Chemical (KW)0%-58%5/4/2018 0%50%0%N/A 0%0% 76 Kidde (KID)25%Gillig List Price -43%2/1/2019 0%0%0%N/A 59%TPH List Price 0% 77 Lisle (LIS)0%-52%10/1/2017 0%0%0%N/A 0%0% 78 3M (MMM)25%Gillig List Price -55%2/1/2019 0%50%0%N/A 46%TPH List Price 0% 79 Marmon-Herr 0%0%0%0%0%N/A 0%0% 80 Marvel Mystery Oil (MRV)0%-55%1/15/2018 0%48%0%N/A 37%TPH List Price 0% 81 Meritor 25%Gillig List Price 0%30%PACCAR ONLINE PARTS COUNTER 49%0%N/A 61%MERITOR 0% 82 MGM Brake 25%Gillig List Price 0%0%0%0%N/A 0%0% 83 Meguiar’s Was (MEG)0%-50%4/1/2019 0%0%0%N/A 47%TPH List Price 0% 84 Midland 25%Gillig List Price 0%30%PACCAR ONLINE PARTS COUNTER 46%0%N/A 59%MIDLAND 0% 85 Milton (MIL)0%-60% 1/7/2019 0%0%0%N/A 56%TPH List Price 0% 86 Mobile 1 (MOB) 0% -40%EXXON-MOBIL 8/1/2018 0% 44% 0%N/A 49%TPH List Price 0% 87 Monroe (MON)25%Gillig List Price -61%1/1/2019 0%49%0%N/A 68%TPH List Price 0% 88 MOOG (MOG)0%-65%1/1/2019 0%0%0%N/A 68%TPH List Price 0% 89 Motorcraft (MCB)0%DEALER - 5%5/1/2019 0%0%Cost Plus 9%Fordparts.com 41%MOTORCRAFT 0% 90 Motormite (MTM)0%-60%1/2/2019 0%0%0%N/A 61%TPH List Price 0% 91 Muncie PTO 0%0%0%0%0%N/A 0%0% 92 NAPA Brand 0%0%0%40%0%N/A 0%0% 93 Nelson 25%Gillig List Price 0%0%0%0%N/A 0%0% Page 2 16.E.6.b Packet Pg. 1554 Attachment: 19-7584 Bid Tabulation (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket LINE #MAKE / BRAND DISCOUNT OFF LIST PRICE PRICE LIST SOURCE DISCOUNT OFF LIST PRICE PRICE LIST SOURCE DISCOUNT OFF LIST PRICE PRICE LIST SOURCE DISCOUNT OFF LIST PRICE PRICE LIST SOURCE DISCOUNT OFF LIST PRICE PRICE LIST SOURCE DISCOUNT OFF LIST PRICE PRICE LIST SOURCE DISCOUNT OFF LIST PRICE PRICE LIST SOURCE 94 NGK (NGK)0%-60%3/1/2018 0%50%0%N/A 61%TPH List Price 0% 95 National (NAT)25%Gillig List Price -65%1/1/2019 30%PACCAR ONLINE PARTS COUNTER 47%0%N/A 63%TPH List Price 0% 96 Optronics Light 0%0%0%0%0%N/A 0%0% 97 OX Bodies 0%0%0%0%0%N/A 0%0% 98 PAI Industries 0%0%0%0%0%N/A 55%PAI 0% 99 Parker 25 % Gillig List Price 0%30%PACCAR ONLINE PARTS COUNTER 0%0%N/A 0%0% 100 Parts Depot Preferred 0%0%0%0%0%N/A 0%0% 101 Partsmaster 0%0%0%0%0%N/A 0%0% 102 Permco 0%0%0%0%0%N/A 0%0% 103 Peak (ANT)0%-60%AFS Anti-Freeze 6/6/2018 0%48%0%N/A 0%0% 104 Permatex (PER)0%-55%9/10/2018 0%45%0%N/A 63%TPH List Price 0% 105 Performance Friction (PER)0%0%0%0%0%N/A 32%PERFORMANC E FRICTION 0% 106 Peterson Lighting (PSN)25%Gillig List Price 0%0%0%0%N/A 0%0% 107 Phoenix USA Chrome 0%0%0%0%0%N/A 0%0% 108 Plastikote (PLA)0%0%0%0%0%N/A 0%0% 109 Plews (PLE) 0% -55%PLEWS & TRU- FLATE 12/1/2018 0% 0% 0%N/A 0%0% 110 Precision (PJT)25%Gillig List Price -65%6/1/2018 0%47%0%N/A 0%0% 111 Prestone (PRS)0%-40%12/7/2018 0%43%0%N/A 0%0% 112 Proliance (GOM)0%0%0%0%0%N/A 0%0% 113 Quest EF Products (QST)0%0%0%0%0%N/A 0%0% 114 Racor 25%Gillig List Price 0%30%PACCAR ONLINE PARTS COUNTER 0%0%N/A 0%0% 115 Radiator Speciality (RSC)0%-55%11/2/2018 0%0%0%N/A 42%TPH List Price 0% 116 Rain-X (RX)0%-40%6/1/2018 0%17%0%N/A 0%0% 117 R&S Body 0%0%0%0%0%N/A 0%0% 118 Ramco 0%0%0%0%0%N/A 0%0% 119 Roll-Rite 0%0%0%0%0%N/A 0%0% 120 Safety Seal (STS)0%0%0%0%0%N/A 0%0% 121 Shell/Rotella (ROT)0%-40%2/19/2018 0%50%0%N/A 40%TPH List Price 0% 122 Simple Green (SMP)0%-50%8/31/2013 0%44%0%N/A 0%0% 123 Solar (SOL)0%-58%Clore 7/1/2014 0%0%0%N/A 0%0% 124 Spicer 25%Gillig List Price 0%30%PACCAR ONLINE PARTS COUNTER 49%0%N/A 58%SPICER 0% 125 Standard Motor (STD)0%-63%EM 1/1/2019 & Wire 4/10/2019 0%0%0%N/A 56%TPH List Price 0% 126 Stant (STA)0%-63%6/28/2016 0%0%0%N/A 0%0% 127 Stemco 25%Gillig List Price 0%30%PACCAR ONLINE PARTS COUNTER 49%0%N/A 57%STEMCO 0% 128 Tech Chemical (TCC)0%0%0%0%0%N/A 0%0% 129 Timkin 25%Gillig List Price 0%30%PACCAR ONLINE PARTS COUNTER 0%0%N/A 73%TIMKIN 0% 130 Tridon Flahsers (TRD)0%0%0%0%0%N/A 0%0% 131 Truck-Lite 25%Gillig List Price 0%30%PACCAR ONLINE PARTS COUNTER 40%0%N/A 68%TRUCKLITE 0% 132 Tru-Pilot 0%0%0%49%0%N/A 0%0% 133 Tru-Tech (TT)0%-59%1/2/2019 0%0%0%N/A 0%0% 134 TSI Supercool (FTC)0%0%0%0%0%N/A 0%0% 135 Turtle Was (TUR)0%-50%1/15/2018 0%47%0%N/A 0%0% 136 USA Industries (USA)0%0%0%0%0%N/A 0%0% 137 Valvoline (VLV)0%-55%3/1/2019 0%40%0%N/A 0%0% 138 Velvac 0%0%30%PACCAR ONLINE PARTS COUNTER 0%0%N/A 49%VELVAC 0% 139 Vehicle Safety Mfg 0%0%0%0%0%N/A 0%0% 140 Viseon (VST)0%0%0%0%0%N/A 0%0% 141 WD-40 (WD)0%-58%6/1/2018 0%46%0%N/A 53%TPH List Price 0% 142 WABCO 25%Gillig List Price 0%30%PACCAR ONLINE PARTS COUNTER 0%0%N/A 61%MERITOR/WAB CO 0% 143 Wagner Brake (WAG) 0% -68% FRICTION & QUICK STOP 4/15/2019, DRUMS & ROTORS 1/1/2019 0% 0% 0%N/A 0%0% 144 Wagner Lighting (WAE 0%-60%1/1/2019 0%0%0%N/A 0%0% 145 Walker Manufacturing (WAL)0%-67%10/31/2018 0%50 0%N/A 55%TPH List Price 0% 146 Webb 25%Gillig List Price 0%30%PACCAR ONLINE PARTS COUNTER 49 0%N/A 65%WEBB 0% Page 3 16.E.6.b Packet Pg. 1555 Attachment: 19-7584 Bid Tabulation (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket LINE #MAKE / BRAND DISCOUNT OFF LIST PRICE PRICE LIST SOURCE DISCOUNT OFF LIST PRICE PRICE LIST SOURCE DISCOUNT OFF LIST PRICE PRICE LIST SOURCE DISCOUNT OFF LIST PRICE PRICE LIST SOURCE DISCOUNT OFF LIST PRICE PRICE LIST SOURCE DISCOUNT OFF LIST PRICE PRICE LIST SOURCE DISCOUNT OFF LIST PRICE PRICE LIST SOURCE 147 Wilmar Tools (WIL)0%-45%9/8/2018 0%0%0%N/A 0%0% 148 Williams Controls 25%Gillig List Price 0%0%0%0%N/A 0%0% 149 Discount off all other manufacturers not listed above and in Section 5. 25%Gillig List Price LIST LESS 47% OR BETTER 30% PACCAR ONLINE PARTS COUNTER 30 0% N/A 35%0% Philips Lighting 70% Discount off all other manufacturers not listed above and in Section S. 15% Trekker List OEM CNH (CASE; Excavator-Backhoe-Motor Grader- Skid Loader- Wheel Loader-Dozer-Roller Compactor-Forklift, others) Parts Plus Lubricants/PS Fluid/Brake Fluid 40%Discount off all other manufacturers not listed above and in Section S. 15% Trekker List OEM Dynapac Atlas Copco; (Roller Compactor-Trench Compactor- Duplex Roller-Pavers-Planer Rammers-Plate Compactor) Rechochem (Anti-freeze)45% Discount off all other manufacturers not listed above and in Section S. 15% Trekker List OEM Chicago Pneumatic; (Generator-Air Compressors-Chipping Hammers- Drill Hammers-Spike Driver Hyd Saws Sump Pump-Cutt Off Saw Sinker Drill- Concrete Vibrators-Heavy Core Drill, others) Xtra Seal (Tire Repair)60% Discount off all other manufacturers not listed above and in Section S.15% Trekker List OEM TEREX-Trucks; (Articulated Trucks) American Forge and Foundry (AFF Tools & Equipment) 44% Discount off all other manufacturers not listed above and in Section S. 15% Trekker List OEM Schwarze; (Street Sw eepers-Roadpatchers-Vacu ums- HyperVac) Thermoid (Coiled Hose)61% Discount off all other manufacturers not listed above and in Section S. 15%Trekker List OEM Rubber Master; (Mobile Compact Crushing-Scalper Screens) Discount off all other manufacturers not listed above and in Section S. 15%Trekker List OEM Montabert; (Hydraulic Rock Breakers) Discount off all other manufacturers not listed above and in Section S. 15% Trekker List OEM Werk-Brau; (Couplin- Thumbs-Buckets and more attachments) Discount off all other manufacturers not listed above and in Section S.15% Trekker List OEM Laymor; (Sweepers Equipments and parts) Page 4 16.E.6.b Packet Pg. 1556 Attachment: 19-7584 Bid Tabulation (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Romaine Electric Corporation Muncie Transit Supply AutoZone, Inc DISCOUNT OFF LIST PRICE PRICE LIST SOURCE No Bid No Bid No Bid 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% Notices Sent: 5,660 Bids Downloaded: 76 Submittals: 8 No Bids: 3 Victory Layne Chevrolet Page 5 16.E.6.b Packet Pg. 1557 Attachment: 19-7584 Bid Tabulation (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket DISCOUNT OFF LIST PRICE PRICE LIST SOURCE No Bid No Bid No Bid 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% Page 6 16.E.6.b Packet Pg. 1558 Attachment: 19-7584 Bid Tabulation (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket DISCOUNT OFF LIST PRICE PRICE LIST SOURCE No Bid No Bid No Bid 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% Page 7 16.E.6.b Packet Pg. 1559 Attachment: 19-7584 Bid Tabulation (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket DISCOUNT OFF LIST PRICE PRICE LIST SOURCE No Bid No Bid No Bid 0% 0% 0% Page 8 16.E.6.b Packet Pg. 1560 Attachment: 19-7584 Bid Tabulation (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket 16.E.6.c Packet Pg. 1561 Attachment: 19-7584 NORA_Executed (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.c Packet Pg. 1562 Attachment: 19-7584 NORA_Executed (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) Section 1: Line #Brand Primary Secondary Tertiary Section #Brand/Type Awardee 1 A-1 Cardone (AAI)TPH Holding dba The Parts House SunBelt Automotive Gillig Section 2: Heavy Trucks, Heavy Equipment, Buses TPH Holdings dba The Parts House 2 AC Delco TPH Holding dba The Parts House SunBelt Automotive Gillig Section 3: Automobiles and Small Trucks Tamiami Ford 3 Accuride SunBelt Automotive Gillig Section 4:Supplies IEH Auto Parts, LLC 4 Air Select (FTC)Section 5:Tools IEH Auto Parts, LLC 5 Alcoa Gillig Section 6 Accessories IEH Auto Parts, LLC 6 Ammco (AMM)IEH Auto Parts LLC SunBelt Automotive Section 7 Sublet Repair Parts 7 Anco (ANC)IEH Auto Parts LLC 215 Ford Not Awarded 8 Armorall (ARM)IEH Auto Parts LLC 216 Dodge Not Awarded 9 ASC Industries (ASC)Gillig 217 Chevrolet Not Awarded 10 Autolite (AUP)IEH Auto Parts LLC SunBelt Automotive 218 Caterpillar Not Awarded 11 Baldwin SunBelt Automotive TPH Holdings dba The Parts House Gillig 219 GMC Not Awarded 12 Bendix TPH Holding dba The Parts House SunBelt Automotive Gillig 220 Freightliner Not Awarded 13 BCA (BCA)IEH Auto Parts LLC SunBelt Automotive 221 Mack Not Awarded 14 Bar’s Leak (BL)IEH Auto Parts LLC SunBelt Automotive 222 Perkins Not Awarded 15 Bayco (BAY)IEH Auto Parts LLC 223 Peterbilt Not Awarded 16 Buyers TPH Holding dba The Parts House 224 Sterling Not Awarded 17 Blaster (BLS)IEH Auto Parts LLC TPH Holdings dba The Parts House 225 Cummins Not Awarded 18 Cardone Select (CDS)TPH Holding dba The Parts House 226 Allison Not Awarded 19 Carter (CTR)227 Fuller Not Awarded 20 CE Niehoff Gillig 228 Mercedes Not Awarded 21 Century (CEN)IEH Auto Parts LLC Gillig 229 Detroit Not Awarded 22 Chicago/Rawhide Cole TPH Holding dba The Parts House SunBelt Automotive Gillig 230 Volkswagon Not Awarded 23 Champ Items (CI)IEH Auto Parts LLC 231 Discount for any Manufacturer not listed in Sections 2- 6.Not Awarded 24 Champion (CSS)TPH Holding dba The Parts House IEH Auto Parts LLC SunBelt Automotive 25 Chelsea PTO 26 CIPA Mirrors (CIP) 27 CRC/Siloo (CRC)IEH Auto Parts LLC SunBelt Automotive TPH Holding dba The Parts House 28 Crewson Brunner 29 Curt Mfg (CUR)IEH Auto Parts LLC 30 Dana Gillig 31 Cayco 32 Dayton Gillig 33 Delco Remy TPH Holding dba The Parts House SunBelt Automotive Gillig 34 Delphi (DLF)SunBelt Automotive Gillig 35 Denso (DNC)TPH Holding dba The Parts House IEH Auto Parts LLC SunBelt Automotive 36 Dexter Axles 37 Donaldson SunBelt Automotive Gillig 38 Donavan Ent TPH Holding dba The Parts House 39 Dorman (DOR)IEH Auto Parts LLC TPH Holdings dba The Parts House SunBelt Automotive 40 Dual Dyanmics 41 Dupont (DPC) 42 Eaton TPH Holding dba The Parts House Gillig 43 ECCO 44 FABCO 45 Federal Mogul IEH Auto Parts LLC Gillig 46 FJC Inc (FJI)TPH Holding dba The Parts House IEH Auto Parts LLC 47 Fel-Pro (FEL)IEH Auto Parts LLC SunBelt Automotive 48 Felsted 49 FEMCO Gillig Line not awarded Line not awarded Line not awarded 19-7584 Bid Tabulation Recap / OEM & Aftermarket Parts for Fleet Line not awarded Line not awarded Line not awarded Line not awarded Line not awarded Line not awarded Line not awarded Line not awarded Line not awarded 3 16.E.6.c Packet Pg. 1563 Attachment: 19-7584 NORA_Executed (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) Section 1: Line #Brand Primary Secondary Tertiary 50 Firestone Air SunBelt Automotive Gillig 51 Fleet Engineer 52 Fontaine 53 FRAM 54 Freon (FRN)SunBelt Automotive IEH Auto Parts LLC 55 Fuller TPH Holding dba The Parts House 56 Gabriel Gillig 57 Gates (GAT)IEH Auto Parts LLC SunBelt Automotive Gillig 58 Golbal (TAS) 59 Go-Jo (GOJ)TPH Holding dba The Parts House SunBelt Automotive IEH Auto Parts LLC 60 Goodyear TPH Holding dba The Parts House Gillig 61 Grover 62 Grote TPH Holding dba The Parts House IEH Auto Parts LLC SunBelt Automotive 63 Gumout (GUM)IEH Auto Parts LLC SunBelt Automotive 64 Gunite TPH Holding dba The Parts House SunBelt Automotive 65 Haldex TPH Holding dba The Parts House SunBelt Automotive Gillig 66 Heli-Coil (HC)IEH Auto Parts LLC SunBelt Automotive 67 Hendrickson Gillig 68 Hoppy/Tap (HOP)IEH Auto Parts LLC 69 Horton TPH Holding dba The Parts House 70 Hersee SunBelt Automotive Gillig 71 Ideal (IDL)TPH Holding dba The Parts House IEH Auto Parts LLC 72 JB Weld (JBW)IEH Auto Parts LLC SunBelt Automotive TPH Holding dba The Parts House 73 Ken Tool (KDT)IEH Auto Parts LLC 74 Keeper (KEE)IEH Auto Parts LLC 75 K&W Chemical (KW)IEH Auto Parts LLC SunBelt Automotive 76 Kidde (KID)TPH Holding dba The Parts House IEH Auto Parts LLC Gillig 77 Lisle (LIS)IEH Auto Parts LLC 78 3M (MMM)IEH Auto Parts LLC SunBelt Automotive TPH Holding dba The Parts House 79 Marmon-Herr 80 Marvel Mystery Oil (MRV)IEH Auto Parts LLC SunBelt Automotive TPH Holding dba The Parts House 81 Meritor TPH Holding dba The Parts House SunBelt Automotive Gillig 82 MGM Brake Gillig 83 Meguiar’s Was (MEG)IEH Auto Parts LLC TPH Holdings dba The Parts House 84 Midland TPH Holding dba The Parts House SunBelt Automotive Gillig 85 Milton (MIL)IEH Auto Parts LLC TPH Holdings dba The Parts House 86 Mobile 1 (MOB)TPH Holding dba The Parts House SunBelt Automotive IEH Auto Parts LLC 87 Monroe (MON)TPH Holding dba The Parts House IEH Auto Parts LLC SunBelt Automotive 88 MOOG (MOG)TPH Holding dba The Parts House IEH Auto Parts LLC 89 Motorcraft (MCB)IEH Auto Parts LLC TPH Holdings dba The Parts House 90 Motormite (MTM)TPH Holding dba The Parts House IEH Auto Parts LLC 91 Muncie PTO 92 NAPA Brand SunBelt Automotive 93 Nelson Gillig 94 NGK (NGK)TPH Holding dba The Parts House IEH Auto Parts LLC SunBelt Automotive 95 National (NAT)IEH Auto Parts LLC TPH Holdings dba The Parts House SunBelt Automotive 96 Optronics Light 97 OX Bodies Line not awarded Line not awarded Line not awarded Line not awarded Line not awarded Line not awarded Line not awarded Line not awarded Line not awarded 3 16.E.6.c Packet Pg. 1564 Attachment: 19-7584 NORA_Executed (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) Section 1: Line #Brand Primary Secondary Tertiary 98 PAI Industries TPH Holding dba The Parts House 99 Parker Gillig 100 Parts Depot Preferred 101 Partsmaster 102 Permco 103 Peak (ANT)IEH Auto Parts LLC SunBelt Automotive 104 Permatex (PER)TPH Holding dba The Parts House IEH Auto Parts LLC SunBelt Automotive 105 Performance Friction (PER) TPH Holding dba The Parts House 106 Peterson Lighting (PSN)Gillig 107 Phoenix USA Chrome 108 Plastikote (PLA) 109 Plews (PLE)IEH Auto Parts LLC 110 Precision (PJT)IEH Auto Parts LLC SunBelt Automotive Gillig 111 Prestone (PRS)SunBelt Automotive IEH Auto Parts LLC 112 Proliance (GOM) 113 Quest EF Products (QST) 114 Racor Gillig 115 Radiator Speciality (RSC)IEH Auto Parts LLC TPH Holdings dba The Parts House 116 Rain-X (RX)IEH Auto Parts LLC SunBelt Automotive 117 R&S Body 118 Ramco 119 Roll-Rite 120 Safety Seal (STS) 121 Shell/Rotella (ROT)SunBelt Automotive IEH Auto Parts LLC TPH Holding dba The Parts House 122 Simple Green (SMP)IEH Auto Parts LLC SunBelt Automotive 123 Solar (SOL)IEH Auto Parts LLC 124 Spicer TPH Holding dba The Parts House SunBelt Automotive Gillig 125 Standard Motor (STD)IEH Auto Parts LLC TPH Holdings dba The Parts House 126 Stant (STA)IEH Auto Parts LLC 127 Stemco TPH Holding dba The Parts House SunBelt Automotive Gillig 128 Tech Chemical (TCC) 129 Timkin TPH Holding dba The Parts House Gillig 130 Tridon Flahsers (TRD) 131 Truck-Lite TPH Holding dba The Parts House SunBelt Automotive Gillig 132 Tru-Pilot SunBelt Automotive 133 Tru-Tech (TT)IEH Auto Parts LLC 134 TSI Supercool (FTC) 135 Turtle Was (TUR)IEH Auto Parts LLC SunBelt Automotive 136 USA Industries (USA) 137 Valvoline (VLV)IEH Auto Parts LLC SunBelt Automotive 138 Velvac TPH Holding dba The Parts House 139 Vehicle Safety Mfg 140 Viseon (VST) 141 WD-40 (WD)IEH Auto Parts LLC TPH Holdings dba The Parts House SunBelt Automotive 142 WABCO TPH Holding dba The Parts House Gillig 143 Wagner Brake (WAG)IEH Auto Parts LLC 144 Wagner Lighting (WAE IEH Auto Parts LLC 145 Walker Manufacturing (WAL)IEH Auto Parts LLC TPH Holdings dba The Parts House SunBelt Automotive 146 Webb TPH Holding dba The Parts House SunBelt Automotive Gillig 147 Wilmar Tools (WIL)IEH Auto Parts LLC 148 Williams Controls Gillig 149 Discount off all other manufacturers not listed above and in Section 5. IEH Auto Parts LLC TPH Holdings dba The Parts House SunBelt Automotive Line not awarded Line not awarded Line not awarded Line not awarded Line not awarded Line not awarded Line not awarded Line not awarded Line not awarded Line not awarded Line not awarded Line not awarded Line not awarded Line not awarded Line not awarded Line not awarded 3 16.E.6.c Packet Pg. 1565 Attachment: 19-7584 NORA_Executed (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME: CONTACT (A/C, No): FAX E-MAIL ADDRESS: PRODUCER (A/C, No, Ext): PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT ER OTH- STATUTE PER LIMITS(MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) POLICY EFF POLICY NUMBERTYPE OF INSURANCELTR INSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO- JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY WCUC65440167 (CA & OH) WLRC65440040 (MA) WLRC65440088 (AOS) Naples, FL 34112 X 2,000,000 56487494 56487494 EXCLUDED 2,000,000 SCFC6544012A non-payment of premium. non-contributory where required by written contract. 30 day notice of cancellation applies, except 10 days for subject to policy terms, conditions, and exclusions where required by written contract. Insurance is primary and Collier County Board of County Commissioners is included as additional insured with respect to general liability X Liability Per Statute USA LIC #0B29370 Work Comp & Employer Liab EL Disease-Pol Lmt San Francisco, CA 94104 EL Disease-Ea Empl EL Each Accident X 415.284.9954 1155 Roberts Blvd NW, Suite 175 X 2,000,000 2,000,000 2,000,000 Heather Nye [San Francisco Branch 15116] Edgewood Partners Insurance Center (EPIC) SIR: $1,000,000 certs@epicbrokers.com Collier County Board of County Commissioners C 2,000,000 12/01/19 1-415-356-3900 IEH Auto Parts LLC d/b/a Auto Plus Auto Parts Kennesaw, GA 30144 12/01/19 2,000,000 3295 Tamiami Trail East 06/14/2019 425 California Street, 24th Floor 5,000,000 2,000,000 ACE FIRE UNDERWRITERS INS CO INDEMNITY INS CO OF NORTH AMER ACE AMER INS CO A A B XSLG71232128 CUpton 2,000,000 A 10,000,000 X 20702 43575 12/01/18 22667 415.356.3900 12/01/18 12/01/18 12/01/19 12/01/18 12/01/19 12/01/18 12/01/19 16.E.6.d Packet Pg. 1566 Attachment: 19-7584 IEH AutoPartsLLC-dba- AutoPlus AutoParts_Insurance_6-14-2019 (9268 : Recommendation to award ITB 19-7584 OEM & 16.E.6.e Packet Pg. 1567 Attachment: 19-7584 Tamiami Ford_Insurance_06-11-19 (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.e Packet Pg. 1568 Attachment: 19-7584 Tamiami Ford_Insurance_06-11-19 (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.e Packet Pg. 1569 Attachment: 19-7584 Tamiami Ford_Insurance_06-11-19 (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.fPacket Pg. 1570Attachment: 19-7584 TPH_COI-6-21-19 (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.fPacket Pg. 1571Attachment: 19-7584 TPH_COI-6-21-19 (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.g Packet Pg. 1572 Attachment: 19-7584 TPH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.g Packet Pg. 1573 Attachment: 19-7584 TPH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.g Packet Pg. 1574 Attachment: 19-7584 TPH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.g Packet Pg. 1575 Attachment: 19-7584 TPH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.g Packet Pg. 1576 Attachment: 19-7584 TPH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.g Packet Pg. 1577 Attachment: 19-7584 TPH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.g Packet Pg. 1578 Attachment: 19-7584 TPH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.g Packet Pg. 1579 Attachment: 19-7584 TPH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.g Packet Pg. 1580 Attachment: 19-7584 TPH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.g Packet Pg. 1581 Attachment: 19-7584 TPH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.g Packet Pg. 1582 Attachment: 19-7584 TPH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.g Packet Pg. 1583 Attachment: 19-7584 TPH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.g Packet Pg. 1584 Attachment: 19-7584 TPH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.g Packet Pg. 1585 Attachment: 19-7584 TPH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.g Packet Pg. 1586 Attachment: 19-7584 TPH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) ADDENDUM # 1 Memorandum Date: May 3, 2019 From: Barbara Lance, Procurement Strategist To: Interested Parties Subject: Addendum # 1 – 19-7584 OEM & Aftermarket Parts for Collier County Fleet Management This addendum has been issued for the following item(s) identifying clarifications, changes, deletions, or additions to the original solicitation documents and bid schedule for the above referenced solicitation. Change: The Bid “End Date” has been moved up from June 5, 2019 to: May 24, 2019 @ 3:00 pm The “Question/Answer” period has been moved up from May 29, 2019 to: May 17, 2019 @ 5:00 pm CC: Michael Burks, Project Manager Please acknowledge receipt of this Addendum and include with your bid. (Signature) Date (Name of Firm) If you require additional information, please post a question on BidSync on -line or contact me using the above contact information. Email: Barbara.Lance@colliercountygov.net Telephone: 239-252-8998 The Parts House 5/24/19 16.E.6.g Packet Pg. 1587 Attachment: 19-7584 TPH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) ADDENDUM # 3 Memorandum Date: May 22, 2019 From: Barbara Lance, Procurement Strategist To: Interested Parties Subject: Addendum # 3 – 19-7584 OEM & Aftermarket Parts for Collier County Fleet Management This addendum has been issued for the following item(s) identifying clarifications, changes, deletions, or additions to the original solicitation documents and bid schedule for the above referenced solicitation. Change: Revision to 19-7584 Bid Schedule - The option to include “Mark-Up percent” has been added to Sections 2-6. o Perspective bidders shall add a discount % or mark-up % in these sections only. CC: Michael Burks, Project Manager Please acknowledge receipt of this Addendum and include with your bid. (Signature) Date (Name of Firm) If you require additional information, please post a question on BidSync on -line or contact me using the above contact information. Email: Barbara.Lance@colliercountygov.net Telephone: 239-252-8998 5/24/19 The Parts House 16.E.6.g Packet Pg. 1588 Attachment: 19-7584 TPH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) EXHIBIT I.B GRANT CERTIFICATIONS AND ASSURANCES GCA - 1 GRANT CERTIFICATIONS AND ASSURANCES THE FOLLOWING DOCUMENTS NEED TO BE RETURNED WITH SOLICIATION DOCUMENTS BY DEADLINE TO BE CONSIDERED RESPONSIVE 1. Certification Regarding Debarment, Suspension, and Other Responsibility Matters - Primary Covered Transactions 2. Certification regarding Lobbying 3. Conflict of Interest 4. Anticipated DBE, M/WBE or VETERAN Participation Statement 5. Opportunity List for Commodities and Contractual Services and Professional Consultant Services 6. Acknowledgement of Grant Terms and Conditions 16.E.6.g Packet Pg. 1589 Attachment: 19-7584 TPH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) EXHIBIT I.B GRANT CERTIFICATIONS AND ASSURANCES GCA - 2 COLLIER COUNTY Certification Regarding Debarment, Suspension, and Other Responsibility Matters Primary Covered Transactions (1) The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (l)(b) of this certification; and (d) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default. (2) Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. __________________________ ________________________________________ Name Project Name __________________________ ________________________________________ Title Project Number __________________________ ________________________________________ Firm Tax ID Number ________________________________________ DUNS Number _________________________________________________________________________ Street Address, City, State, Zip __________________________________ Signature Richard Kilpatrick VP, Fleet and Contract Sales The Parts House 19-7584 OEM and Aftermarket Parts for Collier County Fleet Management 81-4550535 3784 Progress Ave. Ste. 106 Naples, FL. 34104 16.E.6.g Packet Pg. 1590 Attachment: 19-7584 TPH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) EXHIBIT I.B GRANT CERTIFICATIONS AND ASSURANCES GCA - 3 COLLIER COUNTY Certification Regarding Lobbying The undersigned certifies, to the best of his or her knowledge, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form- LLL, “Disclosure Form to Report Lobbying,” in accordance with its instructions. (3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The Contractor, __________________________, certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. § 3801 et seq., apply to this certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 11.062, Florida Statutes., apply to this certification and disclosure, if any. Signature of Contractor's Authorized Official Name of Authorized Official and Title Date The Parts House Richard Kilpatrick VP, Fleet and Contract Sales 5/24/19 16.E.6.g Packet Pg. 1591 Attachment: 19-7584 TPH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) EXHIBIT I.B GRANT CERTIFICATIONS AND ASSURANCES GCA - 4 COLLIER COUNTY Conflict of Interest Certification _______________________ Collier County Solicitation No. I, ________________________________________, hereby certify that to the best of my knowledge, neither I nor my spouse, dependent child, general partner, or any organization for which I am serving as an officer, director, trustee, general partner or employee, or any person or organization with whom I am negotiating or have an arrangement concerning prospective employment has a financial interest in this matter. I further certify to the best of my knowledge that this matter will not affect the financial interests of any member of my household. Also, to the best of my knowledge, no member of my household; no relative with whom I have a close relationship; no one with whom my spouse, parent or dependent child has or seeks employment; and no organization with which I am seeking a business relationship nor which I now serve actively or have served within the last year are parties or represent a party to the matter. I also acknowledge my responsibility to disclose the acquisition of any financial or personal interest as described above that would be affected by the matter, and to disclose any interest I, or anyone noted above, has in any person or organization that does become involved in, or is affected at a later date by, the conduct of this matter. Name Signature Position Date Privacy Act Statement Title I of the Ethics in Government Act of 1978 (5 U.S.C. App.), Executive Order 12674 and 5 CFR Part 2634, Subpart I require the reporting of this information. The primary use of the information on this form is for review by officials of The Justice Department to determine compliance with applicable federal conflict of interest laws and regulations. Additional disclosures of the information on this report may be made: (1) to a federal, state or local law enforcement agency if the Justice Department becomes aware of a violation or potential violation of law or regulations; (2) to a court or party in a court or federal administrative proceeding if the government is a party or in order to comply with a judge-issued subpoena; (3) to a source when necessary to obtain information relevant to a conflict of interest investigation or decision; (4) to the National Archives and Records Administration or the General Services Administration in records management inspections; (5) to the Office of Management and Budget during legislative coordination on private relief legislation; and (6) in response to a request for discovery or for the appearance of a witness in a judicial or administrative proceeding, if the information is relevant to the subject matter. This confidential certification will not be disclosed to any requesting person unless authorized by law. See also the OGE/GOVT-2 executive branch-wide Privacy Act system of records. 19-7584 Richard Kilpatrick Richard Kilpatrick VP, Fleet and Contract Sales 5/24/19 16.E.6.g Packet Pg. 1592 Attachment: 19-7584 TPH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) EXHIBIT I.B GRANT CERTIFICATIONS AND ASSURANCES GCA - 5 The Parts House 81-4550535 Richard Kilpatrick 5/24/19 VP, Fleet and Contract Sales rkilpatrick@thepartshouse.com 727-573-1580 x 85122 727-572-8935 16.E.6.g Packet Pg. 1593 Attachment: 19-7584 TPH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) EXHIBIT I.B GRANT CERTIFICATIONS AND ASSURANCES GCA - 6 The Parts House 3784 Progress Ave. Ste. 106 Naples, FL. 34104 19-7584 81-4550535 The Parts House239-403-7075 Suite 106 Naples, FL. 34104 3784 Progress Avenue 1970 16.E.6.g Packet Pg. 1594 Attachment: 19-7584 TPH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) EXHIBIT I.B GRANT CERTIFICATIONS AND ASSURANCES GCA - 7 COLLIER COUNTY Acknowledgement of Terms, Conditions and Grant Clauses Flow Down of Terms and Conditions from the Grant Agreement Subcontracts: If the vendor subcontracts any of the work required under this Agreement, a cop y of the signed subcontract must be available to the Department for review and approval. The vendor agrees to include in the subcontract that (1) the subcontractor is bound by the terms of this Agreement, (ii) the subcontractor is bound by all applicable state and federal laws an d regulations, and (iii) the subcontractor shall hold the Department and Recipient harmless against all claims of whatever n ature arising out of the subcontractor’s performance of work under this Agreement, to the extent allowed and required by law. The recipient shall document in the quarterly report the subcontractor’s progress in performing its work under this agreement. For each subcontract, the Recipient shall provide a written statement to the Department as to whether the subcontractor is a minority vendor as defined in Section 288.703, Fla. Stat. Certification On behalf of my firm, I acknowledge, and agree to perform all of the specifications and grant requirements identified in this solicitation document(s). Vendor/Contractor Name ______________________________ Date __________________ Authorized Signature ___________________________________________________________ Address _____________________________________________________________________ Solicitation/Contract # ____________________________ The Parts House 5/24/19 3784 Progress Ave. Ste. 106 Naples, FL. 34104 19-7584 16.E.6.g Packet Pg. 1595 Attachment: 19-7584 TPH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.g Packet Pg. 1596 Attachment: 19-7584 TPH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.g Packet Pg. 1597 Attachment: 19-7584 TPH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.g Packet Pg. 1598 Attachment: 19-7584 TPH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) Department of State /Division of Corporations /Search Records /Detail By Document Number / DIVISION OF CORPORATIONSFlorida Department of State Page 1 of 2Detail by Entity Name 5/28/2019http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 16.E.6.g Packet Pg. 1599 Attachment: 19-7584 TPH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) Document Number FEI/EIN Number Date Filed State Status Detail by Entity Name Foreign Limited Liability Company TPH HOLDINGS FLORIDA, LLC Cross Reference Name TPH HOLDINGS, LLC Filing Information M17000000342 81-4550535 01/12/2017 DE ACTIVE Principal Address 10321 FORTUNE PKWY, BLDG 400 JACKSONVILLE, FL 32256 Mailing Address 10321 FORTUNE PKWY, BLDG 400 JACKSONVILLE, FL 32256 Registered Agent Name & Address CONTEGA BUSINESS SERVICES, LLC ONE INDEPENDENT DR. SUITE 1200 JACKSONVILLE, FL 32202 Authorized Person(s) Detail Name & Address Title President Honig, David 10321 FORTUNE PKWY, BLDG 400 JACKSONVILLE, FL 32256 Annual Reports Report Year Filed Date 2018 03/12/2018 2019 03/15/2019 Document Images 03/15/2019 -- ANNUAL REPORT View image in PDF format 03/12/2018 -- ANNUAL REPORT View image in PDF format 01/12/2017 -- Foreign Limited View image in PDF format Florida Department of State, Division of Corporations Page 2 of 2Detail by Entity Name 5/28/2019http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 16.E.6.g Packet Pg. 1600 Attachment: 19-7584 TPH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) ADDENDUM # 2 Memorandum Date: June 21, 2019 From: Barbara Lance, Procurement Strategist To: Interested Parties Subject: Addendum # 2 – 19-7584 OEM & Aftermarket Parts for Collier County Fleet Management This addendum has been issued for the following item(s) identifying clarifications, changes, deletions, or additions to the original solicitation documents and bid schedule for the above referenced solicitation. Change: The Pre-Bid Meeting has been added: May 16, 2019 @ 1:00 pm CC: Michael Burks, Project Manager Please acknowledge receipt of this Addendum and include with your bid. Richard Kilpatrick (Signature) 5/24/19 Date The Parts House (Name of Firm) If you require additional information, please post a question on BidSync on-line or contact me using the above contact information. Email: Barbara.Lance@colliercountygov.net Telephone: 239-252-8998 16.E.6.g Packet Pg. 1601 Attachment: 19-7584 TPH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.g Packet Pg. 1602 Attachment: 19-7584 TPH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) Page 1 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: THE E-VERIFY MEMORANDUM OF UNDERSTANDING FOR EMPLOYERS ARTICLE I PURPOSE AND AUTHORITY E-Verify is a program that electronically confirms an employee’s eligibility to work in the United States after completion of Form I-9, Employment Eligibility Verification (Form I-9). This Memorandum of Understanding (MOU) explains certain features of the E-Verify program and describes specific responsibilities of the Employer, the Social Security Administration (SSA), and DHS. Authority for the E-Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 (IIRIRA), Pub. L. 104-208, 110 Stat. 3009, as amended (8 U.S.C. § 1324a note). The Federal Acquisition Regulation (FAR) Subpart 22.18, “Employment Eligibility Verification” and Executive Order 12989, as amended, provide authority for Federal contractors and subcontractors (Federal contractor) to use E-Verify to verify the employment eligibility of certain employees working on Federal contracts. ARTICLE II RESPONSIBILITIES A. RESPONSIBILITIES OF THE EMPLOYER 1.The Employer agrees to display the following notices supplied by DHS in a prominent place that is clearly visible to prospective employees and all employees who are to be verified through the system: a.Notice of E-Verify Participation b.Notice of Right to Work 2.The Employer agrees to provide to the SSA and DHS the names, titles, addresses, and telephone numbers of the Employer representatives to be contacted about E-Verify. The Employer also agrees to keep such information current by providing updated information to SSA and DHS whenever the representatives’ contact information changes. 