Loading...
Agenda 04/14/2026 Item #16E2 (Award Invitation to Bid No. 25-8399, “OEM Ford & Motorcraft Parts, Fluids and Supplies – Grant Funded,” to Tamiami Ford, Inc.)4/14/2026 Item # 16.E.2 ID# 2026-739 Executive Summary Recommendation to award Invitation to Bid No. 25-8399, “OEM Ford & Motorcraft Parts, Fluids and Supplies – Grant Funded,” to Tamiami Ford, Inc., for the purchase of original equipment manufacturer ("OEM") parts, fluids, accessories, related supplies, and freight necessary to support ongoing County fleet operations, and to authorize the Chair to sign the attached Agreement. OBJECTIVE: To ensure the continued reliability, safety, and operational readiness of the County’s diverse vehicle and equipment fleet by securing a stable, competitively priced source of genuine Ford and Motorcraft OEM parts, fluids, and supplies. CONSIDERATIONS: On September 15, 2025, the Procurement Services Division released Invitation to Bid No. 25- 8399,“OEM Ford & Motorcraft Parts, Fluids and Supplies – Grant Funded." A total of four hundred and fourteen vendors viewed the bid information, and three bids were submitted by the October 15, 2025, deadline. Respondents: Company Name City County State Bid Amount Responsive/Responsible Tamiami Ford, Inc. Naples Collier FL $14,431.81 Y/Y Sam Galloway Ford Fort Myers Lee FL Withdrew Y/Y TPH Holdings, LLC d/b/a The Parts House Largo Pinellas FL $2,538.14 N/N Staff reviewed the three bids received and determined that two bidders were responsive and responsible, with minor irregularities. TPH Holdings, LLC d/b/a The Parts House was found to be non-responsive due to providing an incomplete and improperly filled out bid schedule. Sam Galloway Ford elected to withdraw its bid during the contract development process. The award has been established based on the lowest total bid. Staff recommends the contract be awarded to Tamiami Ford, Inc. This award directly supports the County’s ongoing commitment to securing authentic, manufacturer-approved Ford and Motorcraft OEM parts, which are essential to preserving the long-term reliability and performance of the County’s fleet. By ensuring access to genuine components explicitly engineered for Ford vehicles and equipment, the County can maintain strict adherence to warranty requirements, uphold safety and quality standards, and reduce the risk of premature failures or unnecessary rework. Establishing this contract also strengthens Fleet Management’s ability to perform timely and efficient maintenance, minimizes vehicle downtime, and safeguards operational continuity across all departments that rely on dependable transportation and equipment to deliver public services. This item is consistent with the Collier County strategic plan to support and enhance our commitment to robust public safety services. FISCAL IMPACT: Funding for OEM parts, fluids, and supplies is budgeted annually within Fleet Management’s operating accounts and is supplemented by grant funding when eligible and appropriate. During Fiscal Year 2025, Fleet Management procured $233,425 in Ford OEM parts, supporting the servicing and repair of more than 1,022 Ford vehicles within the County’s active fleet. Annual expenditures fluctuate based on a variety of operational factors, including repair demand, vehicle age and condition, seasonal workload, and overall consumption of parts and consumables. GROWTH MANAGEMENT IMPACT: There is no growth management impact associated with this item. Page 2394 of 3203 4/14/2026 Item # 16.E.2 ID# 2026-739 LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. —SRT RECOMMENDATION(S): To award Invitation to Bid No. 25-8399 “OEM Ford & Motorcraft Parts, Fluids and Supplies – Grant Funded,” to Tamiami Ford, Inc., for the purchase of original equipment manufacturer (“OEM”) parts, fluids, accessories, related supplies, and freight necessary to support ongoing County fleet operations, and to authorize the Chair to sign the attached Agreement. PREPARED BY: David D Childress, Division Director, Fleet Management Division ATTACHMENTS: 1. 25-8399 - Solicitation 2. 25-8399 Revised Notice of Recommended Award 3. 25-8399 Tamiami Ford Inc Contract VS 4. 25-8399 Tamiami Ford Inc Proposal 5. 25-8399 Bid Tabulation 6. 25-8399 Tamiami Ford COI exp.3.1.27 Page 2395 of 3203 Procurement Services Division COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS INVITATION TO BID (ITB) FOR OEM FORD & MOTORCRAFT PARTS, FLUIDS AND SUPPLIES SOLICITATION NO.: 25-8399 EMILY JACKSON, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8947 Emily.Jackson@colliercountyfl.gov This solicitation document is prepared in a Microsoft Word format. Any alterations to this document made by the Bidder may be grounds for rejection of the bid, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. Page 2396 of 3203 SOLICITATION PUBLIC NOTICE INVITATION TO BID (ITB) NUMBER: 25-8399 PROJECT TITLE: OEM FORD & MOTORCRAFT PARTS, FLUIDS AND SUPPLIES LOCATION: PROCUREMENT SERVICES DIVISION, CONFERENCE ROOM A, 3295 TAMIAMI TRAIL EAST, BLDG C-2, NAPLES, FLORIDA 34112 DUE DATE: October 15, 2025@ 3:00 pm PLACE OF BID OPENING: PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FL 34112 All bids shall be submitted online via the Collier County Procurement Services Division Online Bidding System: https://procurement.opengov.com/portal/collier-county-fl. INTRODUCTION As requested by the Fleet Management Division (hereinafter, the “Division or Department”), 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 Specifications or Scope of Work stated. All references to “Vendor” are also referred to as “Contractor” and “Bidder.” Historically, County departments have spent approximately $1.6 million annually on parts; however, this may not be indicative of future buying patterns. These specifications are intended to provide information by which prospective bidders may understand the requirements of the Collier County Board of County Commissioners relative to furnishing Ford and Motor craft Original Equipment Manufacturer (OEM) Parts, Fluids and Supplies. 