Loading...
Agenda 05/13/2025 Item #16E 1 (Award Invitation to Bid No. 24-8322, “Fleet Vehicle Purchases,” to Sam Galloway Ford Inc.)5/13/2025 Item # 16.E.1 ID# 2025-1259 Executive Summary Recommendation to award Invitation to Bid No. 24-8322, “Fleet Vehicle Purchases,” to Sam Galloway Ford Inc., for the purchase of vehicles to support County operations, and authorize the Chairman to sign the attached agreement. OBJECTIVE: To obtain quality vehicles for County operations in the most cost-effective manner. CONSIDERATIONS: On June 20, 2006 (Agenda Item 16.E.2), the Board approved Ford Motor Company as the manufacturer of choice for the County’s light and medium-duty vehicles. Standardization of the fleet has the effects of improving maintenance efficiency, increasing vehicle availability, and saving County funds. The current contract with Tamiami Ford expires on August 11, 2025. On December 13, 2024, the Procurement Services Division released Invitation to Bid No. 24-8322, “Fleet Vehicle Purchases,” to 2,558 vendors. 574 interested bidders viewed the bid package, and the County received two bids by the January 21, 2025, submission deadline. The County intends to purchase most of its needed light to medium-duty fleet vehicles from this solicitation, but bid specifications give the County the option to purchase from other government agencies and governmental association contracts, and to competitively bid on specialty vehicles when it is in the best interest of the County. Staff reviewed the bids received and found two responsive and responsible bidders, as follows: Company Name City County State Discount Sam Galloway Ford, Inc. Ft. Myers Lee FL 3.41% Tamiami Ford, Inc. Naples Collier FL 1.80% The recommended award is established based on the highest percentage discount offered off of the total dealer invoice price. The County recommends awarding Invitation to Bid No. 24-8322 to Sam Galloway Ford, Inc., the responsive and responsible bidder/dealer that offered the highest percentage discount off dealer invoice price. The attached Agreement is for three years with three one-year renewal options. The percentage discount shall remain firm for the duration of the Agreement. The existing Agreement No. 19-7522, "Purchase of Fleet Vehicles," will be terminated upon the Board’s award/approval of Agreement No. 24-8322. This item is consistent with the Collier County strategic plan to support and enhance our commitment to robust public safety services. FISCAL IMPACT: Funds are budgeted annually in Fleet Management Motor Pool Capital Funds and County-wide Departmental capital budgets for replacement vehicles and for expanded requirements. Annual purchases of 60 to 100 vehicles are expected from this contract with historical costs ranging between $2.5 million - $4.5 million each year. GROWTH MANAGEMENT IMPACT: There is no growth management impact associated with this item. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. —SRT RECOMMENDATIONS: To award Invitation to Bid No. 24-8322, “Fleet Vehicle Purchases,” to Sam Galloway Ford Inc., to support County operations, and authorize the Chairman to sign the attached agreement. PREPARED BY: Mario Menendez, Manager, Fleet Management Division Page 2384 of 5243 5/13/2025 Item # 16.E.1 ID# 2025-1259 ATTACHMENTS: 1. 24-8322 Bid Tabulation 2. 24-8322 NORA 3. 24-8322 Solicitation 4. 24-8322 VS_Sam Galloway Ford 5. 24-8322_SamGaollowayFord_Bid Submittal 6. Insurance Requirements Coversheet (18) (1) 7. Invitation_to_Bid_ITB_Instructions_Form_04012024 Page 2385 of 5243 Percentage Discount Off Total Dealer Invoice Price Notifications Sent: 2,558 Viewed: 574 Bids Received: 2 Opened by: Sarah Hamilton Witnessed by: Barbara Lance Opened on: January 21, 2025, at 3:00 PM Project Manager: Mario Menendez Procurement Strategist: Sarah Hamilton 3. Dealer facility warranty services within 10 miles of 2901 County Barn Rd, Naples, FL 34112. X X BID TABULATION ITB NO. 24-8322 - FLEET VEHICLE PURCHASES Sam Galloway Ford, Inc.Tamiami Ford, Inc. Percentage Discount Off 1.80% Percentage Discount OffDealer Invoice Discount Select one of the following. Input an "X" mobile repair for select vehicles Warranty Services Note: To be considered a responsive bidder, the bidder MUST check 1 of the 3 for warranty service locations. 3.41% Select one of the following. Input an "X" 1. Dealer onsite warranty services at Collier County Fleet Management Division, 2901 County Barn Rd, Naples, FL 34112. 2. Dealer to pick up the vehicle(s) for warranty services and deliver back to 2901 County Barn Rd, Naples FL 34112; at no additional cost. REQUIRED FORMS FORM 1: VENDOR DECLARATION STATEMENT FORM 2: CONFLICT OF INTEREST CERTIFICATION AFFIDAVIT FORM 3: IMMIGRATION AFFIDAVIT CERTIFICATION W-9 E-VERIFY SUNBIZ FORM 5: REFERENCE QUESTIONNAIRES FORM 4: LOCAL VENDOR PREFERENCE CERTIFICATION YES/NO YES/NO YES YES YES YES YES YES N/A N/A YES N/A N/A YES *Minor Irregularity FEDERAL CONTRACT PROVISIONS AND ASSURANCES YES*YES* YES YES* YESYES YES YESADDENDA (4) Page 2386 of 5243 Notice of Recommended Award Solicitation: 24-8322 Title: Fleet Vehicle Purchases Due Date and Time: January 21, 2025, at 3:00 PM EST Respondents: Company Name City County State Bid Amount (Percentage Discount) Responsive/Responsible Sam Galloway Ford, Inc. Ft. Myers Lee FL 3.41% Yes/Yes Tamiami Ford, Inc. Naples Collier FL 1.80% Yes/Yes Utilized Local Vendor Preference: Yes No Recommended Vendor(s) For Award: On December 13, 2024, the Procurement Services Division released Invitation to Bid (“ITB”) No. 24-8322, “Fleet Vehicle Purchases”, to two thousand five hundred and fifty-eight (2,558) vendors. Five hundred and seventy- four (574) bid packages were viewed and two (2) bids were received by the January 21, 2025, submission deadline. Staff reviewed the bids received and found both bidders to be responsive and responsible with minor irregularities, as shown above. Award has been established based on highest percentage discount off total dealer invoice price. The County recommends award to Sam Galloway Ford, Inc., the responsive and responsible bidder with the highest percentage discount. Contract Driven Purchase Order Driven Required Signatures Project Manager: Procurement Strategist: Procurement Services Director: ________________________________ _________________ Sandra Srnka Date Docusign Envelope ID: 1F4E2AEC-44D1-43BC-A702-FB939201E122 2/19/2025 2/19/2025 2/19/2025 Page 2387 of 5243 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS INVITATION TO BID (ITB) FOR FLEET VEHICLE PURCHASES SOLICITATION NO.: 24-8322 SARAH HAMILTON, ASSISTANT DIVISION DIRECTOR PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8987 Sarah.Hamilton@colliercountyfl.gov (Email) 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 2388 of 5243 SOLICITATION PUBLIC NOTICE INVITATION TO BID (ITB) NUMBER: 24-8322 PROJECT TITLE: FLEET VEHICLE PURCHASES DUE DATE: MONDAY, JANUARY 13, 2025, at 3:00 PM EST PLACE OF BID OPENING: PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FL 