3.The Employer agrees to grant E-Verify access only to current employees who need E-Verify access. Employers must promptly terminate an employee’s E-Verify access if the employer is separated from the company or no longer needs access to E-Verify. 1165393 The parties to this agreement are the Department of Homeland Security (DHS) and the TPH Holdings LLC (Employer). The purpose of this agreement is to set forth terms and conditions which the Employer will follow while participating in E-Verify. 16.E.6.g Packet Pg. 1603 Attachment: 19-7584 TPH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) Page 2 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: 4. The Employer agrees to become familiar with and comply with the most recent version of the E-Verify User Manual. 5. The Employer agrees that any Employer Representative who will create E-Verify cases will complete the E-Verify Tutorial before that individual creates any cases. a. The Employer agrees that all Employer representatives will take the refresher tutorials when prompted by E-Verify in order to continue using E-Verify. Failure to complete a refresher tutorial will prevent the Employer Representative from continued use of E-Verify. 6. The Employer agrees to comply with current Form I-9 procedures, with two exceptions: a. If an employee presents a "List B" identity document, the Employer agrees to only accept "List B" documents that contain a photo. (List B documents identified in 8 C.F.R. § 274a.2(b)(1)(B)) can be presented during the Form I-9 process to establish identity.) If an employee objects to the photo requirement for religious reasons, the Employer should contact E-Verify at 888-464-4218. b. If an employee presents a DHS Form I-551 (Permanent Resident Card), Form I-766 (Employment Authorization Document), or U.S. Passport or Passport Card to complete Form I-9, the Employer agrees to make a photocopy of the document and to retain the photocopy with the employee’s Form I-9. The Employer will use the photocopy to verify the photo and to assist DHS with its review of photo mismatches that employees contest. DHS may in the future designate other documents that activate the photo screening tool. Note: Subject only to the exceptions noted previously in this paragraph, employees still retain the right to present any List A, or List B and List C, document(s) to complete the Form I-9. 7. The Employer agrees to record the case verification number on the employee's Form I-9 or to print the screen containing the case verification number and attach it to the employee's Form I-9. 8. The Employer agrees that, although it participates in E-Verify, the Employer has a responsibility to complete, retain, and make available for inspection Forms I-9 that relate to its employees, or from other requirements of applicable regulations or laws, including the obligation to comply with the antidiscrimination requirements of section 274B of the INA with respect to Form I-9 procedures. a. The following modified requirements are the only exceptions to an Employer’s obligation to not employ unauthorized workers and comply with the anti-discrimination provision of the INA: (1) List B identity documents must have photos, as described in paragraph 6 above; (2) When an Employer confirms the identity and employment eligibility of newly hired employee using E-Verify procedures, the Employer establishes a rebuttable presumption that it has not violated section 274A(a)(1)(A) of the Immigration and Nationality Act (INA) with respect to the hiring of that employee; (3) If the Employer receives a final nonconfirmation for an employee, but continues to employ that person, the Employer must notify DHS and the Employer is subject to a civil money penalty between $550 and $1,100 for each failure to notify DHS of continued employment following a final nonconfirmation; (4) If the Employer continues to employ an employee after receiving a final nonconfirmation, then the Employer is subject to a rebuttable presumption that it has knowingly 1165393 16.E.6.g Packet Pg. 1604 Attachment: 19-7584 TPH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) Page 3 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: employed an unauthorized alien in violation of section 274A(a)(1)(A); and (5) no E-Verify participant is civilly or criminally liable under any law for any action taken in good faith based on information provided through the E-Verify. b. DHS reserves the right to conduct Form I-9 compliance inspections, as well as any other enforcement or compliance activity authorized by law, including site visits, to ensure proper use of E-Verify. 9. The Employer is strictly prohibited from creating an E-Verify case before the employee has been hired, meaning that a firm offer of employment was extended and accepted and Form I-9 was completed. The Employer agrees to create an E-Verify case for new employees within three Employer business days after each employee has been hired (after both Sections 1 and 2 of Form I-9 have been completed), and to complete as many steps of the E-Verify process as are necessary according to the E-Verify User Manual. If E-Verify is temporarily unavailable, the three-day time period will be extended until it is again operational in order to accommodate the Employer's attempting, in good faith, to make inquiries during the period of unavailability. 10. The Employer agrees not to use E-Verify for pre-employment screening of job applicants, in support of any unlawful employment practice, or for any other use that this MOU or the E-Verify User Manual does not authorize. 11. The Employer must use E-Verify for all new employees. The Employer will not verify selectively and will not verify employees hired before the effective date of this MOU. Employers who are Federal contractors may qualify for exceptions to this requirement as described in Article II.B of this MOU. 12. The Employer agrees to follow appropriate procedures (see Article III below) regarding tentative nonconfirmations. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify case. The Employer agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. Further, when employees contest a tentative nonconfirmation based upon a photo mismatch, the Employer must take additional steps (see Article III.B. below) to contact DHS with information necessary to resolve the challenge. 13. The Employer agrees not to take any adverse action against an employee based upon the employee's perceived employment eligibility status while SSA or DHS is processing the verification request unless the Employer obtains knowledge (as defined in 8 C.F.R. § 274a.1(l)) that the employee is not work authorized. The Employer understands that an initial inability of the SSA or DHS automated verification system to verify work authorization, a tentative nonconfirmation, a case in continuance (indicating the need for additional time for the government to resolve a case), or the finding of a photo mismatch, does not establish, and should not be interpreted as, evidence that the employee is not work authorized. In any of such cases, the employee must be provided a full and fair opportunity to contest the finding, and if he or she does so, the employee may not be terminated or suffer any adverse employment consequences based upon the employee’s perceived employment eligibility status 1165393 16.E.6.g Packet Pg. 1605 Attachment: 19-7584 TPH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) Page 4 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: (including denying, reducing, or extending work hours, delaying or preventing training, requiring an employee to work in poorer conditions, withholding pay, refusing to assign the employee to a Federal contract or other assignment, or otherwise assuming that he or she is unauthorized to work) until and unless secondary verification by SSA or DHS has been completed and a final nonconfirmation has been issued. If the employee does not choose to contest a tentative nonconfirmation or a photo mismatch or if a secondary verification is completed and a final nonconfirmation is issued, then the Employer can find the employee is not work authorized and terminate the employee’s employment. Employers or employees with questions about a final nonconfirmation may call E-Verify at 1-888-464- 4218 (customer service) or 1-888-897-7781 (worker hotline). 14. The Employer agrees to comply with Title VII of the Civil Rights Act of 1964 and section 274B of the INA as applicable by not discriminating unlawfully against any individual in hiring, firing, employment eligibility verification, or recruitment or referral practices because of his or her national origin or citizenship status, or by committing discriminatory documentary practices. The Employer understands that such illegal practices can include selective verification or use of E-Verify except as provided in part D below, or discharging or refusing to hire employees because they appear or sound “foreign” or have received tentative nonconfirmations. The Employer further understands that any violation of the immigration-related unfair employment practices provisions in section 274B of the INA could subject the Employer to civil penalties, back pay awards, and other sanctions, and violations of Title VII could subject the Employer to back pay awards, compensatory and punitive damages. Violations of either section 274B of the INA or Title VII may also lead to the termination of its participation in E-Verify. If the Employer has any questions relating to the anti-discrimination provision, it should contact OSC at 1-800-255-8155 or 1-800-237-2515 (TDD). 15. The Employer agrees that it will use the information it receives from E-Verify only to confirm the employment eligibility of employees as authorized by this MOU. The Employer agrees that it will safeguard this information, and means of access to it (such as PINS and passwords), to ensure that it is not used for any other purpose and as necessary to protect its confidentiality, including ensuring that it is not disseminated to any person other than employees of the Employer who are authorized to perform the Employer's responsibilities under this MOU, except for such dissemination as may be authorized in advance by SSA or DHS for legitimate purposes. 16. The Employer agrees to notify DHS immediately in the event of a breach of personal information. Breaches are defined as loss of control or unauthorized access to E-Verify personal data. All suspected or confirmed breaches should be reported by calling 1-888-464-4218 or via email at E-Verify@dhs.gov. Please use “Privacy Incident – Password” in the subject line of your email when sending a breach report to E-Verify. 17. The Employer acknowledges that the information it receives from SSA is governed by the Privacy Act (5 U.S.C. § 552a(i)(1) and (3)) and the Social Security Act (42 U.S.C. 1306(a)). Any person who obtains this information under false pretenses or uses it for any purpose other than as provided for in this MOU may be subject to criminal penalties. 18. The Employer agrees to cooperate with DHS and SSA in their compliance monitoring and evaluation of E-Verify, which includes permitting DHS, SSA, their contractors and other agents, upon 1165393 16.E.6.g Packet Pg. 1606 Attachment: 19-7584 TPH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) Page 5 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: reasonable notice, to review Forms I-9 and other employment records and to interview it and its employees regarding the Employer’s use of E-Verify, and to respond in a prompt and accurate manner to DHS requests for information relating to their participation in E-Verify. 19. The Employer shall not make any false or unauthorized claims or references about its participation in E-Verify on its website, in advertising materials, or other media. The Employer shall not describe its services as federally-approved, federally-certified, or federally-recognized, or use language with a similar intent on its website or other materials provided to the public. Entering into this MOU does not mean that E-Verify endorses or authorizes your E-Verify services and any claim to that effect is false. 20. The Employer shall not state in its website or other public documents that any language used therein has been provided or approved by DHS, USCIS or the Verification Division, without first obtaining the prior written consent of DHS. 21. The Employer agrees that E-Verify trademarks and logos may be used only under license by DHS/USCIS (see M-795 (Web)) and, other than pursuant to the specific terms of such license, may not be used in any manner that might imply that the Employer’s services, products, websites, or publications are sponsored by, endorsed by, licensed by, or affiliated with DHS, USCIS, or E-Verify. 22. The Employer understands that if it uses E-Verify procedures for any purpose other than as authorized by this MOU, the Employer may be subject to appropriate legal action and termination of its participation in E-Verify according to this MOU. B. RESPONSIBILITIES OF FEDERAL CONTRACTORS 1. If the Employer is a Federal contractor with the FAR E-Verify clause subject to the employment verification terms in Subpart 22.18 of the FAR, it will become familiar with and comply with the most current version of the E-Verify User Manual for Federal Contractors as well as the E-Verify Supplemental Guide for Federal Contractors. 2. In addition to the responsibilities of every employer outlined in this MOU, the Employer understands that if it is a Federal contractor subject to the employment verification terms in Subpart 22.18 of the FAR it must verify the employment eligibility of any “employee assigned to the contract” (as defined in FAR 22.1801). Once an employee has been verified through E-Verify by the Employer, the Employer may not create a second case for the employee through E-Verify. a. An Employer that is not enrolled in E-Verify as a Federal contractor at the time of a contract award must enroll as a Federal contractor in the E-Verify program within 30 calendar days of contract award and, within 90 days of enrollment, begin to verify employment eligibility of new hires using E-Verify. The Employer must verify those employees who are working in the United States, whether or not they are assigned to the contract. Once the Employer begins verifying new hires, such verification of new hires must be initiated within three business days after the hire date. Once enrolled in E-Verify as a Federal contractor, the Employer must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee’s assignment to the contract, whichever date is later. 1165393 16.E.6.g Packet Pg. 1607 Attachment: 19-7584 TPH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) Page 6 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: b. Employers enrolled in E-Verify as a Federal contractor for 90 days or more at the time of a contract award must use E-Verify to begin verification of employment eligibility for new hires of the Employer who are working in the United States, whether or not assigned to the contract, within three business days after the date of hire. If the Employer is enrolled in E-Verify as a Federal contractor for 90 calendar days or less at the time of contract award, the Employer must, within 90 days of enrollment, begin to use E-Verify to initiate verification of new hires of the contractor who are working in the United States, whether or not assigned to the contract. Such verification of new hires must be initiated within three business days after the date of hire. An Employer enrolled as a Federal contractor in E-Verify must begin verification of each employee assigned to the contract within 90 calendar days after date of contract award or within 30 days after assignment to the contract, whichever is later. c. Federal contractors that are institutions of higher education (as defined at 20 U.S.C. 1001(a)), state or local governments, governments of Federally recognized Indian tribes, or sureties performing under a takeover agreement entered into with a Federal agency under a performance bond may choose to only verify new and existing employees assigned to the Federal contract. Such Federal contractors may, however, elect to verify all new hires, and/or all existing employees hired after November 6, 1986. Employers in this category must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee’s assignment to the contract, whichever date is later. d. Upon enrollment, Employers who are Federal contractors may elect to verify employment eligibility of all existing employees working in the United States who were hired after November 6, 1986, instead of verifying only those employees assigned to a covered Federal contract. After enrollment, Employers must elect to verify existing staff following DHS procedures and begin E-Verify verification of all existing employees within 180 days after the election. e. The Employer may use a previously completed Form I-9 as the basis for creating an E-Verify case for an employee assigned to a contract as long as: i. That Form I-9 is complete (including the SSN) and complies with Article II.A.6, ii. The employee’s work authorization has not expired, and iii. The Employer has reviewed the Form I-9 information either in person or in communications with the employee to ensure that the employee’s Section 1, Form I-9 attestation has not changed (including, but not limited to, a lawful permanent resident alien having become a naturalized U.S. citizen). f. The Employer shall complete a new Form I-9 consistent with Article II.A.6 or update the previous Form I-9 to provide the necessary information if: i. The Employer cannot determine that Form I-9 complies with Article II.A.6, ii. The employee’s basis for work authorization as attested in Section 1 has expired or changed, or iii. The Form I-9 contains no SSN or is otherwise incomplete. Note: If Section 1 of Form I-9 is otherwise valid and up-to-date and the form otherwise complies with 1165393 16.E.6.g Packet Pg. 1608 Attachment: 19-7584 TPH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) Page 7 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Article II.C.5, but reflects documentation (such as a U.S. passport or Form I-551) that expired after completing Form I-9, the Employer shall not require the production of additional documentation, or use the photo screening tool described in Article II.A.5, subject to any additional or superseding instructions that may be provided on this subject in the E-Verify User Manual. g. The Employer agrees not to require a second verification using E-Verify of any assigned employee who has previously been verified as a newly hired employee under this MOU or to authorize verification of any existing employee by any Employer that is not a Federal contractor based on this Article. 3. The Employer understands that if it is a Federal contractor, its compliance with this MOU is a performance requirement under the terms of the Federal contract or subcontract, and the Employer consents to the release of information relating to compliance with its verification responsibilities under this MOU to contracting officers or other officials authorized to review the Employer’s compliance with Federal contracting requirements. C. RESPONSIBILITIES OF SSA 1. SSA agrees to allow DHS to compare data provided by the Employer against SSA’s database. SSA sends DHS confirmation that the data sent either matches or does not match the information in SSA’s database. 2. SSA agrees to safeguard the information the Employer provides through E-Verify procedures. SSA also agrees to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social Security numbers or responsible for evaluation of E-Verify or such other persons or entities who may be authorized by SSA as governed by the Privacy Act (5 U.S.C. § 552a), the Social Security Act (42 U.S.C. 1306(a)), and SSA regulations (20 CFR Part 401). 3. SSA agrees to provide case results from its database within three Federal Government work days of the initial inquiry. E-Verify provides the information to the Employer. 4. SSA agrees to update SSA records as necessary if the employee who contests the SSA tentative nonconfirmation visits an SSA field office and provides the required evidence. If the employee visits an SSA field office within the eight Federal Government work days from the date of referral to SSA, SSA agrees to update SSA records, if appropriate, within the eight-day period unless SSA determines that more than eight days may be necessary. In such cases, SSA will provide additional instructions to the employee. If the employee does not visit SSA in the time allowed, E-Verify may provide a final nonconfirmation to the employer. Note: If an Employer experiences technical problems, or has a policy question, the employer should contact E-Verify at 1-888-464-4218. D. RESPONSIBILITIES OF DHS 1. DHS agrees to provide the Employer with selected data from DHS databases to enable the Employer to conduct, to the extent authorized by this MOU: a. Automated verification checks on alien employees by electronic means, and 1165393 16.E.6.g Packet Pg. 1609 Attachment: 19-7584 TPH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) Page 8 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: b. Photo verification checks (when available) on employees. 2. DHS agrees to assist the Employer with operational problems associated with the Employer's participation in E-Verify. DHS agrees to provide the Employer names, titles, addresses, and telephone numbers of DHS representatives to be contacted during the E-Verify process. 3. DHS agrees to provide to the Employer with access to E-Verify training materials as well as an E-Verify User Manual that contain instructions on E-Verify policies, procedures, and requirements for both SSA and DHS, including restrictions on the use of E-Verify. 4. DHS agrees to train Employers on all important changes made to E-Verify through the use of mandatory refresher tutorials and updates to the E-Verify User Manual. Even without changes to E-Verify, DHS reserves the right to require employers to take mandatory refresher tutorials. 5. DHS agrees to provide to the Employer a notice, which indicates the Employer's participation in E-Verify. DHS also agrees to provide to the Employer anti-discrimination notices issued by the Office of Special Counsel for Immigration-Related Unfair Employment Practices (OSC), Civil Rights Division, U.S. Department of Justice. 6. DHS agrees to issue each of the Employer’s E-Verify users a unique user identification number and password that permits them to log in to E-Verify. 7. DHS agrees to safeguard the information the Employer provides, and to limit access to such information to individuals responsible for the verification process, for evaluation of E-Verify, or to such other persons or entities as may be authorized by applicable law. Information will be used only to verify the accuracy of Social Security numbers and employment eligibility, to enforce the INA and Federal criminal laws, and to administer Federal contracting requirements. 8. DHS agrees to provide a means of automated verification that provides (in conjunction with SSA verification procedures) confirmation or tentative nonconfirmation of employees' employment eligibility within three Federal Government work days of the initial inquiry. 9. DHS agrees to provide a means of secondary verification (including updating DHS records) for employees who contest DHS tentative nonconfirmations and photo mismatch tentative nonconfirmations. This provides final confirmation or nonconfirmation of the employees' employment eligibility within 10 Federal Government work days of the date of referral to DHS, unless DHS determines that more than 10 days may be necessary. In such cases, DHS will provide additional verification instructions. ARTICLE III REFERRAL OF INDIVIDUALS TO SSA AND DHS A. REFERRAL TO SSA 1. If the Employer receives a tentative nonconfirmation issued by SSA, the Employer must print the notice as directed by E-Verify. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify 1165393 16.E.6.g Packet Pg. 1610 Attachment: 19-7584 TPH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) Page 9 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. 2. The Employer agrees to obtain the employee’s response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. After a tentative nonconfirmation, the Employer will refer employees to SSA field offices only as directed by E-Verify. The Employer must record the case verification number, review the employee information submitted to E-Verify to identify any errors, and find out whether the employee contests the tentative nonconfirmation. The Employer will transmit the Social Security number, or any other corrected employee information that SSA requests, to SSA for verification again if this review indicates a need to do so. 4. The Employer will instruct the employee to visit an SSA office within eight Federal Government work days. SSA will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 5. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. 6. The Employer agrees not to ask the employee to obtain a printout from the Social Security Administration number database (the Numident) or other written verification of the SSN from the SSA. B. REFERRAL TO DHS 1. If the Employer receives a tentative nonconfirmation issued by DHS, the Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. 2. The Employer agrees to obtain the employee’s response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. The Employer agrees to refer individuals to DHS only when the employee chooses to contest a tentative nonconfirmation. 4. If the employee contests a tentative nonconfirmation issued by DHS, the Employer will instruct the 1165393 16.E.6.g Packet Pg. 1611 Attachment: 19-7584 TPH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) Page 10 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: employee to contact DHS through its toll-free hotline (as found on the referral letter) within eight Federal Government work days. 5. If the Employer finds a photo mismatch, the Employer must provide the photo mismatch tentative nonconfirmation notice and follow the instructions outlined in paragraph 1 of this section for tentative nonconfirmations, generally. 6. The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo mismatch, the Employer will send a copy of the employee’s Form I-551, Form I-766, U.S. Passport, or passport card to DHS for review by: a. Scanning and uploading the document, or b. Sending a photocopy of the document by express mail (furnished and paid for by the employer). 7. The Employer understands that if it cannot determine whether there is a photo match/mismatch, the Employer must forward the employee’s documentation to DHS as described in the preceding paragraph. The Employer agrees to resolve the case as specified by the DHS representative who will determine the photo match or mismatch. 8. DHS will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 9. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. ARTICLE IV SERVICE PROVISIONS A. NO SERVICE FEES 1. SSA and DHS will not charge the Employer for verification services performed under this MOU. The Employer is responsible for providing equipment needed to make inquiries. To access E-Verify, an Employer will need a personal computer with Internet access. ARTICLE V MODIFICATION AND TERMINATION A. MODIFICATION 1. This MOU is effective upon the signature of all parties and shall continue in effect for as long as the SSA and DHS operates the E-Verify program unless modified in writing by the mutual consent of all parties. 2. Any and all E-Verify system enhancements by DHS or SSA, including but not limited to E-Verify checking against additional data sources and instituting new verification policies or procedures, will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. 1165393 16.E.6.g Packet Pg. 1612 Attachment: 19-7584 TPH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) Page 11 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: B. TERMINATION 1. The Employer may terminate this MOU and its participation in E-Verify at any time upon 30 days prior written notice to the other parties. 2. Notwithstanding Article V, part A of this MOU, DHS may terminate this MOU, and thereby the Employer’s participation in E-Verify, with or without notice at any time if deemed necessary because of the requirements of law or policy, or upon a determination by SSA or DHS that there has been a breach of system integrity or security by the Employer, or a failure on the part of the Employer to comply with established E-Verify procedures and/or legal requirements. The Employer understands that if it is a Federal contractor, termination of this MOU by any party for any reason may negatively affect the performance of its contractual responsibilities. Similarly, the Employer understands that if it is in a state where E-Verify is mandatory, termination of this by any party MOU may negatively affect the Employer’s business. 3. An Employer that is a Federal contractor may terminate this MOU when the Federal contract that requires its participation in E-Verify is terminated or completed. In such cases, the Federal contractor must provide written notice to DHS. If an Employer that is a Federal contractor fails to provide such notice, then that Employer will remain an E-Verify participant, will remain bound by the terms of this MOU that apply to non-Federal contractor participants, and will be required to use the E-Verify procedures to verify the employment eligibility of all newly hired employees. 4. The Employer agrees that E-Verify is not liable for any losses, financial or otherwise, if the Employer is terminated from E-Verify. ARTICLE VI PARTIES A. Some or all SSA and DHS responsibilities under this MOU may be performed by contractor(s), and SSA and DHS may adjust verification responsibilities between each other as necessary. By separate agreement with DHS, SSA has agreed to perform its responsibilities as described in this MOU. B. Nothing in this MOU is intended, or should be construed, to create any right or benefit, substantive or procedural, enforceable at law by any third party against the United States, its agencies, officers, or employees, or against the Employer, its agents, officers, or employees. C. The Employer may not assign, directly or indirectly, whether by operation of law, change of control or merger, all or any part of its rights or obligations under this MOU without the prior written consent of DHS, which consent shall not be unreasonably withheld or delayed. Any attempt to sublicense, assign, or transfer any of the rights, duties, or obligations herein is void. D. Each party shall be solely responsible for defending any claim or action against it arising out of or related to E-Verify or this MOU, whether civil or criminal, and for any liability wherefrom, including (but not limited to) any dispute between the Employer and any other person or entity regarding the applicability of Section 403(d) of IIRIRA to any action taken or allegedly taken by the Employer. E. The Employer understands that its participation in E-Verify is not confidential information and may be disclosed as authorized or required by law and DHS or SSA policy, including but not limited to, 1165393 16.E.6.g Packet Pg. 1613 Attachment: 19-7584 TPH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) Page 12 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Congressional oversight, E-Verify publicity and media inquiries, determinations of compliance with Federal contractual requirements, and responses to inquiries under the Freedom of Information Act (FOIA). F. The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the Employer and DHS respectively. The Employer understands that any inaccurate statement, representation, data or other information provided to DHS may subject the Employer, its subcontractors, its employees, or its representatives to: (1) prosecution for false statements pursuant to 18 U.S.C. 1001 and/or; (2) immediate termination of its MOU and/or; (3) possible debarment or suspension. G. The foregoing constitutes the full agreement on this subject between DHS and the Employer. To be accepted as an E-Verify participant, you should only sign the Employer’s Section of the signature page. If you have any questions, contact E-Verify at 1-888-464-4218. 