Loading...
Agenda 09/03/2020 Item #2BProposed Agenda Changes Board of County Commissioners Special Meeting September 3, 2020 Add -On Item 2B: Recommendation to declare the existence of an emergency procurement condition and approve the purchase of a recreational vehicle acquired to serve as a mobile testing unit and future vaccination site with CARES funding for use by the Collier County Health Department. 9/3/2020 1:20 PM EXECUTIVE SUMMARY Recommendation to declare the existence of an emergency procurement condition and approve the purchase of a recreational vehicle acquired to serve as a mobile testing unit and future vaccination site with CARES funding for use by the Collier County Health Department. OBJECTIVE: To have the Board declare the existence of an emergency procurement condition and approve the purchase of a recreational vehicle acquired to serve as a mobile testing and vaccination unit to manage and prevent the COVID-19 public health emergency within Collier County. CONSIDERATIONS: The President of the United States signed the Coronavirus Aid, Relief, and Economic Security ("CARES") Act into law on March 27, 2020. The CARES Act includes a $150 billion Coronavirus Relief Fund (the "Fund") to provide payments to State, Local, and Tribal governments impacted by the COVID-19 pandemic. On June 16, 2020, Governor Ron DeSantis announced Florida's plan to distribute $1.275 billion in CARES Act funds to counties with a population below 500,000, including $67,162,425 to Collier County. The Board approved an agreement with the Florida Division of Emergency Management ("FDEM") to accept the funds on July 14, 2020 (Agenda Item 11B). The Board's approval included an allocation of $20M to support Community Not -for -Profit, Health, and Public Safety Initiatives. Payments from the fund may be made available to cover costs that: 1. Are necessary expenditures incurred due to the public health emergency with respect to COVID- 19; 2. Are not accounted for in the budget most recently approved as of March 27, 2020 (the date of enactment of the CARES Act) for the State or government, and; 3. Were incurred during the period that begins on March 1, 2020 and ends on December 30, 2020. The Collier County Department of Health requested an emergency need for pop-up sites for COVID-19 testing. The emergency purchase of a recreational vehicle serving as a mobile testing unit will reach an increased number of Collier County residents who may lack transportation to be tested at fixed area sites. The vehicle will also serve as a mobile site for vaccinations once a vaccine for COVID-19 is released. On July 31, 2020, staff submitted a request to FDEM to ascertain the allowability of a vehicle purchase to serve as a mobile testing unit. FDEM confirmed the purchase is an eligible expense under the CARES act. (see attached email from FDEM) Guidance from FDEM allows for purchases made under the CARES Act to be retained by the procuring agency following the conclusion of the pandemic period. As further background, for this requested emergency purchase staff notes the following: 1. On March 1, 2020, Governor DeSantis declared a Public Health Emergency as a result of COVID-19, and on March 9, 2020, Governor DeSantis issued Executive Order 20-52, declaring a State of Emergency as a result of COVID-19, which has been supplemented by subsequent Executive Orders all relating to the threat of COVID-19. 2. On March 16, 2020, the Board adopted Proclamation/Resolution No. 2020-50 declaring a state of emergency due to COVID-19 for all territory within the legal boundaries of Collier County. Staff has researched various procurement methods and found that leasing a recreational vehicle is not a feasible option since exterior modifications will be necessary. Staff also reviewed using a cooperative agreement but the anticipated delivery period, not less than 180 days from the time of order, exceeds the period of availability under the CARES Act agreement. Staff is requesting the Board declare the existence of an emergency procurement condition, which is consistent with the Board's March 16, 2020 Proclamation/Resolution declaring a state of emergency due to the COVID-19 pandemic, and approve the purchase