34112 All proposals shall be submitted online via the Collier County Procurement Services Division Online Bidding System: https://procurement.opengov.com/portal/collier-county-fl. INTRODUCTION As requested by the Fleet Management Division (hereinafter, the “Division) the Collier County Board of County Commissioners Procurement Services Division (hereinafter, “County”) has issued this Invitation to Bid (hereinafter, “ITB”) with the intent of obtaining bid submittals from interested and qualified vendors per 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. The results of this solicitation may be used by other County departments once awarded according to the Board of County Commissioners Procurement Ordinance. The County seeks bids to facilitate purchases of new fleet vehicles for County operations. This bid includes Ford automobiles, vans, sport utility vehicles, cross-over vehicles, and light/medium-duty trucks up to 33,000 pounds GVWR. The purchases may range from 50 to 80 vehicles annually. However, the County does not commit to minimum or maximum quantities. Most of the light to medium- duty fleet vehicles may be purchased from this bid; the County reserves the right to purchase from other government contracts, or competitively bid specialty vehicles such as ambulances when deemed in the County’s best interest. TERM OF CONTRACT The contract term, if an award(s) is/are made is intended to be for three (3) years with three (3) one-year renewal options. The percentage discount below the dealer invoice that was bid and awarded shall remain firm for the duration of this contract. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. The County Manager, or designee, may, at their discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred eighty (180) days. The County Manager, or designee, shall give the Contractor written notice of the County's intention to extend the Agreement term not less than ten (10) days prior to the end of the Agreement term then in 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. 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 total bid as outlined below: •Highest Percentage Discount Off Total Dealer Invoice Price Page 2389 of 5243  Collier County reserves the right to select one, or more than one supplier, 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: • Identify Single Awardee  The County reserves the right to issue a formal contract or standard County Purchase Order for the award of this solicitation. DETAILED SCOPE OF WORK Interested bidders must be a Ford Motor Company authorized dealership with full maintenance, warranty, and parts supplier. The Board of County Commissioners approved Collier County Fleet Management Division (“County Fleet”) to purchase Ford Motor Company light and medium-duty vehicles. Standardizing County Fleet operations increases maintenance efficiency and saves money on parts inventory, tools, diagnostics, training, and repairs. Only Ford dealerships and products will be considered for this bid. The awarded Dealer must provide warranty service for all county-owned Ford vehicles without regard to the source of purchase and must provide service facilities or service options near County Fleet operations. The awarded Dealer’s service facilities must be within 10 miles of County Fleet operations located at 2901 County Barn Road, Naples, Florida 34112, or the Dealer to provide timely vehicle pick-up and delivery services, or the Dealer must have the capabilities to provide on-site maintenance services for warranty requirements. At least one of these options must be selected on the bid schedule. To be considered a responsive bidder, a bidder MUST comply with one of the three warranty scenarios listed on the Bid Schedule. 1. Bid Schedule: The bid is a percentage discount off the total dealer invoice price, which includes model base price, factory installed options, and destination freight charges, less any National, State, or local factory fleet incentives or any additional dealer incentives, (except for the dealer account credit). 1.1. Dealer Invoice Discount: Input the percentage discount off the total dealer invoice price. 1.2. Warranty Services: To be considered a responsive bidder, the bidder must select one of the following warranty service location options listed below. The Warranty services apply to all county-owned vehicles. 1.2.1. Dealer onsite warranty services at Collier County Fleet Management Division, 2901 County Barn Rd, Naples, FL 34112: The dealer’s mechanics will perform warranty services at the County Fleet facility. 1.2.2. Dealer to pick up the vehicle(s) for warranty services and deliver back to 2901 County Barn Rd, Naples, FL 34112, at no additional cost: The dealer agrees to prioritize County Fleet warranty services timely and not delay them due to logistics in picking up and transporting the vehicles. 1.2.3. Dealer facility warranty services must be within 10 miles of 2901 County Barn Rd, Naples, FL 34112: County Fleet staff will deliver the vehicles to the dealer’s Ford service center for warranty services and pick them up when the vehicle services are done. 2. Vehicle Equipment: All special additional equipment not factory installed, such as utility bodies, cranes, caution/emergency lights, bedliners, or other after-market additions installed by a subcontractor shall be billed at dealer cost as shown on the subcontractor’s invoice. Copies of subcontractor invoices will be provided to the County upon vehicle delivery. 3. Non-Factory Installed Options: Prices for non-factory options installed by the dealer such as window tinting, extra keys, or van shelving, shall be indicated in the dealer estimate for each specification. No further verification will be required for dealer installed options. 4. Vehicle Purchases: The County shall be the sole judge of accepting or denying any deviations from specifications.  Vehicle purchases shall include all charges including delivery/transportation, dealer preparation, fuel, pollution taxes/charges, and temporary registration fees.  The County may purchase any number of vehicles with the same specifications during the same model year from the awarded Dealer. NOTE: There may be occasions when the County Fleet’s vehicle needs may be immediate or time-critical. 5. Delivery: The Dealer shall have 180 days to deliver normal production vehicles and 240 days to deliver vehicles with dealer options or additional equipment. If vehicles are not delivered within these time periods, the County shall have the option of canceling the purchase order and utilizing another contract that provides the quickest availability. Page 2390 of 5243  Vehicles shall be cleaned, serviced (including all normal dealer preparations), and delivered to Collier County Fleet Management at 2901 County Barn Road, Naples, Florida 34112.  All after-market options shall be properly installed and operational per specifications at delivery.  Vehicles shall be delivered with the window sticker attached to the window or inside the vehicle when window tinting is ordered.  