1165393 16.E.6.g Packet Pg. 1614 Attachment: 19-7584 TPH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) Page 13 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Approved by: Employer Name (Please Type or Print) Title Signature Date Department of Homeland Security – Verification Division Name (Please Type or Print) Title Signature Date 1165393 TPH Holdings LLC Juanita Salvagno Electronically Signed 01/31/2017 USCIS Verification Division Electronically Signed 02/01/2017 16.E.6.g Packet Pg. 1615 Attachment: 19-7584 TPH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) Page 14 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Information Required for the E-Verify Program Information relating to your Company: Company Name Company Facility Address Company Alternate Address County or Parish Employer Identification Number North American Industry Classification Systems Code Parent Company Number of Employees Number of Sites Verified for 1165393 TPH Holdings LLC 10321 Fortune Parkway, Bldg 400 Jacksonville, FL 32256 DUVAL 814550535 423 500 to 999 44 16.E.6.g Packet Pg. 1616 Attachment: 19-7584 TPH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) Page 15 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Are you verifying for more than 1 site? If yes, please provide the number of sites verified for in each State: 1165393 ALABAMA 1 site(s) FLORIDA 39 site(s) GEORGIA 3 site(s) PUERTO RICO 1 site(s) 16.E.6.g Packet Pg. 1617 Attachment: 19-7584 TPH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) Page 16 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Information relating to the Program Administrator(s) for your Company on policy questions or operational problems: 1165393 Name Allie Brewer Phone Number (904) 731 - 3034 Fax Number (888) 308 - 4792 Email Address abrewer@thepartshouse.com Name Ben Bauer Phone Number (904) 731 - 3034 ext. 8020 Fax Number (888) 308 - 4792 Email Address bbauer@thepartshouse.com Name Lauren Dabney Phone Number (904) 731 - 3034 Fax Number (888) 308 - 4792 Email Address ldabney@thepartshouse.com Name Juanita Salvagno Phone Number (904) 731 - 3034 Fax Number (888) 308 - 4792 Email Address jsalvagno@thepartshouse.com 16.E.6.g Packet Pg. 1618 Attachment: 19-7584 TPH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) Page 17 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: 1165393 Page intentionally left blank 16.E.6.g Packet Pg. 1619 Attachment: 19-7584 TPH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.h Packet Pg. 1620 Attachment: 19-7584 Gillig_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.h Packet Pg. 1621 Attachment: 19-7584 Gillig_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.h Packet Pg. 1622 Attachment: 19-7584 Gillig_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.h Packet Pg. 1623 Attachment: 19-7584 Gillig_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.h Packet Pg. 1624 Attachment: 19-7584 Gillig_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.h Packet Pg. 1625 Attachment: 19-7584 Gillig_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.h Packet Pg. 1626 Attachment: 19-7584 Gillig_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.h Packet Pg. 1627 Attachment: 19-7584 Gillig_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.h Packet Pg. 1628 Attachment: 19-7584 Gillig_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.h Packet Pg. 1629 Attachment: 19-7584 Gillig_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.h Packet Pg. 1630 Attachment: 19-7584 Gillig_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.h Packet Pg. 1631 Attachment: 19-7584 Gillig_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.h Packet Pg. 1632 Attachment: 19-7584 Gillig_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.h Packet Pg. 1633 Attachment: 19-7584 Gillig_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.h Packet Pg. 1634 Attachment: 19-7584 Gillig_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.h Packet Pg. 1635 Attachment: 19-7584 Gillig_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.h Packet Pg. 1636 Attachment: 19-7584 Gillig_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.h Packet Pg. 1637 Attachment: 19-7584 Gillig_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.h Packet Pg. 1638 Attachment: 19-7584 Gillig_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.h Packet Pg. 1639 Attachment: 19-7584 Gillig_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.h Packet Pg. 1640 Attachment: 19-7584 Gillig_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.h Packet Pg. 1641 Attachment: 19-7584 Gillig_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.h Packet Pg. 1642 Attachment: 19-7584 Gillig_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.h Packet Pg. 1643 Attachment: 19-7584 Gillig_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.h Packet Pg. 1644 Attachment: 19-7584 Gillig_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.h Packet Pg. 1645 Attachment: 19-7584 Gillig_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.h Packet Pg. 1646 Attachment: 19-7584 Gillig_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.h Packet Pg. 1647 Attachment: 19-7584 Gillig_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.h Packet Pg. 1648 Attachment: 19-7584 Gillig_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.h Packet Pg. 1649 Attachment: 19-7584 Gillig_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.h Packet Pg. 1650 Attachment: 19-7584 Gillig_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.h Packet Pg. 1651 Attachment: 19-7584 Gillig_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.h Packet Pg. 1652 Attachment: 19-7584 Gillig_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.h Packet Pg. 1653 Attachment: 19-7584 Gillig_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.h Packet Pg. 1654 Attachment: 19-7584 Gillig_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) Department of State /Division of Corporations /Search Records /Detail By Document Number / Document Number FEI/EIN Number Date Filed State Status Last Event Event Date Filed Event Effective Date Detail by Entity Name Foreign Limited Liability Company GILLIG LLC Filing Information M08000004232 26-3085364 09/17/2008 CA ACTIVE LC AMENDMENT 01/06/2017 NONE Principal Address 451 Discovery Drive Livermore, CA 94551 Changed: 04/20/2018 Mailing Address 222 N. LASALLE ST., STE. 300 CHICAGO, IL 60601 Changed: 04/15/2019 Registered Agent Name & Address UNIVERSAL REGISTERED AGENTS, INC. 1317 CALIFORNIA ST. TALLAHASSEE, FL 32304 Name Changed: 01/06/2017 Address Changed: 09/19/2018 Authorized Person(s) Detail Name & Address Title MGR HCC MANAGER LLC 222 N LASALLE ST SUITE 2000 CHICAGO, IL 60601 DIVISION OF CORPORATIONSFlorida Department of State Page 1 of 2Detail by Entity Name 5/28/2019http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 16.E.6.h Packet Pg. 1655 Attachment: 19-7584 Gillig_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) Annual Reports Report Year Filed Date 2017 04/09/2017 2018 04/20/2018 2019 04/15/2019 Document Images 04/15/2019 -- ANNUAL REPORT View image in PDF format 04/20/2018 -- ANNUAL REPORT View image in PDF format 04/09/2017 -- ANNUAL REPORT View image in PDF format 01/06/2017 -- LC Amendment View image in PDF format 04/29/2016 -- ANNUAL REPORT View image in PDF format 03/14/2015 -- ANNUAL REPORT View image in PDF format 04/13/2014 -- ANNUAL REPORT View image in PDF format 04/23/2013 -- ANNUAL REPORT View image in PDF format 04/13/2012 -- ANNUAL REPORT View image in PDF format 04/01/2011 -- ANNUAL REPORT View image in PDF format 04/28/2010 -- ANNUAL REPORT View image in PDF format 03/14/2009 -- ANNUAL REPORT View image in PDF format 09/17/2008 -- Foreign Limited View image in PDF format Florida Department of State, Division of Corporations Page 2 of 2Detail by Entity Name 5/28/2019http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 16.E.6.h Packet Pg. 1656 Attachment: 19-7584 Gillig_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) LINE #MAKE / BRAND DISCOUNT OFF LIST PRICE PRICE LIST SOURCE 1 A-1 Cardone (AAI)0% 2 AC Delco DEALER - 0%2/1/2019 3 Accuride 0% 4 Air Select (FTC)0% 5 Alcoa 0% 6 Ammco (AMM)-56%2/1/2019 7 Anco (ANC)-56%1/1/2019 8 Armorall (ARM)-56%6/18/2018 9 ASC Industries (ASC)0% 10 Autolite (AUP)-60%10/15/2018 11 Baldwin 0% 12 Bendix 0% 13 BCA (BCA)-64%1/1/2019 14 Bar’s Leak (BL)-50%7/1/2018 15 Bayco (BAY)-58%9/1/2014 16 Buyers 0% 17 Blaster (BLS)-57%5/2/2016 18 Cardone Select (CDS)0% 19 Carter (CTR)0% 20 CE Niehoff 0% 21 Century (CEN)-54%11/1/2018 22 Chicago/Rawhide Cole 0% 23 Champ Items (CI)-60%MOTORMITE 1/2/2019 24 Champion (CSS)-55%1/1/2019 25 Chelsea PTO 0% 26 CIPA Mirrors (CIP)0% 27 CRC/Siloo (CRC)-55%5/4/2018 28 Crewson Brunner 0% 29 Curt Mfg (CUR)-56%1/26/2019 30 Dana 0% 31 Cayco 0% 32 Dayton 0% 33 Delco Remy 0% 34 Delphi (DLF)0% 35 Denso (DNC)-54%1/15/2019 36 Dexter Axles 0% 37 Donaldson 0% 38 Donavan Ent 0% 39 Dorman (DOR)-68%12/3/2018 40 Dual Dyanmics 0% 41 Dupont (DPC)0% 42 Eaton 0% 43 ECCO 0% 44 FABCO 0% 45 Federal Mogul -58%(SPE) Sealed Power 1/1/2019 & (FMG) Federal Mogul Engine 1/9/2019 46 FJC Inc (FJI)-55%1/1/2019 47 Fel-Pro (FEL)-57%1/1/2019 48 Felsted 0% 49 FEMCO 0% 50 Firestone Air 0% 51 Fleet Engineer 0% 52 Fontaine 0% 53 FRAM 0% 54 Freon (FRN)-47%3/11/2019 55 Fuller 0% 56 Gabriel 0% Section 1: Aftermarket parts - Provide discounts off the retail price of equipment from the following 148 manufacturers. 19-7584 Bid Schedule / OEM & Aftermarket Parts for Fleet Page 1 16.E.6.i Packet Pg. 1657 Attachment: 19-7584 IEH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) LINE #MAKE / BRAND DISCOUNT OFF LIST PRICE PRICE LIST SOURCE 57 Gates (GAT)-68%BELTS & RUBBER 4/1/2019 & WATER PUMPS 10/29/2018 58 Golbal (TAS)0% 59 Go-Jo (GOJ)-40%1/1/2019 60 Goodyear 0% 61 Grover 0% 62 Grote -60%1/1/2019 63 Gumout (GUM)-53%6/1/2018 64 Gunite 0% 65 Haldex 0% 66 Heli-Coil (HC)-52%12/1/2013 67 Hendrickson 0% 68 Hoppy/Tap (HOP)-45%6/19/2017 69 Horton 0% 70 Hersee 0% 71 Ideal (IDL)-60%3/1/2019 72 JB Weld (JBW)-48%9/1/2012 73 Ken Tool (KDT)-52%8/1/2018 74 Keeper (KEE)-56%6/26/2013 75 K&W Chemical (KW)-58%5/4/2018 76 Kidde (KID)-43%2/1/2019 77 Lisle (LIS)-52%10/1/2017 78 3M (MMM)-55%2/1/2019 79 Marmon-Herr 0% 80 Marvel Mystery Oil (MRV)-55%1/15/2018 81 Meritor 0% 82 MGM Brake 0% 83 Meguiar’s Was (MEG)-50%4/1/2019 84 Midland 0% 85 Milton (MIL)-60% 1/7/2019 86 Mobile 1 (MOB)-40%EXXON-MOBIL 8/1/2018 87 Monroe (MON)-61%1/1/2019 88 MOOG (MOG)-65%1/1/2019 89 Motorcraft (MCB)DEALER -5%5/1/2019 90 Motormite (MTM)-60%1/2/2019 91 Muncie PTO 0% 92 NAPA Brand 0% 93 Nelson 0% 94 NGK (NGK)-60%3/1/2018 95 National (NAT)-65%1/1/2019 96 Optronics Light 0% 97 OX Bodies 0% 98 PAI Industries 0% 99 Parker 0% 100 Parts Depot Preferred 0% 101 Partsmaster 0% 102 Permco 0% 103 Peak (ANT)-60%AFS Anti-Freeze 6/6/2018 104 Permatex (PER)-55%9/10/2018 105 Performance Friction (PER)0% 106 Peterson Lighting (PSN)0% 107 Phoenix USA Chrome 0% 108 Plastikote (PLA)0% 109 Plews (PLE)-55%PLEWS & TRU-FLATE 12/1/2018 110 Precision (PJT)-65%6/1/2018 111 Prestone (PRS)-40%12/7/2018 112 Proliance (GOM)0% 113 Quest EF Products (QST)0% 114 Racor 0% 115 Radiator Speciality (RSC)-55%11/2/2018 116 Rain-X (RX)-40%6/1/2018 Page 2 16.E.6.i Packet Pg. 1658 Attachment: 19-7584 IEH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) LINE #MAKE / BRAND DISCOUNT OFF LIST PRICE PRICE LIST SOURCE 117 R&S Body 0% 118 Ramco 0% 119 Roll-Rite 0% 120 Safety Seal (STS)0% 121 Shell/Rotella (ROT)-40%2/19/2018 122 Simple Green (SMP)-50%8/31/2013 123 Solar (SOL)-58%Clore 7/1/2014 124 Spicer 0% 125 Standard Motor (STD)-63%EM 1/1/2019 & Wire 4/10/2019 126 Stant (STA)-63%6/28/2016 127 Stemco 0% 128 Tech Chemical (TCC)0% 129 Timkin 0% 130 Tridon Flahsers (TRD)0% 131 Truck-Lite 0% 132 Tru-Pilot 0% 133 Tru-Tech (TT)-59%1/2/2019 134 TSI Supercool (FTC)0% 135 Turtle Was (TUR)-50%1/15/2018 136 USA Industries (USA)0% 137 Valvoline (VLV)-55%3/1/2019 138 Velvac 0% 139 Vehicle Safety Mfg 0% 140 Viseon (VST)0% 141 WD-40 (WD)-58%6/1/2018 142 WABCO 0% 143 Wagner Brake (WAG)-68%FRICTION & QUICK STOP 4/15/2019, DRUMS & ROTORS 1/1/2019 144 Wagner Lighting (WAE -60%1/1/2019 145 Walker Manufacturing (WAL)-67%10/31/2018 146 Webb 0% 147 Wilmar Tools (WIL)-45%9/8/2018 148 Williams Controls 0% 149 Discount off all other manufacturers not listed above and in Section 5. LIST LESS 47% OR BETTER Page 3 16.E.6.i Packet Pg. 1659 Attachment: 19-7584 IEH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.i Packet Pg. 1660 Attachment: 19-7584 IEH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.i Packet Pg. 1661 Attachment: 19-7584 IEH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.i Packet Pg. 1662 Attachment: 19-7584 IEH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.i Packet Pg. 1663 Attachment: 19-7584 IEH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.i Packet Pg. 1664 Attachment: 19-7584 IEH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.i Packet Pg. 1665 Attachment: 19-7584 IEH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 108 TOWN PARK DR NW KENNESAW, GA 30144 Current Principal Place of Business: Current Mailing Address: 108 TOWN PARK DR NW KENNESAW, GA 30144 US Entity Name: IEH AUTO PARTS LLC DOCUMENT# M15000004309 FEI Number: 47-3322066 Certificate of Status Desired: Name and Address of Current Registered Agent: MARTINE, CHELSEY 1201 HAYS STREET TALLAHASSEE, FL 32301 US The above named entity submits this statement for the purpose of changing its registered office or registered agent, or both, in the State of Florida. SIGNATURE: Electronic Signature of Registered Agent Date Authorized Person(s) Detail : I hereby certify that the information indicated on this report or supplemental report is true and accurate and that my electronic signature shall have the same legal effect as if made under oath; that I am a managing member or manager of the limited liability company or the receiver or trustee empowered to execute this report as required by Chapter 605, Florida Statutes; and that my name appears above, or on an attachment with all other like empowered. SIGNATURE: Electronic Signature of Signing Authorized Person(s) Detail Date CHELSEY MARTINE FILED May 03, 2019 Secretary of State 6375181689CC LOU HOUCK AUTHORIZED MEMBER 05/03/2019 2019 FOREIGN LIMITED LIABILITY COMPANY ANNUAL REPORT No 05/03/2019 Title AUTHORIZED MEMBER Name KANER, BRIAN Address 3111 W ALLEGHENY AVE City-State-Zip:PHILADELPHIA PA 19132 Title AUTHORIZED MEMBER Name SHARP, WADE Address 108 TOWN PARK DR NW City-State-Zip:KENNESAW GA 30144 Title AUTHORIZED MEMBER Name DEDES, LIVIU Address 108 TOWN PARK DR NW City-State-Zip:KENNESAW GA 30144 Title AUTHORIZED MEMBER Name HOUCK, LOU Address 3111 W ALLEGHENY AVE City-State-Zip:PHILADELPHIA PA 19132 16.E.6.i Packet Pg. 1666 Attachment: 19-7584 IEH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.i Packet Pg. 1667 Attachment: 19-7584 IEH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.i Packet Pg. 1668 Attachment: 19-7584 IEH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.i Packet Pg. 1669 Attachment: 19-7584 IEH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.iPacket Pg. 1670 Attachment: 19-7584 Page 1 of 19 E-Verify MOU for Employers Using an E-Verify Employer Agent | Revision Date 06/01/13 Company ID Number: Client Company ID Number: THE E-VERIFY MEMORANDUM OF UNDERSTANDING FOR EMPLOYERS USING AN E-VERIFY EMPLOYER AGEN T ARTICLE I PURPOSE AND AUTHORITY E-Verify is a program that electronically confirms an employee’s eligibility to work in the United States after completion of Form I-9, Employment Eligibility Verification (Form I-9). This Memorandum of Understanding (MOU) explains certain features of the E-Verify program and describes specific responsibilities of the Employer, the E-Verify Employer Agent, the Social Security Administration (SSA), and DHS. Authority for the E-Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 (IIRIRA), Pub. L. 104-208, 110 Stat. 3009, as amended (8 U.S.C. § 1324a note). The Federal Acquisition Regulation (FAR) Subpart 22.18, “Employment Eligibility Verification” and Executive Order 12989, as amended, provide authority for Federal contractors and subcontractors (Federal contractor) to use E-Verify to verify the employment eligibility of certain employees working on Federal contracts. ARTICLE II RESPONSIBILITIES A. RESPONSIBILITIES OF THE EMPLOYER 1.The Employer agrees to display the following notices supplied by DHS in a prominent place that is clearly visible to prospective employees and all employees who are to be verified through the system: a.Notice of E-Verify Participation b.Notice of Right to Work 2.The Employer agrees to provide to the SSA and DHS the names, titles, addresses, and telephone numbers of the Employer representatives to be contacted about E-Verify. The Employer also agrees to keep such information current by providing updated information to SSA and DHS whenever the 32855 1146880 The parties to this agreement are the Department of Homeland Security (DHS), the IEH Auto Parts LLC (Employer), and the E-Verify Employer Agent. The purpose of this agreement is to set forth terms and conditions which the Employer and the E-Verify Employer Agent will follow while participating in E- Verify. 16.E.6.i Packet Pg. 1671 Attachment: 19-7584 IEH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) Page 2 of 19 E-Verify MOU for Employers Using an E-Verify Employer Agent | Revision Date 06/01/13 Company ID Number:Client Company ID Number: representatives’ contact information changes. 3. The Employer shall become familiar with and comply with the most recent version of the E-Verify User Manual. The Employer will obtain the E-Verify User Manual from the E-Verify Employer Agent. 4.The Employer agrees to comply with current Form I-9 procedures, with two exceptions: a.If an employee presents a "List B" identity document, the Employer agrees to only accept "List B" documents that contain a photo. (List B documents identified in 8 C.F.R. 274a.2(b)(1)(B)) can be presented during the Form I-9 process to establish identity.) If an employee objects to the photo requirement for religious reasons, the Employer should contact E-Verify at 1-888-464-4218. b.If an employee presents a DHS Form I-551 (Permanent Resident Card), Form I-766 (Employment Authorization Document), or U.S. Passport or Passport Card to complete I-Form I-9, the Employer agrees to make a photocopy of the document and to retain the photocopy with the employee’s Form I-9. The Employer will use the photocopy to verify the photo and to assist DHS with its review of photo mismatches that employees contest. DHS may in the future designate other documents that activate the photo screening tool. Note: Subject only to the exceptions noted previously in this paragraph, employees still retain the right to present any List A, or List B and List C, document(s) to complete the Form I-9. 5.The Employer agrees to record the case verification number on the employee's Form I-9 or to print the screen containing the case verification number and attach it to the employee's Form I-9. 6.The Employer agrees that, although it participates in E-Verify, the Employer has a responsibility to complete, retain, and make available for inspection Forms I-9 that relate to its employees, or from other requirements of applicable regulations or laws, including the obligation to comply with the antidiscrimination requirements of section 274B of the INA with respect to Form I-9 procedures. a.The following modified requirements are the only exceptions to an Employer’s obligation to not employ unauthorized workers and comply with the anti-discrimination provision of the INA: (1) List B identity documents must have photos, as described in paragraph 5 above; (2) When an Employer confirms the identity and employment eligibility of newly hired employee using E-Verify procedures, the Employer establishes a rebuttable presumption that it has not violated section 274A(a)(1)(A) of the Immigration and Nationality Act (INA) with respect to the hiring of that employee; (3) If the Employer receives a final nonconfirmation for an employee, but continues to employ that person, the Employer must notify DHS and the Employer is subject to a civil money penalty between $550 and $1,100 for each failure to notify DHS of continued employment following a final nonconfirmation; (4) If the Employer continues to employ an employee after receiving a final nonconfirmation, then the Employer is subject to a rebuttable presumption that it has knowingly employed an unauthorized alien in violation of section 274A(a)(1)(A); and (5) no E-Verify participant is civilly or criminally liable under any law for any action taken in good faith based on information provided through the E-Verify. b.DHS reserves the right to conduct Form I-9 compliance inspections, as well as any other enforcement or compliance activity authorized by law, including site visits, to ensure proper use of E-Verify. 32855 1146880 16.E.6.i Packet Pg. 1672 Attachment: 19-7584 IEH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) Page 3 of 19 E-Verify MOU for Employers Using an E-Verify Employer Agent | Revision Date 06/01/13 Company ID Number:Client Company ID Number: 7.The Employer is strictly prohibited from creating an E-Verify case before the employee has been hired, meaning that a firm offer of employment was extended and accepted and Form I-9 was completed. The Employer agrees to create an E-Verify case for new employees within three Employer business days after each employee has been hired (after both Sections 1 and 2 of Form I-9 have been completed), and to complete as many steps of the E-Verify process as are necessary according to the E-Verify User Manual. If E-Verify is temporarily unavailable, the three-day time period will be extended until it is again operational in order to accommodate the Employer's attempting, in good faith, to make inquiries during the period of unavailability. 8.The Employer agrees not to use E-Verify for pre-employment screening of job applicants, in support of any unlawful employment practice, or for any other use that this MOU or the E-Verify User Manual does not authorize. 9.The Employer must use E-Verify (through its E-Verify Employer Agent) for all new employees. The Employer will not verify selectively and will not verify employees hired before the effective date of this MOU. Employers who are Federal contractors may qualify for exceptions to this requirement as described in Article II.B of this MOU. 10.The Employer agrees to follow appropriate procedures (see Article III below) regarding tentative nonconfirmations. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify case. The Employer agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. Further, when employees contest a tentative nonconfirmation based upon a photo mismatch, the Employer must take additional steps (see Article III.B below) to contact DHS with information necessary to resolve the challenge. 11.The Employer agrees not to take any adverse action against an employee based upon the employee's perceived employment eligibility status while SSA or DHS is processing the verification request unless the Employer obtains knowledge (as defined in 8 C.F.R. § 274a.1(l)) that the employee is not work authorized. The Employer understands that an initial inability of the SSA or DHS automated verification system to verify work authorization, a tentative nonconfirmation, a case in continuance (indicating the need for additional time for the government to resolve a case), or the finding of a photo mismatch, does not establish, and should not be interpreted as, evidence that the employee is not work authorized. In any of such cases, the employee must be provided a full and fair opportunity to contest the finding, and if he or she does so, the employee may not be terminated or suffer any adverse employment consequences based upon the employee’s perceived employment eligibility status (including denying, reducing, or extending work hours, delaying or preventing training, requiring an employee to work in poorer conditions, withholding pay, refusing to assign the employee to a Federal contract or other assignment, or otherwise assuming that he or she is unauthorized to work) until and unless secondary verification by SSA or DHS has been completed and a final nonconfirmation has been issued. If the employee does not choose to contest a tentative nonconfirmation or a photo mismatch or if a secondary verification is completed and a final nonconfirmation is issued, then the Employer can find the employee is not work authorized and terminate the employee’s employment. 32855 1146880 16.E.6.i Packet Pg. 1673 Attachment: 19-7584 IEH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) Page 4 of 19 E-Verify MOU for Employers Using an E-Verify Employer Agent | Revision Date 06/01/13 Company ID Number:Client Company ID Number: Employers or employees with questions about a final nonconfirmation may call E-Verify at 1-888-464- 4218 (customer service) or 1-888-897-7781 (worker hotline). 12.The Employer agrees to comply with Title VII of the Civil Rights Act of 1964 and section 274B of the INA as applicable by not discriminating unlawfully against any individual in hiring, firing, employment eligibility verification, or recruitment or referral practices because of his or her national origin or citizenship status, or by committing discriminatory documentary practices. The Employer understands that such illegal practices can include selective verification or use of E-Verify except as provided in part D below, or discharging or refusing to hire employees because they appear or sound “foreign” or have received tentative nonconfirmations. The Employer further understands that any violation of the immigration-related unfair employment practices provisions in section 274B of the INA could subject the Employer to civil penalties, back pay awards, and other sanctions, and violations of Title VII could subject the Employer to back pay awards, compensatory and punitive damages. Violations of either section 274B of the INA or Title VII may also lead to the termination of its participation in E-Verify. If the Employer has any questions relating to the anti-discrimination provision, it should contact OSC at 1-800-255-8155 or 1-800-237-2515 (TDD). 13.The Employer agrees that it will use the information it receives from E-Verify (through its E-Verify Employer Agent) only to confirm the employment eligibility of employees as authorized by this MOU. The Employer agrees that it will safeguard this information, and means of access to it (such as PINS and passwords), to ensure that it is not used for any other purpose and as necessary to protect its confidentiality, including ensuring that it is not disseminated to any person other than employees of the Employer who are authorized to perform the Employer's responsibilities under this MOU, except for such dissemination as may be authorized in advance by SSA or DHS for legitimate purposes. 14.The Employer agrees to notify DHS immediately in the event of a breach of personal information. Breaches are defined as loss of control or unauthorized access to E-Verify personal data. All suspected or confirmed breaches should be reported by calling 1-888-464-4218 or via email a E-Verify@dhs.gov. Please use “Privacy Incident – Password” in the subject line of your email when sending a breach report to E-Verify. 15.The Employer acknowledges that the information it receives through the E-Verify Employer Agent from SSA is governed by the Privacy Act (5 U.S.C. § 552a(i)(1) and (3)) and the Social Security Act (42 U.S.C. 1306(a)). Any person who obtains this information under false pretenses or uses it for any purpose other than as provided for in this MOU may be subject to criminal penalties. 16.The Employer agrees to cooperate with DHS and SSA in their compliance monitoring and evaluation of E-Verify (whether directly or through their E-Verify Employer Agent), which includes permitting DHS, SSA, their contractors and other agents, upon reasonable notice, to review Forms I-9 and other employment records and to interview it and its employees regarding the Employer’s use of E- Verify, and to respond in a prompt and accurate manner to DHS requests for information relating to their participation in E-Verify. 17.The Employer shall not make any false or unauthorized claims or references about its participation in E-Verify on its website, in advertising materials, or other media. The Employer shall not describe its services as federally-approved, federally-certified, or federally-recognized, or use language with a 32855 1146880 16.E.6.i Packet Pg. 1674 Attachment: 19-7584 IEH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) Page 5 of 19 E-Verify MOU for Employers Using an E-Verify Employer Agent | Revision Date 06/01/13 Company ID Number: Client Company ID Number: similar intent on its website or other materials provided to the public. Entering into this MOU does not mean that E-Verify endorses or authorizes your E-Verify services and any claim to that effect is false. 18.The Employer shall not state in its website or other public documents that any language used therein has been provided or approved by DHS, USCIS or the Verification Division, without first obtaining the prior written consent of DHS. 19.The Employer agrees that E-Verify trademarks and logos may be used only under license by DHS/USCIS (see M-795 (Web)) and, other than pursuant to the specific terms of such license, may not be used in any manner that might imply that the Employer’s services, products, websites, or publications are sponsored by, endorsed by, licensed by, or affiliated with DHS, USCIS, or E-Verify. 20.The Employer understands that if it uses E-Verify procedures for any purpose other than as authorized by this MOU, the Employer may be subject to appropriate legal action and termination of its participation in E-Verify according to this MOU. 21.The Employer agrees that it will notify its E-Verify Employer Agent immediately if it is awarded a federal contract with the FAR clause. Your E-Verify Employer Agent needs this information so that it can update your company’s E-Verify profile within 30 days of the contract award date. B. RESPONSIBILITIES OF E-VERIFY EMPLOYER AGENT 1. The E-Verify Employer Agent agrees to provide to the SSA and DHS the names, titles, addresses, and telephone numbers of the E-Verify Employer Agent representatives who will be accessing information under E-Verify and shall update them as needed to keep them current. 2. The E-Verify Employer Agent agrees to become familiar with and comply with the E-Verify User Manual and provide a copy of the most current version of the E-Verify User Manual to the Employer so that the Employer can become familiar with and comply with E-Verify policy and procedures. The E-Verify Employer Agent agrees to obtain a revised E-Verify User Manual as it becomes available and to provide a copy of the revised version to the Employer no later than 30 days after the manual becomes available. 3.The E-Verify Employer Agent agrees that any person accessing E-Verify on its behalf is trained on the most recent E-Verify policy and procedures. 4. The E-Verify Employer Agent agrees that any E-Verify Employer Agent Representative who will perform employment verification cases will complete the E-Verify Tutorial before that individual initiates any cases. a. The E-Verify Employer Agent agrees that all E-Verify Employer Agent representatives will take the refresher tutorials initiated by the E-Verify program as a condition of continued use of E-Verify, including any tutorials for Federal contractors, if any of the Employers represented by the E-Verify Employer Agent is a Federal contractor. b. Failure to complete a refresher tutorial will prevent the E-Verify Employer Agent and Employer from continued use of E-Verify. 5.The E-Verify Employer Agent agrees to grant E-Verify access only to current employees who need 32855 1146880 16.E.6.i Packet Pg. 1675 Attachment: 19-7584 IEH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) Page 6 of 19 E-Verify MOU for Employers Using an E-Verify Employer Agent | Revision Date 06/01/13 Company ID Number: Client Company ID Number: E-Verify access. The E-Verify Employer Agent must promptly terminate an employee’s E-Verify access if the employee is separated from the company or no longer needs access to E-Verify. 6. The E-Verify Employer Agent agrees to obtain the necessary equipment to use E- Verify as required by the E-Verify rules and regulations as modified from time to time. 7.The E-Verify Employer Agent agrees to, consistent with applicable laws, regulations, and policies, commit sufficient personnel and resources to meet the requirements of this MOU. 8.The E-Verify Employer Agent agrees to provide its clients with training on E-Verify processes, policies, and procedures. The E-Verify Employer Agent also agrees to provide its clients with ongoing E-Verify training as needed. E-Verify is not responsible for providing training to clients of E-Verify Employer Agents. 