of a recreational vehicle acquired to serve as a mobile testing unit obtained under an emergency purchase to quickly address COVID-19 pandemic testing needs. The emergency purchase of the vehicle is for an unexpected and urgent need where the health and safety of public resources are at risk and there is a limited opportunity to acquire the vehicle under the CARES Act. Section Eleven of Collier County Procurement Ordinance No. 2013-69, as amended, subsection 8, states, in part: 8. Emergency Procurements may be used in the event of an unexpected and urgent need where health and safety or the conservation of public resources is at risk, or during Board absences (all efforts should be made to obtain Board approval prior to anticipated recesses), using such competition as is practical under the circumstances, as follows: a. Following a declaration of the existence of an emergencyby the County, the Collier County Board of County Commissioners or their designee may declare the existence of an emergency procurement condition and may suspend any or all of the provisions of this article and authorize an emergency procurement. b. The Collier County Manager or his/her designee, on a case by case basis may approve an emergency purchase based upon the Procurement Services Director's good faith review of the available sources that may timely respond to the urgent need for goods and services and the documentation of the emergency conditions related to that purchase. Upon written determination and approval of the Collier County Manager, the emergency purchase may be made. The Collier County Manager will report to the Collier County Board of County Commissioners all such emergency procurements at the next available meeting. The County's Grant Compliance staff has opined that proceeding under the normal competitive threshold purchasing requirements would result in: (1) an unacceptable time delay, (2) an un-compensable grant reimbursable situation due to the delay, and (3) not be conducive in timely addressing the COVID-19 public health emergency. Accordingly, this purchase meets the federal emergency requirements to waive competition. Staff has obtained three quotes and is recommending purchasing the vehicle from intends to purchase the recreational vehicle from Camping World RV Sales doing business at 4681 Waycross Road, Fort Myers, Florida 33905 in the amount of $117,958. Staff has determined the cost is reasonable based on the specified needs of the Collier County Health Department and from the quotes that have been gathered from various vendors that sell this type of vehicle. The identified recreational vehicle meets the size and specifications request by the Department of Health to meeting their testing and future needs to combat the spread of COVID-19. The vehicle will be maintained by the County's fleet operation at an expected annual cost of $2,000. The vehicle will be under the standard warranty for two years. The County Health Department will be responsible for operate maintenance to include sanitation and cleaning. FISCAL IMPACT: Funding will be made available within the Human Services Grant Fund (707) Project 33699 under the Community Health & Services Initiative appropriation. GROWTH MANAGEMENT IMPACT: There is no Growth Management impact associated with this Item. LEGAL CONSIDERATIONS: In light of the State of Florida and this Board's prior declaration of a state of emergency pertaining to the COVID-19 pandemic, this Board could make a finding that staff s procurement of a recreational vehicle to serve as a mobile testing unit with CARES funding for use by the Collier County Health Department supports the Board declaring that the requested purchase presents an approved emergency procurement condition. Section Eleven of Collier County Procurement Ordinance No. 2013-69, as amended, subsection 8, authorizes the Board to declare an emergency procurement condition: (1) following a declaration of the existence of an emergency situation by the County, (2) to suspend the various relevant articles of the Procurement Ordinance, and (3) authorize an emergency procurement. Therefore, the Board may accept staffs request to approve this purchase. This item has been reviewed by the County Attorney's Office, is approved as to form and legality, and requires a majority vote for approval.