Title vehicles to Collier County Board of County Commissioners, 3299 Tamiami Trail East, Suite 403, Naples, Florida 34112; FEID 59-6000558; Tax Exemption #85-8015966531C-1; unless otherwise directed by County Fleet. 6. Vehicle Documentation: Vehicles shall be delivered with the following documents appropriately completed: a. Manufacturer’s Certificate of Origin for a Vehicle b. Application for Certificate of Title with/without Registration c. Motor Vehicle Dealer Title Reassignment Supplement d. Temporary registration and tag e. Operator’s Manual f. Warranty Certifications g. Original Invoice to County h. Factory issued dealer invoice i. Subcontractor invoices for after-market additions j. Weight certificate or affidavit showing the total weight of the delivered vehicle when a utility body or other significant component has been added to a truck cab and chassis. k. Secondary Manufacturer’s Certificate of Origin as required when major body units or systems are added to an incomplete truck chassis. VENDOR CHECKLIST *** Vendor should check off each of the following items as the necessary action is completed (please see, Vendor Check List) *** Page 2391 of 5243 Page 2392 of 5243 Page 2393 of 5243 Page 2394 of 5243 Page 2395 of 5243 Page 2396 of 5243 Page 2397 of 5243 Page 2398 of 5243 Page 2399 of 5243 Page 2400 of 5243 Page 2401 of 5243 Page 2402 of 5243 Page 2403 of 5243 Page 2404 of 5243 Page 2405 of 5243 Page 2406 of 5243 Page 2407 of 5243 Page 2408 of 5243 Page 2409 of 5243 Page 2410 of 5243 Page 2411 of 5243 Page 2412 of 5243 Page 2413 of 5243 Page 2414 of 5243 Page 2415 of 5243 Page 2416 of 5243 Page 2417 of 5243 Page 2418 of 5243 Page 2419 of 5243 Page 2420 of 5243 Page 2421 of 5243 County of Collier, FL Procurement -, - 3299 Tamiami Trail, East Naples, FL 34112 [SAM GALLOWAY FORD] RESPONSE DOCUMENT REPORT GEN No. 24-8322 Fleet Vehicle Purchases RESPONSE DEADLINE: January 21, 2025 at 3:00 pm Report Generated: Tuesday, January 21, 2025 SAM GALLOWAY FORD Response CONTACT INFORMATION Company: SAM GALLOWAY FORD Email: rgran@gallowayauto.com Contact: ROBERT GRAN Address: 1800 Boy Scout dr FT MYERS, FL 33907 Phone: (239) 850-2512 Website: samgallowayford.com Submission Date: Jan 13, 2025 3:29 PM (Eastern Time) Page 2422 of 5243 [SAM GALLOWAY FORD] RESPONSE DOCUMENT REPORT GEN No. 24-8322 Fleet Vehicle Purchases [SAM GALLOWAY FORD] RESPONSE DOCUMENT REPORT undefined - Fleet Vehicle Purchases Page 2 ADDENDA CONFIRMATION Addendum #1 Confirmed Dec 30, 2024 5:04 PM by ROBERT GRAN Addendum #2 Confirmed Dec 30, 2024 5:23 PM by ROBERT GRAN Addendum #3 Confirmed Jan 13, 2025 8:28 PM by ROBERT GRAN Addendum #4 Confirmed Jan 13, 2025 8:28 PM by ROBERT GRAN 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. General Bid Instructions has been acknowledged and accepted.* Confirmed 3. Collier County Purchase Order Terms and Conditions have been acknowledged and accepted.* Confirmed 4. County Required Forms BID SCHEDULE* Page 2423 of 5243 [SAM GALLOWAY FORD] RESPONSE DOCUMENT REPORT GEN No. 24-8322 Fleet Vehicle Purchases [SAM GALLOWAY FORD] RESPONSE DOCUMENT REPORT undefined - Fleet Vehicle Purchases Page 3 Please upload completed Bid Schedule in Microsoft Excel format. 01022025_ITB_NO._24-8322_FLEET_VEHICLE_PURCHASES.pdf VENDOR DECLARATION STATEMENT (FORM 1)* Vender_Declaration.pdf CONFLICT OF INTEREST CERTIFICATION AFFIDAVIT (FORM 2)* Conflict_of_Interest.pdf PROOF OF STATUS FROM DIVISION OF CORPORATIONS - FLORIDA DEPARTMENT OF STATE (IF WORK PERFORMED IN THE STATE) - HTTP://DOS.MYFLORIDA.COM/SUNBIZ/ SHOULD BE ATTACHED WITH YOUR SUBMITTAL* Sun_Biz.pdf IMMIGRATION AFFIDAVIT CERTIFICATION (FORM 3)* IAC.pdf E-VERIFY MEMORANDUM OF UNDERSTANDING OR COMPANY PROFILE PAGE* E-Verify.pdf CERTIFICATION FOR CLAIMING STATUS AS A LOCAL BUSINESS (FORM 4) - N/A NOT APPLICABLE FOR THIS SOLICITATION. local_vendor.pdf BUSINESS TAX RECEIPT Required if claiming Local Vendor Status. tax_certificate.pdf REFERENCE QUESTIONNAIRES (FORM 5) Completed reference forms. Page 2424 of 5243 [SAM GALLOWAY FORD] RESPONSE DOCUMENT REPORT GEN No. 24-8322 Fleet Vehicle Purchases [SAM GALLOWAY FORD] RESPONSE DOCUMENT REPORT undefined - Fleet Vehicle Purchases Page 4 Reference_Questionaire.pdf VENDOR W-9 FORM* w-9_001.pdf VENDOR ACKNOWLEDGES INSURANCE REQUIREMENTS AND IS PREPARED TO PRODUCE THE REQ UIRED INSURANCE CERTIFICATE(S) WITHIN FIVE (5) DAYS OF THE COUNTY’S ISSUANCE OF A NOTICE OF RECOMMEND AWARD.* Confirmed LICENSES AND/OR CERTIFICATIONS Any applicable licenses/certifications. No response submitted ALL SIGNED ADDENDA, IF APPLICABLE. Addendum_#1-#2.pdf 01132025_Cplfer_County_Procurement_Services_Division.pdf ALL OTHER REQUIRED DOCUMENTATION, AS APPLICABLE. Vendor_Checklist-bid_schedule.pdf PRICE TABLES TOTAL PERCENTAGE DISCOUNT OFF Line Item Description Quantity Unit of Measure Unit Cost Total 1 Percentage Discount off Total Dealer Invoice Price 1 % $3.415 $3.415 Page 2425 of 5243 [SAM GALLOWAY FORD] RESPONSE DOCUMENT REPORT GEN No. 24-8322 Fleet Vehicle Purchases [SAM GALLOWAY FORD] RESPONSE DOCUMENT REPORT undefined - Fleet Vehicle Purchases Page 5 Line Item Description Quantity Unit of Measure Unit Cost Total TOTAL $3.415 Page 2426 of 5243 Page 2427 of 5243 Page 2428 of 5243 Page 2429 of 5243 Page 2430 of 5243 Page 2431 of 5243 Page 2432 of 5243 Page 2433 of 5243 Page 2434 of 5243 Page 2435 of 5243 Page 2436 of 5243 Page 2437 of 5243 Page 2438 of 5243 Page 2439 of 5243 Page 2440 of 5243 Page 2441 of 5243 Page 2442 of 5243 Page 2443 of 5243 Page 2444 of 5243 Page 2445 of 5243 Page 2446 of 5243 Page 2447 of 5243 Page 2448 of 5243 Page 2449 of 5243 Page 2450 of 5243 Page 2451 of 5243 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: Page 2452 of 5243 Page 2453 of 5243 Page 2454 of 5243 Page 2455 of 5243 Page 2456 of 5243 GENERAL BID INSTRUCTIONS 1. PURPOSE/OBJECTIVE As requested by the Collier County departments or divisions identified, the Collier County Board of County Commissioners Procurement Services Division (hereinafter, the County) has issued this Invitation to Bid (hereinafter, the “ITB”, or “Bid”) with the sole purpose and intent of obtaining bid responses from interested and qualified Firms/Vendors/Contractors in accordance with the terms, conditions, and specifications stated and/or attached herein/hereto. The successful Vendor will hereinafter be referred to as the “Vendor”. All bids must be submitted on the Bid forms furnished by the County noted in Attachments of this ITB. Bidder may be deemed non-responsive if the Bid forms are not properly executed. Vendor is responsible to read and follow the instructions very carefully, as any misinterpretation or failure to comply with these instructions could lead to the bid submitted as being rejected as non-responsive. 