9. The E-Verify Employer Agent agrees to provide the Employer with the notices described in Article II.B.1 below. 10. The E-Verify Employer Agent agrees to create E-Verify cases for the Employer it represents in accordance with the E-Verify Manual, the E-Verify Web-Based Tutorial and all other published E-Verify rules and procedures. The E-Verify Employer Agent will create E-Verify cases using information provided by the Employer and will immediately communicate the response back to the Employer. If E-Verify is temporarily unavailable, the three-day time period will be extended until it is again operational in order to accommodate the E-Verify Employer Agent’s attempting, in good faith, to make inquiries on behalf of the Employer during the period of unavailability 11.When the E-Verify Employer Agent receives notice from a client company that it has received a contract with the FAR clause, then the E-Verify Employer Agent must update the company’s E-Verify profile within 30 days of the contract award date. 12.If data is transmitted between the E-Verify Employer Agent and its client, then the E-Verify Employer Agent agrees to protect personally identifiable information during transmission to and from the E-Verify Employer Agent. 13.The E-Verify Employer Agent agrees to notify DHS immediately in the event of a breach of personal information. Breaches are defined as loss of control or unauthorized access to E-Verify personal data. All suspected or confirmed breaches should be reported by calling 1-888-464-4218 or via email at E-Verify@dhs.gov. Please use “Privacy Incident – Password” in the subject line of your email when sending a breach report to E-Verify. 14. The E-Verify Employer Agent agrees to fully cooperate with DHS and SSA in their compliance monitoring and evaluation of E-Verify, including permitting DHS, SSA, their contractors and other agents, upon reasonable notice, to review Forms I-9, employment records, and all records pertaining to the E-Verify Employer Agent’s use of E-Verify, and to interview it and its employees regarding the use of E-Verify, and to respond in a timely and accurate manner to DHS requests for information relating to their participation in E-Verify. 15.The E-Verify Employer Agent shall not make any false or unauthorized claims or references about 32855 1146880 16.E.6.i Packet Pg. 1676 Attachment: 19-7584 IEH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) Page 7 of 19 E-Verify MOU for Employers Using an E-Verify Employer Agent | Revision Date 06/01/13 Company ID Number: Client Company ID Number: its participation in E-Verify on its website, in advertising materials, or other media. The E-Verify Employer Agent shall not describe its services as federally-approved, federally-certified, or federally- recognized, or use language with a similar intent on its website or other materials provided to the public. Entering into this MOU does not mean that E-Verify endorses or authorizes your E-Verify Employer Agent services and any claim to that effect is false. 16.The E-Verify Employer Agent shall not state in its website or other public documents that any language used therein has been provided or approved by DHS, USCIS or the Verification Division, without first obtaining the prior written consent of DHS. 17.The E-Verify Employer Agent agrees that E-Verify trademarks and logos may be used only under license by DHS/USCIS (see M-795 (Web)) and, other than pursuant to the specific terms of such license, may not be used in any manner that might imply that the E-Verify Employer Agent’s services, products, websites, or publications are sponsored by, endorsed by, licensed by, or affiliated with DHS, USCIS, or E-Verify. 18.The E-Verify Employer Agent understands that if it uses E-Verify procedures for any purpose other than as authorized by this MOU, the E-Verify Employer Agent may be subject to appropriate legal action and termination of its participation in E-Verify according to this MOU. C. RESPONSIBILITIES OF FEDERAL CONTRACTORS The E-Verify Employer Agent shall ensure that the E-Verify Employer Agent and the Employers represented by the E-Verify Employer Agent carry out the following responsibilities if the Employer is a Federal contractor or becomes a federal contractor. The E-Verify Employer Agent should instruct the client to keep the E-Verify Employer Agent informed about any changes or updates related to federal contracts. It is the E-Verify Employer Agent’s responsibility to ensure that its clients are in compliance with all E-Verify policies and procedures. 1.If the Employer is a Federal contractor with the FAR E-Verify clause subject to the employment verification terms in Subpart 22.18 of the FAR, it will become familiar with and comply with the most current version of the E-Verify User Manual for Federal Contractors as well as the E-Verify Supplemental Guide for Federal Contractors. 2.In addition to the responsibilities of every employer outlined in this MOU, the Employer understands that if it is a Federal contractor subject to the employment verification terms in Subpart 22.18 of the FAR it must verify the employment eligibility of any “employee assigned to the contract” (as defined in FAR 22.1801). Once an employee has been verified through E-Verify by the Employer, the Employer may not reverify the employee through E-Verify. a.An Employer that is not enrolled in E-Verify as a Federal contractor at the time of a contract award must enroll as a Federal contractor in the E-Verify program within 30 calendar days of contract award and, within 90 days of enrollment, begin to verify employment eligibility of new hires using E-Verify. The Employer must verify those employees who are working in the United States, whether or not they are assigned to the contract. Once the Employer begins verifying new hires, such verification of new hires must be initiated within three business days after the hire date. Once enrolled in E-Verify as a Federal contractor, the Employer must begin verification of employees 32855 1146880 16.E.6.i Packet Pg. 1677 Attachment: 19-7584 IEH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) Page 8 of 19 E-Verify MOU for Employers Using an E-Verify Employer Agent | Revision Date 06/01/13 Company ID Number: Client Company ID Number: assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee’s assignment to the contract, whichever date is later. b.Employers enrolled in E-Verify as a Federal contractor for 90 days or more at the time of a contract award must use E-Verify to begin verification of employment eligibility for new hires of the Employer who are working in the United States, whether or not assigned to the contract, within three business days after the date of hire. If the Employer is enrolled in E-Verify as a Federal contractor for 90 calendar days or less at the time of contract award, the Employer must, within 90 days of enrollment, begin to use E-Verify to initiate verification of new hires of the contractor who are working in the United States, whether or not assigned to the contract. Such verification of new hires must be initiated within three business days after the date of hire. An Employer enrolled as a Federal contractor in E-Verify must begin verification of each employee assigned to the contract within 90 calendar days after date of contract award or within 30 days after assignment to the contract, whichever is later. c.Federal contractors that are institutions of higher education (as defined at 20 U.S.C. 1001(a)), state or local governments, governments of Federally recognized Indian tribes, or sureties performing under a takeover agreement entered into with a Federal agency under a performance bond may choose to only verify new and existing employees assigned to the Federal contract. Such Federal contractors may, however, elect to verify all new hires, and/or all existing employees hired after November 6, 1986. Employers in this category must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee’s assignment to the contract, whichever date is later. d.Upon enrollment, Employers who are Federal contractors may elect to verify employment eligibility of all existing employees working in the United States who were hired after November 6, 1986, instead of verifying only those employees assigned to a covered Federal contract. After enrollment, Employers must elect to verify existing staff following DHS procedures and begin E-Verify verification of all existing employees within 180 days after the election. e.The Employer may use a previously completed Form I-9 as the basis for creating an E-Verify case for an employee assigned to a contract as long as: i.That Form I-9 is complete (including the SSN) and complies with Article II.A.6, ii.The employee’s work authorization has not expired, and iii.The Employer has reviewed the information reflected in the Form I-9 either in person or in communications with the employee to ensure that the employee’s Section 1, Form I-9 attestation has not changed (including, but not limited to, a lawful permanent resident alien having become a naturalized U.S. citizen). f.The Employer shall complete a new Form I-9 consistent with Article II.A.6 or update the previous Form I-9 to provide the necessary information if: i.The Employer cannot determine that Form I-9 complies with Article II.A.6, ii.The employee’s basis for work authorization as attested in Section 1 has expired or changed, or iii.The Form I-9 contains no SSN or is otherwise incomplete. 32855 1146880 16.E.6.i Packet Pg. 1678 Attachment: 19-7584 IEH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) Page 9 of 19 E-Verify MOU for Employers Using an E-Verify Employer Agent | Revision Date 06/01/13 Company ID Number: Client Company ID Number: Note: If Section 1 of Form I-9 is otherwise valid and up-to-date and the form otherwise complies with Article II.C.5, but reflects documentation (such as a U.S. passport or Form I-551) that expired after completing Form I-9, the Employer shall not require the production of additional documentation, or use the photo screening tool described in Article II.A.5, subject to any additional or superseding instructions that may be provided on this subject in the E-Verify User Manual. g.The Employer agrees not to require a second verification using E-Verify of any assigned employee who has previously been verified as a newly hired employee under this MOU or to authorize verification of any existing employee by any Employer that is not a Federal contractor based on this Article. 3.The Employer understands that if it is a Federal contractor, its compliance with this MOU is a performance requirement under the terms of the Federal contract or subcontract, and the Employer consents to the release of information relating to compliance with its verification responsibilities under this MOU to contracting officers or other officials authorized to review the Employer’s compliance with Federal contracting requirements. D. RESPONSIBILITIES OF SSA 1.SSA agrees to allow DHS to compare data provided by the Employer (through the E-Verify Employer Agent) against SSA’s database. SSA sends DHS confirmation that the data sent either matches or does not match the information in SSA’s database. 2.SSA agrees to safeguard the information the Employer provides (through the E-Verify Employer Agent) through E-Verify procedures. SSA also agrees to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social Security numbers or responsible for evaluation of E-Verify or such other persons or entities who may be authorized by SSA as governed by the Privacy Act (5 U.S.C. § 552a), the Social Security Act (42 U.S.C. 1306(a)), and SSA regulations (20 CFR Part 401). 3.SSA agrees to provide case results from its database within three Federal Government work days of the initial inquiry. E-Verify provides the information to the E-Verify Employer Agent. 4.SSA agrees to update SSA records as necessary if the employee who contests the SSA tentative nonconfirmation visits an SSA field office and provides the required evidence. If the employee visits an SSA field office within the eight Federal Government work days from the date of referral to SSA, SSA agrees to update SSA records, if appropriate, within the eight-day period unless SSA determines that more than eight days may be necessary. In such cases, SSA will provide additional instructions to the employee. If the employee does not visit SSA in the time allowed, E-Verify may provide a final nonconfirmation to the E-Verify Employer Agent. Note: If an Employer experiences technical problems, or has a policy question, the employer should contact E-Verify at 1-888-464-4218. E. RESPONSIBILITIES OF DHS 1.DHS agrees to provide the Employer with selected data from DHS databases to enable the Employer (through the E-Verify Employer Agent) to conduct, to the extent authorized by this MOU: 32855 1146880 16.E.6.i Packet Pg. 1679 Attachment: 19-7584 IEH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) Page 10 of 19 E-Verify MOU for Employers Using an E-Verify Employer Agent | Revision Date 06/01/13 Company ID Number:Client Company ID Number: a.Automated verification checks on alien employees by electronic means, and b.Photo verification checks (when available) on employees. 2.DHS agrees to assist the E-Verify Employer Agent with operational problems associated with its participation in E-Verify. DHS agrees to provide the E-Verify Employer Agent names, titles, addresses, and telephone numbers of DHS representatives to be contacted during the E-Verify process. 3.DHS agrees to provide to the E-Verify Employer Agent with access to E-Verify training materials as well as an E-Verify User Manual that contain instructions on E-Verify policies, procedures, and requirements for both SSA and DHS, including restrictions on the use of E-Verify. 4.DHS agrees to train E-Verify Employer Agents on all important changes made to E-Verify through the use of mandatory refresher tutorials and updates to the E-Verify User Manual. Even without changes to E-Verify, DHS reserves the right to require E-Verify Employer Agents to take mandatory refresher tutorials. 5.DHS agrees to provide to the Employer (through the E-Verify Employer Agent) a notice, which indicates the Employer's participation in E-Verify. DHS also agrees to provide to the Employer anti- discrimination notices issued by the Office of Special Counsel for Immigration-Related Unfair Employment Practices (OSC), Civil Rights Division, U.S. Department of Justice. 6.DHS agrees to issue each of the E-Verify Employer Agent’s E-Verify users a unique user identification number and password that permits them to log in to E-Verify. 7.HS agrees to safeguard the information the Employer provides (through the E-Verify Employer Agent), and to limit access to such information to individuals responsible for the verification process, for evaluation of E-Verify, or to such other persons or entities as may be authorized by applicable law. Information will be used only to verify the accuracy of Social Security numbers and employment eligibility, to enforce the INA and Federal criminal laws, and to administer Federal contracting requirements. 8.DHS agrees to provide a means of automated verification that provides (in conjunction with SSA verification procedures) confirmation or tentative nonconfirmation of employees' employment eligibility within three Federal Government work days of the initial inquiry. 9.DHS agrees to provide a means of secondary verification (including updating DHS records) for employees who contest DHS tentative nonconfirmations and photo mismatch tentative nonconfirmations. This provides final confirmation or nonconfirmation of the employees' employment eligibility within 10 Federal Government work days of the date of referral to DHS, unless DHS determines that more than 10 days may be necessary. In such cases, DHS will provide additional verification instructions. 32855 1146880 16.E.6.i Packet Pg. 1680 Attachment: 19-7584 IEH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) Page 11 of 19 E-Verify MOU for Employers Using an E-Verify Employer Agent | Revision Date 06/01/13 Company ID Number: Client Company ID Number: ARTICLE III REFERRAL OF INDIVIDUALS TO SSA AND DHS A. REFERRAL TO SSA 1. If the Employer receives a tentative nonconfirmation issued by SSA, the Employer must print the notice as directed by E-Verify. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. 2. The Employer agrees to obtain the employee’s response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. After a tentative nonconfirmation, the Employer will refer employees to SSA field offices only as directed by E-Verify. The Employer must record the case verification number, review the employee information submitted to E-Verify to identify any errors, and find out whether the employee contests the tentative nonconfirmation. The Employer will transmit the Social Security number, or any other corrected employee information that SSA requests, to SSA for verification again if this review indicates a need to do so. 4. The Employer will instruct the employee to visit an SSA office within eight Federal Government work days. SSA will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 5. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. 6. The Employer agrees not to ask the employee to obtain a printout from the Social Security Administration number database (the Numident) or other written verification of the SSN from the SSA. B. REFERRAL TO DHS 1. If the Employer receives a tentative nonconfirmation issued by DHS, the Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. 2. The Employer agrees to obtain the employee’s response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative 32855 1146880 16.E.6.i Packet Pg. 1681 Attachment: 19-7584 IEH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) Page 12 of 19 E-Verify MOU for Employers Using an E-Verify Employer Agent | Revision Date 06/01/13 Company ID Number: Client Company ID Number: nonconfirmation. 3. The Employer agrees to refer individuals to DHS only when the employee chooses to contest a tentative nonconfirmation. 4. If the employee contests a tentative nonconfirmation issued by DHS, the Employer will instruct the employee to contact DHS through its toll-free hotline (as found on the referral letter) within eight Federal Government work days. 5. If the Employer finds a photo mismatch, the Employer must provide the photo mismatch tentative nonconfirmation notice and follow the instructions outlined in paragraph 1 of this section for tentative nonconfirmations, generally. 6. The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo mismatch, the Employer will send a copy of the employee’s Form I-551, Form I-766, U.S. Passport, or passport card to DHS for review by: a. Scanning and uploading the document, or b. Sending a photocopy of the document by express mail (furnished and paid for by the employer). 7. The Employer understands that if it cannot determine whether there is a photo match/mismatch, the Employer must forward the employee’s documentation to DHS as described in the preceding paragraph. The Employer agrees to resolve the case as specified by the DHS representative who will determine the photo match or mismatch. 8. DHS will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 9. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. ARTICLE IV SERVICE PROVISIONS A. NO SERVICE FEES 1. SSA and DHS will not charge the Employer for verification services performed under this MOU. The Employer is responsible for providing equipment needed to make inquiries. To access E-Verify, an Employer will need a personal computer with Internet access. ARTICLE V MODIFICATION AND TERMINATION A. MODIFICATION 1. This MOU is effective upon the signature of all parties and shall continue in effect for as long as the SSA and DHS operates the E-Verify program unless modified in writing by the mutual consent of all parties. 32855 1146880 16.E.6.i Packet Pg. 1682 Attachment: 19-7584 IEH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) Page 13 of 19 E-Verify MOU for Employers Using an E-Verify Employer Agent | Revision Date 06/01/13 Company ID Number:Client Company ID Number: 2. Any and all E-Verify system enhancements by DHS or SSA, including but not limited to E-Verify checking against additional data sources and instituting new verification policies or procedures, will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. B. TERMINATION 1. The Employer may terminate this MOU and its participation in E-Verify at any time upon 30 days prior written notice to the other parties. In addition, any Employer represented by the E-Verify Employer Agent may voluntarily terminate this MOU upon giving DHS 30 days’ written notice. 2. Notwithstanding Article V, part A of this MOU, DHS may terminate this MOU, and thereby the Employer’s participation in E-Verify, with or without notice at any time if deemed necessary because of the requirements of law or policy, or upon a determination by SSA or DHS that there has been a breach of system integrity or security by the Employer, or a failure on the part of the Employer to comply with established E-Verify procedures and/or legal requirements. The Employer understands that if it is a Federal contractor, termination of this MOU by any party for any reason may negatively affect the performance of its contractual responsibilities. Similarly, the Employer understands that if it is in a state where E-Verify is mandatory, termination of this by any party MOU may negatively affect the Employer’s business. 3. An Employer that is a Federal contractor may terminate this MOU when the Federal contract that requires its participation in E-Verify is terminated or completed. In such cases, the Federal contractor must provide written notice to DHS. If an Employer that is a Federal contractor fails to provide such notice, then that Employer will remain an E-Verify participant, will remain bound by the terms of this MOU that apply to non-Federal contractor participants, and will be required to use the E-Verify procedures to verify the employment eligibility of all newly hired employees. 4. The Employer agrees that E-Verify is not liable for any losses, financial or otherwise, if the Employer is terminated from E-Verify. 5. Upon termination of the relationship between an Employer and their E-Verify Employer Agent, E-Verify cannot provide the Employer with its records. The Employer agrees to seek its records from the E-Verify Employer Agent. ARTICLE VI PARTIES A. Some or all SSA and DHS responsibilities under this MOU may be performed by contractor(s), and SSA and DHS may adjust verification responsibilities between each other as necessary. By separate agreement with DHS, SSA has agreed to perform its responsibilities as described in this MOU. B. Nothing in this MOU is intended, or should be construed, to create any right or benefit, substantive or procedural, enforceable at law by any third party against the United States, its agencies, officers, or employees, or against the Employer, its agents, officers, or employees. C. The Employer may not assign, directly or indirectly, whether by operation of law, change of control or merger, all or any part of its rights or obligations under this MOU without the prior written consent of 32855 1146880 16.E.6.i Packet Pg. 1683 Attachment: 19-7584 IEH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) Page 14 of 19 E-Verify MOU for Employers Using an E-Verify Employer Agent | Revision Date 06/01/13 Company ID Number: Client Company ID Number: DHS, which consent shall not be unreasonably withheld or delayed. Any attempt to sublicense, assign, or transfer any of the rights, duties, or obligations herein is void. D. Each party shall be solely responsible for defending any claim or action against it arising out of or related to E-Verify or this MOU, whether civil or criminal, and for any liability wherefrom, including (but not limited to) any dispute between the Employer and any other person or entity regarding the applicability of Section 403(d) of IIRIRA to any action taken or allegedly taken by the Employer. E. The Employer understands that its participation in E-Verify is not confidential information and may be disclosed as authorized or required by law and DHS or SSA policy, including but not limited to, Congressional oversight, E-Verify publicity and media inquiries, determinations of compliance with Federal contractual requirements, and responses to inquiries under the Freedom of Information Act (FOIA). F. The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the Employer, the E-Verify Employer Agent, and DHS respectively. The Employer understands that any inaccurate statement, representation, data or other information provided to DHS may subject the Employer, its subcontractors, its employees, or its representatives to: (1) prosecution for false statements pursuant to 18 U.S.C. 1001 and/or; (2) immediate termination of its MOU and/or; (3) possible debarment or suspension. 32855 1146880 G. The foregoing constitutes the full agreement on this subject between DHS, the Employer, and the E-Verify Employer Agent. IEH Auto Parts LLC (Employer) hereby designates and appoints ADP, LLC (E- Verify Employer Agent), including its officers and employees, as the E-Verify Employer Agent for the purpose of carrying out (Employer) responsibilities under the MOU between the Employer, the E- Verify Employer Agent, and DHS. 16.E.6.i Packet Pg. 1684 Attachment: 19-7584 IEH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) Page 15 of 19 E-Verify MOU for Employers Using an E-Verify Employer Agent | Revision Date 06/01/13 Company ID Number:Client Company ID Number: If you have any questions, contact E-Verify at 1-888-464-4218. Approved by: Employer Name (Please Type or Print) Title Signature Date E-Verify Employer Agent Name (Please Type or Print) Title Signature Date Department of Homeland Security – Verification Division Name (Please Type or Print) Title Signature Date 32855 1146880 IEH Auto Parts LLC ADP, LLC Kim Kavanagh Electronically Signed 11/29/2016 USCIS Verification Division Electronically Signed 12/12/2016 16.E.6.i Packet Pg. 1685 Attachment: 19-7584 IEH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) Page 16 of 19 E-Verify MOU for Employers Using an E-Verify Employer Agent | Revision Date 06/01/13 Company ID Number:Client Company ID Number: Information Required for the E-Verify Program Information relating to your Company: Company Name Company Facility Address Company Alternate Address County or Parish Employer Identification Number North American Industry Classification Systems Code Parent Company Number of Employees Number of Sites Verified for 32855 1146880 IEH Auto Parts LLC 1155 Roberts Blvd NW #175 Kennesaw, GA 30144 1155 Roberts Blvd NW #175 Kennesaw, GA 30144 COBB 473322006 441 10,000 and over 313 16.E.6.i Packet Pg. 1686 Attachment: 19-7584 IEH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) Page 17 of 19 E-Verify MOU for Employers Using an E-Verify Employer Agent | Revision Date 06/01/13 Company ID Number: Client Company ID Number: Are you verifying for more than 1 site? If yes, please provide the number of sites verified for in each State: 32855 1146880 CONNECTICUT 7 site(s) DELAWARE 2 site(s) FLORIDA 31 site(s) GEORGIA 17 site(s) IOWA 2 site(s) ILLINOIS 1 site(s) INDIANA 1 site(s) MASSACHUSETTS 30 site(s) MARYLAND 20 site(s) MINNESOTA 5 site(s) MISSOURI 3 site(s) MISSISSIPPI 6 site(s) NORTH CAROLINA 5 site(s) NEW JERSEY 11 site(s) NEW YORK 48 site(s) OHIO 16 site(s) OKLAHOMA 2 site(s) PENNSYLVANIA 34 site(s) RHODE ISLAND 1 site(s) SOUTH CAROLINA 2 site(s) TENNESSEE 9 site(s) TEXAS 24 site(s) VIRGINIA 17 site(s) WASHINGTON 11 site(s) WISCONSIN 6 site(s) WEST VIRGINIA 2 site(s) 16.E.6.i Packet Pg. 1687 Attachment: 19-7584 IEH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) Page 18 of 19 E-Verify MOU for Employers Using an E-Verify Employer Agent | Revision Date 06/01/13 Company ID Number: Client Company ID Number: Information relating to the Program Administrator(s) for your Company on policy questions or operational problems: 32855 1146880 Name Michael Englert Phone Number (770) 701 - 5010 Fax Number Email Address menglert@autoplusap.com Name Lindsey Martin Phone Number (215) 430 - 9238 Fax Number Email Address lindsey_martin@pepboys.com 16.E.6.i Packet Pg. 1688 Attachment: 19-7584 IEH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) Page 19 of 19 E-Verify MOU for Employers Using an E-Verify Employer Agent | Revision Date 06/01/13 Company ID Number: Client Company ID Number: 32855 1146880 Page intentionally left blank 16.E.6.i Packet Pg. 1689 Attachment: 19-7584 IEH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.i Packet Pg. 1690 Attachment: 19-7584 IEH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.i Packet Pg. 1691 Attachment: 19-7584 IEH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.i Packet Pg. 1692 Attachment: 19-7584 IEH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.i Packet Pg. 1693 Attachment: 19-7584 IEH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.i Packet Pg. 1694 Attachment: 19-7584 IEH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.i Packet Pg. 1695 Attachment: 19-7584 IEH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.i Packet Pg. 1696 Attachment: 19-7584 IEH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.i Packet Pg. 1697 Attachment: 19-7584 IEH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.i Packet Pg. 1698 Attachment: 19-7584 IEH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.i Packet Pg. 1699 Attachment: 19-7584 IEH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.i Packet Pg. 1700 Attachment: 19-7584 IEH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.i Packet Pg. 1701 Attachment: 19-7584 IEH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.i Packet Pg. 1702 Attachment: 19-7584 IEH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.i Packet Pg. 1703 Attachment: 19-7584 IEH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.i Packet Pg. 1704 Attachment: 19-7584 IEH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.i Packet Pg. 1705 Attachment: 19-7584 IEH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.i Packet Pg. 1706 Attachment: 19-7584 IEH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.i Packet Pg. 1707 Attachment: 19-7584 IEH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.i Packet Pg. 1708 Attachment: 19-7584 IEH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.i Packet Pg. 1709 Attachment: 19-7584 IEH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.i Packet Pg. 1710 Attachment: 19-7584 IEH_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) LINE #MAKE / BRAND DISCOUNT OFF LIST PRICE PRICE LIST SOURCE 1 A-1 Cardone (AAI)0% 2 AC Delco 0% 3 Accuride 0% 4 Air Select (FTC)0% 5 Alcoa 0% 6 Ammco (AMM)0% 7 Anco (ANC)0% 8 Armorall (ARM)0% 9 ASC Industries (ASC)0% 10 Autolite (AUP)0% 11 Baldwin 0% 12 Bendix 0% 13 BCA (BCA)0% 14 Bar’s Leak (BL)0% 15 Bayco (BAY)0% 16 Buyers 0% 17 Blaster (BLS)0% 18 Cardone Select (CDS)0% 19 Carter (CTR)0% 20 CE Niehoff 0% 21 Century (CEN)0% 22 Chicago/Rawhide Cole 0% 23 Champ Items (CI)0% 24 Champion (CSS)0% 25 Chelsea PTO 0% 26 CIPA Mirrors (CIP)0% 27 CRC/Siloo (CRC)0% 28 Crewson Brunner 0% 29 Curt Mfg (CUR)0% 30 Dana 0% 31 Cayco 0% 32 Dayton 0% 33 Delco Remy 0% 34 Delphi (DLF)0% 35 Denso (DNC)0% 36 Dexter Axles 0% 37 Donaldson 0% 38 Donavan Ent 0% 39 Dorman (DOR)0% 40 Dual Dyanmics 0% 41 Dupont (DPC)0% 42 Eaton 0% 43 ECCO 0% 44 FABCO 0% 45 Federal Mogul 0% 46 FJC Inc (FJI)0% Section 1: Aftermarket parts - Provide discounts off the retail price of equipment from the following 148 manufacturers. 