—SRT RECOMMENDATION: To have the Board declare the existence of an emergency procurement condition and approve the purchase of a recreational vehicle acquired to serve as a mobile testing unit and future vaccination site to manage the COVID-19 public health emergency within Collier County. Prepared by Maggie Lopez, Manager- Financial & Operational Support, Community & Human Services Division FEDERAL PROVISIONS AND CERTIFICATIONS CFDA 21.019 - CARES ACT 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. This is an acknowledgement that the United States Department of the Treasury financial assistance through the State of Florida, Division of Emergency Management under the CARES Act, section 601(d) of the Social Security Act will be used to fund all or a portion of the contract. The contractor will comply with all applicable Federal law, regulations, executive orders, CARES Act policies, procedures, and directives. Pursuant uniform requirements of federal awards (2 CFR Part 200.23) the definition of CONTRACTOR is an entity that receives a Contract / Purchase Order. Termination: See Standard Purchase Order and/or Contract Terms and Conditions Suspension and Debarment: (1) This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such the contractor is required to verify that none of the contractor, its principals (defined at 2 C.F.R. § 180.995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). (2) The contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. (3) This certification is a material representation of fact relied upon by the County. If it is later determined that the contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the County, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. (4) The bidder or proposer agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C 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. Contractors placed on the State of Florida convicted vendor list following a conviction for a public entity crime or on the State of Florida 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 a public entity, and may not transact business with any public entity in excess of $25,000.00 for a period of thirty-six (36) months from the date of being placed on the convicted vendor list or on the discriminatory vendor list. Contracting with small and minority businesses, women's business enterprises, and labor surplus area firms §200.321 (a) The Solicitor must take all necessary affirmative steps to assure that minority businesses, women's business enterprises, and labor surplus area firms are used whenever possible. (b) Affirmative steps must include: (1) Placing qualified small and minority businesses and women's business enterprises on solicitation lists; (2) Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources; (3) Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business enterprises; (4) Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority businesses, and women's business enterprises; (5) Using the services and assistance, as appropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce; and (6) Requiring the prime contractor, if subcontracts are to be let, to take the affirmative steps listed in paragraphs (1) through (5) of this section. Contractors may seek opportunities with minority businesses, women's business enterprises, and labor surplus area firms using the Dynamic Small Business Search tool: http://dsbs.sba.gov/dsbs/search/dsp dsbs.cfm Rights to Inventions Made Under a Contract or Agreement (37 CFR § 401.2): Not applicable. Byrd Anti -Lobbying Amendment (31 U.S.C. § 1352 (as amended) ($100,000 or more): Contractors who apply or bid for an award of $100,000 or more shall file the required certification. 