2. QUESTIONS 2.1 Direct questions related to this Bid to the Collier County Procurement Services Division Online Bidding System website: https://procurement.opengov.com/portal/collier-county-fl. 2.2 Bidders must clearly understand that the only official answer or position of the County will be the one stated on the Collier County Procurement Services Division Online Bidding System website. For general questions, please call the referenced Procurement Strategist noted on the cover page. 3. COMPLIANCE WITH THE BID Bidders must be in strict compliance with this ITB. Failure to comply with all provisions of the ITB may result in disqualification. 4. AMBIGUITY, CONFLICT, OR OTHER ERRORS IN THE RFP It is the sole responsibility of the vendor if they discover any ambiguity, conflict, discrepancy, omission or other error in the ITB, to immediately notify the Procurement Professional, noted herein, of such error in writing and request modification or clarification of the document prior to submitting the bid. The Procurement Professional will make modifications by issuing a written revision and will give written notice to all parties who have received this ITB from the Procurement Services Division. 5. PRICING Vendors must provide prices using the unit of measure specified by the County. All prices will remain firm for a period of one hundred and eighty (180) calendar days from date of bid opening. After award by the Board of County Commissioners, prices may only be adjusted as outlined. 6. ALTERNATE BID PRICING In the event that alternate pricing is requested, it is an expressed requirement of the bid to provide pricing for all alternates as listed. The omission of a response or a no-bid or lack of a submitted price may be the basis for the rejection of the submitted bid response. All bids Page 2457 of 5243 responses received without pricing for all alternates as listed may be considered technically non-responsive. 7. EQUAL PRODUCT Manufacturer’s name, brand name and/or model number are used in these specifications for the purpose of establishing minimum requirements of level of quality, standards of performance and/or design required, and is in no way intended to prohibit the bidding of other manufacturer’s items of equal or similar material. An equal or similar product may be bid, provided that the product is found by the County to be equal or similar in quality, standard of performance, design, etc. to the item specified. Where an equal or similar is bid, the Bid must be accompanied with two (2) complete sets of factory information sheets (specifications, brochures, etc.) and test results, if applicable, of unit bid as equal or similar. Equal product samples, if required for evaluation, and at no cost to the County, the Vendor must contact the Procurement Services Division for instructions on submittal. The County shall be sole judge of equality or similarity, and its decision shall be final in the best interest. 8. DISCOUNT Any discounts or terms must be shown on the Bid form. Such discounts, if any, may be considered in the award of tie bids. In no instance should payment terms less than fifteen (15) calendar days be offered. 9. ADDENDA The County reserves the right to formally amend and/or clarify the solicitation where it deems necessary. Any such addendum/clarification shall be in writing and notifications shall be distributed electronically to all parties who received the original bid specifications prior to the deadline for submission of Bids. All changes to this ITB will be conveyed electronically through a notice of addendum or questions and answers to all Vendors registered under the applicable commodity code(s) at the time when the original ITB was released, as well as those Vendors who downloaded the ITB document. All addendums are posted on the Collier County Procurement Services Division Online Bidding System website: https://procurement.opengov.com/portal/collier-county-fl. Before submitting a bid response, please make sure that you have read all documents provided, understood clearly and complied completely with any changes stated in the addenda as failure to do so may result in deeming your submittal non-responsive. 10. BID SUBMISSION All electronic bids shall be submitted online via the Collier County Procurement Services Division Online Bidding System: https://procurement.opengov.com/portal/collier-county-fl 11. QUESTIONS If the Vendor should be of the opinion that the meaning of any part of the Bid Document is doubtful, obscure or contains errors or omissions it should report such opinion to the Procurement Strategist before the bid opening date. Direct questions related to this ITB only to the Collier County Procurement Services Division Internet website: https://procurement.opengov.com/portal/collier-county-fl. Questions will not be answered after the date and time noted. Page 2458 of 5243 Vendors must clearly understand that the only official answer or position of the County will be the one stated on the Collier County Procurement Services Division Online Bidding System website. For general questions, please call the referenced Procurement Strategist identified in the Public Notice. 12. PROTESTS PROCEDURES 12.1 Any Vendor who alleges to be aggrieved in connection with the solicitation or award of a contract, may protest to the Procurement Services Director, who shall serve as the sole receipt of the any and all notices of intent to protest and all formal protests. 12.2 With respect to a protest of the terms, conditions and specifications contained in a solicitation, including any provisions governing the methods for evaluation of bids, proposals or replies, awarding contracts, reserving rights for further negotiation or modifying or amending any contract, the protesting party shall file a notice of intent to protest within three (3) days, excluding weekends and County holidays, after the first publication, whether by posting or formal advertisement of the solicitation. The formal written protest shall be filed within five (5) days of the date the notice of intent is filed. Formal protests of the terms, conditions and specifications shall contain all of the information required for the Procurement Services Director, to render a decision on the formal protest and determine whether postponement of the bid opening or proposal/response closing time is appropriate. The Procurement Services Director's decision shall be considered final and conclusive unless the protesting party files an appeal of the Procurement Services Director's decision. 12.3 Any actual proposer or respondent to who desires to protest a recommended contract award shall submit a notice of intent to protest to the Procurement Services Director within three (3) calendar days, excluding weekends and County holidays, from the date of the initial posting of the recommended award. 12.4 All formal protests with respect to a recommended contract award shall be submitted in writing to the Procurement Services Director for a decision. Said protests shall be submitted within five (5) calendar days, excluding weekends and County holidays, from the date that the notice of intent to protest is received by the Procurement Services Director, and accompanied by the required fee. 12.5 Complete instructions for formal protest are set forth in Section 23 of Collier County Procurement Ordinance 2017-08, as amended. The protesting party must have standing as defined by established Florida case law to maintain a protest. 