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. These OEM parts, fluids and supplies will be purchased and used for the maintenance and repair of all models and types of Ford Motor Company vehicles; owned and operated by Collier County and the Board of County Commissioners. The County & Board of County Commissioners operate a large amount of essential and first responder type vehicles. All service and repairs are considered urgent for public service. Historically the Collier County Board of County Commissioners Fleet Management department spends approximately $632,000.00 annually on Ford and Motor craft OEM parts fluids and supplies. TERM OF CONTRACT The contract term, if an award(s) is/are made is intended to be for three (3) years with the option to renew for up to two (2) additional one (1) year periods upon mutual agreement of both parties. Discounts shall remain firm for the initial term of this contract. A Purchase Order shall survive the contract expiration to allow completion of an order placed prior to the contract expiration date. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. The County Manager, or the County Manager’s designee, may extend the contract under all of the terms and conditions contained in the awarded contract for up to one hundred and eighty (180) days. The County Manager or designee, shall give the Contractor written notice of the County's intention to extend the contract term prior to the end of the contract term then in effect. 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; provided that risk of loss prior to actual receipt of the goods by the COUNTY nonetheless remain with VENDOR. Page 2397 of 3203 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: • Lowest Total Bid  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) Purchases from Secondary may be made when the Primary Vendor does not have the desired part in stock, when the Primary Vendor cannot meet the required delivery time or if quality and warranty exceed the need for lowest cost. Product quality, warranty, or service level from a secondary vendor is deemed superior and, in the County’s, best interest. The County reserves the right to seek services outside of the contract if the Primary, or Secondary Vendors are unable to perform. Incomplete or improperly labeled bid schedules may be deemed non-responsive and disqualified from award consideration. DETAILED SCOPE OF WORK The Vendors will provide Original Equipment Manufacturer (OEM) and Aftermarket parts for Collier County Fleet Management and the solicitation is divided into three (3) Categories: Category 1: Ford and Motorcraft OEM Parts, Fluids, and Supplies - Includes any genuine Ford and Motorcraft parts, fluids, and supplies offered by authorized Ford/Motorcraft dealers or distributors. Vendors are expected to provide access to OEM parts catalogs, diagrams, online platforms, or manufacturer price lists. Category 2: Ford and Rotunda OEM Service and Diagnostic Tools - This includes Ford and Rotunda diagnostic, and specialty tools required for maintenance and repairs in accordance with manufacturer guidelines. Vendors must provide a detailed list of tool part numbers, prices, and discounts associated. Category 3: Ford and Motorcraft Accessories - Includes all available Ford and Motorcraft accessories. Section 1. Bid Schedule Requirements: • Vendors must complete all line items within Section 1 Category Percentage Discount and Section 2, Sample Items Pricing Listing, including the list price source or website to be considered responsive. If no percentage discount is offered, indicate with “0%” in Section 1, Category. • The bid cost shall reflect the net delivered prices based on the current published price lists, less a firm fixed discount percentage. The resulting cost per item must include shipping and handling charges except for special order or next- day air purchases. Trade-in discounts will be determined at the time of sale. • The bid schedule line items are representative, not exhaustive. Actual purchases will include OEM parts, fluids, tools, accessories, software, and diagnostic items as needed. • The vendor is required to furnish descriptive literature, technical data and service information for the items offered at the request of the County. The online catalog access must be provided if applicable. • Vendor shall maintain, and keep current, price lists used for this solicitation. All price lists shall be provided at no cost to the County. Online catalog access must be provided if applicable. • Percentage discounts shall remain firm for the term of the awarded contract. • Revised Price Lists will be accepted at least seven (7) days prior to the effective date of the changes. The revised prices will not become effective until revised list(s) are submitted to the Fleet Management Division under the vendor cover letter identifying the applicable contract agreement number and approved by both the Fleet Management Division and Procurement Services Division. Page 2398 of 3203 • The County shall be charged according to the bid schedule. Section 2. General Requirements: • All parts must meet or exceed all OEM specifications and requirements. • All parts should have a minimum warranty period of twelve (12) months or 12,000 miles, that covers both the failed part(s) and labor to replace the failed part(s). If the Original Equipment Manufacturer’s warranty is greater than twelve (12) months or 12,00 miles than those greater warranty terms will be honored in place. • All non-power hand tools provided under the awarded contract shall carry a lifetime 100% replacement warranty for breakage. • All other power and non-power tools shall have a minimum ninety (90) day full warranty. Section 3. Business Hours: The Fleet Management Division’s normal hours of operation are 6:30 AM to 5:00 PM, Monday – Friday excluding County Holidays. Section 4. Delivery: • County stock orders shall be delivered by the vendor within forty-eight hours (48) hours after being ordered by the County. • Non-stock orders shall be delivered within forty-eight (48) hours of order. • Emergency parts orders shall be delivered within twenty-four (24) hours of order. The County shall determine when an emergency condition exists and shall notify the vendor or such. • Special order parts shall be delivered within forty-eight (48) hours of order time. Vendor may charge the County additional freight charges for overnight delivery requirements. No freight charges shall be more than that billed to the vendor. Vendor shall not establish minimum order criteria as a delivery condition. When stated delivery times cannot be met, the vendor shall notify the Fleet Management Division immediately Section 5. Delivery Location: Delivery locations will be: Shop 1: 2901 County Barn Rd, Naples, FL 34112 Shop 2: 425 Sgt Joe Jones Rd, Immokalee FL 34142 Shop #3: 4800 Davis Blvd Naples, FL 34104 Shop #4: 8300 Radio Rd, Naples FL 34104 Additional delivery times and locations will be identified by other governmental entities if purchased from the awarded contract. Section 6. Packing Slip and/or Delivery Ticket: The vendor shall enclose a complete packing slip or delivery ticket with any items to be delivered. The packing slip shall be attached to the shipping carton(s) that contain the items and shall be made available to the County’s authorized representative during delivery. 