19-7584 Bid Schedule / OEM & Aftermarket Parts for Fleet Page 1 Solicitation 19-7584Collier County 5/7/2019 11:45 AM p. 9 napaprolink.com - -50% -48% -44% -50% -45% -60% -20% -47% -47% -47% -50% -47% -48% -47% // Wilson -46% -44% -50% 16.E.6.j Packet Pg. 1711 Attachment: 19-7584 Sunbelt_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) LINE #MAKE / BRAND DISCOUNT OFF LIST PRICE PRICE LIST SOURCE 47 Fel-Pro (FEL)0% 48 Felsted 0% 49 FEMCO 0% 50 Firestone Air 0% 51 Fleet Engineer 0% 52 Fontaine 0% 53 FRAM 0% 54 Freon (FRN)0% 55 Fuller 0% 56 Gabriel 0% 57 Gates (GAT)0% 58 Golbal (TAS)0% 59 Go-Jo (GOJ)0% 60 Goodyear 0% 61 Grover 0% 62 Grote 0% 63 Gumout (GUM)0% 64 Gunite 0% 65 Haldex 0% 66 Heli-Coil (HC)0% 67 Hendrickson 0% 68 Hoppy/Tap (HOP)0% 69 Horton 0% 70 Hersee 0% 71 Ideal (IDL)0% 72 JB Weld (JBW)0% 73 Ken Tool (KDT)0% 74 Keeper (KEE)0% 75 K&W Chemical (KW)0% 76 Kidde (KID)0% 77 Lisle (LIS)0% 78 3M (MMM)0% 79 Marmon-Herr 0% 80 Marvel Mystery Oil (MRV)0% 81 Meritor 0% 82 MGM Brake 0% 83 Meguiar’s Was (MEG)0% 84 Midland 0% 85 Milton (MIL)0% 86 Mobile 1 (MOB)0% 87 Monroe (MON)0% 88 MOOG (MOG)0% 89 Motorcraft (MCB)0% 90 Motormite (MTM)0% 91 Muncie PTO 0% 92 NAPA Brand 0% 93 Nelson 0% 94 NGK (NGK)0% 95 National (NAT)0% Page 2 Solicitation 19-7584Collier County 5/7/2019 11:45 AM p. 10 -48% -50% -50% -49% -42% -44% -43% -50% -45% -48% -46% -44% -40% -50% -47% -49% -49% -44% -50% -50% -49% -49% 16.E.6.j Packet Pg. 1712 Attachment: 19-7584 Sunbelt_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) LINE #MAKE / BRAND DISCOUNT OFF LIST PRICE PRICE LIST SOURCE 96 Optronics Light 0% 97 OX Bodies 0% 98 PAI Industries 0% 99 Parker 0% 100 Parts Depot Preferred 0% 101 Partsmaster 0% 102 Permco 0% 103 Peak (ANT)0% 104 Permatex (PER)0% 105 Performance Friction (PER)0% 106 Peterson Lighting (PSN)0% 107 Phoenix USA Chrome 0% 108 Plastikote (PLA)0% 109 Plews (PLE)0% 110 Precision (PJT)0% 111 Prestone (PRS)0% 112 Proliance (GOM)0% 113 Quest EF Products (QST)0% 114 Racor 0% 115 Radiator Speciality (RSC)0% 116 Rain-X (RX)0% 117 R&S Body 0% 118 Ramco 0% 119 Roll-Rite 0% 120 Safety Seal (STS)0% 121 Shell/Rotella (ROT)0% 122 Simple Green (SMP)0% 123 Solar (SOL)0% 124 Spicer 0% 125 Standard Motor (STD)0% 126 Stant (STA)0% 127 Stemco 0% 128 Tech Chemical (TCC)0% 129 Timkin 0% 130 Tridon Flahsers (TRD)0% 131 Truck-Lite 0% 132 Tru-Pilot 0% 133 Tru-Tech (TT)0% 134 TSI Supercool (FTC)0% 135 Turtle Was (TUR)0% 136 USA Industries (USA)0% 137 Valvoline (VLV)0% 138 Velvac 0% 139 Vehicle Safety Mfg 0% 140 Viseon (VST)0% 141 WD-40 (WD)0% 142 WABCO 0% 143 Wagner Brake (WAG)0% 144 Wagner Lighting (WAE 0% Page 3 Solicitation 19-7584Collier County 5/7/2019 11:45 AM p. 11 -45% -47% -43% -17% -50% -44% -49% -40% -40% -48% -47% -46% -49% -49% 16.E.6.j Packet Pg. 1713 Attachment: 19-7584 Sunbelt_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) LINE #MAKE / BRAND DISCOUNT OFF LIST PRICE PRICE LIST SOURCE 145 Walker Manufacturing (WAL)0% 146 Webb 0% 147 Wilmar Tools (WIL)0% 148 Williams Controls 0% 149 Discount off all other manufacturers not listed above and in Section 5.0% Page 4 Solicitation 19-7584Collier County 5/7/2019 11:45 AM p. 12 -50% -30% -49% 16.E.6.j Packet Pg. 1714 Attachment: 19-7584 Sunbelt_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) Section 2: OEM Parts - Apply the discounts provided in section 1, to the products listed below. Please include missing Brand Name and Part Number where applicable. All line items must be completed to be considered for this Solicitation. Item #Part Description Brand Name Part #List Price Discount %County Price 150 Air Brake Chamber (New)30/30 $ - 0% $ - 151 Brake Pads (Set)Performance Friction 1844 $ - 0% $ - 152 Front Brake Shoes (per wheel)Meritor KSR2014703QP $ - 0% $ - 153 Rear Brake Shoes (per wheel)Meritor KSMA2124710QP $ - 0% $ - 154 Front Brake Drum (Each)Webb 61958B $ - 0% $ - 155 Rear Brake Drum (Each)Webb 61989F $ - 0% $ - 156 Rear Brake Drum (Each)Gunite 3744 $ - 0% $ - 157 Air Brake Chamber (New)20/24 $ - 0% $ - 158 D2 Air Brake Governor (New) $ - 0% $ - 159 Automatic Moisture Ejector Stemco 900-1062 $ - 0% $ - 160 28mt Delco Starter (reman.)Delco Remy 10465151 $ - 0% $ - 161 28mt Delco Starter (reman.)Delco Remy 10455043 $ - 0% $ - 162 Air Spring Hendrickson 56417-002 $ - 0% $ - 163 PP1 Valve Air Brake Bendix 276567 $ - 0% $ - 164 Yellow Parking Brake Knob Bendix 248433 $ - 0% $ - 165 Brake Rotor Gunite D6176 $ - 0% $ - 166 Front Brake Shoes (per wheel)Meritor KSR2014704QP $ - 0% $ - 167 Front Brake Drum (each)Tru-Pilot 3754 $ - 0% $ - 168 Front Brake Drum (each)Gunite 3753 $ - 0% $ - 169 Heavy-Duty Truck Shock (each)Gabriel 85043 $ - 0% $ - 170 Heavy-Duty Truck Shock (each)Hendrickson 60670-010 $ - 0% $ - 171 5.9L Cummins Water Pump (new) 3802970 $ - 0% $ - 172 24 X 36 Splash Guard (each)(No Logo) $ - 0% $ - 173 Drive Shaft Support Bearing Meritor GCB21084-2X $ - 0% $ - 174 Axle Flange Gasket (each)Fel Pro 12645 $ - 0% $ - 175 $ - 19-7584 Bid Schedule / Heavy Trucks, Heavy Equipment, Buses HEAVY TRUCKS, HEAVY EQUIPMENT, BUSES TOTAL PRICE FOR HEAVY TRUCKS, HEAVY EQUIPMENT, BUSES Solicitation 19-7584Collier County 5/7/2019 11:45 AM p. 13 NAPA $102.92 -49%$52.71 $126.30 -49%$64.69 N/A N/A -49% // NAPA# HD3030 // NAPA# SD184 $405.97 $739.70 -49% $499.56$975.54// NAPA# 3744X $792.78 -49% $206.36 -46%// NAPA#GC2024 NAPA# KN18530MIDLAND -46%$37.66 $462.46 $236.83-49% //#91-01-4356 $321.14 -50%$160.57// Wilson // Wilson //#91-01-4313 $250.36 -50%$125.18 $378.76 $111.43 $20.34 // NAPA# 3750AX // Napa#3753X // w013589335 $254.24$496.52 -49% //Midland // KN20021 $32.25-46%$59.72 // KN20901//Midland $18.14 -46%$9.80 // NAPA# 86837CR $223.34 $117.25 N/A //NAPA# 3754X $452.45 // NAPA# 3753X -49%$739.70 $378.76 /Monroe //# 66613 $111.50 -49% -49% $57.28 //Monroe //# 65412 $168.64 -46% //NAPA# 41181 $86.30 -37% -47% NAPA# 823-1282 $13.50$24.80 $53.99 $91.49 $25.20$49.20 -46% //HD2100842X $883.56 $1.42 -49% -48%$2.74 $3,543.67 16.E.6.j Packet Pg. 1715 Attachment: 19-7584 Sunbelt_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) Section 3: OEM Parts - Apply the discounts provided in section 1, to the products listed below. Please include missing Brand Name and Part Number. All line items must be completed to be considered for this Solicitation. Item #Part Description Brand Name Part #List Price Discount %County Price 176 Starter (Premium New) $ - 0% $ - 177 Water Pump (New) $ - 0% $ - 178 Front Brake Pads (Premium) $ - 0% $ - 179 Front Brake Rotor (Premium) $ - 0% $ - 180 Upper Radiator Hose (Premium) $ - 0% $ - 181 Starter (Premium New) $ - 0% $ - 182 Water Pump (New) $ - 0% $ - 183 Front Brake Pads (Premium) $ - 0% $ - 184 Front Brake Rotor (Premium) $ - 0% $ - 185 Upper Radiator Hose (Premium) $ - 0% $ - 2017 FORD TRANSIT 150 MR, 3.7 V6, AUTOMATIC 186 Starter (Premium New) $ - 0% $ - 187 Water Pump (New) $ - 0% $ - 188 Front Brake Pads (Premium) $ - 0% $ - 189 Front Brake Rotor (Premium) $ - 0% $ - 190 Upper Radiator Hose (Premium) $ - 0% $ - 191 Starter (Premium New) $ - 0% $ - 192 Water Pump (New) $ - 0% $ - 193 Front Brake Pads (Premium) $ - 0% $ - 194 Rear Brake Pads (Premium) $ - 0% $ - 195 Upper Radiator Hose (Premium) $ - 0% $ - 196 -$ 2017 FORD F150, 3.5L V6 TOTAL PRICE FOR AUTOMOBILES AND SMALL TRUCKS 2017 FORD ESCAPE, 1.5 I4, AUTOMATIC 19-7584 Bid Schedule / Automobiles and Small Trucks 2016 FORD F-450 CREW CAB CHASSIS 4x2, 6.7L DIESEL, AUTOMATIC AUTOMOBILES AND SMALL TRUCKS Solicitation 19-7584Collier County 5/7/2019 11:45 AM p. 14 TBATBA NAPA TFW 43017 $180.66 $96.29 NAPA SS PREMIUM SS-8528-X $32.99-59% NAPA ROTOR 48880508 $70.38 NAPA HOSES 17275 $39.54 $140.76 $79.54 -50% $23.99 NAPA STARTER 244-6215 -39% -47% -47% $100.17 NAPA TFW 41120 $62.02 -42%$35.99 NAPA SS PREMIUM SS-7947-X $73.10 -55%$32.99 NAPA ROTOR 48880601 $93.68 -50%$46.84 NAPA HOSES 17134 $67.20 $37.19-45% $190.80 TBA TBA NAPA TFW 43017 $180.66 $96.29 NAPA SS PREMIUM SS-9004-M $79.54 -59%$32.99 48881781NAPA ROTOR $115.26 $57.63 NAPA HOSES $14.39 -47% -50% -39% NAPA STARTER 244-4899 17277 -48%$253.30 $132.98 NAPA TFW 45012 $221.64 -47%$117.47 NAPA SS PREMIUM $79.54 -59%$32.99SS-8909M NAPA SS PREMIUM $101.80SS-7972-M -50%$50.90 NAPA HOSES 16640 $96.79-48%$155.44 $23.40 $1,109.29 16.E.6.j Packet Pg. 1716 Attachment: 19-7584 Sunbelt_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) Section 4: OEM Parts - Apply the discounts provided in section 1, to the products listed below. Please include missing Brand Name and Part Number. All line items must be completed to be considered for this Solicitation. ITEM #Part Description Brand Name Part #List Price Discount %County Price 197 1157 Miniature Lamps (Each) $ - 0% $ - 198 DOT 3 Brake Fluid 12oz (Each) $ - 0% $ - 199 Valvoline Syn.Grease (Ea.) $ - 0% $ - 200 Premium Antifreeze (Gal.) $ - 0% $ - 201 1135 GOJO Hand Cleaner (Each) $ - 0% $ - 202 CRC Fuel Therapy 30 oz $ - 0% $ - 203 $ - 19-7584 Bid Schedule / Supplies SUPPLIES TOTAL PRICE FOR SUPPLIES Solicitation 19-7584Collier County 5/7/2019 11:45 AM p. 15 NAPA AVB NAPA BRAKE FLUID VALVOLINE PEAK GOJO CRC 1157 35012 985 00407 1135 05232 $0.65 $6.10 $13.42 $19.62 $19.49 $16.99 $10.30 $9.49 $3.99 $0.27 -29% -38% -35% -58% -46% -48% $31.38 $31.46 $60.53 16.E.6.j Packet Pg. 1717 Attachment: 19-7584 Sunbelt_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) Section 5: OEM Parts - Apply the discounts provided in section 1, to the products listed below. Please include missing Brand Name and Part Number. All line items must be completed to be considered for this Solicitation. ITEM #Part Description Brand Name Part #List Price Discount %County Price 204 Starter Tire Plug Kit-HD $ - 0% $ - 205 3/8 OD 50’ Air Hose $ - 0% $ - 206 Pistol Grip Grease Gun $ - 0% $ - 207 Lever Action Grease Gun $ - 0% $ - 208 18” Whip Hose $ - 0% $ - 209 HD Dual Foot Straight Flat Angle Tire Pressure 10/150 psi $ - 0% $ - 210 $ - 19-7584 Bid Schedule / Tools TOOLS TOTAL PRICE FOR TOOLS Solicitation 19-7584Collier County 5/7/2019 11:45 AM p. 16 NAPA NAPA NAPA NAPA NAPA NAPA 710-1646 7151232 7151516 7151237 7151229 90383 $59.32 $59.58 $94.16 $63.28 $15.62 $49.78 $48.49 $26.81 $29.66 $31.64 $7.81 $22.40 $166.81 16.E.6.j Packet Pg. 1718 Attachment: 19-7584 Sunbelt_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) Section 6: OEM Parts - Apply the discounts provided in section 1, to the products listed below. Please include missing Brand Name and Part Number. All line items must be completed to be considered for this Solicitation. ITEM #Part Description Brand Name Part #List Price Discount %County Price 211 Fire Extinguisher/5# Class ABC $ - 0% $ - 212 Certificate Holder-Clip-On $ - 0% $ - 213 3” Round Spot Mirror $ - 0% $ - 214 $ - ACCESSORIES 19-7584 Bid Schedule / Accessories TOTAL PRICE FOR ACCESSORIES Solicitation 19-7584Collier County 5/7/2019 11:45 AM p. 17 NAPA NAPA NAPA 819-1005 730-3672 730-3767 $123.90 $4.36 $5.70 $61.95 $1.94$2.85 -50% -56% -50% $66.74 16.E.6.j Packet Pg. 1719 Attachment: 19-7584 Sunbelt_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) Section 7: OEM Parts - Apply the discount for the Manufacturers listed below. Please include Discount % and Source of List Pricing. DISCOUNT % 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% YES/NO Insurance Requirements E-Verify Cummins Allison SOURCE OF LIST PRICING Perkins 19-7584 Bid Schedule / Sublet Repair Parts Dodge Chevrolet Caterpillar GMC Peterbilt Sterling SUBLET REPAIR PARTS Manufacturer (FORD-GM-International- Toro-etc.) Ford Freightliner Mack References Addenda Volkswagon Discount for any Manufacturer not listed in Sections 2-6. Fuller Mercedes Detroit Grant Forms Description Form 2: Vendor Check List Form 3: Conflict of Interest Affidavit Form 4: Vendor Declaration Statement Form 5: Immigration Affidavit Certification Please complete and include all applicable documents listed below. Form 6: Vendor Substitute W – 9 Form 7: Vendor Submittal – Local Vendor Preference Affidavit Solicitation 19-7584Collier County 5/7/2019 11:45 AM p. 18 YES YES YES YES YES YES YES YES YES 16.E.6.j Packet Pg. 1720 Attachment: 19-7584 Sunbelt_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) INSURANCE AND BONDING REQUIREMENTS Insurance / Bond Type Required Limits 1. Worker’s Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements Evidence of Workers’ Compensation coverage or a Certificate of Exemption issued by the State of Florida is required. Entities that are formed as Sole Proprietorships shall not be required to provide a proof of exemption. An application for exemption can be obtained online at https://apps.fldfs.com/bocexempt/ 2. Employer’s Liability $___________ single limit per occurrence 3. Commercial General Liability (Occurrence Form) patterned after the current ISO form Bodily Injury and Property Damage $_______________single limit per occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. Indemnification To the maximum extent permitted by Florida law, the Contractor/Vendor 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, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor/ Vendor or anyone employed or utilized by the Contractor/Vendor in the performance of this Agreement. 5. Automobile Liability $_________ Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included 6. Other insurance as noted: Watercraft $ __________ Per Occurrence United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ __________ Per Occurrence Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ __________ Per Occurrence Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ __________ Per Occurrence Pollution $ __________ Per Occurrence Professional Liability $ ___________ Per claim & in the aggregate Project Professional Liability $__________ Per Occurrence Valuable Papers Insurance $__________ Per Occurrence Cyber Liability $__________ Per Occurrence Technology Errors & Omissions $__________ Per Occurrence 7. Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers’ check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. Solicitation 19-7584Collier County 5/7/2019 11:45 AM p. 20 $500,000.00 $1,000.000.00 $1,000,000.00 16.E.6.j Packet Pg. 1721 Attachment: 19-7584 Sunbelt_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 8. Performance and Payment Bonds For projects in excess of $200,000, bonds shall be submitted with the executed contract by Proposers receiving award, and written for 100% of the Contract award amo unt, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as “A-“ or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders’ surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 9. Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 10. Collier County must be named as "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 Vendor’s policy shall be endorsed accordingly. 11. The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 12. On all certificates, the Certificate Holder must read: Collier County Board of Commissioners, 3295 Tamiami Trail East, Naples, FL 34112 13. Thirty (30) Days Cancellation Notice required. 14. Collier County shall procure and maintain Builders Risk Insurance on all construction projects where it is deemed necessary. Such coverage shall be endorsed to cover the interests of Collier County as well as the Contractor. Premiums shall be billed to the project and the Contractor shall not include Builders Risk premiums in its project proposal or project billings. All questio ns regarding Builder’s Risk Insurance will be addressed by the Collier County Risk Management Division. 4/2/19 - CC ___________________________________________________________________________________________________________ Vendor’s Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. The insurance submitted must provide coverage for a minimum of six (6) months from the date of award. Name of Firm _______________________________________ Date ____________________________ Vendor Signature _________________________________________________________________________ Print Name _________________________________________________________________________ Insurance Agency _________________________________________________________________________ Agent Name ___________________________________ Telephone Number ________________ Solicitation 19-7584Collier County 5/7/2019 11:45 AM p. 21 05/14/2019 Adolfo Baez Old Dominion Insurance Company Sunbelt Automotive/Napa Kevin Kertone 239-470-1885 16.E.6.j Packet Pg. 1722 Attachment: 19-7584 Sunbelt_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) EXHIBIT I-01 FEDERAL CONTRACT PROVISIONS (FTA)   CFDA 20.507 (Urbanized Area Formula Program) Sources ref.: FTA FY18 Comp. Review Guide for Procurement; DOT FTA FY18 Master Agreement Generally Applicable Provisions; FTA Best Practices Procurement Oct. 2016 Revised 1-4-19 FCP-1 FEDERAL TRANSIT ADMINISTRATION CONTRACTOR COMPLIANCE OVERVIEW AND REQUIREMENTS The supplemental conditions contained in this section are intended to cooperate with, to supplement, and to modify the general conditions and other specifications. In cases of disagreement with any other section of this contract, the Supplemental Conditions shall govern. Per uniform requirements of federal awards (2 CFR Part 200.23) the definition of CONTRACTOR is an entity that receives a contract. The services performed under 49 U.S.C. 5307 by the awarded Contractor shall be in compliance with all applicable grantor regulations/requirements, and additional requirements specified in this document. It shall be the awarded Contractor’s responsibility to acquire and utilize the necessary manuals and guidelines that apply to the work required to complete this project. In general, 1) The contractor (including all subcontractors) must insert these contract provisions in each lower tier contracts (e.g. subcontract or sub-agreement); 2) The contractor (or subcontractor) must incorporate the applicable requirements of these contract provisions by reference for work done under any purchase orders, rental agreements and other agreements for supplies or services; 3) The prime contractor is responsible for compliance with these contract provisions by any subcontractor, lower-tier subcontractor or service provider. STATUTORY AUTHORITY Urbanized Area Formula Program a. Federal Transit Laws, Title 49 U.S.C. 5307 b. 49 CFR 1.51 PROGRAM OVERVIEW The Urbanized Area Formula Program, codified at 49 U.S.C. 5307 (“Section 5307”), is authorized under the provisions set forth in the Moving Ahead for Progress in the 21st Century Act (MAP-21), Public Law 112-141. FTA OVERSIGHT The COUNTY may be subject to a triennial, state management or other regularly scheduled comprehensive review to evaluate performance to determine recipient program and certification compliance. Solicitation 19-7584Collier County 5/7/2019 11:45 AM p. 22 16.E.6.j Packet Pg. 1723 Attachment: 19-7584 Sunbelt_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) EXHIBIT I-01 FEDERAL CONTRACT PROVISIONS (FTA)   CFDA 20.507 (Urbanized Area Formula Program) Sources ref.: FTA FY18 Comp. Review Guide for Procurement; DOT FTA FY18 Master Agreement Generally Applicable Provisions; FTA Best Practices Procurement Oct. 2016 Revised 1-4-19 FCP-2 APPLICABLE FTA PROVISIONS APPLICABLE CONTRACT CLAUSE ASSURANCE 1. Access to Records and Reports 2. Accessibility (Americans with Disabilities Act) 3. Bonding (Construction Exceeding $250,000) 4. Bus Testing Certification and Report 5. Buy America Certifications >$150K / Small Purchase Waiver 6. Cargo Preference 7. Charter Service Operations 8. Civil Rights Laws and Regulations (EEO, Title VI, & ADA) 9. Clean Air Act and Federal Water Pollution Control Act (>$150K) 10. Contract Work Hours and Safety Standards Act (>$100,000) 11. Copeland Anti-Kickback Act Section 1 and 2 (>$2,000) 12. Davis Bacon Act (Applies to Construction >$2,000 13. Debarment and Suspension >$25,000 14. Department of Labor EEO Conditions 15. Disadvantaged Business Enterprises (DBEs) Complete (2) Forms (Anticipated DBE Form, Bidders List) 16. Drug and Alcohol Testing 17. Employee Protections (Awards Involving Construction) 18. Energy Conservation 19. Federal Changes 20. Fly America 21. Incorporation of Federal Transit Administration (FTA) Terms 22. ITS Standards (Intelligent Transportation Systems) 23. Lobbying (>$100,000) Certification 24. No Federal Government Obligation to Third Parties by Use of a Disclaimer 25. Pre-Award and Post Delivery Audits of Rolling Stock Purchases Certifications 26. Patent Rights, Rights in Data and Copyrights 27. Program Fraud and False or Fraudulent Statements and Related Acts 28. Provisions for Resolution of Disputes, Breaches, or Other Litigation 29. Prompt Payment and Return of Retainage (49 C.F.R. part 26 § 12. 30. Recycled Products (>$10K per Year) 31. Safe Operation of Motor Vehicles 32. School Bus Operations 33. Seismic Safety 34. Special DOL EEO Clause for Construction Contracts >$10,000 35. Special Notification Requirements for States (State Grant Provisions) 36. Termination Provisions >$10,000 37. Transit Employee Protective Arrangements 38. Federal Privacy Act >$10,000 (and Construction >$2,000 Solicitation 19-7584Collier County 5/7/2019 11:45 AM p. 23 16.E.6.j Packet Pg. 1724 Attachment: 19-7584 Sunbelt_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) EXHIBIT I-01 FEDERAL CONTRACT PROVISIONS (FTA)   CFDA 20.507 (Urbanized Area Formula Program) Sources ref.: FTA FY18 Comp. Review Guide for Procurement; DOT FTA FY18 Master Agreement Generally Applicable Provisions; FTA Best Practices Procurement Oct. 2016 Revised 1-4-19 FCP-3 APPLICABLE CONTRACT PROVISIONS (1-38) 1. 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. 2. ACCESSIBILITY (ADA) Facilities to be used in public transportation service must comply with the American with Disabilities Act, 42 U.S.C. § 12101 et seq.; DOT regulations, “Transportation Services for Individuals with Disabilities (ADA),” 49 C.F.R. part 37; and Joint Access Board/DOT regulations, “Americans with Disabilities (ADA) Accessibility Specifications for Transportation Vehicles,” 36 C.F.R. part 1192 and 49 C.F.R. part 38. Notably, DOT incorporated by reference into Appendix A of its regulations at 49 C.F.R. part 37 the Access Board’s “Americans with Disabilities Act Accessibility Guidelines” (ADAAG), revised July 2004, which include accessibility guidelines for buildings and facilities. DOT also added specific provisions to Appendix A of 49 C.F.R. part 37 modifying the ADAAG with the result that buildings and facilities must comply with both the ADAAG and the DOT amendments. 3. BONDING REQUIREMENTS (Applies to Subcontracts at Every Tier) Bid Security A Bid Bond must be issued by a fully qualified surety company acceptable to the COUNTY and listed as a company currently authorized under 31 C.F.R. part 223 as possessing a Certificate of Authority as described thereunder. Rights Reserved In submitting this Bid, it is understood and agreed by bidder that the right is reserved by the COUNTY to reject any and all bids, or part of any bid, and it is agreed that the Bid may not be withdrawn for a period of [one hundred twenty (120)] days subsequent to the opening of bids, without the written consent of the COUNTY. It is also understood and agreed that if the undersigned bidder should withdraw any part or all of his bid within [one hundred twenty (120)] days after the bid opening without the written consent of the COUNTY, shall refuse or be unable to enter into this Contract, as provided above, or refuse or be unable to furnish adequate and acceptable Performance Bonds and Labor and Material Payments Bonds, as provided above, or refuse or be unable to furnish adequate and acceptable insurance, as provided above, he shall forfeit his bid security to the extent of ‘COUNTY's damages occasioned by such withdrawal, or refusal, or inability to enter into an agreement, or provide adequate security therefore. It is further understood and agreed that to the extent the defaulting bidder's Bid Bond, Certified Check, Cashier's Check, Treasurer's Check, and/or Official Bank Check (excluding any income generated thereby Solicitation 19-7584Collier County 5/7/2019 11:45 AM p. 24 16.E.6.j Packet Pg. 1725 Attachment: 19-7584 Sunbelt_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) EXHIBIT I-01 FEDERAL CONTRACT PROVISIONS (FTA)   CFDA 20.507 (Urbanized Area Formula Program) Sources ref.: FTA FY18 Comp. Review Guide for Procurement; DOT FTA FY18 Master Agreement Generally Applicable Provisions; FTA Best Practices Procurement Oct. 2016 Revised 1-4-19 FCP-4 which has been retained by the COUNTY as provided in [Item x "Bid Security" of the Instructions to Bidders]) shall prove inadequate to fully recompense the COUNTY for the damages occasioned by default, then the undersigned bidder agrees to indemnify the COUNTY and pay over to the COUNTY the difference between the bid security and (Recipient's) total damages, so as to make the COUNTY whole. The undersigned understands that any material alteration of any of the above or any of the material contained on this form, other than that requested will render the bid unresponsive. Performance and Payment Bonding Requirements (Construction) A contractor or vendor shall provide a surety bond from a surety company to guarantee full and faithful performance of a contract obligation and the payment of labor and material expended pursuant to a contract whenever, and in such amounts, as required by statute or otherwise as deemed necessary by the Purchasing Director. An irrevocable letter of credit from a financial institution operating within the State of Florida (or other alternative forms of surety as permitted under Florida law) may be sufficient in place of the performance bond if so provided for in the bid and contract documents. All such bonds or letters of credit shall be approved as to form by the County Attorney. A. Contractor shall provide Performance and Payment Bonds in the amount of 100% of the Contract Amount, the costs of which are to be paid by Contractor. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall meet the requirements of the Department of the Treasury Fiscal Service, “Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsurance Companies” circular. This circular may be accessed via the web at https://www.fiscal.treasury.gov/fsreports/ref/suretyBnd/c570.htm. Should the Contract Amount be less than $500,000, the requirements of Section 287.0935, F.S. shall govern the rating and classification of the surety. B. If the surety for any bond furnished by Contractor is declared bankrupt, becomes insolvent, its right to do business is terminated in the State of Florida, or it ceases to meet the requirements imposed by the Contract Documents, the Contractor shall, within five (5) calendar days thereafter, substitute at its cost and expense another bond and surety, both of which shall be subject to the Owner's approval. Advance Payment Bonding Requirements The Contractor may be required to obtain an advance payment bond if the contract contains an advance payment provision and a performance bond is not furnished. The COUNTY shall determine the amount of the advance payment bond necessary to protect the COUNTY. Patent Infringement Bonding Requirements (Patent Indemnity) The Contractor may be required to obtain a patent indemnity bond if a performance bond is not furnished and the financial responsibility of the Contractor is unknown or doubtful. The COUNTY shall determine the amount of the patent indemnity to protect the COUNTY. Warranty of the Work and Maintenance Bonds 1. The Contractor warrants to the COUNTY, the Architect and/or Engineer that all materials and equipment furnished under this Contract will be of highest quality and new unless otherwise specified by the COUNTY, free from faults and defects and in conformance with the Contract Documents. All work not so conforming to these standards shall be considered defective. If required by the COUNTY Project Manager, the Contractor shall furnish satisfactory evidence as to the kind and quality of materials and equipment. 2. The Work furnished must be of first quality and the workmanship must be the best obtainable in the various trades. The Work must be of safe, substantial and durable construction in all respects. The Contractor hereby guarantees the Work against defective materials or faulty workmanship for a minimum period of one (1) year after Final Payment by the COUNTY and shall replace or repair any defective materials or equipment or faulty workmanship during the period of the guarantee at no cost to the COUNTY. Solicitation 19-7584Collier County 5/7/2019 11:45 AM p. 25 16.E.6.j Packet Pg. 1726 Attachment: 19-7584 Sunbelt_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) EXHIBIT I-01 FEDERAL CONTRACT PROVISIONS (FTA)   CFDA 20.507 (Urbanized Area Formula Program) Sources ref.: FTA FY18 Comp. Review Guide for Procurement; DOT FTA FY18 Master Agreement Generally Applicable Provisions; FTA Best Practices Procurement Oct. 2016 Revised 1-4-19 FCP-5 As additional security for these guarantees, the Contractor shall, prior to the release of Final Payment [as provided in Item X below], furnish separate Maintenance (or Guarantee) Bonds in form acceptable to the COUNTY written by the same corporate surety that provides the Performance Bond and Labor and Material Payment Bond for this Contract. These bonds shall secure the Contractor's obligation to replace or repair defective materials and faulty workmanship for a minimum period of one (1) year after Final Payment and shall be written in an amount equal to ONE HUNDRED PERCENT (100%) of the CONTRACT SUM, as adjusted (if at all). 4. BUS TESTING The Contractor [Manufacturer] agrees to comply with the Bus Testing requirements under 49 U.S.C. 5318(e) and FTA's implementing regulation at 49 C.F.R. part 665 to ensure that the requisite testing is performed for all new bus models or any bus model with a major change in configuration or components, and that the bus model has achieved a passing score. Upon completion of the testing, the contractor shall obtain a copy of the bus testing reports from the operator of the testing facility and make that report(s) publicly available prior to final acceptance of the first vehicle by the recipient. 5. BUY AMERICA REQUIREMENT (Applies to Subtracts.) The contractor agrees to comply with 49 U.S.C. 5323(j) and 49 C.F.R. Part 661, which provide that Federal funds may not be obligated unless steel, iron, and manufactured products used in FTA-funded projects are produced in the United States, unless a waiver has been granted by FTA or the product is subject to a general waiver. General waivers are listed in 49 C.F.R. 661.7, and includes microprocessors, computers, microcomputers, or software, or other such devices, which are used solely for the purpose of processing or storing data. Separate requirements for rolling stock are set out at 49 U.S.C. 5323(j)(2)(C) and 49 C.F.R. 661.11. A bidder or offeror must submit to the FTA recipient the appropriate Buy America certification (Attachments) with all bids or offers on FTA-funded contracts, except those subject to a general waiver. Bids or offers that are not accompanied by a completed Buy America certification must be rejected as nonresponsive. The small purchase waiver is now included in 49 U.S.C 5323(j)(13) and provides that the term ”small purchase” means a purchase of not more than $150,000. The small purchase waiver applies to purchases of $150,000 or less, regardless of the size of the project. Therefore, purchases made with FTA financial assistance, including capital, planning, or operating assistance, are subject to the waiver.   6. CARGO PREFERENCE REQUIREMENTS (Applies to Subcontracts) Use of United States-Flag Vessels The contractor agrees: a. to use privately owned United States-Flag commercial vessels to ship at least 50 percent of the gross tonnage (computed separately for dry bulk carriers, dry cargo liners, and tankers) involved, whenever shipping any equipment, material, or commodities pursuant to the underlying contract to the extent such vessels are available at fair and reasonable rates for United States-Flag commercial vessels; b. to furnish within 20 working days following the date of loading for shipments originating within the United States or within 30 working days following the date of leading 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 the preceding paragraph to the Division of National Cargo, Office of Market Development, Maritime Administration, Washington, DC 20590 and to the FTA recipient (through the contractor in the case of a subcontractor's bill-of-lading.); 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. 7. CHARTER SERVICE The contractor agrees to comply with 49 U.S.C. 5323(d), 5323(r) and 49 C.F.R Part 604, which provides that recipients and subrecipients of FTA assistance are prohibited from providing charter service using Solicitation 19-7584Collier County 5/7/2019 11:45 AM p. 26 16.E.6.j Packet Pg. 1727 Attachment: 19-7584 Sunbelt_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) EXHIBIT I-01 FEDERAL CONTRACT PROVISIONS (FTA)   CFDA 20.507 (Urbanized Area Formula Program) Sources ref.: FTA FY18 Comp. Review Guide for Procurement; DOT FTA FY18 Master Agreement Generally Applicable Provisions; FTA Best Practices Procurement Oct. 2016 Revised 1-4-19 FCP-6 federally funded equipment or facilities if there is at least one private charter operator willing and able to provide the service, except as permitted under: 1. Federal transit laws, specifically 49 U.S.C. § 5323(d); 2. FTA regulations, “Charter Service,” 49 C.F.R. part 604; 3. Any other federal Charter Service regulations; or 4. Federal guidance, except as FTA determines otherwise in writing. The contractor agrees that if it engages in a pattern of violations of FTA’s Charter Service regulations, FTA may require corrective measures or impose remedies on it. These corrective measures and remedies may include: 1. Barring it or any subcontractor operating public transportation under its Award that has provided prohibited charter service from receiving federal assistance from FTA; 2. Withholding an amount of federal assistance as provided by Appendix D to part 604 of FTA’s Charter Service regulations; or 3. Any other appropriate remedy that may apply. The contractor should also include the substance of this clause in each subcontract that may involve operating public transit services. 8. CIVIL RIGHTS LAWS AND REGULATIONS The following requirements apply to the underlying contract and all subcontracts at every tier: CIVIL RIGHTS AND EQUAL OPPORTUNITY 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 Federal Civil Rights laws and regulations and shall include these requirements in each subcontract entered into as part thereof. I. 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. II. Race, Color, Religion, National Origin, Sex. In accordance with Title VII of the Civil Rights Act, as amended, 42 U.S.C. § 2000e et seq., and Federal transit laws at 49 U.S.C. § 5332, the Contractor agrees to comply with all applicable equal employment opportunity requirements of U.S. Department of Labor (U.S. DOL) regulations, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor," 41 C.F.R. chapter 60, and Executive Order No. 11246, "Equal Employment Opportunity in Federal Employment," September 24, 1965, 42 U.S.C. § 2000e note, as amended by any later Executive Order that amends or supersedes it, referenced in 42 U.S.C. § 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. III. Age. In accordance with the Age Discrimination in Employment Act, 29 U.S.C. §§ 621-634, U.S. Equal Employment Opportunity Commission (U.S. EEOC) regulations, “Age Discrimination in Employment Act,” 29 C.F.R. part 1625, the Age Discrimination Act of 1975, as amended, 42 U.S.C. § 6101 et seq., U.S. Solicitation 19-7584Collier County 5/7/2019 11:45 AM p. 27 16.E.6.j Packet Pg. 1728 Attachment: 19-7584 Sunbelt_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) EXHIBIT I-01 FEDERAL CONTRACT PROVISIONS (FTA)   CFDA 20.507 (Urbanized Area Formula Program) Sources ref.: FTA FY18 Comp. Review Guide for Procurement; DOT FTA FY18 Master Agreement Generally Applicable Provisions; FTA Best Practices Procurement Oct. 2016 Revised 1-4-19 FCP-7 Health and Human Services regulations, “Nondiscrimination on the Basis of Age in Programs or Activities Receiving Federal Financial Assistance,” 45 C.F.R. part 90, and Federal transit law at 49 U.S.C. § 5332, the Contractor agrees to refrain from discrimination against present and prospective employees for reason of age. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. IV. Disabilities. In accordance with section 504 of the Rehabilitation Act of 1973, as amended, 29 U.S.C. § 794, the Americans with Disabilities Act of 1990, as amended, 42 U.S.C. § 12101 et seq., the Architectural Barriers Act of 1968, as amended, 42 U.S.C. § 4151 et seq., and Federal transit law at 49 U.S.C. § 5332, the Contractor agrees that it will not discriminate against individuals on the basis of disability. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. 9. CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT (Applies to Subcontracts OVER $150,000 at Every Tier) 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. 10. CONTRACT WORK HOURS AND SAFETY SANDARDS ACT (Applies to Subcontracts at Every Tier) For all contracts in excess of $100,000 that involve the employment of mechanics or laborers, the Contractor shall comply with the Contract Work Hours and Safety Standards Act (40 U.S.C. §§ 3701- 3708), as supplemented by the DOL regulations at 29 C.F.R. part 5. Under 40 U.S.C. § 3702 of the Act, the Contractor shall compute the wages of every mechanic and laborer, including watchmen and guards, on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. § 3704 are applicable to construction work and provide that no laborer or mechanic be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchase of supplies or materials or articles ordinarily available on the open market, or to contracts for transportation or transmission of intelligence. In the event of any violation of the clause set forth herein, the Contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, the Contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of this clause in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by this clause. The FTA shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the Contractor or subcontractor under any such contract or any other Federal contract with the same prime Contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime Contractor, such sums as may be determined to be Solicitation 19-7584Collier County 5/7/2019 11:45 AM p. 28 16.E.6.j Packet Pg. 1729 Attachment: 19-7584 Sunbelt_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) EXHIBIT I-01 FEDERAL CONTRACT PROVISIONS (FTA)   CFDA 20.507 (Urbanized Area Formula Program) Sources ref.: FTA FY18 Comp. Review Guide for Procurement; DOT FTA FY18 Master Agreement Generally Applicable Provisions; FTA Best Practices Procurement Oct. 2016 Revised 1-4-19 FCP-8 necessary to satisfy any liabilities of such Contractor or subcontractor for unpaid wages and liquidated damages as provided in this section. The Contractor or subcontractor shall insert in any subcontracts the clauses set forth in this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime Contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in this agreement. 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. 11. COPELAND ANTI-KICKBACK ACT For all construction contracts >$2,000, the Contractor agrees to comply with the Copeland "Anti Kickback" Act (Copeland Act) provisions. The Contractor shall also comply with the Copeland “Anti-Kickback” Act (40 U.S.C. § 3145), as supplemented by DOL regulations at 29 C.F.R. part 3, “Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in part by Loans or Grants from the United States.” The Contractor is prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The Copeland "Anti Kickback" Act (Copeland Act) is divided into two sections. Section 1 of the Copeland “Anti-Kickback” Act, at 18 U.S.C. § 874, prohibits anyone from inducing, by any means, any person employed on construction, prosecution, completion, or repair of a federally assisted building or work, to give up any part of his or her compensation to which he or she is otherwise entitled. Section 2 of that Act, at 40 U.S.C. § 3145, and implementing DOL regulations, “Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in part by Loans or Grants from the United States,” 29 C.F.R. part 3, imposes record keeping requirements on all third party contracts for construction, alteration, or repair exceeding $2,000. Under Appendix II to 2 C.F.R. part 200—Contract Provisions for Non-Federal Entity Contracts Under Federal Awards, recipients’ third party contracts must include a provision for compliance with the Copeland “Anti-Kickback” Act, as amended, and implementing DOL regulations. 12. DAVIS BACON ACT For all prime construction, alteration or repair contracts in excess of $2,000 awarded by FTA, the Contractor shall comply with the Davis-Bacon Act. Under 49 U.S.C. § 5333(a), prevailing wage protections apply to laborers and mechanics employed on FTA assisted construction, alteration, or repair projects. The Solicitation 19-7584Collier County 5/7/2019 11:45 AM p. 29 16.E.6.j Packet Pg. 1730 Attachment: 19-7584 Sunbelt_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) EXHIBIT I-01 FEDERAL CONTRACT PROVISIONS (FTA)   CFDA 20.507 (Urbanized Area Formula Program) Sources ref.: FTA FY18 Comp. Review Guide for Procurement; DOT FTA FY18 Master Agreement Generally Applicable Provisions; FTA Best Practices Procurement Oct. 2016 Revised 1-4-19 FCP-9 Contractor will comply with the Davis-Bacon Act, 40 U.S.C. §§ 3141-3144, and 3146-3148 as supplemented by Department of Labor regulations (29 C.F.R. part 5, “Labor Standards Provisions Applicable to Contracts Governing Federally Financed and Assisted Construction”). In accordance with the statute, the Contractor shall pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, the Contractor agrees to pay wages not less than once a week. (1) Minimum wages - (i) All laborers and mechanics employed or working upon the site of the work (or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project), will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph (1)(iv) of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR Part 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, that the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classifications and wage rates conformed under paragraph (1)(ii) of this section) and the Davis-Bacon poster (WH-1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. (ii)(A) The contracting officer shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (1) Except with respect to helpers as defined as 29 CFR 5.2(n)(4), the work to be performed by the classification requested is not performed by a classification in the wage determination; and (2) The classification is utilized in the area by the construction industry; and (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination; and (4) With respect to helpers as defined in 29 CFR 5.2(n)(4), such a classification prevails in the area in which the work is performed. (B) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of Solicitation 19-7584Collier County 5/7/2019 11:45 AM p. 30 16.E.6.j Packet Pg. 1731 Attachment: 19-7584 Sunbelt_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) EXHIBIT I-01 FEDERAL CONTRACT PROVISIONS (FTA)   CFDA 20.507 (Urbanized Area Formula Program) Sources ref.: FTA FY18 Comp. Review Guide for Procurement; DOT FTA FY18 Master Agreement Generally Applicable Provisions; FTA Best Practices Procurement Oct. 2016 Revised 1-4-19 FCP-10 receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (C) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (D) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs (a)(1)(ii) (B) or (C) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (iii) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (iv) If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. (v)(A) The contracting officer shall require that any class of laborers or mechanics which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefor only when the following criteria have been met: (1) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (2) The classification is utilized in the area by the construction industry; and (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (B) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (C) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Administrator for determination. The Administrator, or an authorized representative, will issue a Solicitation 19-7584Collier County 5/7/2019 11:45 AM p. 31 16.E.6.j Packet Pg. 1732 Attachment: 19-7584 Sunbelt_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) EXHIBIT I-01 FEDERAL CONTRACT PROVISIONS (FTA)   CFDA 20.507 (Urbanized Area Formula Program) Sources ref.: FTA FY18 Comp. Review Guide for Procurement; DOT FTA FY18 Master Agreement Generally Applicable Provisions; FTA Best Practices Procurement Oct. 2016 Revised 1-4-19 FCP-11 determination with 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (D) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs (a)(1)(v) (B) or (C) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (2) Withholding – Collier County shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the contractor under this contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to Davis-Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work (or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project), all or part of the wages required by the contract, the Collier County may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. (3) Payrolls and basic records - (i) Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work (or under the United States Housing Act of 1937, or under the Housing Act of 1949, in the construction or development of the project). Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis-Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (ii)(A) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to Collier County for transmission to the Federal Transit Administration. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under section 5.5(a)(3)(i) of Regulations, 29 CFR part 5. This information may be submitted in any form desired. Optional Form WH-347 is available for this purpose and may be purchased from the Superintendent of Documents (Federal Stock Number 029-005-00014-1), U.S. Government Printing Office, Washington, DC 20402. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. (B) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (1) That the payroll for the payroll period contains the information required to be maintained under section 5.5(a)(3)(i) of Regulations, 29 CFR part 5 and that such information is correct and complete; (2) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract Solicitation 19-7584Collier County 5/7/2019 11:45 AM p. 32 16.E.6.j Packet Pg. 1733 Attachment: 19-7584 Sunbelt_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) EXHIBIT I-01 FEDERAL CONTRACT PROVISIONS (FTA)   CFDA 20.507 (Urbanized Area Formula Program) Sources ref.: FTA FY18 Comp. Review Guide for Procurement; DOT FTA FY18 Master Agreement Generally Applicable Provisions; FTA Best Practices Procurement Oct. 2016 Revised 1-4-19 FCP-12 during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR part 3; (3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (C) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph (a)(3)(ii)(B) of this section. (D) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the United States Code. (iii) The contractor or subcontractor shall make the records required under paragraph (a)(3)(i) of this section available for inspection, copying, or transcription by authorized representatives of the Federal Transit Administration or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the Federal agency may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. (4) Apprentices and trainees - (i) Apprentices - Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State Apprenticeship Agency recognized by the Bureau, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator of the Wage and Hour Division of the U.S. Department of Labor determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Bureau of Apprenticeship and Training, or a State Apprenticeship Agency recognized by the Bureau, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. Solicitation 19-7584Collier County 5/7/2019 11:45 AM p. 33 16.E.6.j Packet Pg. 1734 Attachment: 19-7584 Sunbelt_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) EXHIBIT I-01 FEDERAL CONTRACT PROVISIONS (FTA)   CFDA 20.507 (Urbanized Area Formula Program) Sources ref.: FTA FY18 Comp. Review Guide for Procurement; DOT FTA FY18 Master Agreement Generally Applicable Provisions; FTA Best Practices Procurement Oct. 2016 Revised 1-4-19 FCP-13 (ii) Trainees - Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (iii) Equal employment opportunity - The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR part 30. (5) Compliance with Copeland Act requirements - The contractor shall comply with the requirements of 29 CFR part 3, which are incorporated by reference in this contract. (6) Subcontracts - The contractor or subcontractor shall insert in any subcontracts the clauses contained in 29 CFR 5.5(a)(1) through (10) and such other clauses as the Federal Transit Administration may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5. (7) Contract termination: debarment - A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. (8) Compliance with Davis-Bacon and Related Act requirements - All rulings and interpretations of the Davis-Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract. (9) Disputes concerning labor standards - Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives. (10) Certification of eligibility - (i) By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1). Solicitation 19-7584Collier County 5/7/2019 11:45 AM p. 34 16.E.6.j Packet Pg. 1735 Attachment: 19-7584 Sunbelt_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) EXHIBIT I-01 FEDERAL CONTRACT PROVISIONS (FTA)   CFDA 20.507 (Urbanized Area Formula Program) Sources ref.: FTA FY18 Comp. Review Guide for Procurement; DOT FTA FY18 Master Agreement Generally Applicable Provisions; FTA Best Practices Procurement Oct. 2016 Revised 1-4-19 FCP-14 (ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1). (iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. 13. DEBARMENT AND SUSPENSION (Applies to Subcontracts of Any Tier) The Contractor shall comply and facilitate compliance with U.S. DOT regulations, “Nonprocurement Suspension and Debarment,” 2 C.F.R. part 1200, which adopts and supplements the U.S. Office of Management and Budget (U.S. OMB) “Guidelines to Agencies on Governmentwide Debarment and Suspension (Nonprocurement),” 2 C.F.R. part 180. These provisions apply to each contract at any tier of $25,000 or more, and to each contract at any tier for a federally required audit (irrespective of the contract amount), and to each contract at any tier that must be approved by an FTA official irrespective of the contract amount. As such, the Contractor shall verify that its principals, affiliates, and subcontractors are eligible to participate in this federally funded contract and are not presently declared by any Federal department or agency to be: a) Debarred from participation in any federally assisted Award; b) Suspended from participation in any federally assisted Award; c) Proposed for debarment from participation in any federally assisted Award; d) Declared ineligible to participate in any federally assisted Award; e) Voluntarily excluded from participation in any federally assisted Award; or f) Disqualified from participation in ay federally assisted Award. By signing and submitting its bid or proposal, the bidder or proposer certifies as follows: The certification in this clause is a material representation of fact relied upon by the AGENCY. If it is later determined by the AGENCY that the bidder or proposer knowingly rendered an erroneous certification, in addition to remedies available to the AGENCY, 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. 14. DEPARTMENT OF LABOR EEO CONDITIONS The contractor shall comply, with: (a) U.S. DOL regulations, “Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor,” 41 C.F.R. chapter 60, and (b) Executive Order 11246, “Equal Employment Opportunity,” as amended by Executive Order 11375, “Amending Executive Order 11246, Relating to Equal Employment Opportunity,” 42 U.S.C. § 2000e note. These goals are applicable to all of the contractor's construction work (whether or not it is Federal or federally-assisted) performed in the covered area. Goals for minority participation for each trade: 17.1% Goals for female participation in each trade: 6.9% 15. DISADVANTAGED BUSINESS ENTERPRISE (Applies to Subcontracts at Every Tier) It is the policy of the Collier County Board of County Commissioners (BCC) to ensure that Disadvantaged Business Enterprises (DBE)s are defined in 49 C.F.R. part 26, have an equal opportunity to receive and participate in Department of Transportation (DOT)–assisted contracts. It is also the County’s policy to: 1. Ensure nondiscrimination in the award and administration of DOT – assisted contracts; 2. Create a level playing field on which DBEs can compete fairly for DOT-assisted contracts; 3. Ensure that the DBE Program is narrowly tailored in accordance with applicable law; Solicitation 19-7584Collier County 5/7/2019 11:45 AM p. 35 16.E.6.j Packet Pg. 1736 Attachment: 19-7584 Sunbelt_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) EXHIBIT I-01 FEDERAL CONTRACT PROVISIONS (FTA)   CFDA 20.507 (Urbanized Area Formula Program) Sources ref.: FTA FY18 Comp. Review Guide for Procurement; DOT FTA FY18 Master Agreement Generally Applicable Provisions; FTA Best Practices Procurement Oct. 2016 Revised 1-4-19 FCP-15 4. Ensure that only firms that fully meet 49 C.F.R. part 26 eligibility standards are permitted to participate as DBEs; 5. Help remove barriers to the participation of DBEs in DOT assisted contracts; 6. Assist the development of firms that can compete successfully in the market place outside the DBE Program. This Contract is subject to 49 C.F.R. part 26. Therefore, the Contractor must satisfy the requirements for DBE participation as set forth herein. These requirements are in addition to all other equal opportunity employment requirements of this Contract. Contract Assurance The Contractor, subrecipient or subcontractor shall not discriminate on the basis of race, color, national origin, gender identity or sex in the performance of this Contract. The Contractor shall carry out applicable requirements of 49 C.F.R. part 26 in the award and administration of DOT-assisted contracts. Failure by the Contractor to carry out these requirements is a material breach of this Contract, which may result in the termination of this Contract or such other remedy as the COUNTY deems appropriate. DBE Participation For the purpose of this Contract, the COUNTY will accept only DBE’s who are: 1. Certified by the Florida Unified Certification Program; 2. An out-of-state firm who has been certified by either a local government, state government or Federal government entity authorized to certify DBE status or an agency whose DBE certification process has received FTA approval; or, 3. Certified by another agency approved by the COUNTY. DBE Participation Goal Collier Area Transit’s goal for DBE participation is 1.6%. A separate contract goal has not been established for this procurement. Proposed Submission Each Bidder/Offeror, as part of its submission, shall complete an Anticipated DBE Statement that indicates the percentage and dollar value of the total bid/contract amount to be supplied by Disadvantaged Business Enterprises with whom the Bidder/Offeror intends to contract with for the performance of portions of the work under the Contract. Each Bidder/Offer shall also submit a Bid Opportunity List. Payment The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than 30 days from the receipt of each payment the prime contract receives from the BCC. Retainage If retainage from DBE subcontractors is allowed per the contract, the prime contractor agrees further to return retainage payments to each subcontractor within 30 days after the subcontractors work is satisfactorily completed. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the COUNTY. Monitoring and Enforcement The COUNTY shall monitor the Contractor’s DBE compliance during the life of the Contract. It will be the responsibility of the Contractor to submit Subcontractor Payment Reports to the COUNTY with each pay application that summarize the total DBE value of the Contract if DBE participation occurs. These reports shall provide the following details: • DBE utilization established for the Contract; • Total value of expenditures with DBE firms for the period; • The value of expenditures with each DBE firm for the period by race and gender; Solicitation 19-7584Collier County 5/7/2019 11:45 AM p. 36 16.E.6.j Packet Pg. 1737 Attachment: 19-7584 Sunbelt_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) EXHIBIT I-01 FEDERAL CONTRACT PROVISIONS (FTA)   CFDA 20.507 (Urbanized Area Formula Program) Sources ref.: FTA FY18 Comp. Review Guide for Procurement; DOT FTA FY18 Master Agreement Generally Applicable Provisions; FTA Best Practices Procurement Oct. 2016 Revised 1-4-19 FCP-16 • Total value of expenditures with DBE firms from inception of the Contract; and • The value of expenditures with each DBE firm from the inception of the Contract by race and gender. The Contractor shall not terminate DBE subcontractor(s) without the COUNTY’s prior written consent. The COUNTY may provide such written consent only if the Contractor has good cause to terminate the DBE firm. Before transmitting a request to terminate, the Contractor shall give notice in writing to the DBE subcontractor of its intent to terminate and the reason for the request. The Contractor shall give the DBE five days to respond to the notice and advise of the reasons why it objects to the proposed termination. When a DBE subcontractor is terminated or fails to complete its work on the Contract for any reason, the Contractor shall make good faith efforts to find another DBE subcontractor to substitute for the original DBE and immediately notify the COUNTY in writing of its efforts to replace the original DBE. These good faith efforts shall be directed at finding another DBE to perform at least the same amount of work under the Contract as the DBE that was terminated, to the extent needed to meet the Contract goal established for this procurement. Failure to comply with these requirements will be in accordance with the Sanctions for Violations section below. Recordkeeping The prime contractor must maintain records and documents of payments to DBEs for three years following the performance of the contract. The records will be made available for inspection upon request by any authorized representative of the COUNTY or DOT. This reporting requirement also extends to any certified DBE subcontractor. DBE Program and Directory Information The combined statewide directory, identifying all firms eligible to participate as a certified DBE, may be located at the Florida Department of Transportation website. https://fdotxwp02.dot.state.fl.us/EqualOpportunityOfficeBusinessDirectory/CustomSearch.aspx Additional information on Collier Area Transit’s DBE Program can be found at CAT’s website http://www.colliergov.net/your-government/divisions-f-r/public-transit-neighborhood-enhancement/our- services-/collier-area-transit-cat/dbe 16. DRUG AND ALCOHOL TESTING The contractor agrees to establish and implement a drug and alcohol testing program that complies with 49 CFR Part 655, produce any documentation necessary to establish its compliance with Part 655, and permit any authorized representative of the United States Department of Transportation or its operating administrations, the Florida Department of Transportation, or the COUNTY, to inspect the facilities and records associated with the implementation of the drug and alcohol testing program as required under 49 CFR Parts 655 and review the testing process. The contractor agrees further to certify and submit annually its compliance with Parts 655, Florida Statute 341.061, and Rule 14-90 Florida Administrative Code before January 20th to the Public Transit & Neighborhood Enhancement Division Director. To certify compliance the contractor shall use the "Substance Abuse Certifications" in the "Annual List of Certifications and Assurances for Federal Transit Administration Grants and Cooperative Agreements," which is published annually in the Federal Register. The certification will also include compliance with its adopted System Safety and Security Program Plan pursuant to Florida Rule Chapter 14-90. 17. EMPLOYEE PROTECTIONS (AWARDS INVOLVING CONSTRUCTION) The Contractor shall comply with U.S. DOL regulations, “Recording and Reporting Occupational Injuries and Illnesses,” 29 C.F.R. part 1904; “Occupational Safety and Health Standards,” 29 C.F.R. part 1910. 18. ENERGY CONSERVATION (Applies to Subcontracts at Every Tier) Solicitation 19-7584Collier County 5/7/2019 11:45 AM p. 37 16.E.6.j Packet Pg. 1738 Attachment: 19-7584 Sunbelt_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) EXHIBIT I-01 FEDERAL CONTRACT PROVISIONS (FTA)   CFDA 20.507 (Urbanized Area Formula Program) Sources ref.: FTA FY18 Comp. Review Guide for Procurement; DOT FTA FY18 Master Agreement Generally Applicable Provisions; FTA Best Practices Procurement Oct. 2016 Revised 1-4-19 FCP-17 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. 19. 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. 20. FLY AMERICA (Applies to Subcontracts) The Contractor agrees to comply with the following: a) Definitions. As used in this clause--  “International air transportation” means transportation by air between a place in the United States and a place outside the United States or between two places both of which are outside the United States.  “United States” means the 50 States, the District of Columbia, and outlying areas.  “U.S.-flag air carrier” means an air carrier holding a certificate under 49 U.S.C. Chapter 411. b) When Federal funds are used to fund travel, Section 5 of the International Air Transportation Fair Competitive Practices Act of 1974 (49 U.S.C. 40118) (Fly America Act) requires contractors, recipients, and others use U.S.-flag air carriers for U.S. Government-financed international air transportation of personnel (and their personal effects) or property, to the extent that service by those carriers is available. It requires the Comptroller General of the United States, in the absence of satisfactory proof of the necessity for foreign-flag air transportation, to disallow expenditures from funds, appropriated or otherwise established for the account of the United States, for international air transportation secured aboard a foreign-flag air carrier if a U.S.-flag air carrier is available to provide such services. c) If available, the Contractor, in performing work under this contract, shall use U.S.-flag carriers for international air transportation of personnel (and their personal effects) or property. d) In the event that the Contractor selects a carrier other than a U.S.-flag air carrier for international air transportation, the Contractor shall include a statement on vouchers involving such transportation essentially as follows: Statement of Unavailability of U.S.-Flag Air Carriers International air transportation of persons (and their personal effects) or property by U.S.-flag air carrier was not available or it was necessary to use foreign-flag air carrier service for the following reasons. See FAR § 47.403. [State reasons]: _____________________________________________ e) The Contractor shall include the substance of this clause, including this paragraph (e), in each subcontract or purchase under this contract that may involve international air transportation. \ 21. INCORPORATION OF FEDERAL TRANSIT ADMINISTRATION (FTA) TERMS (Applies to Subcontracts) 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, Solicitation 19-7584Collier County 5/7/2019 11:45 AM p. 38 16.E.6.j Packet Pg. 1739 Attachment: 19-7584 Sunbelt_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) EXHIBIT I-01 FEDERAL CONTRACT PROVISIONS (FTA)   CFDA 20.507 (Urbanized Area Formula Program) Sources ref.: FTA FY18 Comp. Review Guide for Procurement; DOT FTA FY18 Master Agreement Generally Applicable Provisions; FTA Best Practices Procurement Oct. 2016 Revised 1-4-19 FCP-18 or refuse to comply with any COUNTY requests which would cause the COUNTY to be in violation of the FTA terms and conditions. 22. ITS STANDARDS Section 5206(e) of the Transportation Equity Act for the 21st Century, Public Law 105-178, 112 Stat. 547, pertaining to conformance with the National Intelligent Transportation Systems Architecture and Standards. All ITS projects funded with Mass Transit Funds from the Highway Trust Funds shall use applicable ITS standards and interoperability tests that have been officially adopted through rulemaking by the United States Department of Transportation (US DOT). 23. 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. 24. NO FEDERAL GOVERNMENT OBLIGATION TO THIRD PARTIES BY USE OF A DISCLAIMER The Contractor shall 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. The Contractor agrees to include the above clause in each subcontract financed in whole or in part with Federal assistance provided by the FTA. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions 25. PRE-AWARD AND POST DELIVERY AUDITS OF ROLLING STOCK PURCHASES The Contractor agrees to comply with 49 U.S.C. § 5323(m) and FTA's implementing regulation at 49 C.F.R. part 663. The Contractor shall comply with the Buy America certification(s) submitted with its proposal/bid. The Contractor agrees to participate and cooperate in any pre-award and post-delivery audits performed pursuant to 49 C.F.R. part 663 and related FTA guidance. 26. PATENT RIGHTS, RIGHTS IN DATA AND COPYRIGHTS REQUIREMENTS (Applies to Subcontracts at Every Tier) Intellectual Property Rights This project is funded through a Federal award with FTA for experimental, developmental, or research work purposes. As such, certain Patent Rights and Data Rights apply to all subject data first produced in the performance of this Contract. The Contractor shall grant the COUNTY intellectual property access and licenses deemed necessary for the work performed under this Agreement and in accordance with the requirements of 37 C.F.R. part 401, “Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements,” and any implementing regulations issued by FTA or U.S. DOT. The terms of an intellectual property agreement and software license rights will be finalized prior to execution of this Agreement and shall, at a minimum, include the following restrictions: Except for its own internal use, the Contractor may not publish or reproduce subject data in whole or in part, or in any manner or form, nor may the Contractor authorize others to do so, without the written consent of FTA, until such time as FTA may have either released or Solicitation 19-7584Collier County 5/7/2019 11:45 AM p. 39 16.E.6.j Packet Pg. 1740 Attachment: 19-7584 Sunbelt_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) EXHIBIT I-01 FEDERAL CONTRACT PROVISIONS (FTA)   CFDA 20.507 (Urbanized Area Formula Program) Sources ref.: FTA FY18 Comp. Review Guide for Procurement; DOT FTA FY18 Master Agreement Generally Applicable Provisions; FTA Best Practices Procurement Oct. 2016 Revised 1-4-19 FCP-19 approved the release of such data to the public. This restriction on publication, however, does not apply to any contract with an academic institution. For purposes of this agreement, the term “subject data” means recorded information whether or not copyrighted, and that is delivered or specified to be delivered as required by the Contract. Examples of “subject data” include, but are not limited to computer software, standards, specifications, engineering drawings and associated lists, process sheets, manuals, technical reports, catalog item identifications, and related information, but do not include financial reports, cost analyses, or other similar information used for performance or administration of the Contract. 1. The Federal Government reserves a royalty-free, non-exclusive and irrevocable license to reproduce, publish, or otherwise use, and to authorize others to use for “Federal Government Purposes,” any subject data or copyright described below. For “Federal Government Purposes,” means use only for the direct purposes of the Federal Government. Without the copyright owner’s consent, the Federal Government may not extend its Federal license to any other party. a. Any subject data developed under the Contract, whether or not a copyright has been obtained; and b. Any rights of copyright purchased by the Contractor using Federal assistance in whole or in part by the FTA. 2. Unless FTA determines otherwise, the Contractor performing experimental, developmental, or research work required as part of this Contract agrees to permit FTA to make available to the public, either FTA’s license in the copyright to any subject data developed in the course of the Contract, or a copy of the subject data first produced under the Contract for which a copyright has not been obtained. If the experimental, developmental, or research work, which is the subject of this Contract, is not completed for any reason whatsoever, all data developed under the Contract shall become subject data as defined herein and shall be delivered as the Federal Government may direct. 