13. IMMIGRATION AFFIDAVIT CERTIFICATION 13.1 Statutes and executive orders require employers to abide by the immigration laws of the United States and to employ only individuals who are eligible to work in the United States. The Employment Eligibility Verification System (E-Verify) operated by the Department of Homeland Security (DHS) in partnership with the Social Security Administration (SSA), provides an Internet-based means of verifying employment eligibility of workers in the United States; it is not a substitute for any other employment eligibility verification requirements. The program will be used for Collier County formal Invitations to Bid (ITB) and Request for Proposals (ITB) including professional services and construction services. Page 2459 of 5243 13.2 Vendors are required to be enrolled in the E-Verify program at the time of submission of the bid. Acceptable evidence of your enrollment consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company which will be produced at the time of the submission of the Vendor’s proposal/bid or within five (5) day of the County’s Notice of Recommend Award. FAILURE TO EXECUTE THIS AFFIDAVIT CERTIFICATION AND SUBMIT WITH VENDOR’S PROPOSAL/BID MAY DEEM THE VENDOR’S AS NON-RESPONSIVE. 13.3 Additionally, vendors shall require all subcontracted vendors to use the E-Verify system. All vendors shall familiarize themselves with the statutory requirements set fort in the Florida Statutes §448.095 pertaining to the responsibilities of Public Employers, Contractors and Subcontractors. 13.4 For additional information regarding the Employment Eligibility Verification System (E-Verify) program visit the following website: http://www.dhs.gov/E-Verify. It shall be the vendor’s responsibility to familiarize themselves with all rules and regulations governing this program. 13.5 Vendor acknowledges, and without exception or stipulation, any firm(s) receiving an award shall be fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended and with the provisions contained within this affidavit. Failure by the awarded firm(s) to comply with the laws referenced herein or the provisions of this affidavit shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. 14. LOBBYING After the issuance of any solicitation, no current or prospective Vendor or any person acting on their behalf, shall contact, communicate with or discuss any matter relating to the solicitation with any Collier County employee or elected or appointed official, other than the Procurement Services Director or his/her designees. This prohibition ends upon execution of the final contract or upon cancellation of the solicitation. Any current or prospective Vendor that lobbies any Collier County employee or elected or appointed official while a solicitation is open or being recommended for award (i) may be deemed ineligible for award of that solicitation by the Procurement Services Director, and (ii) will be subject to Suspension and Debarment outlined in section Twenty-Eight of Procurement Ordinance 2017-08, as amended. 15. CERTIFICATE OF AUTHORITY TO CONDUCT BUSINESS IN THE STATE OF FLORIDA (FL STATUTE 607.1501) In order to be considered for award, firms must be registered with the Florida Department of State Divisions of Corporations in accordance with the requirements of Florida Statute 607.1501 and provide a certificate of authority (www.sunbiz.org/search.html) prior to execution of a contract. A copy of the document should be submitted with the solicitation Page 2460 of 5243 response and the document number should be identified. Firms who do not provide the certificate of authority at the time of response shall be required to provide same within five (5) days upon notification of selection for award. If the firm cannot provide the document within the referenced timeframe, the County reserves the right to award to another firm. 16. LOCAL VENDOR PREFERENCE (LVP) Any Vendor claiming local vendor preference must complete the required form and submit a Collier or Lee Business Tax receipt with their submission. 17. GENERAL INFORMATION When it is deemed by the County that a bid cannot be awarded as originally intended, the County reserves the right to award this bid through an approach which is the best interest of the County. Alternate bids will not be considered unless authorized by the ITB. In case of identical bids tying as low bid, the County shall conduct a random selection (coin toss) by the Procurement Services Director before at least three witnesses. 18. BID AWARD PROCESS Award shall be made in a manner consistent with the County’s Procurement Ordinance. Award recommendations will be posted on the Collier County Procurement Services Online Bidding system Online Bidding system website: https://procurement.opengov.com/portal/collier-county-fl. 19. RESERVED RIGHTS Collier County reserves its right in any solicitation to accept or reject any or all bids, proposals or offers; to waive minor irregularities and technicalities; or to request resubmission. Also, Collier County reserves the right to accept all or any part of any bid, proposal, or offer, and to increase or decrease quantities to meet the additional or reduced requirements of Collier County. Collier County reserves its right to cancel, extend or modify any or all bids, proposals or offers; to award to one or more vendors; to award all or part of a solicitation; and to award by individual line items when it is deemed to be in the best interest of the County. Collier County reserves its right to reject any sole response. 20. INSURANCE AND BONDING REQUIREMENTS 20.1 The Vendor shall at its own expense, carry and maintain insurance coverage from responsible companies duly authorized to do business in the State of Florida as set forth in the Insurance and Bonding attachment of this solicitation. The Vendor shall be required to provide the Certificate of Insurance(s) with the limits set forth in the solicitation within five (5) days upon notification of selection for award. If the Vendor cannot provide the document within the referenced timeframe, the County reserves the right to award to another Vendor. The Vendor shall procure and maintain property insurance upon the entire project, if required, to the full insurable value of the scope of work. 20.2 The County and the Vendor waive against each other and the County’s separate Vendors, Contractors, Design Consultant, Subcontractors agents and employees of each and all of them, all damages covered by property insurance provided herein, except such rights as they may have to the proceeds of such insurance. The Vendor and County shall, where appropriate, require similar waivers of subrogation from the Page 2461 of 5243 County’s separate Vendors, Design Consultants and Subcontractors and shall require each of them to include similar waivers in their contracts. 