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 any lobbying with non -Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient." Clean Air Act (42 U.S.C. 7401-7671 q.) and the Federal Water Pollution Control Act (33 U.S.C.1251-1387) ($150,000 or more), as amended Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401-7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C.1251-1387), and will report violations to FEMA and the Regional Office of the Environmental Protection Agency (EPA). Procurement of Recovered Materials (§200.322) (Materials Over $10,000): ($10,000 or more): 1. In the performance of this contract, the Contractor shall make maximum use of products containing recovered materials that are EPA -designated items unless the product cannot be acquired— a. Competitively within a timeframe providing for compliance with the contract performance schedule; b. Meeting contract performance requirements; or c. At a reasonable price. 2. Information about this requirement, along with the list of EPA -designated items, is available at EPA's Comprehensive Procurement Guidelines web site, https://www.epa.gov/smm/comprehensive- procu rement-g uidel i ne-cpg-prog ram 3. The Contractor also agrees to comply with all other applicable requirements of Section 6002 of the Solid Waste Disposal Act." Administrative, Contractual, or Legal Remedies (over $250,000): Unless otherwise provided in this contract, all claims, counter -claims, disputes and other matters in question between the local government and the contractor, arising out of or relating to this contract, or the breach of it, will be decided by arbitration, if the parties mutually agree, or in a Florida court of competent jurisdiction. Page 1 of 5 FEDERAL PROVISIONS AND CERTIFICATIONS CFDA 21.019 — CARES ACT COLLIER COUNTY Certification Regarding Debarment, Suspension, and Other Responsibility Matters Primary Covered Transactlons (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 forcommission 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 (q(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. Brent Moody Name President DUNS Number Title Tax ID Number Emerald Coast RV Center, LLC Firm 4681 Waycross Road Fort Myers, FL 33905 Street Address, City, State, Zip dza.,�t7�e Signature Page 2 of 5 FEDERAL PROVISIONS AND CERTIFICATIONS CFDA 21.019 — CARES ACT 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. § 1,352 (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, Emerald Coast RV Center,rtifies 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. Sm°�r�%la�c�y Signature of Contractor's Authorized Official Rrant Moadv President Name of Authorized Official and Title September 1, 2020 Date Page 3 of 5 FEDERAL PROVISIONS AND CERTIFICATIONS CFDA 21.019 — CARES ACT COLLIER COUNTY ANTI,CjPATED DjSADVANTAGED, MINORITY, WOMEN OR VETERAN PARTICIPATION STATEMENT will be verified. Umrerifable statuses will require the PRIME to either provde a revised statement or provide source docurnentatiDn that va lidates a A. PRIME VENDOR/CONTRACTOR INFORMATION PRIME NAME PRIME FED NUMBER CONTRACT DOLLAR AMOUNT Camping World 20-2273631 $117,958 I5THE PRIMEAFLORIDA-CERTIFIEDDISAU ANTAGED, VETERAN y N ISTHEACTIVITY OFTHIS CDNTRACT.- MINORITYORWOMEN BUSINESSENTERPRISE? [POE? Y N CONSTRUCTION Y N (DBE/MBE)WBE] OR HAVE A SMALL DISADVANTAGED BUSINESS SA CERTIFICATION FROM THE SMALL BUSINESS MBE? V N CONSULTATION? Y N ADMINISTRATION? A SERVICE DISABLED VETERAN? V9BE? Y N OTHER? Y N 5a6 SA? Y N ISTHr55UBMIS51aNAREVISION? N F TEES, REV SION N UM BER B. IF PRIME HAS SUBCONTRACTOR OR SUPPLIER WHO IS A DISADVANTAGED MINORITY, WOMEN -OWNED, SMALL BUSINESS CONCERN OR SERVICE DISABLED VETERAN, PRIME IS TO COMPLETE THIS NEXT SECTION DBE M/WBE 5UEKONTFL4CTOR OR SUPPLIER TYPE OF hWORK OR ETHNICrrY €0DE I SUBf5UPPLIER PERCENT OF CONTRACT VETEP.A`, I NAME SPECIALTY j5ee Elelawl DOLLAR AMOUNT I DOLLARS I C. SECTION TO BE COMPLETED BY PRIME VENDOR/CONTRACTOR I NAME OF SUSIVI TT'ER I DATE I TrrLE OF SUBMffTER EMAILADDRESSOF PRIME ISUBMITTERI I TELEPHONE NUMBER I FAX NUMBER 1 NOTE: This information is used to track and report anticipated DBE or MBE participation in federally -funded contiam- The anticipated OBE or M BE amount is vol uriftairy and will not become part of the contractual terns. This form must be submitted at time of response to a solicitation- If and when awarded a County corrtract, the prime will be asked to update the information for the grant compliance files. IEMNI€rrY 4NEE Blad€Amerir.an BA I- ispanicAmerican HA Native American NA Subcont. Asian American 5AA Asian-PariR€American APA Non -Minority Women