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. Page 2399 of 3203 Section 7. Back Orders: All back orders must be filled within five (5) business days. If a vendor experiences a back order of items from its manufacturer or distributor, the vendor shall ensure that such back orders are filled within five (5) business days after the required delivery date. In these cases, the vendor must notify the County of these back orders in advance of the delivery date so appropriate steps can be taken by the County to prevent inadequate stock levels or stock-outs. It is understood and agreed, the vendor shall not invoice the County for back ordered items until such back orders are delivered and accepted by the County’s authorized representative. It is understood and agreed that the County may, at its discretion, verbally cancel back orders after the grace period identified in this paragraph has lapsed and seek the items from another vendor. Section 8. Product Recall: Vendor(s) awarded contract(s) under this solicitation shall be required to notify the Collier County Fleet Management Division of any manufacturer’s recalls regarding items ordered under said contracts. The vendor shall contact the Fleet Management Division by phone within two (2) hours of notification by the manufacturer and shall follow up in writing within twenty-four (24) hours. Section 9. Returns: Parts, tools, supplies, or accessories found to be of inferior quality, defective or damaged in transit, shall be replaced at the expense of the vendor. Parts, tools, supplies or accessories ordered in error and unused by the County shall be returned to the vendor and the vendor shall refund/credit the original price to the County. No restocking fees or surcharges shall be charged to the County, including obsolete and overstock parts. Section 10. Invoicing: Vendor invoices and credit vouchers must reference • Purchase Order Number • Part number • Quantity • List Price from price list referenced in this bid • Discounted price for each part and supply item Each invoice and credit voucher must bear a unique invoice number. Section 11. Core Charges: When applicable, separate core charges are permissible and there shall be separate line items on the invoice. When a core is provided to the vendor by the County, a separate credit voucher will be issued by the vendor. The bid percentage discounts do not apply to core charges. VENDOR CHECKLIST ***Vendor should check off each of the following items as the necessary action is completed (please see, Vendor Check List) *** Page 2400 of 3203 Procurement Services Division *Revised Notice of Recommended Award Solicitation: 25-8399 Title: OEM Ford & Motorcraft Parts, Fluids and Supplies – Grant Funded Due Date and Time: October 15, 2025, 3:00pm Respondents: Company Name City County State Bid Amount Responsive/Responsible Tamiami Ford Inc Naples Collier FL $14,431.81 Y/Y TPH Holdings, LLC d.b.a. The Parts House Largo Pinellas FL $2,538.14 N/N Sam Galloway Ford Fort Myers Lee FL *Withdrew Y/Y Utilized Local Vendor Preference: Yes No Recommended Vendor For Award: On September 15, 2025, the Procurement Services Division released notices for Invitation to Bid (ITB) No. 25- 8399, “OEM Ford & Motorcraft Parts, Fluids and Supplies - Grant Funded” to three thousand five hundred and five (3,505) vendors. Four hundred and fourteen (414) vendors viewed the bid information, and three (3) bids were submitted by October 15, 2025, 3:00pm, the submission deadline. Staff reviewed the three (3) bids received and determined two (2) bidders to be responsive and responsible, with minor irregularities. TPH Holdings, LLC d.b.a. The Parts House was deemed non-responsive due to providing an incomplete and improperly filled out bid schedule. *Sam Galloway Ford elected to withdraw their bid submission during the contract development process. Award have been established based on the lowest total bid. Staff recommend contracts to be awarded to Tamiami Ford Inc. Contract Driven Purchase Order Driven Required Signatures Project Manager: James Fasulo Procurement Strategist: Emily Jackson Procurement Services Director: __________________________________ _________________ Sandra Srnka Date Docusign Envelope ID: 570C45A5-C449-46CF-9D70-31591AF6F473 Page 2401 of 3203 Page 2402 of 3203 Page 2403 of 3203 Page 2404 of 3203 Page 2405 of 3203 Page 2406 of 3203 Page 2407 of 3203 Page 2408 of 3203 Page 2409 of 3203 Page 2410 of 3203 Page 2411 of 3203 Page 2412 of 3203 Page 2413 of 3203 Page 2414 of 3203 Page 2415 of 3203 Page 2416 of 3203 Page 2417 of 3203 Page 2418 of 3203 Page 2419 of 3203 Page 2420 of 3203 Page 2421 of 3203 Page 2422 of 3203 Page 2423 of 3203 Page 2424 of 3203 Page 2425 of 3203 Page 2426 of 3203 Page 2427 of 3203 Page 2428 of 3203 Page 2429 of 3203 Page 2430 of 3203 Page 2431 of 3203 Page 2432 of 3203 Page 2433 of 3203 Page 2434 of 3203 County of Collier, FL Procurement Sandra Srnka, Procurement Director 3299 Tamiami Trail, East Naples, FL 34112 [TAMIAMI FORD INC] RESPONSE DOCUMENT REPORT GEN No. 25-8399 OEM Ford & Motorcraft Parts, Fluids and Supplies - Grant Funded RESPONSE DEADLINE: October 15, 2025 at 3:00 pm Report Generated: Tuesday, October 28, 2025 Tamiami Ford Inc Response CONTACT INFORMATION Company: Tamiami Ford Inc Email: smarvelle@gotamiami.com Contact: Sean Marvelle Address: 1471 Airport rd North Naples, FL 34104 Phone: (239) 643-3673 Website: www.tamiamiford.com Submission Date: Oct 15, 2025 8:59 AM (Eastern Time) Page 2435 of 3203 [TAMIAMI FORD INC] RESPONSE DOCUMENT REPORT GEN No. 25-8399 OEM Ford & Motorcraft Parts, Fluids and Supplies - Grant Funded [TAMIAMI FORD INC] RESPONSE DOCUMENT REPORT undefined - OEM Ford & Motorcraft Parts, Fluids and Supplies - Grant Funded Page 2 ADDENDA CONFIRMATION No addenda issued QUESTIONNAIRE 1. I certify that I have read, understood and agree to the terms in this solicitation, and that I am authorized to submit this r esponse on behalf of my company.