20.3 Collier County shall be responsible for purchasing and maintaining, its own liability insurance. 20.4 Certificates issued as a result of the award of this solicitation must identify “For any and all work performed on behalf of Collier County.” 20.5 The General Liability Policy provided by Vendor to meet the requirements of this solicitation shall name Collier County, Florida, as an additional insured as to the operations of Vendor under this solicitation and shall contain a severability of interests provisions. 20.6 Collier County Board of County Commissioners shall be named as the Certificate Holder. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. The "Certificate Holder" should read as follows: Collier County Board of County Commissioners Naples, Florida 20.7 The amounts and types of insurance coverage shall conform to the minimum requirements set forth in Insurance and Bonding attachment, with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If Vendor has any self-insured retentions or deductibles under any of the below listed minimum required coverage, Vendor must identify on the Certificate of Insurance the nature and amount of such self- insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self-insured retentions or deductibles will be Vendor’s sole responsibility. 20.8 Coverage(s) shall be maintained without interruption from the date of commencement of the Work until the date of completion and acceptance of the scope of work by the County or as specified in this solicitation, whichever is longer. 20.9 The Vendor and/or its insurance carrier shall provide 30 days written notice to the County of policy cancellation or non-renewal on the part of the insurance carrier or the Vendor. The Vendor shall also notify the County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non-renewal or material change in coverage or limits received by Vendor from its insurer and nothing contained herein shall relieve Vendor of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by Vendor hereunder, Vendor shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. 20.10 Should at any time the Vendor not maintain the insurance coverage(s) required herein, the County may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverage(s) and charge the Vendor for such coverage(s) purchased. If Vendor fails to reimburse the County for such costs within thirty (30) days after demand, the County has the right to offset these costs from any amount due Vendor under the Agreement or any other agreement between the County and Vendor. The Page 2462 of 5243 County shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverage(s) purchased or the insurance company or companies used. The decision of the County to purchase such insurance coverage(s) shall in no way be construed to be a waiver of any of its rights under the Contract Documents. 20.11 If the initial or any subsequently issued Certificate of Insurance expires prior to the completion of the scope of work, the Vendor shall furnish to the County renewal or replacement Certificate(s) of Insurance not later than ten (10) calendar days after the expiration date on the certificate. Failure of the Vendor to provide the County with such renewal certificate(s) shall be considered justification for the County to terminate any and all contracts. 21. ADDITIONAL ITEMS AND/OR SERVICES Additional items and/or services may be added to the resultant contract, or purchase order, in compliance with the Procurement Ordinance. 22. VENDOR PERFORMANCE EVALUATION The County has implemented a Vendor Performance Evaluation System for all contracts awarded in excess of $25,000. The County reserves the right to take into consideration a Vendor’s past performance under a prior or current County contract when it is considering the granting of a new contract, the assignment of a work order, or any additional work. 23. ADDITIONAL TERMS AND CONDITIONS OF CONTRACT 23.1 The selected Vendor may be required to sign a standard Collier County contract or accept the County’s Purchase Order terms and conditions to serve as a formal contact. 23.2 The resultant contract(s) may include purchase or work orders issued by the County’s Project Manager (a/k/a Contract Administrative Agent). 23.3 The County reserves the right to include in any contract document such terms and conditions, as it deems necessary for the proper protection of the rights of Collier County. A sample copy of this contract is available upon request. The County will not be obligated to sign any contracts, maintenance and/or service agreements other documents or agree to any exceptions to the County’s terms and conditions provided by the Vendor. 23.4 The County’s Project Manager shall coordinate with the Vendor / Contractor the return of any surplus assets, including materials, supplies, and equipment associated with the scope or work. 24. PUBLIC RECORDS COMPLIANCE 24.1 Florida Public Records Law Chapter 119, including specifically those contractual requirements in 119.0701(2)(a)-(b) as follows: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Page 2463 of 5243 Communications, Government & Public Affairs Division 3299 Tamiami Trail East Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8999 24.2 The Contractor must specifically comply with the Florida Public Records Law to: 24.2.1 Keep and maintain public records required by the public agency to perform the service. 24.2.2 Upon request from the public agency’s custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 24.2.3 Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 24.2.4 Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency’s custodian of public records, in a format that is compatible with the information technology systems of the public agency. 25. PAYMENT METHOD Payments are made in accordance with the Local Government Prompt Payment Act, Chapter 218, Florida Statutes. Vendor’s invoices must include: Purchase Order Number and description and quantities of the goods or services provided per instructions on the County’s purchase order or contract. Invoices shall be sent to: Board of County Commissioners Clerk’s Finance Department ATTN: Accounts Payable 3299 Tamiami Trail East, Suite 700 Naples FL 34112 Or Emailed to: bccapclerk@collierclerk.com 25.1 Payments will be made for articles and/or services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six Page 2464 of 5243 (6) months after completion of contract. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of “laches” as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under the agreement. 25.2 In instances where the successful Vendor may owe debts (including, but not limited to taxes or other fees) to Collier County and the contractor has not satisfied nor made arrangement to satisfy these debts, the County reserves the right to off-set the amount owed to the County by applying the amount owed to the vendor or contractor for services performed of for materials delivered in association with a contract. 