NhT* other: not of any udher group listed 1 O D. SECTION TO BE COMPLETED BY COLLIER COUNTY v=FARTMENTNAh1E COLLIERCONTRA€TV IFEw'RFPorP4;'REO GRANT PROGRAMfODNTRACT Community & Human Services PO 4500205052 FDEM CARES CRF IACCEPTED BY: I DATE Page 4 of 5 • • • • Goods• COLLIER -COUNTY Funded By Federal/State Grant Programs COST REASONABLENESS as fair and reasonable. DESCRIPTION OF PROCUREMENT (GOODS OR Mobile Testing vehicle- Recreational Vehicle Maggie Lopez The price quoted by () is deemed to be fair and reasonable based on the following analysis: CHECI<ALL THAT APPLY ❑ Comparison of proposed pricing for same or similar item with historical pricing from previous purchases of the same item, adjusted by market data such as a Consumer or Producer Price Index or Inflation Rate over the corresponding time frame ❑ Comparison to the same or similar item found on existing Federal, State, or municipal contracts ❑ Comparison of price components against established market prices, such as labor rates, dollars per square foot, etc., to justify the price reasonableness of the whole ❑ Comparison of proposed pricing with in-house, independent cost estimates for the same item ❑ The quoted price is from a regulated utility ❑ Other (e.g., verifiable sales information for the same/similar item sold to supplier's other customers ❑ Comparison with competing supplier's prices, catalogue pricing or price lists, commercially advertised sale prices, or prices obtained through other market research (e.g., Internet, trade journals, etc.) for the same/similar item. SUMMARY OF QUOTES -FOLLOW COUNTY POLICY -ATTACH WRITTEN QUOTES IF APPLICABLE Date,quote Contractor j price Shipping Total Notes Obtained Name 08/31/20 Camping World R $ 117,958.00 $ 117,958,00 2021 Windsport 09I01/20 LazyDays $ 137,951.36 $ 137,951.36 2020 Holiday Rambler 08/31/20 North Trail RV Con $ 166,922,00 $ 166,922.00 2021 Bay Star Class "A" COMMENTS: Quotes were obtained for class "A" recreational vehicle that ranged from 30-33 ft. Camping world was able to provide a 2021 vehicle that meet the specifications and meets the needs set forth by the Collier Health Department II n Prepared By Maggie Lopez Date 09/01/20 est. FY15 v.t CAMPING WORLD RV SALES 4681 WAYCROSS ROAD FORT MYERS FL 33905 239-690-3200 CUSTOMER QUOTE T0: COLLIER COUNTY COLLIER COUNTY 3640726 STK#; 1842746 STOCK ITEM: 2021 WINDSPORT 33X 1F66F5DN4LOA02479 QUOTE#:962321 DATE:08/3.1/20 PHONE4:239-252-6839 SALESMAN:GARRY RIGGS TOTAL LIST: 162702:50 DISCOUNT: 45702.50 SALE PRICE: 117000.00 D/ADDS: N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A TIRE FEE: 6.00 BATTERY FEE: 3.00 DOC FEE; 499.00 SALES TAX: N/A TAG & TITLE: 450.00 DEAL TOTAL: 117958.00 TRADE ALLOWANCE: N/A N/A PAYOFF: DOWN PAYMENT: N/A N/A NET DOWN: N/A FINAL BALANCE: 117958 00 4505 MONACO WAY W ILDWOOD,FL 34785 Phone: (352) 330-3800 Fax: (352) 330-3835 DAN MCCALL ffetvpPo In exdus ve benel/h w!!h euerynypurrhase, lazydays" ✓ Up (o ]00 NIOhPa of DV CamPin9 et 110 MouaanOTra!la Camptlroundo Natlomvido' no AV Yralnln0 by an AV aaparl ✓ DV Toch 3uPParI HPHino Y 04ya 0 Wook ✓ 30-Day Unillad WsrnanW or Oo Mco Canbact' ✓ KOA Valuo Kard Doward, ✓ $100 a" 14nttrncs purchaaal And Pthor oacluoi" beonel"A V � Out Tho Meat W1410 FOP Your Trado Trade Information: Itemization: Vehicle Price $185,146.65 Rr tall l.)IScoflrlt $ 513t201165 Sales Price $128,945,00 D & H $699.00 Options N/A Trade Allowance N/A Difference Price $129,644000 Sales Tax $7,829,36 Trade Payoff $0,00 Private Title Agency Fee $16.00 Registration Fee $450,00 Waste Tire & Battery Fees $12,00 TOTAL $137,951.36 Making Customers for Life!!! This quote is prepared exclusively for; COLLIER COUNTY DEPARTMENT OF HEALTH IMMOKALEE, FL34142 QUOTE#-256716 9/1/2020 STOCK# 21049359 UNIT VIN 1F66F5DY1K0A12122 Options: $0,00 $0,00 $0,00 $0.00 $0,00 $0.00 $0,00 $0.00 EXtras Total N/A Estimated Payment Options Cash Down Months A.P.R.' Payment $0,00 0 0 $0,00 'PshnlatddAP.R Only. ry he Information provided above are estimates and should be uisclalmer; Tnot considered final or legally binding. Taxes and fees will apply and will va depending on the final determination of the price and trade -In value made at the Time of purchase as well as the cost of any optional equipment,service contracts, etc. This quote valid for the named recipient only and expires ten (10) days after the quote date. The vehicle maybe purchased by another buyer during this time period. 