* Confirmed 2. ALL DOCUMENTS REQUIRING EXECUTION SHOULD BE EITHER BY WET SIGNATURES OR VERIFIABLE ELEC TRONIC SIGNATURES. FAILURE TO PROVIDE THE APPLICABLE DOCUMENTS MAY DEEM YOU NON-RESPONSIVE/NON-RESPONSIBLE. Confirmed 3. Invitation to Bid (ITB) Instructions Form* Invitation to Bid (ITB) Instructions have been acknowledged and accepted. Confirmed 4. Collier County Purchase Order Terms and Conditions.* Collier County Purchase Order Terms and Conditions have been acknowledged and accepted. Confirmed 5. Insurance Requirements* Vendor Acknowledges Insurance Requirement and is prepared to produce the required insurance certificate(s) within five (5) days of the County's issuance of a Notice of Recommended Award. Confirmed Page 2436 of 3203 [TAMIAMI FORD INC] RESPONSE DOCUMENT REPORT GEN No. 25-8399 OEM Ford & Motorcraft Parts, Fluids and Supplies - Grant Funded [TAMIAMI FORD INC] RESPONSE DOCUMENT REPORT undefined - OEM Ford & Motorcraft Parts, Fluids and Supplies - Grant Funded Page 3 6. Bid Schedule * Please upload the completed bid schedule in Microsoft Excel format. COUNTY_FLEET_BID3.xlsx 7. County Required Forms VENDOR DECLARATION STATEMENT (FORM 1)* doc00444220251014162419.pdf CONFLICT OF INTEREST CERTIFICATE (FORM 2)* doc00444320251014163026.pdf IMMIGRATION CERTIFICATION (FORM 3)* doc00444420251014163156.pdf E-VERIFY - MEMORANDUM OF UNDERSTANDING* Vendor MUST be enrolled in the E-Verify - https://www.e-verify.gov/ at the time of submission of the proposal/bid. E-Verify Memorandum of Understanding or Company Profile page should be attached with your submittal. everify_memo.pdf LOCAL VENDOR PREFERENCE (IF APPLICABLE FORM 4)-NOT APPLICABLE TO GRANT-FUNDED PROJECTS Include a copy of the business tax receipt. 2025_RESALE_CERTIFICATE.pdf REFERENCE QUESTIONNAIRE (IF APPLICABLE FORM 5) All forms must be completed. doc00444520251015085414.pdf GRANT PROVISIONS (IF APPLICABLE FORM 6) Page 2437 of 3203 [TAMIAMI FORD INC] RESPONSE DOCUMENT REPORT GEN No. 25-8399 OEM Ford & Motorcraft Parts, Fluids and Supplies - Grant Funded [TAMIAMI FORD INC] RESPONSE DOCUMENT REPORT undefined - OEM Ford & Motorcraft Parts, Fluids and Supplies - Grant Funded Page 4 All forms must be completed No response submitted PROOF OF STATUS FROM DIVISION OF CORPORATIONS - FLORIDA DEPARTMENT OF STATE (SUNBIZ)** http://dos.myflorida.com/sunbiz/ should be attached with your submittal. doc00804220251015075159_(1).pdf W-9 FORM* Tamiami_Ford_Inc_2025_W9.pdf SIGNED ADDENDUMS (IF APPLICABLE) No response submitted ANY REQUIRED LICENSES. No response submitted MISCELLANEOUS DOCUMENTS No response submitted PRICE TABLES Line Item Description Quantity Unit of Measure Unit Cost Total 1 Total Bid 1 Total $14,431.80 $14,431.80 TOTAL $14,431.80 Page 2438 of 3203 Page 2439 of 3203 Page 2440 of 3203 Page 2441 of 3203 Company ID Number: THE E-VERIFY MEMORANDUM OF UNDERSTANDING FOR EMPLOYERS ARTICLE I PURPOSE AND AUTHORITY The parties to this agreement are the Department of Homeland Security (DHS) and (Employer). The purpose of this agreement is to set forth terms and conditions which the Employer will follow while participating in E-Verify. 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. Page 1 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 821047 Tamiami Ford Inc. Page 2442 of 3203 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 anti- discrimination 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 Page 2 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 821047 Page 2443 of 3203 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 Page 3 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 821047 Page 2444 of 3203 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@uscis.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 Page 4 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 821047 Page 2445 of 3203 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. Page 5 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 821047 Page 2446 of 3203 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 Page 6 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 821047 Page 2447 of 3203 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 Page 7 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 821047 Page 2448 of 3203 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 case. Page 8 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 821047 Page 2449 of 3203 Company ID Number: 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 Page 9 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 821047 Page 2450 of 3203 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. Page 10 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 821047 Page 2451 of 3203 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 p rocedures 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. Page 11 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 821047 Page 2452 of 3203 Company ID Number: 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 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. Page 12 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 821047 Page 2453 of 3203 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 Page 13 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 821047 Electronically Signed 10/10/2014 USCIS Verification Division Electronically Signed 10/10/2014 Belinda Mitchell Tamiami Ford Inc. Page 2454 of 3203 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 Page 14 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 821047 Tamiami Ford Inc. 100 to 499 1471 Airport Pulling Road North Naples, FL 34104 COLLIER 591480120 441 1 site(s) Page 2455 of 3203 Company ID Number: Are you verifying for more than 1 site? If yes, please provide the number of sites verified for in each State: Page 15 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 821047 1FL Page 2456 of 3203 Company ID Number: Information relating to the Program Administrator(s) for your Company on policy questions or operational problems: Page 16 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 821047 bmitchell@gotamiami.com swise@gotamiami.com AARIAS@GOTAMIAMI.COM bmitchell@gotamiami.com Email Email Email Email 2396433799 2394350115 2396433799 2396433799 Fax Fax Fax Fax Belinda Mitchell Sheldon A Wise