25.3 Invoices shall not reflect sales tax. After review and approval, the invoice will be transmitted to the Finance Division for payment. Payment will be made upon receipt of proper invoice and in compliance with Chapter 218 Florida Statutes, otherwise known as the “Local Government Prompt Payment Act.” Collier County reserves the right to withhold and/or reduce an appropriate amount of any payment for work not performed or for unsatisfactory performance of Contractual requirements. 26. ENVIRONMENTAL HEALTH AND SAFETY 26.1 All Vendors and Sub Vendors performing service for Collier County are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Vendors and Sub Vendors shall be responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. All firewall penetrations must be protected in order to meet Fire Codes. 26.2 Collier County Government has authorized OSHA representatives to enter any Collier County facility, property and/or right-of-way for the purpose of inspection of any Vendor’s work operations. This provision is non-negotiable by any department and/or Vendor. 26.3 All new electrical installations shall incorporate NFPA 70E Short Circuit Protective Device Coordination and Arc Flash Studies where relevant as determined by the engineer. 26.4 All electrical installations shall be labeled with appropriate NFPA 70E arch flash boundary and PPE Protective labels. 27. LICENSES 27.1 The Vendor is required to possess the correct Business Tax Receipt, professional license, and any other authorizations necessary to carry out and perform the work required by the project pursuant to all applicable Federal, State and Local Law, Statute, Ordinances, and rules and regulations of any kind. Additionally, copies of the required licenses must be submitted with the proposal response indicating that the entity proposing, as well as the team assigned to the County account, is properly licensed to perform the activities or work included in the contract documents. Failure on the part of any Vendor to submit the required documentation may be grounds to DEEM VENDOR NON-RESPONSIVE. A Vendor, with an office within Collier County is also required to have an occupational license. Page 2465 of 5243 27.2 All State Certified contractors who may need to pull Collier County permits or call in inspections must complete a Collier County Contractor License registration form and submit the required fee. After registering the license/registration will need to be renewed thereafter to remain “active” in Collier County. 27.3 If you have questions regarding professional licenses contact the Contractor Licensing, Community Development and Environmental Services at (239) 252-2431, 252-2432 or 252-2909. Questions regarding required occupational licenses, please contact the Tax Collector’s Office at (239) 252-2477. 28. SURVIVABILITY The Vendor agrees that any Purchase Order/Work Order/Solicitation Documents that extends beyond the expiration date of the original Solicitation will survive and remain subject to the terms and conditions of that Agreement until the completion or termination. 29. RELATION OF COUNTY It is the intent of the parties hereto that the Vendor shall be legally considered an independent Vendor, and that neither the Vendor nor their employees shall, under any circumstances, be considered employees or agents of the County, and that the County shall be at no time legally responsible for any negligence on the part of said Vendor, their employees or agents, resulting in either bodily or personal injury or property damage to any individual, firm, or corporation. 30. TERMINATION Should the Vendor be found to have failed to perform services in a manner satisfactory to the County, the County may terminate this Agreement immediately for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be sole judge of non-performance. In the event that the award of this solicitation is made by the Procurement Services Director, the award and any resultant purchase orders may be terminated at any time by the County upon thirty (30) days written notice to the awarded vendor(s) pursuant to the Board’s Procurement Ordinance. 31. PUBLIC ENTITY CRIME A person or affiliate who has been placed on the convicted Vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or vendor under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted Vendor list. 32. SECURITY AND BACKGROUND CHECKS 32.1 The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County under this Agreement. This Page 2466 of 5243 may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four (4) years. 32.2 All of Contractor’s employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor’s business. 32.3 The Contractor shall immediately notify the Collier County Facilities Management Division via e-mail (DL-FMOPS@colliergov.net) whenever an employee assigned to Collier County separates from their employment. This notification is critical to ensure the continued security of Collier County facilities and systems. Failure to notify within four (4) hours of separation may result in a deduction of $500 per incident. 32.4 Collier County Sheriffs Office requires separate fingerprinting prior to work being performed in any of their locations. This will be coordinated upon award of the contract. If there are additional fees for this process, the vendor is responsible for all costs. 33. CONFLICT OF INTEREST Vendor shall complete the Conflict of Interest Affidavit included as an attachment to this ITB document. Disclosure of any potential or actual conflict of interest is subject to County staff review and does not in and of itself disqualify a Vendor from consideration. These disclosures are intended to identify and or preclude conflict of interest situations during contract selection and execution. 34. PROHIBITION OF GIFTS TO COUNTY EMPLOYEES No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, the current Collier County Ethics Ordinance and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, ITB, and/or quotes; and, c. immediate termination of any contract held by the individual and/or firm for cause. 35. DEDUCTION FOR NON-PERFORMANCE The County reserves the right to deduct a portion of any invoice for goods not delivered, or services not performed in accordance with requirements, including required timeframe. The County may also deduct, or chargeback the Vendor the costs necessary to correct the deficiencies directly related to the Vendor’s non-performance. Page 2467 of 5243 36. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES Collier County encourages and agrees to the successful vendor extending the pricing, terms and conditions of this solicitation or resultant contract to other governmental entities at the discretion of the successful vendor. 37. FLORIDA WOOD PRODUCTS The Vendor agrees to comply with Florida Statute 255.20 to provide lumber, timber and other forest products produced and manufactured in the State of Florida as long as the price, fitness and quality are equal. 