3. Unless prohibited by state law, upon request by the Federal Government, the Contractor agrees to indemnify, save, and hold harmless the Federal Government, its officers, agents, and employees acting within the scope of their official duties against any liability, including costs and expenses, resulting from any willful or intentional violation by the Contractor of proprietary rights, copyrights, or right of privacy, arising out of the publication, translation, reproduction, delivery, use, or disposition of any data furnished under that contract. The Contractor shall be required to indemnify the Federal Government for any such liability arising out of the wrongful act of any employee, official, or agents of the Federal Government. 4. Nothing contained in this clause on rights in data shall imply a license to the Federal Government under any patent or be construed as affecting the scope of any license or other right otherwise granted to the Federal Government under any patent. 5. Data developed by the Contractor and financed entirely without using Federal assistance provided by the Federal Government that has been incorporated into work required by the underlying Contract is exempt from the requirements herein, provided that the Contractor identifies those data in writing at the time of delivery of the Contract work. 6. The Contractor agrees to include these requirements in each subcontract for experimental, developmental, or research work financed in whole or in part with Federal assistance. 27. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS OR RELATED ACTS (Applies to subcontracts at every tier) (i) The Contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, as amended, 31 U.S.C. § 3801 et seq. and U.S. DOT regulations, "Program Fraud Civil Remedies," 49 C.F.R. Part 31, apply to its actions pertaining to this Project. Upon execution of the underlying contract, the Contractor certifies or affirms the truthfulness and accuracy of any statement it has made, it makes, it may make, or causes to be made, pertaining to the underlying contract or the FTA assisted project for which this contract work is being performed. In addition to other penalties that may be applicable, the Contractor further acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification, the Federal Government reserves the right to impose the penalties Solicitation 19-7584Collier County 5/7/2019 11:45 AM p. 40 16.E.6.j Packet Pg. 1741 Attachment: 19-7584 Sunbelt_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) EXHIBIT I-01 FEDERAL CONTRACT PROVISIONS (FTA)   CFDA 20.507 (Urbanized Area Formula Program) Sources ref.: FTA FY18 Comp. Review Guide for Procurement; DOT FTA FY18 Master Agreement Generally Applicable Provisions; FTA Best Practices Procurement Oct. 2016 Revised 1-4-19 FCP-20 of the Program Fraud Civil Remedies Act of 1986 on the Contractor to the extent the Federal Government deems appropriate. (ii) The Contractor also acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification to the Federal Government under a contract connected with a project that is financed in whole or in part with Federal assistance originally awarded by FTA under the authority of 49 U.S.C. chapter 53, the Government reserves the right to impose the penalties of 18 U.S.C. § 1001 and 49 U.S.C. § 5323(l) on the Contractor, to the extent the Federal Government deems appropriate. (iii) The Contractor agrees to include the above two clauses in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clauses shall not be modified, except to identify the subcontractor who will be subject to the provisions. 28. PROVISIONS FOR RESOLTUION OF DISPUTES, BREACHES, OR OTHER LITIGATION BREACHES AND DISPUTE RESOLUTION (Applies to subcontracts at every tier over $150,000) Disputes - 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 the vendor with full decision-making authority and by OWNER’S staff person who would make the presentation of any settlement reached during negotiations to OWNER 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 the vendor with full decision-making authority and by OWNER’S staff person who would make the presentation of any settlement reached at mediation to OWNER’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. Stats. 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. 29. PROMPT PAYMENT AND RETURN OF RETAINAGE (49 C.F.R. part 26) Prompt Payment The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than 30 days from the receipt of each payment the prime contract receives from the BCC. Retainage If retainage from DBE subcontractors is allowed per the contract, the prime contractor agrees further to return retainage payments to each subcontractor within 30 days after the subcontractors work is satisfactorily completed. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the COUNTY. 30. RECYCLED PRODUCTS (Applies to subcontracts at every tier for purchases $10,000 or more of one of these items in a fiscal year, or when the cost of such items purchased during the previous fiscal year was $10,000.) Recovered Materials. The Contractor agrees to provide a preference for those products and services that conserve natural resources, protect the environment, and are energy efficient by complying with and facilitating compliance with Section 6002 of the Resource Conservation and Recovery Act, as amended, Solicitation 19-7584Collier County 5/7/2019 11:45 AM p. 41 16.E.6.j Packet Pg. 1742 Attachment: 19-7584 Sunbelt_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) EXHIBIT I-01 FEDERAL CONTRACT PROVISIONS (FTA)   CFDA 20.507 (Urbanized Area Formula Program) Sources ref.: FTA FY18 Comp. Review Guide for Procurement; DOT FTA FY18 Master Agreement Generally Applicable Provisions; FTA Best Practices Procurement Oct. 2016 Revised 1-4-19 FCP-21 42 U.S.C. § 6962, and U.S. Environmental Protection Agency (U.S. EPA), “Comprehensive Procurement Guideline for Products Containing Recovered Materials,” 40 C.F.R. part 247. 31. SAFE OPERATION OF MOTOR VEHICLES (Applied to Subcontracts at Every Tier) 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 agreement. 32. SCHOOL BUS OPERATIONS The contractor agrees to comply with 49 U.S.C. 5323(f), and 49 C.F.R. part 604, and not engage in school bus operations using federally funded equipment or facilities in competition with private operators of school buses, except as permitted under: i. Federal transit laws, specifically 49 U.S.C. § 5323(f); ii. FTA regulations, “School Bus Operations,” 49 C.F.R. part 605; iii. Any other Federal School Bus regulations; or iv. Federal guidance, except as FTA determines otherwise in writing. If Contractor violates this School Bus Agreement, FTA may: i. Bar the Contractor from receiving Federal assistance for public transportation; or ii. Require the contractor to take such remedial measures as FTA considers appropriate. When operating exclusive school bus service under an allowable exemption, the contractor may not use federally funded equipment, vehicles, or facilities. The Contractor should include the substance of this clause in each subcontract or purchase under this contract that may operate public transportation services. 33. SEISMIC SAFETY REQUIREMENTS (Applies to subcontractors) The contractor agrees that any new building or addition to an existing building will be designed and constructed in accordance with the standards for Seismic Safety required in Department of Transportation Seismic Safety Regulations 49 CFR Part 41 and will certify to compliance to the extent required by the regulation. The contractor also agrees to ensure that all work performed under this contract including work performed by a subcontractor is in compliance with the standards required by the Seismic Safety Regulations and the certification of compliance issued on the project. 34. SPECIAL DEPT. OF LABOR EEO CLAUSE FOR CONSTRUCTION CONTRACTS (Applies to contracts and subcontracts >$10,000) Equal Employment Opportunity Requirements for Construction Activities. The Contractor will comply, when undertaking “construction” as recognized by the U.S. Department of Labor (U.S. DOL), with: (a) U.S. DOL regulations, “Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor,” 41 C.F.R. chapter 60, and Solicitation 19-7584Collier County 5/7/2019 11:45 AM p. 42 16.E.6.j Packet Pg. 1743 Attachment: 19-7584 Sunbelt_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) EXHIBIT I-01 FEDERAL CONTRACT PROVISIONS (FTA)   CFDA 20.507 (Urbanized Area Formula Program) Sources ref.: FTA FY18 Comp. Review Guide for Procurement; DOT FTA FY18 Master Agreement Generally Applicable Provisions; FTA Best Practices Procurement Oct. 2016 Revised 1-4-19 FCP-22 (b) Executive Order No. 11246, “Equal Employment Opportunity in Federal Employment,” September 24, 1965, 42 U.S.C. § 2000e note (30 Fed. Reg. 12319, 12935), as amended by any later Executive Order that amends or supersedes it, referenced in 42 U.S.C. § 2000e note. [(FTA Master Agreement (24), 10-1-2017; § 12.d(3)] 35. SPECIAL NOTIFICATION REQUIREMENTS FOR STATES (STATE GRANT PROVISIONS) Equal Employment Opportunity: The Contractor shall not discriminate against any employee or applicant for employment because of race, age, creed, color, sex or national origin. The Agency will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, age, creed, color, sex, or national origin. Such action shall include, but not be limited to, the following: Employment upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. Contractors must insert a similar provision in all subcontracts, except subcontracts for standard commercial supplies or raw materials. Interest of Members of Congress: No member of or delegate to the Congress of the United States shall be admitted to any share or part of this contract or to any benefit arising there from. Interest of Public Officials: No member, officer, or employee of the public body or of a local public body during his tenure or for two years thereafter shall have any interest, direct or indirect, in this contract or the proceeds thereof. For purposes of this provision, public body shall include municipalities and other political subdivisions of States; and public corporations, boards, and commissions established under the laws of any State. Lobbying: No funds received pursuant to this Agreement may be expended for lobbying the Legislature, the judicial branch or a state agency. Restrictions, Prohibits, Controls, and Labor Provisions: During the performance of this contract, the following provisions are to be included in each subcontract entered into pursuant to this contract: a) A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, Florida Statutes for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. b) In accordance with Section 287.134, Florida Statutes, an entity or affiliate who has been placed on the discriminatory vendor list may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity. c) An entity or affiliate who has had its Certificate of Qualification suspended, revoked, denied or have further been determined by the Department to be a non-responsible contractor may not submit a bid or perform work for the construction or repair of a public building or public work on a contract with the County. d) Neither the County nor any of its contractors or their subcontractors shall enter into any contract, subcontract or arrangement in connection with the Project or any property included or planned to be included in the Project in which any member, officer or employee of the County or the locality during tenure Solicitation 19-7584Collier County 5/7/2019 11:45 AM p. 43 16.E.6.j Packet Pg. 1744 Attachment: 19-7584 Sunbelt_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) EXHIBIT I-01 FEDERAL CONTRACT PROVISIONS (FTA)   CFDA 20.507 (Urbanized Area Formula Program) Sources ref.: FTA FY18 Comp. Review Guide for Procurement; DOT FTA FY18 Master Agreement Generally Applicable Provisions; FTA Best Practices Procurement Oct. 2016 Revised 1-4-19 FCP-23 or for two (2) years thereafter has any interest, direct or indirect. If any such present or former member, officer or employee involuntarily acquires or had acquired prior to the beginning of tenure any such interest, and if such interest is immediately disclosed to the County, the County, with prior approval of the Florida Department of Transportation, may waive the prohibition contained in this paragraph provided that any such present member, officer or employee shall not participate in any action by the Agency or the locality relating to such contract, subcontract or arrangement. The County shall insert in all contracts entered into in connection with the Project or any property included or planned to be included in any Project, and shall require its contractors to insert in each of their subcontracts, the following provision: "No member, officer or employee of the Agency or of the locality during his tenure or for 2 years thereafter shall have any interest, direct or indirect, in this contract or the proceeds thereof." Inspector General Cooperation. The Parties agree to comply with Section 20.055(5), Florida Statutes, for the inspector general to have access to any records, data and other information deemed necessary to carry out his or her duties and incorporate into all subcontracts the obligation to comply with Section 20.055(5), Florida Statutes. Employment Eligibility (Using E-Verify) a) Shall utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the Agency during the term of the Agreement; and b) Shall expressly require any contractors and subcontractors performing work or providing services pursuant to the Agreement to likewise utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the contractor or subcontractor during the Agreement term. 36. TERMINATION PROVISIONS (Applies to Subcontracts at Every Tier in Excess of $10,000) All contracts in excess of $10,000 must address termination for cause and for convenience by the non- Federal entity including the manner by which it will be effected and the basis for settlement. i. Termination for Convenience (General Provision) The COUNTY may terminate this contract, in whole or in part, at any time by written notice to the Contractor when it is in the COUNTY’s best interest. The Contractor shall be paid its costs, including contract close-out costs, and profit on work performed up to the time of termination. The Contractor shall promptly submit its termination claim to the COUNTY to be paid the Contractor. If the Contractor has any property in its possession belonging to the COUNTY, the Contractor will account for the same, and dispose of it in the manner the COUNTY directs. ii. Termination for Default [Breach or Cause] (General Provision) If the Contractor does not deliver supplies in accordance with the contract delivery schedule, or, if the contract is for services, the Contractor fails to perform in the manner called for in the contract, or if the Contractor fails to comply with any other provisions of the contract, the COUNTY may terminate this contract for default. Termination shall be effected by serving a notice of termination on the contractor setting forth the manner in which the Contractor is in default. The contractor will only be paid the contract price for supplies delivered and accepted, or services performed in accordance with the manner of performance set forth in the contract. If it is later determined by the COUNTY that the Contractor had an excusable reason for not performing, such as a strike, fire, or flood, events which are not the fault of or are beyond the control of the Contractor, the COUNTY, after setting up a new delivery of performance schedule, may allow the Contractor to continue work, or treat the termination as a termination for convenience. Solicitation 19-7584Collier County 5/7/2019 11:45 AM p. 44 16.E.6.j Packet Pg. 1745 Attachment: 19-7584 Sunbelt_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) EXHIBIT I-01 FEDERAL CONTRACT PROVISIONS (FTA)   CFDA 20.507 (Urbanized Area Formula Program) Sources ref.: FTA FY18 Comp. Review Guide for Procurement; DOT FTA FY18 Master Agreement Generally Applicable Provisions; FTA Best Practices Procurement Oct. 2016 Revised 1-4-19 FCP-24 iii. Opportunity to Cure (General Provision) The COUNTY in its sole discretion may, in the case of a termination for breach or default, allow the Contractor [an appropriately short period of time] in which to cure the defect. In such case, the notice of termination will state the time period in which cure is permitted and other appropriate conditions If Contractor fails to remedy to COUNTY's satisfaction the breach or default of any of the terms, covenants, or conditions of this Contract within [ten (10) days] after receipt by Contractor of written notice from COUNTY setting forth the nature of said breach or default, COUNTY shall have the right to terminate the Contract without any further obligation to Contractor. Any such termination for default shall not in any way operate to preclude COUNTY from also pursuing all available remedies against Contractor and its sureties for said breach or default. iv. Waiver of Remedies for any Breach In the event that COUNTY elects to waive its remedies for any breach by Contractor of any covenant, term or condition of this Contract, such waiver by COUNTY shall not limit the COUNTY's remedies for any succeeding breach of that or of any other term, covenant, or condition of this Contract. v. Termination for Convenience (Professional or Transit Service Contracts) The COUNTY, by written notice, may terminate this contract, in whole or in part, when it is in the Government's interest. If this contract is terminated, the COUNTY shall be liable only for payment under the payment provisions of this contract for services rendered before the effective date of termination. vi. Termination for Default (Supplies and Service) If the Contractor fails to deliver supplies or to perform the services within the time specified in this contract or any extension or if the Contractor fails to comply with any other provisions of this contract, the COUNTY may terminate this contract for default. The COUNTY shall terminate by delivering to the Contractor a Notice of Termination specifying the nature of the default. The Contractor will only be paid the contract price for supplies delivered and accepted, or services performed in accordance with the manner or performance set forth in this contract. If, after termination for failure to fulfill contract obligations, it is determined that the Contractor was not in default, the rights and obligations of the parties shall be the same as if the termination had been issued for the convenience of the COUNTY. vii. Termination for Default (Transportation Services) If the Contractor fails to pick up the commodities or to perform the services, including delivery services, within the time specified in this contract or any extension or if the Contractor fails to comply with any other provisions of this contract, the COUNTY may terminate this contract for default. The COUNTY shall terminate by delivering to the Contractor a Notice of Termination specifying the nature of default. The Contractor will only be paid the contract price for services performed in accordance with the manner of performance set forth in this contract. If this contract is terminated while the Contractor has possession of COUNTY goods, the Contractor shall, upon direction of the COUNTY, protect and preserve the goods until surrendered to the COUNTY or its agent. The Contractor and COUNTY shall agree on payment for the preservation and protection of goods. Failure to agree on an amount will be resolved under the Dispute clause. If, after termination for failure to fulfill contract obligations, it is determined that the Contractor was not in default, the rights and obligations of the parties shall be the same as if the termination had been issued for the convenience of the COUNTY. viii. Termination for Default (Construction) If the Contractor refuses or fails to prosecute the work or any separable part, with the diligence that will insure its completion within the time specified in this contract or any extension or fails to complete the work within this time, or if the Contractor fails to comply with any other provisions of this contract, the COUNTY may terminate this contract for default. The COUNTY shall terminate by delivering to the Contractor a Notice of Termination specifying the nature of the default. In Solicitation 19-7584Collier County 5/7/2019 11:45 AM p. 45 16.E.6.j Packet Pg. 1746 Attachment: 19-7584 Sunbelt_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) EXHIBIT I-01 FEDERAL CONTRACT PROVISIONS (FTA)   CFDA 20.507 (Urbanized Area Formula Program) Sources ref.: FTA FY18 Comp. Review Guide for Procurement; DOT FTA FY18 Master Agreement Generally Applicable Provisions; FTA Best Practices Procurement Oct. 2016 Revised 1-4-19 FCP-25 this event, the COUNTY may take over the work and compete it by contract or otherwise, and may take possession of and use any materials, appliances, and plant on the work site necessary for completing the work. The Contractor and its sureties shall be liable for any damage to the COUNTY resulting from the Contractor's refusal or failure to complete the work within specified time, whether or not the Contractor's right to proceed with the work is terminated. This liability includes any increased costs incurred by the COUNTY in completing the work. The Contractor's right to proceed shall not be terminated nor the Contractor charged with damages under this clause if- a. The delay in completing the work arises from unforeseeable causes beyond the control and without the fault or negligence of the Contractor. Examples of such causes include: acts of God, acts of the COUNTY, acts of another Contractor in the performance of a contract with the COUNTY, epidemics, quarantine restrictions, strikes, freight embargoes; and b. The contractor, within [10] days from the beginning of any delay, notifies the COUNTY in writing of the causes of delay. If in the judgment of the COUNTY, the delay is excusable, the time for completing the work shall be extended. The judgment of the COUNTY shall be final and conclusive on the parties, but subject to appeal under the Disputes clauses. If, after termination of the Contractor's right to proceed, it is determined that the Contractor was not in default, or that the delay was excusable, the rights and obligations of the parties will be the same as if the termination had been issued for the convenience of the COUNTY. ix. Termination for Convenience or Default (Architect and Engineering) The COUNTY may terminate this contract in whole or in part, for the COUNTY's convenience or because of the failure of the Contractor to fulfill the contract obligations. The COUNTY shall terminate by delivering to the Contractor a Notice of Termination specifying the nature, extent, and effective date of the termination. Upon receipt of the notice, the Contractor shall (1) immediately discontinue all services affected (unless the notice directs otherwise), and (2) deliver to the Contracting Officer all data, drawings, specifications, reports, estimates, summaries, and other information and materials accumulated in performing this contract, whether completed or in process. If the termination is for the convenience of the COUNTY, the Contracting Officer shall make an equitable adjustment in the contract price but shall allow no anticipated profit on unperformed services. If the termination is for failure of the Contractor to fulfill the contract obligations, the COUNTY may complete the work by contact or otherwise and the Contractor shall be liable for any additional cost incurred by the COUNTY. If, after termination for failure to fulfill contract obligations, it is determined that the Contractor was not in default, the rights and obligations of the parties shall be the same as if the termination had been issued for the convenience of the COUNTY. x. Termination for Convenience of Default (Cost-Type Contracts) The COUNTY may terminate this contract, or any portion of it, by serving a notice or termination on the Contractor. The notice shall state whether the termination is for convenience of the COUNTY or for the default of the Contractor. If the termination is for default, the notice shall state the manner in which the contractor has failed to perform the requirements of the contract. The Contractor shall account for any property in its possession paid for from funds received from the COUNTY, or property supplied to the Contractor by the COUNTY. If the termination is for default, the COUNTY may fix the fee, if the contract provides for a fee, to be paid the contractor in proportion to the value, if any, of work performed up to the time of termination. The Contractor shall promptly submit its termination claim to the COUNTY and the parties shall negotiate the termination settlement to be paid the Contractor. Solicitation 19-7584Collier County 5/7/2019 11:45 AM p. 46 16.E.6.j Packet Pg. 1747 Attachment: 19-7584 Sunbelt_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) EXHIBIT I-01 FEDERAL CONTRACT PROVISIONS (FTA)   CFDA 20.507 (Urbanized Area Formula Program) Sources ref.: FTA FY18 Comp. Review Guide for Procurement; DOT FTA FY18 Master Agreement Generally Applicable Provisions; FTA Best Practices Procurement Oct. 2016 Revised 1-4-19 FCP-26 If the termination is for the convenience of the COUNTY, the Contractor shall be paid its contract close-out costs, and a fee, if the contract provided for payment of a fee, in proportion to the work performed up to the time of termination. If, after serving a notice of termination for default, the COUNTY determines that the Contractor has an excusable reason for not performing, such as strike, fire, flood, events which are not the fault of and are beyond the control of the contractor, the COUNTY, after setting up a new work schedule, may allow the Contractor to continue work, or treat the termination as a termination for convenience. 37. TRANSIT EMPLOYEE PROTECTIVE ARRANGEMENTS The Contractor agrees to comply with the following protective arrangement of 49 U.S.C. § 5333(b): i. U.S. DOL Certification. Under this Contract or any Amendments thereto that involve public transportation operations that are supported with federal assistance, a certification issued by U.S. DOL is a condition of the Contract. ii. Special Warranty. When the Contract involves public transportation operations and is supported with federal assistance appropriated or made available for 49 U.S.C. § 5311, U.S. DOL will provide a Special Warranty for its Award, including its Award of federal assistance under the Tribal Transit Program. The U.S. DOL Special Warranty is a condition of the Contract. iii. Special Arrangements. The conditions of 49 U.S.C. § 5333(b) do not apply to Contractors providing public transportation operations pursuant to 49 U.S.C. § 5310. FTA reserves the right to make case-by- case determinations of the applicability of 49 U.S.C. § 5333(b) for all transfers of funding authorized under title 23, United States Code (flex funds), and make other exceptions as it deems appropriate, and, in those instances, any special arrangements required by FTA will be incorporated herein as required. 38. FEDERAL PRIVACY ACT REQUIREMENTS Applicability – When a grantee maintains files on drug and alcohol enforcement activities for FTA, and those files are organized so that information could be retrieved by personal identifier, the Privacy Act requirements apply to all contracts except micropurchases ($10,000 or less, except for construction contracts over $2,000) The following requirements apply to the Contractor and its employees that administer any system of records on behalf of the Federal Government under any contract: (1) The Contractor agrees to comply with, and assures the compliance of its employees with, the information restrictions and other applicable requirements of the Privacy Act of 1974, 5 U.S.C. § 552a. Among other things, the Contractor agrees to obtain the express consent of the Federal Government before the Contractor or its employees operate a system of records on behalf of the Federal Government. The Contractor understands that the requirements of the Privacy Act, including the civil and criminal penalties for violation of that Act, apply to those individuals involved, and that failure to comply with the terms of the Privacy Act may result in termination of the underlying contract. (2) The Contractor also agrees to include these requirements in each subcontract to administer any system of records on behalf of the Federal Government financed in whole or in part with Federal assistance provided by FTA. Solicitation 19-7584Collier County 5/7/2019 11:45 AM p. 47 16.E.6.j Packet Pg. 1748 Attachment: 19-7584 Sunbelt_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) EXHIBIT I.B GRANT CERTIFICATIONS AND ASSURANCES GCA - 2 COLLIER COUNTY Certification Regarding Debarment, Suspension, and Other Responsibility Matters Primary Covered Transactions (1) The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (l)(b) of this certification; and (d) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default. (2) Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. __________________________ ________________________________________ Name Project Name __________________________ ________________________________________ Title Project Number __________________________ ________________________________________ Firm Tax ID Number ________________________________________ DUNS Number _________________________________________________________________________ Street Address, City, State, Zip __________________________________ Signature Solicitation 19-7584Collier County 5/7/2019 11:45 AM p. 49 063441379 Adolfo Baez Store Manager OEM & Aftermarket Parts for Collier County Fleet 19-7584 45-3200882Sunbelt Automotive/Napa 3885 Radio Rd, Naples Fl. 34104 16.E.6.j Packet Pg. 1749 Attachment: 19-7584 Sunbelt_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) EXHIBIT I.B GRANT CERTIFICATIONS AND ASSURANCES GCA - 3 COLLIER COUNTY Certification Regarding Lobbying The undersigned certifies, to the best of his or her knowledge, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form- LLL, “Disclosure Form to Report Lobbying,” in accordance with its instructions. (3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The Contractor, __________________________, certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. § 3801 et seq., apply to this certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 11.062, Florida Statutes., apply to this certification and disclosure, if any. Signature of Contractor's Authorized Official Name of Authorized Official and Title Date Solicitation 19-7584Collier County 5/7/2019 11:45 AM p. 50 Sunbelt Automotive/Napa Adolfo Baez Store Manager/ 05/14/2019 16.E.6.j Packet Pg. 1750 Attachment: 19-7584 Sunbelt_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) EXHIBIT I.B GRANT CERTIFICATIONS AND ASSURANCES GCA - 4 COLLIER COUNTY Conflict of Interest Certification _______________________ Collier County Solicitation No. I, ________________________________________, hereby certify that to the best of my knowledge, neither I nor my spouse, dependent child, general partner, or any organization for which I am serving as an officer, director, trustee, general partner or employee, or any person or organization with whom I am negotiating or have an arrangement concerning prospective employment has a financial interest in this matter. I further certify to the best of my knowledge that this matter will not affect the financial interests of any member of my household. Also, to the best of my knowledge, no member of my household; no relative with whom I have a close relationship; no one with whom my spouse, parent or dependent child has or seeks employment; and no organization with which I am seeking a business relationship nor which I now serve actively or have served within the last year are parties or represent a party to the matter. I also acknowledge my responsibility to disclose the acquisition of any financial or personal interest as described above that would be affected by the matter, and to disclose any interest I, or anyone noted above, has in any person or organization that does become involved in, or is affected at a later date by, the conduct of this matter. Name Signature Position Date Privacy Act Statement Title I of the Ethics in Government Act of 1978 (5 U.S.C. App.), Executive Order 12674 and 5 CFR Part 2634, Subpart I require the reporting of this information. The primary use of the information on this form is for review by officials of The Justice Department to determine compliance with applicable federal conflict of interest laws and regulations. Additional disclosures of the information on this report may be made: (1) to a federal, state or local law enforcement agency if the Justice Department becomes aware of a violation or potential violation of law or