2021 Bay Star Class "A" 3408 EWMAR VIN:3F66F5DN9LOA00209 Unit: 140145 N WMAR CORPORATION �55 N DELAWARE ST Ship To: NORTH TRAIL RV CENTER-DBA I PO BOX 30 NAPPANEEIN 46550-0030 �3006 STANDARD FEATURES Base Price: $166,922 Graphics, Decors, & Cabinet Finish Exterior Masterpiece Full Painted Graphics With Clearcoat Finish Standard -Calypso Maple Vinyl Wrapped Stile Cabinets With Mitered Designer Glazed Doors -Matte Finish Chassis Cruise Control Tilt Steering Wheel Aluminum Wheels Air Conditioning and Heating Dash Heater & Air Conditioner Propane Gas Furnace With Ducted Heat Appliances Norcold 10 Cf. Refrigerator 6 Gallon Gas/Electrlc Water Heater With Electronic Ignition Recessed 3 Burner Range With Oven And Solid Surface Cover Audio, Video And Accessory Items Satellite Dish Prep On Roof Winegard Digital Crank Up Tv Antenna Rear View Color Monitor System With Audio Side View Cameras Displayed Onto Rear View Monitor Screen Dash Radio Am/Fm/Cd Player With Harman/3bl 180 Watt Sound System Samsung Led Tv In Living & Bedroom Areas, Tv Sizes Vary Per Floorplan Cabinets and Furniture Concealed Hinges On Cabinet Doors Drawers With Full Extension Ball Bearing Guides 6 Way Power For Driver Seat Solid Surface Countertops In Bathroom And Bedroom Ultralux Sofa And front Seats 45 Amp Converter 2 - 12 Volt House Batt¢ries I Exterior i Automatic Step For En ranee Door Untlermating Rear Hitch For Towing Zar Lights In Exterior Stor ge Compartments Convex Exterior Mirror With Defrost & Remote Control Interior Vinyl Floor In Kitchen, 3athroom & Living Area Shoe Storage located n Entrance Door Step Compartment Quilted Bedspread And Accent Pillow Plumbing and Bath Dometic 310 China Bowl Stool Systems Monitor Panel Sewage Holding Tank Rinse Demand WaterSystenj Water Heater Bypass System Construction Aluminum -Frame Side valls & Roof Construction, 1V On Center Gelcoated Fiberglass E derlor Sldewalis, Front & Rear Caps Brite Tek Roof With "V alkable" Deck Windows, Awnin Is & Vents Skylight Above Showe Slldeout Covers Carefree Travel'R Pow r Side Awning With Alumaguard And Strip Lighting i One Piece Tinted Windshield Polished Solid Surface Countertop In Kitchen, Undermount Stainless pantastic Vent With Rain Sensor In Kitchen &Bathroom Steel Sink &Sink Covers Soft Close Cabinet Drawers Frameless Double Pane Tinted Safety Glass Windows Electrical 10 Watt Solar Panel To Charge Chassis Battery Visit our Website at; www.newmarcorp. m Prices and specifications are subject to change at Newmar's discretl n without notice or obligation. 2021 Bay Star Class"A" 3408 ,VZN:1F66F5DN9LOA00209 Unit: 140145 Ship 10: NORTH TRAIL RV CJIZIV a DBA E WMARW i3aob N WMAR CORPORATION 55 N DELAWARE ST PO BOX 30 NAPPANEEIN 46550-0030 OPTIONAL FEATURES 11 Base Price: $iGG,922 FORD 24,000# CHASSIS 2021 BS CA 3408 W/ 2 PSO IFS STERLING DECOR BS21430 URBAN GRAPHICS BS21-425 CALYPSO MAPLE -VW -GLAZED DRS-MF AUXILIARY HEATER IN BEDROOM BOSE SOLO SOUND BAR SYSTEM CONTINUOUS HOT WATER HEATER SIRIUS RADIO CAPABILITY WHIRLPOOL,1200 INV.2 BAT W/ICE WINEGARD RTT-20B MOTION SAT XITE DASH RADIO W/RAND MCNALLY 2 PIECE SPLENDIDE WASHER/DRYER IN BASE 30" CONV MW - S. W/3 BRN PLT $609 IN BASE 32" LED TV IN FRO 4T OVERHEAD $1,015 $0 FLEXSTEEL EURO BOOTH DINETTE $1,225 $0 FOLDING COCKPIT TABLE $854 $0 SIDE OPEN HAB W IINRSPRNG $2,905 $553 SOLAR PREP i $252 $539 1200 WATT INVERxER FOR BEDROOM $756 $I,813 EXTERIOR LADDER' $343 $259 VINYL FLOOR TILE ILO VINYL $805 $1,295 HOLDING TANK HEAT PAD 110 VOLT $329 $1,875 WATER FILTER FOP ENTIRE UNIT $217 $2,233 $2,338 Options Total: $20,215 Retail Price: Opt(onal features may replace certain standard features. Additional information for Special Features is shg4vn below. From: Sapp, Weslev To: LopezMaggie Cc: SonntagKristi Subject: RE: [EXTERNAL] Mobile Testing Bus under CARES funding Date: Friday, July 31, 2020 2:51:42 PM Attachments: imaae001.ona EXTERNAL EMAIL: This email is from an external source. Confirm this is a trusted sender and use extreme caution when opening attachments or clicking