ANGELICA ARIAS Belinda Mitchell Name Name Name Name 2396433673222 2396433673261 2396433673231 2396433673222 Phone Number Phone Number Phone Number Phone Number Page 2457 of 3203 Company ID Number: This list represents the first 20 Program Administrators listed for this company. Page 17 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 821047 Page 2458 of 3203 2025 Florida Annual Resale Certificate for Sales Tax This Certificate Expires on December 31, 2025 DR-13 R. 10/24 Business Name and Location Address Certificate Number By extending this certificate or the certificate number to a selling dealer to make eligible purchases of taxable property or services exempt from sales tax and discretionary sales surtax, the person or business named above certifies that the taxable property or services purchased or rented will be resold or re-rented for one or more of the following purposes: • Resale as tangible personal property • Re-rental as tangible personal property • Resale of services • Re-rental as commercial real property • Incorporation into tangible personal property being repaired • Re-rental as transient rental property • Incorporation as a material, ingredient, or component part of tangible personal property that is being produced for sale by manufacturing, compounding, or processing Your Florida Annual Resale Certificate for Sales Tax (Annual Resale Certificate) allows you or your representatives to buy or rent property or services tax exempt when the property or service is resold or re-rented. You may not use your Annual Resale Certificate to make tax-exempt purchases or rentals of property or services that will be used by your business or for personal purposes. Florida law provides for criminal and civil penalties for fraudulent use of an Annual Resale Certificate. As a seller, you must document each tax-exempt sale for resale using one of three methods. You can use a different method each time you make a tax-exempt sale for resale. 1. Obtain a copy (paper or electronic) of your customer’s current Annual Resale Certificate. 2. For each sale, obtain a transaction authorization number using your customer ’s Annual Resale Certificate number. 3. Each calendar year, obtain annual vendor authorization numbers for your regular customers using their Annual Resale Certificate numbers. Online: Visit floridarevenue.com/taxes/certificates Phone: 877-357-3725 and enter your customer’s Annual Resale Certificate number Mobile App: Available for iPhone, iPad, and Android devices TAMIAMI FORD INC 1471 AIRPORT RD N NAPLES, FL 34104-3317 21-8011968090-5 Page 2459 of 3203 Page 2460 of 3203 Page 2461 of 3203 Page 2462 of 3203 Page 2463 of 3203 Page 2464 of 3203 COLLIER COUNTY BUSINESS TAXCOLLIER COUNTY TAX COLLECTOR - 2800 N. HORSESHOE DRIVE - NAPLES FLORIDA 34104 - (239) 252-2477 BUSINESS TAX NUMBER: LOCATION: LEGAL FORM DISPLAY AT PLACE OF BUSINESS FOR PUBLIC INSPECTION. FAILURE TO DO SO IS CONTRARY TO LOCAL LAWS. CLASSIFICATION: CLASSIFICATION CODE:DATE AMOUNTRECEIPTThis document is a business tax only. This is not certification that licensee is qualified. It does not permit the licensee to violate any existing regulatory zoning laws of the state, county, or cities nor does it exempt the licensee from any other taxes or permits that may be required by law. VISIT OUR WEBSITE AT: www.colliertaxcollector.com THIS RECEIPT EXPIRES ZONED:BUSINESS PHONE: -THIS TAX IS NON-REFUNDABLE- STATE OR COUNTY LIC #:TAMIAMI FORD,INC AUTO REPAIR OR MAINTENANCE SERVICE 80.00 11-15 EMPLOYEES SEPTEMBER 30, 2026 ZELLERS, R TIM 1471 AIRPORT RD N NAPLES, FL 34104-3317 744748 643-3673 NEW Corporation 503-26-00133669 MV 02749 03700201 09/11/2025 1471 AIRPORT RD N Page 2465 of 3203 Page 2466 of 3203 Page 2467 of 3203 Page 2468 of 3203 Page 2469 of 3203 Page 2470 of 3203 Page 2471 of 3203 Page 2472 of 3203 Page 2473 of 3203 Page 2474 of 3203 Page 2475 of 3203 Page 2476 of 3203 Page 2477 of 3203 Line # CategoryPercentage discount Line #1 OEM Ford and Motorcraft Parts, Fluids, & Supplies40%12 Ford and Rotunda OEM Service & Diagnostic Tools0%23 Ford and Motorcraft Accessories0%3Line # CategoryPart Description List PricePercentageDiscountBID COST Line # Category4OEM Ford and Motorcraft Parts, Fluids, & SuppliesFILTER CABIN 230266$33.95 40% $20.374OEM Ford and Motorcraft Parts, Fluids, & Supplies5OEM Ford and Motorcraft Parts, Fluids, & SuppliesCUSHION SEAT DRIVER$0.005OEM Ford and Motorcraft Parts, Fluids, & Supplies6OEM Ford and Motorcraft Parts, Fluids, & SuppliesFILTER AIR FA1950 200906$58.36 40% $35.026OEM Ford and Motorcraft Parts, Fluids, & Supplies7OEM Ford and Motorcraft Parts, Fluids, & SuppliesSEPARATOR ASSY OIL 6.7L(2017)$0.007OEM Ford and Motorcraft Parts, Fluids, & Supplies8OEM Ford and Motorcraft Parts, Fluids, & SuppliesROD DRAG LINK MDF30$347.27 40% $208.368OEM Ford and Motorcraft Parts, Fluids, & Supplies9OEM Ford and Motorcraft Parts, Fluids, & SuppliesBRAKE PADS FT AU2Z2V001F$66.65 40% $39.999OEM Ford and Motorcraft Parts, Fluids, & Supplies10Ford and Rotunda OEM Service & Diagnostic ToolsREMOVER, FUEL INJECTOR$0.0010Ford and Rotunda OEM Service & Diagnostic Tools11Ford and Motorcraft AccessoriesF-150 SuperCrew® 2015-2025 Black Aluminum 5" Step Bars$0.0011Ford and Motorcraft Accessories12OEM Ford and Motorcraft Parts, Fluids, & SuppliesR/TIE ROD OUTER MEF625/MEF355$102.00 40% $61.2012OEM Ford and Motorcraft Parts, Fluids, & Supplies13OEM Ford and Motorcraft Parts, Fluids, & SuppliesBRAKE PADS REAR BRF1976 HC3Z2200D$162.00 40% $97.2013OEM Ford and Motorcraft Parts, Fluids, & Supplies14OEM Ford and Motorcraft Parts, Fluids, & SuppliesHEATER HOSE WATER FL3Z18472C$180.00 40% $108.0014OEM Ford and Motorcraft Parts, Fluids, & Supplies15OEM Ford and Motorcraft Parts, Fluids, & SuppliesSWITCH OIL PRESSURE SW8368$31.53 40% $18.9215OEM Ford and Motorcraft Parts, Fluids, & Supplies16OEM Ford and Motorcraft Parts, Fluids, & SuppliesINJECTOR SEAL/VALVE COVER$0.0016OEM Ford and Motorcraft Parts, Fluids, & Supplies17OEM Ford and Motorcraft Parts, Fluids, & SuppliesSENSOR TIRE PRESSURE FOR STEEL WHEEL$83.62 40% $50.1717OEM Ford and Motorcraft Parts, Fluids, & Supplies18OEM Ford and Motorcraft Parts, Fluids, & SuppliesBRAKE PADS FRONT HC3Z2001B BRF1534$152.17 40% $91.3018OEM Ford and Motorcraft Parts, Fluids, & Supplies19Ford and Rotunda OEM Service & Diagnostic ToolsVCM3 WITH P2P WIFI $0.0019Ford and Rotunda OEM Service & Diagnostic Tools20OEM Ford and Motorcraft