regulations; (2) to a court or party in a court or federal administrative proceeding if the government is a party or in order to comply with a judge-issued subpoena; (3) to a source when necessary to obtain information relevant to a conflict of interest investigation or decision; (4) to the National Archives and Records Administration or the General Services Administration in records management inspections; (5) to the Office of Management and Budget during legislative coordination on private relief legislation; and (6) in response to a request for discovery or for the appearance of a witness in a judicial or administrative proceeding, if the information is relevant to the subject matter. This confidential certification will not be disclosed to any requesting person unless authorized by law. See also the OGE/GOVT-2 executive branch-wide Privacy Act system of records. Solicitation 19-7584Collier County 5/7/2019 11:45 AM p. 51 19-7584 Adolfo Baez Adolfo Baez Store Manager 05/14/2019 16.E.6.j Packet Pg. 1751 Attachment: 19-7584 Sunbelt_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) EXHIBIT I.B GRANT CERTIFICATIONS AND ASSURANCES GCA - 5 Solicitation 19-7584Collier County 5/7/2019 11:45 AM p. 52 Sunbelt Automotive/Napa 45-3200882 OOOOO O O O O Mark T. Jamieson 05/14/2019 Owner mark.jamieson@napasunbelt.com 239-430-6000 239-430-6074 16.E.6.j Packet Pg. 1752 Attachment: 19-7584 Sunbelt_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) EXHIBIT I.B GRANT CERTIFICATIONS AND ASSURANCES GCA - 6 Solicitation 19-7584Collier County 5/7/2019 11:45 AM p. 53 Sunbelt Automotive/Napa 3885 Radio Rd, Naples Fl. 34104 239-430-6000 19-7584 N/A N/A N/A N/A 16.E.6.j Packet Pg. 1753 Attachment: 19-7584 Sunbelt_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) EXHIBIT I.B GRANT CERTIFICATIONS AND ASSURANCES GCA - 7 COLLIER COUNTY Acknowledgement of Terms, Conditions and Grant Clauses Flow Down of Terms and Conditions from the Grant Agreement Subcontracts: If the vendor subcontracts any of the work required under this Agreement, a cop y of the signed subcontract must be available to the Department for review and approval. The vendor agrees to include in the subcontract that (1) the subcontractor is bound by the terms of this Agreement, (ii) the subcontractor is bound by all applicable state and federal laws an d regulations, and (iii) the subcontractor shall hold the Department and Recipient harmless against all claims of whatever n ature arising out of the subcontractor’s performance of work under this Agreement, to the extent allowed and required by law. The recipient shall document in the quarterly report the subcontractor’s progress in performing its work under this agreement. For each subcontract, the Recipient shall provide a written statement to the Department as to whether the subcontractor is a minority vendor as defined in Section 288.703, Fla. Stat. Certification On behalf of my firm, I acknowledge, and agree to perform all of the specifications and grant requirements identified in this solicitation document(s). Vendor/Contractor Name ______________________________ Date __________________ Authorized Signature ___________________________________________________________ Address _____________________________________________________________________ Solicitation/Contract # ____________________________ Solicitation 19-7584Collier County 5/7/2019 11:45 AM p. 54 Sunbelt Automotive/Napa 05/14/2019 3885 Radio Rd, Naples Fl. 34104 19-7584 16.E.6.j Packet Pg. 1754 Attachment: 19-7584 Sunbelt_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) Form 3: Conflict of Interest Affidavit 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 an organizational conflict 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 to this signed affidavit, the contractor / vendor must provide the following: 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 public 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 an organizational conflict in one or more of the three categories above be identified, 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. Firm: ____________________________________________________________________________ Signature and Date: _________________________________________________________________ Print Name: _______________________________________________________________________ Title of Signatory: __________________________________________________________________ Solicitation 19-7584Collier County 5/7/2019 11:45 AM p. 64 Sunbelt Automotive/Napa 05/14/2019 Adolfo Baez Store Manager 16.E.6.j Packet Pg. 1755 Attachment: 19-7584 Sunbelt_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) Form 4: Vendor Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 Dear Commissioners: The undersigned, as Vendor declares that this response is made without connection or arrangement with any other person and this proposal is in every respect fair and made in good faith, without collusion or fraud. The Vendor agrees, if this solicitation submittal is accepted, to execute a Collier County document for the purpose of establishing a formal contractual relationship between the firm and Collier County, for the performance of all requirements to which the solicitation pertains. The Vendor states that the submitted is based upon the documents listed by the above referenced Solicitation. Further, the vendor agrees that if awarded a contract for these goods and/or services, the vendor will not be eligible to compete, submit a proposal, be awarded, or perform as a sub-vendor for any future associated with work that is a result of this awarded contract. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this _____ day of _____________, 20__ in the County of _______________, in the State of _____________. Firm’s Legal Name: Address: City, State, Zip Code: Florida Certificate of Authority Document Number Federal Tax Identification Number *CCR # or CAGE Code *Only if Grant Funded __________________________________________________________________________ Telephone: Signature by: (Typed and written) Title: Solicitation 19-7584Collier County 5/7/2019 11:45 AM p. 65 May14 19 Sunbelt Automotive/Napa 3885 Radio Rd Naples/Fl/34104 45-3200882 729H1 239-430-6000 Adolfo Baez Store Manager 16.E.6.j Packet Pg. 1756 Attachment: 19-7584 Sunbelt_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) Additional Contact Information Send payments to: (required if different from above) Company name used as payee Contact name: Title: Address: City, State, ZIP Telephone: Email: Office servicing Collier County to place orders (required if different from above) Contact name: Title: Address: City, State, ZIP Telephone: Email: Solicitation 19-7584Collier County 5/7/2019 11:45 AM p. 66 CFO Jo Ann Jamieson PO Box 12031 Naples/Fl/34101 239-919-8270 joann.jamieson@napasunbelt.com Adolfo Baez Store Manager 3885 Radio Rd Naples/Fl/34104 239-430-6000 adolfo.baez@napasunbelt.com 16.E.6.j Packet Pg. 1757 Attachment: 19-7584 Sunbelt_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) Form 5: Immigration Affidavit Certification This Affidavit is required and should be signed, notarized by an authorized principal of the firm and submitted with formal solicitation submittals. Further, Vendors are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the Vendor’s proposal. Acceptable evidence consists of a copy of the properly completed E -Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Failure to include this Affidavit and acceptable evidence of enrollment in the E-Verify program may deem the Vendor’s proposal as non- responsive. Collier County will not intentionally award County contracts to any Vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act (“INA”). Collier County may consider the employment by any Vendor of unauthorized aliens a violation of Section 274A (e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E-Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E-Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor’s proposal. Company Name ____________________________________________________________________ Print Name Title _______________________ Signature Date _______________________ State of ___________________ County of _________________ The signee of these Affidavit guarantees, as evidenced by the sworn affidavit required herein, the truth and accuracy of this affidavit to interrogatories hereinafter made. Solicitation 19-7584Collier County 5/7/2019 11:45 AM p. 67 Sunbelt Automotive/Napa Adolfo Baez Store Manager 05/14/2019 Collier Florida 16.E.6.j Packet Pg. 1758 Attachment: 19-7584 Sunbelt_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) Form 6: Vendor Substitute W – 9 Request for Taxpayer Identification Number and Certification In accordance wi th the Internal Revenue Service regulations, Collier County is required to collect the following information for tax reporting purposes from individuals and companies who do business with the County (including social security numbers if used by the individual or company for tax reporting purposes). Florida Statute 119.071(5) requires that the county notify you in wr iting of the reason for collecting this information, which will be used for no other purpose than herein stated. Please complete all information that applies to your business and return with your quote or proposal. 1. General Information (provide all information) Taxpayer Name ________________________________________________________________________________ (as shown on income tax return) Business Name (if different from taxpayer name) Address ____________________________________ City ______________________________________________ State ______________________________________ Zip______________________________________________ Telephone __________________ Email_____________________ Order Information (Must be filled out) Address ___________________________________ Remit / Payment Information (Must be filled out) Address ____________________________________________ City __________ State ________ Zip ___________ City _____________ State _________ Zip______________ Email ____________________________________ Email _____________________________________________ 2. Company Status (check only one) Individual / Sole Proprietor Corporation Partnership Tax Exempt (Federal income tax-exempt entity under Internal Revenue Service guidelines IRC 501 (c) 3) Limited Liability Company Enter the tax classification (D = Disregarded Entity, C = Corporation, P = Partnership) 3. Taxpayer Identification Number (for tax reporting purposes only) Federal Tax Identification Number (TIN) _______________________________________________________________ (Vendors who do not have a TIN, will be required to provide a social security number prior to an award). 4. Sign and Date Form: Certification: Under penalties of perjury, I certify that the information shown on this form is correct to my knowledge. Signature ___________________________________________________________ Date ______________________________ Title _______________________________________________________________ Phone Number ________________________ Solicitation 19-7584Collier County 5/7/2019 11:45 AM p. 68 Sunbelt Automotive/Napa 3885 Radio Rd Naples 34104Florida 239-430-6000 joann.jamieson@napasunbelt.com PO Box 12031 Naples Fl 34101 3885 Radio Rd Naples Fl 34104 joann.jamieson@napasunbelt.com adolfo.baez@napasunbelt.com X 45-3200882 05/14/2019 Store Manager 239-430-6000 16.E.6.j Packet Pg. 1759 Attachment: 19-7584 Sunbelt_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) Reference Questionnaire Solicitation: Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questionnaire) Company: (Evaluator’s Company completing reference) Email: FAX: Telephone: Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: ___________________________ Completion Date: _____________________________ Project Budget: _______________________________ Project Number of Days: _______________________ Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS Solicitation 19-7584Collier County 5/7/2019 11:45 AM p. 70 19-7584 OEM & Aftermarket Parts for Collier County Fleet Sunbelt Automotive/Napa Jorge Abreu Naples Truck and Tire service@truckandtire.net 239-228-7671 239-228-7727 16.E.6.j Packet Pg. 1760 Attachment: 19-7584 Sunbelt_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.j Packet Pg. 1761 Attachment: 19-7584 Sunbelt_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) Department of State /Division of Corporations /Search Records /Detail By Document Number / Document Number FEI/EIN Number Date Filed State Status Detail by Entity Name Foreign Profit Corporation SUNBELT AUTOMOTIVE, INC. Filing Information F11000004062 45-3200882 10/10/2011 GA ACTIVE Principal Address 3885 RADIO ROAD NAPLES, FL 34104 Mailing Address 3885 RADIO ROAD NAPLES, FL 34104 Registered Agent Name & Address JAMIESON, MARK T 3885 RADIO ROAD NAPLES, FL 34104 Officer/Director Detail Name & Address Title DPT JAMIESON, MARK T 3885 RADIO ROAD NAPLES, FL 34104 Title DVT JAMIESON, JO ANN 3885 RADIO ROAD NAPLES, FL 34104 Title DS Birthisel, Eric 11718 N. FLORIDA AVENUE TAMPA, FL 33612 DIVISION OF CORPORATIONSFlorida Department of State Page 1 of 2Detail by Entity Name 5/28/2019http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 16.E.6.j Packet Pg. 1762 Attachment: 19-7584 Sunbelt_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) Annual Reports Report Year Filed Date 2016 03/26/2016 2017 01/13/2017 2018 01/17/2018 Document Images 01/17/2018 -- ANNUAL REPORT View image in PDF format 01/13/2017 -- ANNUAL REPORT View image in PDF format 03/26/2016 -- ANNUAL REPORT View image in PDF format 02/23/2015 -- ANNUAL REPORT View image in PDF format 06/10/2014 -- ANNUAL REPORT View image in PDF format 04/29/2013 -- ANNUAL REPORT View image in PDF format 06/11/2012 -- ANNUAL REPORT View image in PDF format 10/10/2011 -- Foreign Profit View image in PDF format Florida Department of State, Division of Corporations Page 2 of 2Detail by Entity Name 5/28/2019http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 16.E.6.j Packet Pg. 1763 Attachment: 19-7584 Sunbelt_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) ADDENDUM # 1 Memorandum Date: May 3, 2019 From: Barbara Lance, Procurement Strategist To: Interested Parties Subject: Addendum # 1 – 19-7584 OEM & Aftermarket Parts for Collier County Fleet Management This addendum has been issued for the following item(s) identifying clarifications, changes, deletions, or additions to the original solicitation documents and bid schedule for the above referenced solicitation. Change: The Bid “End Date” has been moved up from June 5, 2019 to: May 24, 2019 @ 3:00 pm The “Question/Answer” period has been moved up from May 29, 2019 to: May 17, 2019 @ 5:00 pm CC: Michael Burks, Project Manager Please acknowledge receipt of this Addendum and include with your bid. (Signature) Date (Name of Firm) If you require additional information, please post a question on BidSync on -line or contact me using the above contact information. Email: Barbara.Lance@colliercountygov.net Telephone: 239-252-8998 Solicitation 19-7584Collier County 5/7/2019 11:45 AM p. 86 05/14/2019 Sunbelt Automotive/Napa 16.E.6.j Packet Pg. 1764 Attachment: 19-7584 Sunbelt_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) ADDENDUM # 2 Memorandum Date: May 15, 2019 From: Barbara Lance, Procurement Strategist To: Interested Parties Subject: Addendum # 2 – 19-7584 OEM & Aftermarket Parts for Collier County Fleet Management This addendum has been issued for the following item(s) identifying clarifications, changes, deletions, or additions to the original solicitation documents and bid schedule for the above referenced solicitation. Change: The Pre-Bid Meeting has been added: May 16, 2019 @ 1:00 pm CC: Michael Burks, Project Manager Please acknowledge receipt of this Addendum and include with your bid. (Signature) Adolfo Baez 05/24/2019 Date Sunbelt Automotive Inc. /Napa (Name of Firm) If you require additional information, please post a question on BidSync on-line or contact me using the above contact information. 16.E.6.j Packet Pg. 1765 Attachment: 19-7584 Sunbelt_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) ADDENDUM # 3 Memorandum Date: May 22, 2019 From: Barbara Lance, Procurement Strategist To: Interested Parties Subject: Addendum # 3 – 19-7584 OEM & Aftermarket Parts for Collier County Fleet Management This addendum has been issued for the following item(s) identifying clarifications, changes, deletions, or additions to the original solicitation documents and bid schedule for the above referenced solicitation. Change: Revision to 19-7584 Bid Schedule - The option to include “Mark-Up percent” has been added to Sections 2-6. o Perspective bidders shall add a discount % or mark-up % in these sections only. CC: Michael Burks, Project Manager Please acknowledge receipt of this Addendum and include with your bid. (Signature) Date (Name of Firm) If you require additional information, please post a question on BidSync on -line or contact me using the above contact information. Email: Barbara.Lance@colliercountygov.net Telephone: 239-252-8998 05/27/2019 Sunbelt Automotive/Napa 16.E.6.j Packet Pg. 1766 Attachment: 19-7584 Sunbelt_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 6/16/2017 E-VeffEfty Welcome Jo Ann Jamieson Company Information Company Name Sunbelt Automotive lnc. Company lD Number 748032 Doing Business As (DBA) Name Napa Auto Parts DUNS Numbel' Physical Location Address 1 3885 Radio Rd Address 2 City Naples State FL Zip Code 34104 County COLLIER IVlailing Address Address 1 Address 2 City State Zip Code Additional Information Employer ldentif,cation Number 453200882 Total Number of Employees 20to99 Parent Organkation Administrator Organization DeSignation Employer Category None of these categories apply rvieTffl NAICS Code 441 ~ MOTOR VEHICLE AND PARTS DEALERSrvrF,i Total Hiring Sites https://erverify.uscis.govtweb/EmployerWizard.aspx 1/1 =MENu E-Verify: Employer Wizard -Company Information 16.E.6.j Packet Pg. 1767 Attachment: 19-7584 Sunbelt_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) ˝˛˝¸˛˛˝˛˚ łææ ˙˙˙˙ —˛¸˛ ¨—łæ –łæ – ¤‹ ˛˝˝ ˝¸˛˛ ˝¸˛˝¸˛˛ ˝¸˛˛ ˝¸˛˛ ˝¸˛˛ ˝¸˛˛ —˙ ¸˛—˙ —˙ ¨—˙— ˝¸˛˝łææ ˙˙˙˙łææ ˙˙˙˙ ˛ ˛ ˙ ¸ ˙ ¸˛ ¨˝˝ ˛˛˝ —˝ —˙˛˝ø ˙ ˝˛— —˛˝ æ ˝ æ ˚˝ ł˛ ……•‹•–†¿· ˛»‡¿fi› ˝‰‚»…«·» ‡¿§ » ¿‹‹¿‰‚»… •” ‡–fi» ›¿‰» •› fi»fl«•fi»… ¸˛˘ ˛—˛˝˚ ˝¸˛˛ł˝ ˛ ˚˛ ˙ æ æ ł¿†…¿‹–fi§ •† ˙ —˛—˛˛æ—˛˛æ¨¸˚˛æ ˛ ¨¸Æ ¸˛˛ ˛—˛˝˝ ł¿ –‰‰«fifi»†‰»˝¸˛ ¨— ł†§ –†» »fi›–† —˛˝ œ ˚ ¸˛˙ ˛ ˛ø ˛ ——˝ —˛ —˛¸˝ —æ— —˛ ˛ ˝ ł¿ ¿‰‰•…»†‹ ˙ ¸˛˙ ł—»fi »fi›–†˙ ¸ ˝¸˙ ¸˛˙ ł—»fi ¿‰‰•…»†‹¸˝ ˙¸˝ ¸˝ ˙˛—˛—˛˙ ¸˝ ˙ł—»fi ¿‰‰•…»†‹ ¸˛ ¸˛˛ ˝˛ ˛ —˛ ˝¸˛ ˝˝ —˙ ” §»› …»›‰fi•» «†…»fi ˝˝ —˙ ˝˛— —˛˝ »·–' —˙ ˝¸ ˙ ˚ ˝˛ —˝ ˛ ¨—˛ ˛ ˚˛ ˛ —˙ —˛˚˝˝ ˝ ˝ ˛˙ —˝ ˝¸˛ ˝ ˚ ˝˝¸ ˝¸˛ ˚ ˛ —˙ —˛ ˝ ˙ ˛ˇ¸˛ ˛ ˛ ˙ ˛ ˛ ˛ ¸ ˛˝— ˝ ˛ ˙ ˝˝¸ ˛ ˙ —˛ ˝¸˛ ˛ ˙ —˝ ˝˛ ˛ ˝ ˝¸ ˛˝ ¨¸˝˝ ˝ ˝¸ —˝ ˝ ˝ ˙ ˚ ˛¸ ˙ — ˝ ˝ ˛ ˝ ˝˝¸ ˝ ˛ ˛ ˙ ˛˝ ˛˝ ¸— ˛ ˛ ˝ ˛ ˝ ˛˚˙ ˛ ˚˙ ¨ ˛ ˛ ˚˛ ˛ ˙ —˝ ˝ ˛ ˝¸˛ ˝ ˝¸ ˛ ˝˝¸ ˝¸˛˛ł˝ ¸˛˘ ˛—˛˝˚ ˛ —˛¸˛ ˛ ˛ —˛ ” ‹‚» ‰»fi‹•”•‰¿‹» ‚–·…»fi •› ¿† ˝¸˛ ‹‚» –·•‰§ł•»› ‡«›‹ ‚¿“» ˝¸˛ fi–“•›•–†› –fi » »†…–fi›»… ” ˝¸˛ ˝ ˚ ›«¶»‰‹ ‹– ‹‚» ‹»fi‡› ¿†… ‰–†…•‹•–†› –” ‹‚» –·•‰§ ‰»fi‹¿•† –·•‰•»› ‡¿§ fi»fl«•fi» ¿† »†…–fi›»‡»†‹ ›‹¿‹»‡»†‹ –† ‹‚•› ‰»fi‹•”•‰¿‹» …–»› †–‹ ‰–†”»fi ¿†§ fi•„‚‹› ‹– ‹‚» ‰»fi‹•”•‰¿‹» ‚–·…»fi •† ·•»« –” ›«‰‚ »†…–fi›»‡»†‹ł› ˚˛˝˛ ¸˛˛˚˝ ¸˛ ˛ ˛ w ŁŁº ˛ ˛—˛ ·· fi•„‚‹› fi»›»fi“»… ‚» ˛ †¿‡» ¿†… ·–„– ¿fi» fi»„•›‹»fi»… ‡¿fi› –” ˛˛ º łŒ æ ˛˛ ˙ ˝¸˛ ·… –‡•†•–† †›«fi¿†‰» –‡¿†§ fi•…„»”•»·… ¿›«¿·‹§ †›«fi¿†‰» –‡¿†§ Œææ ‰fi•”” †›«fi¿†‰» ˝»fi“•‰»› ºº »·· –'»fi fi•“» –fi‹ §»fi› Ø Ø ¿fi§ –›‚–fi Ø ŁŒŒŁŁŒŁ –›‚–fi‰fi•””†›«fi¿†‰»‰–‡ ˝«†»·‹ «‹–‡–‹•“» †‰ Ł Łº ˛¿…•– ˛… ¿·»› º ¨ ¨ ¨ ¨—ØŁ—ææŁææ º º ¨ ¨¨ ¨ØŁ—ææŁææ ˙ ŒºææŁææ¨ º º º –fi»fi› –‡ †”–fi‡¿‹•–† ‹‚»fi ˝‹¿‹»› –“»fi¿„» —fi–fi•»‹–fi›æ—¿fi‹†»fi›æ¤»‰«‹•“» ””•‰»fi›æ»‡»fi› ¤‰·«…»…– ¿†† ¿‡•»›–† ˚— ¿fi ¿‡•»›–† —fi»›•…»†‹ ˛ ·· –fi »fi”–fi‡»… § ‹‚» ¿‡»… †›«fi»… –† »‚¿·” –” –··•»fi –«†‹§ ‚»† fi»fl«•fi»… § ¿ 'fi•‹‹»† ‰–†‹fi¿‰‹ –··•»fi –«†‹§ –¿fi… –” –«†‹§ –‡‡•››•–†»fi› ˛ –¿fi… –” –«†‹§ ł˝»» ‹‹¿‰‚»… »›‰fi•‹•–†› –··•»fi –«†‹§ –¿fi… –” –«†‹§ –‡‡•››•–†»fi› º ¿‡•¿‡• fi¿•· ¿›‹ ¿·»› –” ˝Ł ØŒ æØØŒ ˝¸¸·•»†‹ ØŁ Œº ˝–” ˝Ł ØŒ æØØŒ 16.E.6.k Packet Pg. 1768 Attachment: 19-7584 Sunbelt_Insurance_6-20-19 (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) ˝ º łŒ æ ˝˛—˝ ł–†‹•†«»… ”fi–‡ —¿„» –‡‡•››•–†»fi› •† –··•»fi –«†‹§ ˛ –··•»fi –«†‹§ –“»fi†‡»†‹ ˛ –··•»fi –«†‹§ ¿fi» •†‰·«…»… ¿› ¿† ¿……•‹•–†¿· •†›«fi»… «†…»fi ‹‚» ‰¿‹•–†»… –‡‡»fi‰•¿· »†»fi¿· •¿•·•‹§ ¿†… «‹–‡–•·» •¿•·•‹§ —–·•‰•»› –† ¿ fi•‡¿fi§ ¿†… †–†‰–†‹fi•«‹–fi§ ¿›•› –” ˝Ł ØŒ æØØŒ 16.E.6.k Packet Pg. 1769 Attachment: 19-7584 Sunbelt_Insurance_6-20-19 (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) Holder Identifier : 7777777707070700077761616045571110756437226016755107641305542627133072670566067111020742626313652332007224011560023075077565151732544650764151420267421107677534427044463076727242035772000777777707000707007 7777777707070700073525677115456000722214521553024007231144174621174072211040253631330753236265217751107177236613136001071667336464725550712662675743655507172333247033550077756163351765540777777707000707007Certificate No :570076653963CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 06/10/2019 IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. PRODUCER Aon Risk Services Northeast, Inc. Cincinnati OH Office 8044 Montgomery Road Suite 405 Cincinnati OH 45236-2919 USA PHONE (A/C. No. Ext): E-MAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # (866) 283-7122 INSURED 10120Everest National Insurance CoINSURER A: 22667ACE American Insurance CompanyINSURER B: AA1128003Lloyd's Syndicate No. 2003INSURER C: INSURER D: INSURER E: INSURER F: FAX (A/C. No.):(800) 363-0105 CONTACT NAME: GILLIG LLC 451 Discovery Drive Livermore CA 94551 USA COVERAGES CERTIFICATE NUMBER:570076653963 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.Limits shown are as requested POLICY EXP (MM/DD/YYYY) POLICY EFF (MM/DD/YYYY) SUBR WVD INSR LTR ADDL INSD POLICY NUMBER TYPE OF INSURANCE LIMITS COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR POLICY LOC EACH OCCURRENCE DAMAGE TO RENTED PREMISES (Ea occurrence) MED EXP (Any one person) PERSONAL & ADV INJURY GENERAL AGGREGATE PRODUCTS - COMP/OP AGG X X X GEN'L AGGREGATE LIMIT APPLIES PER: $5,000,000 $300,000 Excluded $5,000,000 $5,000,000 $5,000,000 A 10/01/2018 10/01/2019 Y SIR applies per policy terms & conditions RC8GL00126181 PRO- JECT OTHER: AUTOMOBILE LIABILITY ANY AUTO OWNED AUTOS ONLY SCHEDULED AUTOS HIRED AUTOS ONLY NON-OWNED AUTOS ONLY BODILY INJURY ( Per person) PROPERTY DAMAGE (Per accident) X X BODILY INJURY (Per accident) $2,000,000A10/01/2018 10/01/2019 $1,000,000GKLL COMBINED SINGLE LIMIT (Ea accident) RM8CA00014181 Garage Keepers Liability EXCESS LIAB X OCCUR CLAIMS-MADE AGGREGATE EACH OCCURRENCE DED $10,000,000 $10,000,000 $10,000 10/01/2018UMBRELLA LIABC 10/01/2019CSUSA1803612 RETENTIONX X E.L. DISEASE-EA EMPLOYEE E.L. DISEASE-POLICY LIMIT E.L. EACH ACCIDENT $1,000,000 X OTH- ER PER STATUTE B 10/01/2018 10/01/2019 CA Only SIR applies per policy terms & conditions A 10/01/2018 10/01/2019 $1,000,000 Y / N (Mandatory in NH) ANY PROPRIETOR / PARTNER / EXECUTIVE OFFICER/MEMBER EXCLUDED?N / AN RM8WC00024181 AOS WORKERS COMPENSATION AND EMPLOYERS' LIABILITY If yes, describe under DESCRIPTION OF OPERATIONS below $1,000,000 WCUC65435755 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: For Any & All Work in Collier County, Sublet/Parts Board of Collier County Commissioners is an additional insured on the General Liability policy. This statement is subject to policy terms and conditions; where required by written contract; prior to a loss; where permitted by law. CANCELLATIONCERTIFICATE HOLDER AUTHORIZED REPRESENTATIVEBoard of Collier County Commissioners Purchasing Department 3295 Tamiami Trail E. Naples FL 34112-4901 USA ACORD 25 (2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 16.E.6.l Packet Pg. 1770 Attachment: 19-7584 Gillig_Insurance_6-10-19 (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER:ACORD 25 FORM TITLE:Certificate of Liability Insurance AGENCY ADDITIONAL REMARKS EFFECTIVE DATE: CARRIER NAIC CODE NAMED INSURED See Certificate Number: See Certificate Number: POLICY NUMBER AGENCY CUSTOMER ID: ADDITIONAL REMARKS SCHEDULE LOC #: Aon Risk Services Northeast, Inc. 570000073126 570076653963 570076653963 ADDITIONAL POLICIES If a policy below does not include limit information, refer to the corresponding policy on the ACORD certificate form for policy limits. INSURER INSURER INSURER INSURER INSURER(S) AFFORDING COVERAGE Page _ of _ NAIC # GILLIG LLC TYPE OF INSURANCE POLICY NUMBER LIMITS WORKERS COMPENSATION A RM8WC00027181 10/01/2018 10/01/2019 A RM8WC00026 10/01/2018 10/01/2019 Retro FL, ME, NJ N/A N/A ADDL INSD INSR LTR SUBR WVD POLICY EFFECTIVE DATE (MM/DD/YYYY) POLICY EXPIRATION DATE (MM/DD/YYYY) ACORD 101 (2008/01)© 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 16.E.6.l Packet Pg. 1771 Attachment: 19-7584 Gillig_Insurance_6-10-19 (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.m Packet Pg. 1772 Attachment: 19-7584 Tamiami Ford_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.m Packet Pg. 1773 Attachment: 19-7584 Tamiami Ford_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.m Packet Pg. 1774 Attachment: 19-7584 Tamiami Ford_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.m Packet Pg. 1775 Attachment: 19-7584 Tamiami Ford_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.m Packet Pg. 1776 Attachment: 19-7584 Tamiami Ford_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.m Packet Pg. 1777 Attachment: 19-7584 Tamiami Ford_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.m Packet Pg. 1778 Attachment: 19-7584 Tamiami Ford_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.m Packet Pg. 1779 Attachment: 19-7584 Tamiami Ford_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.m Packet Pg. 1780 Attachment: 19-7584 Tamiami Ford_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.m Packet Pg. 1781 Attachment: 19-7584 Tamiami Ford_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.m Packet Pg. 1782 Attachment: 19-7584 Tamiami Ford_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.m Packet Pg. 1783 Attachment: 19-7584 Tamiami Ford_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.m Packet Pg. 1784 Attachment: 19-7584 Tamiami Ford_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.m Packet Pg. 1785 Attachment: 19-7584 Tamiami Ford_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.m Packet Pg. 1786 Attachment: 19-7584 Tamiami Ford_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.m Packet Pg. 1787 Attachment: 19-7584 Tamiami Ford_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.m Packet Pg. 1788 Attachment: 19-7584 Tamiami Ford_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.m Packet Pg. 1789 Attachment: 19-7584 Tamiami Ford_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.m Packet Pg. 1790 Attachment: 19-7584 Tamiami Ford_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.m Packet Pg. 1791 Attachment: 19-7584 Tamiami Ford_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.m Packet Pg. 1792 Attachment: 19-7584 Tamiami Ford_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.m Packet Pg. 1793 Attachment: 19-7584 Tamiami Ford_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.m Packet Pg. 1794 Attachment: 19-7584 Tamiami Ford_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.m Packet Pg. 1795 Attachment: 19-7584 Tamiami Ford_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.m Packet Pg. 1796 Attachment: 19-7584 Tamiami Ford_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.m Packet Pg. 1797 Attachment: 19-7584 Tamiami Ford_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.m Packet Pg. 1798 Attachment: 19-7584 Tamiami Ford_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.m Packet Pg. 1799 Attachment: 19-7584 Tamiami Ford_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.m Packet Pg. 1800 Attachment: 19-7584 Tamiami Ford_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.m Packet Pg. 1801 Attachment: 19-7584 Tamiami Ford_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.m Packet Pg. 1802 Attachment: 19-7584 Tamiami Ford_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.m Packet Pg. 1803 Attachment: 19-7584 Tamiami Ford_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.m Packet Pg. 1804 Attachment: 19-7584 Tamiami Ford_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.m Packet Pg. 1805 Attachment: 19-7584 Tamiami Ford_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.m Packet Pg. 1806 Attachment: 19-7584 Tamiami Ford_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.m Packet Pg. 1807 Attachment: 19-7584 Tamiami Ford_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.m Packet Pg. 1808 Attachment: 19-7584 Tamiami Ford_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.m Packet Pg. 1809 Attachment: 19-7584 Tamiami Ford_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.m Packet Pg. 1810 Attachment: 19-7584 Tamiami Ford_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.m Packet Pg. 1811 Attachment: 19-7584 Tamiami Ford_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.m Packet Pg. 1812 Attachment: 19-7584 Tamiami Ford_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.m Packet Pg. 1813 Attachment: 19-7584 Tamiami Ford_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.m Packet Pg. 1814 Attachment: 19-7584 Tamiami Ford_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.m Packet Pg. 1815 Attachment: 19-7584 Tamiami Ford_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.m Packet Pg. 1816 Attachment: 19-7584 Tamiami Ford_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.m Packet Pg. 1817 Attachment: 19-7584 Tamiami Ford_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.m Packet Pg. 1818 Attachment: 19-7584 Tamiami Ford_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.m Packet Pg. 1819 Attachment: 19-7584 Tamiami Ford_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.m Packet Pg. 1820 Attachment: 19-7584 Tamiami Ford_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.m Packet Pg. 1821 Attachment: 19-7584 Tamiami Ford_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.m Packet Pg. 1822 Attachment: 19-7584 Tamiami Ford_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.m Packet Pg. 1823 Attachment: 19-7584 Tamiami Ford_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.m Packet Pg. 1824 Attachment: 19-7584 Tamiami Ford_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.m Packet Pg. 1825 Attachment: 19-7584 Tamiami Ford_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.m Packet Pg. 1826 Attachment: 19-7584 Tamiami Ford_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.m Packet Pg. 1827 Attachment: 19-7584 Tamiami Ford_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.m Packet Pg. 1828 Attachment: 19-7584 Tamiami Ford_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.m Packet Pg. 1829 Attachment: 19-7584 Tamiami Ford_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.m Packet Pg. 1830 Attachment: 19-7584 Tamiami Ford_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.m Packet Pg. 1831 Attachment: 19-7584 Tamiami Ford_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.m Packet Pg. 1832 Attachment: 19-7584 Tamiami Ford_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.m Packet Pg. 1833 Attachment: 19-7584 Tamiami Ford_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.m Packet Pg. 1834 Attachment: 19-7584 Tamiami Ford_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.m Packet Pg. 1835 Attachment: 19-7584 Tamiami Ford_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.m Packet Pg. 1836 Attachment: 19-7584 Tamiami Ford_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.m Packet Pg. 1837 Attachment: 19-7584 Tamiami Ford_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.m Packet Pg. 1838 Attachment: 19-7584 Tamiami Ford_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.m Packet Pg. 1839 Attachment: 19-7584 Tamiami Ford_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.m Packet Pg. 1840 Attachment: 19-7584 Tamiami Ford_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.m Packet Pg. 1841 Attachment: 19-7584 Tamiami Ford_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.m Packet Pg. 1842 Attachment: 19-7584 Tamiami Ford_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.m Packet Pg. 1843 Attachment: 19-7584 Tamiami Ford_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.m Packet Pg. 1844 Attachment: 19-7584 Tamiami Ford_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.m Packet Pg. 1845 Attachment: 19-7584 Tamiami Ford_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.m Packet Pg. 1846 Attachment: 19-7584 Tamiami Ford_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.m Packet Pg. 1847 Attachment: 19-7584 Tamiami Ford_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.m Packet Pg. 1848 Attachment: 19-7584 Tamiami Ford_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.m Packet Pg. 1849 Attachment: 19-7584 Tamiami Ford_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.m Packet Pg. 1850 Attachment: 19-7584 Tamiami Ford_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.m Packet Pg. 1851 Attachment: 19-7584 Tamiami Ford_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.m Packet Pg. 1852 Attachment: 19-7584 Tamiami Ford_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.m Packet Pg. 1853 Attachment: 19-7584 Tamiami Ford_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.m Packet Pg. 1854 Attachment: 19-7584 Tamiami Ford_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts) 16.E.6.m Packet Pg. 1855 Attachment: 19-7584 Tamiami Ford_Proposal (9268 : Recommendation to award ITB 19-7584 OEM & Aftermarket Parts)