links. No the expense should be eligible. I would try to see if renting one is possible. I would assume it's not but I would try to exhaust the option Wesley -------- Original message -------- From: LopezMaggie <Maggie.Lopez@colliercountyfl.gov> Date: 7/31/20 1:42 PM (GMT-06:00) To: "Sapp, Wesley" <Wesley.Sapp@em.myflorida.com> Cc: SonntagKristi <Kristi.Sonntag@colliercountyfl.gov> Subject: [EXTERNAL] Mobile Testing Bus under CARES funding Hi Wesley, Our Health Dept is interested in purchasing a bus in order to provide a mobile testing site that can assist in various areas in our community. Are there any restriction on the purchase of vehicles under the grant? Respectfully, Maggie Lopez Manager- Financial & Operational Support Community and Human Services Division Collier County Government 3339 East Tamiami Trail, Building H., Suite 211, Naples, FI 34112 Phone: 239-252-4274 Maggie.Lo.Dez colliercountvFL.gov Oder �- Vlt Community and Human Services Making Our Community Stronger: One life, one home, one project at a time. To improve our services and technical assistance to our clients, vendors, or subrecipents, we ask that you provide us feedback on our services to your organization by completing a short survey contain at the following links: • Internal Partners Under Florida Law, e-mail addresses are public records. If you do not want your e-mail address released in response to a public records request, do not send electronic mail to this entity. Instead, contact this office by telephone or in writing. Under Florida law, correspondence with the Florida Division of Emergency Management, which is neither confidential nor exempt pursuant to Florida Statutes Chapter 119, is a public record made available upon request. 1161683 1842746 5304384 4681 W®SCAMPING WT YER D RV6SALFSe The front and reverse aides of this document constitute a binding purchase contract, not a warranty, between Buyer(s) and Dealer only. Buyers) understand and acknowledge that Dealer is a separate and distinct entity from, and not the principal or agent or any manufacturers) of the Unit (as defined below). Buyers) further understand that any references herein to manufacturer(s) are for the purpose of generally explaining and distinguishing the manulacturer(s) from Dealer. Buyer(s) understand that no manufacturers) can make any representation, agreement, inducement, or warranty, which Is binding upon or enforceable against Dealer. Further, this Agreement Is not binding upon Dealer unless and until signed by Dealer, and such signed Agreement will constitute the entire, final and binding contract between Buyer(s) and Dealer. As used herein, the use of the word "Agreement" refers to the front and back of this Purchase Agreement. The word "Buyer(s)" refers to the Buyer(s) signing this Agreement (whether singular or plural), while the "Dealer" refers to the Dealer entity signing this Agreement, and the term "Unit" refers to the product described below which Buyer(s) Istwe purchasing. Buyer(s) acknowledge this Agreement Is fully complete and that Dealer provided ample opportunity for Buyer(s) to read this Agreement prior to affixing signatures hereto, and that Buyer(s) signed this Agreement under no duress from Dealer, and free from any Influence of medication, alcohol, or any other factors that might affect the judgment or capacity of Buyer(s). COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS ADDRESS 3299 TAMIAMI TRAIL E SUITE 403, NAPLES, FL 34112 Cow COLLIER aUEaem GARRY RIGGS PRorf 239-252-6839 CEU-PtIO,a 09/01/2020 2021 du@WINDSPORT 33X it '*p 1842746 CHAANS t UMa*1F66F5DN4LOA02479 0 WOW V91OJEm N NEW ❑ USED COLLIERCODUNTY@FL.GOV I as 09/01/2020 INSURANCE AGAINST LIABILITY FOR BODILY INJURY OR PROPERTY SETTLEMENT WEPmcecsVEwO.E (aXi FAGT.OPTIDYAI. EGUP.) E 117000 00 DAMAOETO OTHERS IS NOT INCLUDED INTWSTRANSACHON, OPTIONAL EQUIPMENT, LABOR AND ACCESSORIES Trade -In Allowance and/or Discount 0 00 9 Net Sales Price after Trade 117000 00 ** Pre -Delivery Service Fee 499 00 Sales Tax 0 00 Public Officials & Fees 450 00 Vehicle Service Contract 0 00 GAP 0 00 BALANCE CARRIED TO OPTIONAL EQUIPMENT If 0 00 Tire Fee 6 00 " THIS CHARGE REPRESENTS COS78 AND PROFIT TO THE DEALER FOR ITEMS SUCH AS