Parts, Fluids, & SuppliesCAP HUB FRONT METAL$0.0020OEM Ford and Motorcraft Parts, Fluids, & Supplies21OEM Ford and Motorcraft Parts, Fluids, & SuppliesGEAR BOX HC3Z3504E F550 12-17$1,387.27 40% $832.3621OEM Ford and Motorcraft Parts, Fluids, & Supplies22OEM Ford and Motorcraft Parts, Fluids, & SuppliesPADS/FRONT/REAR 05-13 EMS F450/550$99.98 40% $59.9922OEM Ford and Motorcraft Parts, Fluids, & Supplies23OEM Ford and Motorcraft Parts, Fluids, & SuppliesSEAL, REAR AXLE$76.80 40% $46.0823OEM Ford and Motorcraft Parts, Fluids, & Supplies24OEM Ford and Motorcraft Parts, Fluids, & SuppliesSENDER TEMPERATURE ASSY$250.00 40% $150.0024OEM Ford and Motorcraft Parts, Fluids, & Supplies25Ford and Motorcraft AccessoriesF-150 2021-2025 Decked Drawer System for 5.5 ft Bed$0.0025Ford and Motorcraft Accessories26OEM Ford and Motorcraft Parts, Fluids, & SuppliesFILTER TRANSMISSION$81.45 40% $48.8726OEM Ford and Motorcraft Parts, Fluids, & Supplies27Ford and Rotunda OEM Service & Diagnostic ToolsINSTALLER, REAR CRANK SEAL$0.0027Ford and Rotunda OEM Service & Diagnostic Tools28OEM Ford and Motorcraft Parts, Fluids, & SuppliesCHARGE AIR PIPE (2017-2019)$0.0028OEM Ford and Motorcraft Parts, Fluids, & Supplies29OEM Ford and Motorcraft Parts, Fluids, & SuppliesPUMP WASHER JL3Z17664A$64.55 40% $38.7329OEM Ford and Motorcraft Parts, Fluids, & Supplies30OEM Ford and Motorcraft Parts, Fluids, & SuppliesBRAKE PADS REAR FL3Z2200E$99.98 40% $59.9930OEM Ford and Motorcraft Parts, Fluids, & Supplies31Ford and Rotunda OEM Service & Diagnostic ToolsINSTALLER, FRONT CRANK SEAL$0.0031Ford and Rotunda OEM Service & Diagnostic Tools32OEM Ford and Motorcraft Parts, Fluids, & SuppliesFILTER CABIN AIR 45AP28$33.95 40% $20.3732OEM Ford and Motorcraft Parts, Fluids, & Supplies33OEM Ford and Motorcraft Parts, Fluids, & SuppliesDRAINPLUG, FORD 5.0 F150 EJ7Z6730B$0.0033OEM Ford and Motorcraft Parts, Fluids, & Supplies34OEM Ford and Motorcraft Parts, Fluids, & SuppliesMERCON ULV TRANS FLUID$9.05 40% $5.4334OEM Ford and Motorcraft Parts, Fluids, & Supplies35OEM Ford and Motorcraft Parts, Fluids, & SuppliesNUT AXLE LOCK$0.0035OEM Ford and Motorcraft Parts, Fluids, & Supplies36Ford and Motorcraft AccessoriesMaverick 2022-2025 Tailgate Assist$0.0036Ford and Motorcraft Accessories37OEM Ford and Motorcraft Parts, Fluids, & SuppliesIGNITION COIL$98.37 40% $59.0237OEM Ford and Motorcraft Parts, Fluids, & Supplies38Ford and Motorcraft AccessoriesF-150 2015-2025 Hard Rolling Truck Bed Cover$0.0038Ford and Motorcraft Accessories39OEM Ford and Motorcraft Parts, Fluids, & SuppliesKNOB SHIFTER TRANSIT$0.0039OEM Ford and Motorcraft Parts, Fluids, & Supplies40OEM Ford and Motorcraft Parts, Fluids, & SuppliesBRAKE PADS FRONT TRANSIT 250$66.65 40% $39.9940OEM Ford and Motorcraft Parts, Fluids, & Supplies41Ford and Rotunda OEM Service & Diagnostic ToolsIDS Package Includes VCM3 Kit with Getac A140 Tablet$0.0041Ford and Rotunda OEM Service & Diagnostic Tools42OEM Ford and Motorcraft Parts, Fluids, & SuppliesSENSOR TIRE PRESSURE $83.62 40% $50.1742OEM Ford and Motorcraft Parts, Fluids, & Supplies43OEM Ford and Motorcraft Parts, Fluids, & SuppliesBRAKE PADS REAR KL3Z2200C$99.98 40% $59.9943OEM Ford and Motorcraft Parts, Fluids, & Supplies44OEM Ford and Motorcraft Parts, Fluids, & SuppliesREAR BRAKE DISC FL3Z2C026D$141.65 40% $84.9944OEM Ford and Motorcraft Parts, Fluids, & Supplies45Ford and Motorcraft AccessoriesF-150 SuperCrew 2021-2025 3pc All-Weather Floor Liner$0.0045Ford and Motorcraft Accessories46OEM Ford and Motorcraft Parts, Fluids, & SuppliesBRAKE PADS REAR TRANSIT 250$66.65 40% $39.9946OEM Ford and Motorcraft Parts, Fluids, & Supplies47OEM Ford and Motorcraft Parts, Fluids, & SuppliesBLOWER MOTOR ASSY FL3Z19805F$352.73 40% $211.6447OEM Ford and Motorcraft Parts, Fluids, & SuppliesBID TOTAL$2,538.14Project Manager: James FasuloProcurement Strategist: Emily JacksonNotifications Sent: 3505Viewed: 414Bids Received: 3Opened By: Emily JacksonWitnessed By: Rita IglesiasDate: October 15, 2025, 3:00pmMM1378Vendor 2: Tamiami Ford IncREYNOLDS & REYNOLDS FORD PRICINGSection 2: Sample Items Price Listing. This list is not all-inclusive, and is provided strictly for bid evaluation purposes only. Provide the list price for the itpopulate with the discounts entered in Section 1 above. The total bid amount will be the basis for determining awBRRF483ML3Z1613300BABR1775VGL3Z99501A42CBDG9Z7213EABR1774164-R9872TPMS35BRF1959FP749L8Z6730AXT12QULVF81Z1A124AAVNZ6Z99406A10ADG564FT187303-1514HC3Z6F073BWG335BRF1966303-1508hc3z1130vSTG478BRSD1066AHC3Z1S175CAC3Z12B591CVPL3Z15600A04AKH810GC3Z9278BBC3Z6C535ATPMS62BRF2011164-R9865PC3Z3304CBR2087A310--230FL3Z16450FBPC3Z3A131GBRF1547ROTUNDA WEBSITEPart NumberFP92FL3Z15632A23ALC3Z9601AGC4Z6A785DE-VerifyYesBid ScheduleYes*Please Name List Price Source or Website:REYNOLDS &REYNOLDS FORD PRICINGInsurance RequirementsYesW-9YesSun BizNoBusiness Tax ReceiptYesForm 5: ReferencesN/AForm 6: Grant FormsNoForm 2: Conflict of Interest Certification AffidavitYes*Form 3: Immigration Affidavit CertificationYes*Form 4: Local Vendor PreferenceYes*MM1378VENDOR 1 : TPH Holdings, LLC d.b.a. The Parts House CHECKLISTRequired Documents YES/NOForm 1: Vendor Declaration StatementYes*164-R9872TPMS35BRF1959BRRF483ML3Z1613300BABR1775F81Z1A124AAVNZ6Z99406A10ADG564VGL3Z99501A42CBDG9Z7213EABR1774WG335BRF1966303-1508FP749L8Z6730AXT12QULVHC3Z1S175CAC3Z12B591CVPL3Z15600A04AFT187303-1514HC3Z6F073BTPMS62BRF2011164-R9865hc3z1130vSTG478BRSD1066AFL3Z16450FBPC3Z3A131GBRF1547KH810GC3Z9278BBC3Z6C535AFL3Z15632A23ALC3Z9601AGC4Z6A785DPC3Z3304CBR2087A310--230Line#2 Source: N/A not biddingLine#3 Source: N/A not biddingSection 2: Sample Items Price Listing. This list is not all-inclusive, and is provided strictly for bid evaluation purposes only. Provide the list price for the items listed below (Lines 4-20). Percentage Discount field will auto populate with the discounts entered in Section 1 above. The total bid amount will be the basis for determining award.Vendor 1: TPH Holdings, LLC d.b.a. The Parts HousePart NumberFP92Vendor 1: TPH Holdings, LLC d.b.a. The Parts House Vendor 1: TPH Holdings, LLC d.b.a. The Parts HousePlease Name List Price Source or Website:Section 1: CategoryLine#1 Source: Motorcraft Price File FAD/WD Published 09/24/2025 25-8399 OEM Ford & Motorcraft Parts, Fluids and Supplies - Grant FundedPage 2478 of 3203 CategoryPercentage discount Line # CategoryPercentage discount OEM Ford and Motorcraft Parts, Fluids, & SuppliesLIST-31%1 OEM Ford and Motorcraft Parts, Fluids, & Supplies21%Ford and Rotunda OEM Service & Diagnostic ToolsCOST + 15%2 Ford and Rotunda OEM Service & Diagnostic Tools10%Ford and Motorcraft AccessoriesLIST -14%3 Ford and Motorcraft Accessories10%Part Description List PricePercentageDiscountBID COST Line # CategoryPart Description List PricePercentageDiscountBID COSTFILTER CABIN 230266$33.95 -31% $23.434OEM Ford and Motorcraft Parts, Fluids, & SuppliesFILTER CABIN 230266$33.95 21% $26.82CUSHION SEAT DRIVER$126.58 -31% $87.345OEM Ford and Motorcraft Parts, Fluids, & SuppliesCUSHION SEAT DRIVER$126.58 21% $100.00FILTER AIR FA1950 200906$58.36 -31% $40.276OEM Ford and Motorcraft Parts, Fluids, & SuppliesFILTER AIR FA1950 200906$58.36 21% $46.10SEPARATOR ASSY OIL 6.7L(2017)$324.50 -31% $223.917OEM Ford and Motorcraft Parts, Fluids, & SuppliesSEPARATOR ASSY OIL 6.7L(2017)$324.50 21% $256.36ROD DRAG LINK MDF30$347.27 -31% $236.628OEM Ford and Motorcraft Parts, Fluids, & SuppliesROD DRAG LINK MDF30$347.27 21% $274.34BRAKE PADS FT AU2Z2V001F$66.65 -31% $45.999OEM Ford and Motorcraft Parts, Fluids, & SuppliesBRAKE PADS FT AU2Z2V001F$66.65 21% $52.65REMOVER, FUEL INJECTORCOST + 15% $279.8410Ford and Rotunda OEM Service & Diagnostic ToolsREMOVER, FUEL INJECTOR$324.45 10% $292.01F-150 SuperCrew® 2015-2025 Black Aluminum 5" Step Bars$650.00 -14% $559.0011Ford and Motorcraft AccessoriesF-150 SuperCrew® 2015-2025 Black Aluminum 5" Step Bars$650.00 21% $513.50R/TIE ROD OUTER MEF625/MEF355$102.00 -31% $70.3812OEM Ford and Motorcraft Parts, Fluids, & SuppliesR/TIE ROD OUTER MEF625/MEF355$102.00 21% $80.58BRAKE PADS REAR BRF1976 HC3Z2200D$152.33 -31% $105.1113OEM Ford and Motorcraft Parts, Fluids, & SuppliesBRAKE PADS REAR BRF1976 HC3Z2200D$162.00 21% $127.98HEATER HOSE WATER FL3Z18472C$180.00 -31% $124.2014OEM Ford and Motorcraft Parts, Fluids, & SuppliesHEATER HOSE WATER FL3Z18472C$180.00 21% $142.20SWITCH OIL PRESSURE SW8368$31.53 -31% $21.7615OEM Ford and Motorcraft Parts, Fluids, & SuppliesSWITCH OIL PRESSURE SW8368$31.53 21% $24.91INJECTOR SEAL/VALVE COVER$20.17 -31% $13.9216OEM Ford and Motorcraft Parts, Fluids, & SuppliesINJECTOR SEAL/VALVE COVER$20.17 21% $15.93SENSOR TIRE PRESSURE FOR STEEL WHEEL$83.62 -31% $57.7017OEM Ford and Motorcraft Parts, Fluids, & SuppliesSENSOR TIRE PRESSURE FOR STEEL WHEEL$83.62 21% $66.06BRAKE PADS FRONT HC3Z2001B BRF1534$154.50 -31% $106.6118OEM Ford and Motorcraft Parts, Fluids, & SuppliesBRAKE PADS FRONT HC3Z2001B BRF1534$152.17 21% $120.21VCM3 WITH P2P WIFI COST + 15% $1,263.8519Ford and Rotunda OEM Service & Diagnostic ToolsVCM3 WITH P2P WIFI $1,799.00 10% $1,619.10CAP HUB FRONT METAL$138.40 -31% $95.5020OEM Ford and Motorcraft Parts, Fluids, & SuppliesCAP HUB FRONT METAL$138.40 21% $109.34GEAR BOX HC3Z3504E F550 12-17$1,162.27 -31% $801.9721OEM Ford and Motorcraft Parts, Fluids, & SuppliesGEAR BOX HC3Z3504E F550 12-17$1,387.27 21% $1,095.94PADS/FRONT/REAR 05-13 EMS F450/550$99.98 -31% $68.9922OEM Ford and Motorcraft Parts, Fluids, & SuppliesPADS/FRONT/REAR 05-13 EMS F450/550$99.98 21% $78.98SEAL, REAR AXLE$76.80 -31% $52.9923OEM Ford and Motorcraft Parts, Fluids, & SuppliesSEAL, REAR AXLE$76.80 21% $60.67SENDER TEMPERATURE ASSY$250.00 -31% $172.5024OEM Ford and Motorcraft Parts, Fluids, & SuppliesSENDER TEMPERATURE ASSY$250.00 21% $197.50F-150 2021-2025 Decked Drawer System for 5.5 ft Bed$2,209.00 -14% $1,899.7425Ford and Motorcraft AccessoriesF-150 2021-2025 Decked Drawer System for 5.5 ft Bed$2,209.00 10% $1,988.10FILTER TRANSMISSION$81.45 -31% $56.2026OEM Ford and Motorcraft Parts, Fluids, & SuppliesFILTER TRANSMISSION$81.45 21% $64.35INSTALLER, REAR CRANK SEALCOST + 15% $941.3327Ford and Rotunda OEM Service & Diagnostic ToolsINSTALLER, REAR CRANK SEAL$1,091.00 10% $981.90CHARGE AIR PIPE (2017-2019)$203.33 -31% $140.3028OEM Ford and Motorcraft Parts, Fluids, & SuppliesCHARGE AIR PIPE (2017-2019)$203.33 21% $160.63PUMP WASHER JL3Z17664A$64.55 -31% $44.5429OEM Ford and Motorcraft Parts, Fluids, & SuppliesPUMP WASHER JL3Z17664A$64.55 21% $50.99BRAKE PADS REAR FL3Z2200E$99.98 -31% $68.9930OEM Ford and Motorcraft Parts, Fluids, & SuppliesBRAKE PADS REAR FL3Z2200E$99.98 21% $78.98INSTALLER, FRONT CRANK SEALCOST + 15% $251.6531Ford and Rotunda OEM Service & Diagnostic ToolsINSTALLER, FRONT CRANK SEAL$291.75 10% $262.58FILTER CABIN AIR 45AP28$33.95 -31% $23.4332OEM Ford and Motorcraft Parts, Fluids, & SuppliesFILTER CABIN AIR 45AP28$33.95 21% $26.82DRAINPLUG, FORD 5.0 F150 EJ7Z6730B$5.92 -31% $4.0833OEM Ford and Motorcraft Parts, Fluids, & SuppliesDRAINPLUG, FORD 5.0 F150 EJ7Z6730B$7.02 21% $5.55MERCON ULV TRANS FLUID$9.05 -14% $7.7834OEM Ford and Motorcraft Parts, Fluids, & SuppliesMERCON ULV TRANS FLUID$9.05 21% $7.15NUT AXLE LOCK$80.75 -31% $55.7235OEM Ford and Motorcraft Parts, Fluids, & SuppliesNUT AXLE LOCK$80.75 21% $63.79Maverick 2022-2025 Tailgate Assist$50.00 -14% $43.0036Ford and Motorcraft AccessoriesMaverick 2022-2025 Tailgate Assist$50.00 10% $45.00IGNITION COIL$98.73 -31% $68.1237OEM Ford and Motorcraft Parts, Fluids, & SuppliesIGNITION COIL$98.73 21% $78.00F-150 2015-2025 Hard Rolling Truck Bed Cover$1,229.00 -14% $1,056.9438Ford and Motorcraft AccessoriesF-150 2015-2025 Hard Rolling Truck Bed Cover$1,229.00 10% $1,106.10KNOB SHIFTER TRANSIT$117.33 -31% $80.9639OEM Ford and Motorcraft Parts, Fluids, & SuppliesKNOB SHIFTER TRANSIT$117.33 21% $92.69BRAKE PADS FRONT TRANSIT 250$66.65 -31% $45.9940OEM Ford and Motorcraft Parts, Fluids, & SuppliesBRAKE PADS FRONT TRANSIT 250$66.65 21% $52.65IDS Package Includes VCM3 Kit with Getac A140 TabletCOST + 15% $4,483.8541Ford and Rotunda OEM Service & Diagnostic ToolsIDS Package Includes VCM3 Kit with Getac A140 Tablet$5,361.55 10% $4,825.40SENSOR TIRE PRESSURE $83.62 -31% $57.7042OEM Ford and Motorcraft Parts, Fluids, & SuppliesSENSOR TIRE PRESSURE $83.62 21% $66.06BRAKE PADS REAR KL3Z2200C$99.98 -31% $68.9943OEM Ford and Motorcraft Parts, Fluids, & SuppliesBRAKE PADS REAR KL3Z2200C$99.98 21% $78.98REAR BRAKE DISC FL3Z2C026D$141.65 -31% $97.7444OEM Ford and Motorcraft Parts, Fluids, & SuppliesREAR BRAKE DISC FL3Z2C026D$141.65 21% $111.90F-150 SuperCrew 2021-2025 3pc All-Weather Floor Liner$225.00 -14% $193.5045Ford and Motorcraft AccessoriesF-150 SuperCrew 2021-2025 3pc All-Weather Floor Liner$225.00 10% $202.50BRAKE PADS REAR TRANSIT 250$66.65 -31% $45.9946OEM Ford and Motorcraft Parts, Fluids, & SuppliesBRAKE PADS