IN9PECTINO, Battery Fee 3 00 CLEANING, AND ADJUSTING VEHICLES, AND PREPARING DOCUMENTS RELATED TO THE SALE. NIA 0 00 7WIVENCLE BPECa N/A 0 00 YR MANE Uµ1h,NktTm aHRr GaE0 YON N/A 0 00 STOW, YON STRTPEN YON 8705010E YON N!A / 0 00 BRt RFAR BUMPERa DRePPF.e BEBUNER YON N/A 0 00 TRADEIN INFORMATION N/A 0 00 .teasmXNQ N/A 0 00 rwNe Rro*�I NALE169 SU8&TCTAL 117958 00 YM a.Na via Balance Owed on Trade In 0 00 m*° I E^°E Cash Down 0 00 TRADE-IN DEBT TO BE PAID BY BUYER($) UNLESS OTHERWISE STATED HEREIN. roraL DUE ON M wLINglarD 00 It is mutually understood that this agreement Is subject to necessary corrections and adjustments _ AMOUNT RECEIVED _ _1_17958 concerning changes In net payoff on trade -In to be made at the time of settlement. BUYER AND DEALER CERTIFY THAT THE ADDITIONAL TERMS AND CONDITIONS PRINTED ON THE BACK OF THIS AGREEMENT, INCLUDING AN "AS -IS" CLAUSE, ALL VEHICLES ARE SOLD "AS -IS", WITH NO EXPRESS OR IMPLIED DISCLAIMERS OF ALL WARRANTIES AND LIMITATION AND DISCLAIMER OF DAMAGES CLAUSES, ARE AGREED TO AS PART OF THIS AGREEMENT, THE SAME AS IF PRINTED ABOVE THE SIGNATURE. WARRANTIES FROM DEALER, THIRD PARTY EXTENDED SERVICE CONTRACT MAY BE ADDITIONAL COST TO ME. AVAILABLE AT Dealer rushes no guaranteesan1 a or Implied,This vehicle is sold by Dealer "AS -IS" wtlh no Dealer guarantee or warranty, Implied or express. Dealer does not affirm or adopt any manufacturer warranry(s) available to this Unit or any of Its components. DEALER HEREBY DISCLAIMS AND EXCLUDES FROM THI,9SALE ALL WARRANTIES EXPRESS OR IMPLIED, INCLUDING THE IMPLIED WARRANTY OF MERCHANTABILITY AND THE IMPLIED WARRANTY BUYER(Sl ACKNOWLEDGE THIS DISCLAIMER IS MADE IN CAPITALIZED, BOLD AND UNDERLINED FONT AND IS "CONSPICUOUS." Buyers) understand Dealer does not warrant the year of this Unit, the year of the chassis, or the year of any of its component pads, and that the manulacturer(s) of the Unit, chassis, or component Is solely responsible for the year assigned to this Unit to the extent its year Is referenced In the Agreement. If Buyers) Is/we purchasing a "new" Unit as Indicated above, Buyer(s) acknowledge that "new" means only that the Unit has not been previously idled although the Unit may have been used in a demo or a show; new does not create any warranty or expectation of value or performance. Buyer(s) understand and agree that if either of Buyer(s) or Dealer should breach this contract or If Buyers) Institute any claim arising out of contract or the purchase of the Unit, the statute of limitation for any such claim Is Ilmlted to one (7) year from the date of sale. Entire Aaree nent� No Rellance The written terms on the front and reverse side of this Agreement comprise the entire Agreement between Buyers) and Dealer, and Buyers) have read and understand the front and reverse side of this Agreement. No verbal, unwritten, electronic or other communication of any nature not contained In this Agreement was relied upon by Buyer(s), became pad of the basis of Buyers) bargain, or Is enforceable by Buyer(s) against Dealer even if alleged or determined to constitute fraud, fraudulent inducement, or fraudulent misrepresentation and no such verbal, unwritten, electronic, or other communication shall Invalidate this Agreement or any written provision herein, or serve as grounds for Buyer(s)' rejection, rescission, or revocation of acceptance of this Agreement or this Unit, such that Buyers) cannot seek or obtain any statutory, legal, equitable or other relief against Dealer as a result thereof. Buyer(s) acknowledge and agree that all discussions, negotiations, advedisements, representations, and affirmations of fact in any format, whether verbal, written, electronic or other, which are not written In this Agreement, were not relied upon by Buyers), are not Included in this Agreement, and are not enforceable against Dealer. CAMPING WORLD RV SALES -FORT MYERS DEALER m0filmx BUYER NWYaa UN @®pwva A.eq.ep.. or<o-o-w,nex.wxpdd qe amwY Bill SIGNW X BUYER 8ee Important Additional Terms and Conditions on reverse side. SAM Search Results List of records matching your search for Record Status: Active, Inactive DUNS Number: 063856916 No Search Results September 01, 2020 11:10 AM https://www.sam.gov Page 1 of 1