REAR TRANSIT 250$66.65 21% $52.65BLOWER MOTOR ASSY FL3Z19805F$352.73 -31% $243.3847OEM Ford and Motorcraft Parts, Fluids, & SuppliesBLOWER MOTOR ASSY FL3Z19805F$352.73 21% $278.66BID TOTAL$14,431.80BID TOTAL$15,982.62Bid ScheduleyesW-9yesSun BizyesE-VerifyyesForm 5: ReferencesN/AForm 6: Grant FormsYesInsurance RequirementsyesyesForm 3: Immigration Affidavit CertificationyesForm 4: Local Vendor PreferenceyesBusiness Tax ReceiptyesE-VerifyyesBid ScheduleyesVENDOR 3 : SAM GALLOWAY FORD CHECKLISTRequired Documents YES/NOForm 1: Vendor Declaration StatementyesForm 2: Conflict of Interest Certification AffidavitInsurance RequirementsyesW-9yesSun BizyesBusiness Tax ReceiptyesForm 5: ReferencesN/AForm 6: Grant Formsyes*Vendor 3: SAM GALLOWAY FORD Vendor 3: SAM GALLOWAY FORDSection 1: CategoryLine#3 Source: FORD OCTOBER 2025 PRICE TAPESection 2: Sample Items Price Listing. This list is not all-inclusive, and is provided strictly for bid evaluation purposes only. Provide the list price for the items listed below (Lines 4-20). Percentage Discount field will auto populate with the discounts entered in Section 1 above. The total bid amount will be the basis for determining award.Vendor 3: SAM GALLOWAY FORDMM1378Vendor 2: Tamiami Ford IncSection 1: Categorytems listed below (Lines 4-20). Percentage Discount field will autowardVendor 2: Tamiami Ford Inc164-R9872TPMS35WG335BRF1966303-1508FP74BRF1959BRRF483ML3Z1613300BABR1775F81Z1A124AAVNZ6Z99406A10ADG564VGL3Z99501A42CBDG9Z7213EABR1774BRSD1066A9L8Z6730AXT12QULVHC3Z1S175CAC3Z12B591CVPL3Z15600A04AFT187303-1514HC3Z6F073BBC3Z6C535ATPMS62BRF2011164-R9865hc3z1130vSTG478310--230FL3Z16450FBPC3Z3A131GBRF1547KH810GC3Z9278BForm 2: Conflict of Interest Certification Affidavityes*Line#2 Source: https://rotunda.service-solutions.com as a guest not dealerPart NumberFP92VENDOR 2 : Tamiami Ford Inc CHECKLISTRequired Documents YES/NOFL3Z15632A23ALC3Z9601APlease Name List Price Source or Website:Line#1 Source: FORD OCTOBER 2025 PRICE TAPEForm 1: Vendor Declaration Statementyes*GC4Z6A785DPC3Z3304CBR2087AForm 3: Immigration Affidavit Certificationyes*Form 4: Local Vendor PreferenceyesPage 2479 of 3203 INSURANCE REQUIREMENTS COVERSHEET Project Name Vendor Name Solicitation/Contract No. Attachments Risk Approved Insurance Requirements Risk Approved Insurance Certificate(s) Comments Attachments Approved by Risk Management Division Approval: OEM Ford & Motorcraft Parts, Fluids and Supplies Tamiami Ford, Inc. 25-8399 ✔ GonzalezGre ily Digitally signed by GonzalezGreily Date: 2026.01.26 09:40:35 -05'00' Page 2480 of 3203 Page 2481 of 3203 Page 2482 of 3203 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-MAILADDRESS: 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 EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR 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 Tamiami Ford Inc 1471 Airport-Pulling Rd N Naples Collier County Board of County Commissioners 3295 Tamiami Trail East Generated using Certificial's Smart COI Network™ – Track your Suppliers in real-time at certificial.com/coi COI ID: P7M3I 03/10/2026 Zurich – Account Service Center 7045 College Blvd Overland Park KS 66211 Andrew Shaw 877-225-5276 888-734-6776 service.center@zurichna.com FL 34104 Zurich American Insurance Company 16535 American Guarantee and Liability Ins. Co.26247 A Y ADM3066674-00 03/01/2026 03/01/2027 1,000,000 5,000 1,000,000 3,000,000 A Y ADM3066674-00 03/01/2026 03/01/2027 1,000,000 B Y AUC3066671-00 03/01/2026 03/01/2027 15,000,000 45,000,000 PRODUCTS - COMP/OP AGG 30,000,000 A Garagekeeper's Coverage ADM3066674-00 03/01/2026 03/01/2027 Limit $2,700,000 Customer ID: M021259017 Additional Insured: Primary and Non Contributory Conditions apply: U-CA-858-ACW The certificate holder is Additional Insured to the garage liability policy for this insured. A 30 day notice of cancellation applies except in the event of non-payment in which a 10 day notice applies. Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier County Government, OR Collier County included as an Additional Insured under the captioned Commercial General Liability and Automobile Liability Policies on Primary & Non-Contributory basis if and to the extent required by written contract. Naples FL 34112 COI ID: P7M3I Generated using Certificial's Smart COI Network™ – Track your Suppliers in real-time at certificial.com/coi Page 2483 of 3203 EFFECTIVE DATE: NAMED INSURED POLICY NUMBER NAIC CODECARRIER AGENCY LOC #: AGENCY CUSTOMER ID: ofPageADDITIONAL REMARKS SCHEDULE ADDITIONAL REMARKS FORM TITLE:FORM NUMBER: THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ACORD 101 (2008/01) 2 2 Zurich – Account Service Center FL 34104 25 CERTIFICATE OF LIABILITY INSURANCE URGENT-197584 "OEM and Aftermarket Parts for Collier County Fleet Management" (Tamiami Ford) Policy# ADM3066674-00; 1-1 1471 AIRPORT PULLING RD N NAPLES FL 34104 1-2 1471 AIRPORT PULLING RD N NAPLES FL 34104 1-3 1471 AIRPORT PULLING RD N NAPLES FL 34104 1-4 1471 AIRPORT PULLNG RD N NAPLES FL 34101 1-5 1471 AIRPORT PULLING RD N NAPLES FL 34104 2-1 3485 MERCANTILE AVE NAPLES FL 34104 3-1 4648 MERCANTILE AVE NAPLES FL 34104 3-2 4648 MERCANTILE AVE NAPLES FL 34104 4-1 4227 DOMESTIC AVE NAPLES FL 34104 4-2 4227 DOMESTIC AVE NAPLES FL 34104 4-3 4227 DOMESTIC AVE NAPLES FL 34104 5-1 6780 AIRPORT PULLING RD NAPLES FL 34109 6-1 PARCEL #38457280005 LIVINGSTON WOODS LN NAPLES FL 34109 7-1 PARCEL #38456240004 LIVINGSTON WOODS LN NAPLES FL 34109 8-1 PARCEL #38456200002 LIVINGSTON WOODS LN NAPLES FL 34109 9-1 PARCEL #00248160003 TAYLOR RD NAPLES FL 34109 10-1 4648 MERCANTILE AVE NAPLES FL 34104 11-1 3485 MERCFANTILE AVE NAPLES FL 34104. Named Insureds: TAMIAMI FORD INC DBA GIANT LOT Top Hat Imports LLC Top Hat Imports, LLC dba Tamiami Hyundai Page 2484 of 3203 1 PrimeGroup Insurance Services, Inc. 5215 W. Laurel St. Suite 100 Tampa FL 33607 Janis Bienvenu (844) 631-4901 (813) 885-4311 jbienvenu@primegroupins.com Tamiami Ford, Inc. 1471 Airport Pulling Rd.N. Naples FL 34104 FFVA Mutual Insurance Company CL2022623372 A N WC840-0810573-2024A 01/01/20201/01/202500,000 500,000 500,000 Collier County%RDUG Board of County Commissioners 3295 Tamiami Trail East Naples FL 34112 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-MAILADDRESS: 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 EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR 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 Page 2485 of 3203