38. STANDARDS OF CONDUCT The Vendor shall employ people to work on County projects who are neat, clean, well- groomed and courteous. Subject to the American with Disabilities Act, Vendor shall supply competent employees who are physically capable of performing their employment duties. The County may require the Vendor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Collier County projects is not in the best interest of the County. 39. PROTECTION OF PROPERTY The Vendor shall ensure that the service is performed in such manner as to not damage any property. In the event damage occurs to any property as a direct result of the Vendor or their Sub vendor in the performance of the required service, the Vendor shall repair/replace, to the County’s satisfaction, damaged property at no additional cost to the County. If the damage caused by the Vendor or their Sub vendor has to be repaired/replaced by the County, the cost of such work will be deducted from the monies due the Vendor. The County’s project manager shall coordinate with the Vendor the return of any surplus assets, including materials, supplies, and equipment associated with the scope or work. 40. COLLIER COUNTY INFORMATION TECHNOLOGY REQUIREMENTS All vendor access will be done via VPN access only. All access must comply with current published County Manager Agency (CMA) policies. Current policies that apply are CMAs 5402, 5403 and 5405. These policies will be available upon request from the Information Technology Department. All vendors will be required to adhere to IT policies for access to the County network. Vendors are required to notify the County in writing twenty-four (24) hours in advance as to when access to the network is planned. Included in this request must be a detailed work plan with actions that will be taken at the time of access. The County IT Department has developed a Technical Architecture Requirements Document. 41. MAINTENANCE OF TRAFFIC POLICY For all projects that are conducted within a Collier County Right-of-Way, the Vendor shall provide and erect Traffic Control Devices as prescribed in the current edition of the Manual on Uniform Traffic Control Devices (MUTCD), where applicable on local roadways and as prescribed in the Florida Department of Transportation’s Design Standards (DS) on state roadways. These projects shall also comply with Collier County’s Maintenance of Traffic Policy, #5807, incorporated herein by reference. Copies are available through the Risk Page 2468 of 5243 Management and/or Procurement Services Division and are available on-line at colliergov.net/purchasing. The Vendor will be responsible for obtaining copies of all required manuals, MUTCD, FDOT Roadway & Traffic Design Standards Indexes, or other related documents, so to become familiar with their requirements. Strict adherence to the requirements of the Maintenance of Traffic (“MOT”) policy will be enforced under this Contract. All costs associated with the Maintenance of Traffic shall be included on the line item on the bid page. If MOT is required, MOT is to be provided within ten (10) days of receipt of Notice of Award. 42. DEBRIS Vendor shall be responsible for the removal and disposal of all debris from the site and the cleaning of the affected areas. Vendor shall keep the premises free of debris and unusable materials resulting from their work and as work progresses; or upon the request of the County’s representative, shall remove and dispose such debris and materials from the property. The Vendor shall leave all affected areas as they were prior to beginning work. 43. DIRECT MATERIAL PURCHASE 43.1 The County reserves the right to require Vendor to assign some or all of its agreements with material suppliers directly to the County. Any such goods and/or materials purchased by the County pursuant to such an assignment of a material supply agreement shall be referred to as “County Furnished Materials” and the responsibilities of both the County and the Vendor relating to said materials shall be governed by the terms and conditions of this solicitation. Additionally, the County at its sole option may choose to purchase some or all of the goods and/or materials from other suppliers. In either instance the County may require the following information from the Vendor: 43.1.1 Required quantities of material 43.1.2 Specifications relating to goods and/or materials required for job including brand and/or model number or type if applicable 43.1.3 Pricing and availability of goods and/or materials provided under Vendor’s agreements with material suppliers 44. GRANT COMPLIANCE The purchase of any goods and/or services that are funded through Federal Grant Appropriations, the State of Florida, or any other public or private foundations shall be subject to the compliance and reporting requirements of the granting agency. The Vendor agrees include with the bid submission all the completed and fully executed Grant documents provided as an attachment to the solicitation, or you may BE DEEMED NON- RESPONSIVE. 45. EQUIPMENT Vendor shall have available and in good working condition, the necessary equipment to perform the required service. If required by the County, the Vendor shall supply a list of equipment and an hourly rate for each. Hourly rates will commence once equipment arrives at the service site, unless otherwise agreed in writing by the Project Manager. Page 2469 of 5243 In the event that additional specialized and/or heavy equipment (backhoe, crane, mudhog, etc.) is needed, the Project Manager must be notified in advance for approval. The reimbursement of additional equipment expense shall be at cost and will commence once equipment arrives at the service site, unless otherwise agreed in writing by the Project Manager. The County reserves the right to request and obtain documentation of the Vendor’s cost for time and material projects, and to withhold payments until documentation is provided. All County-purchased equipment must be new and of current manufacture in production at the time of bid opening, and carry industry standard warranties. At the time of delivery, at least two (2) complete shop repair manuals and parts lists must be furnished with each type of equipment. Vendor must service all equipment prior to delivery and/or acceptance by the County. The scope of these specifications is to ensure the delivery of a complete unit ready for operation. Omission of any essential detail from these specifications does not relieve the Vendor from furnishing a complete unit. 46. STORAGE TANK INSTALLATION AND CLOSURE REQUIREMENTS (43-46 where applicable) The contractor shall ensure compliance with all NFPA regulations: specifically, 110 & 30/30A; FDEP chapter 62 regulations: specifically, 761, 762, 777, and 780; 376 & 403 Florida Statutes; and STI, UL, PEI, ASME, NACE, NLPA, NIST & API referenced standards pertaining to the storage of hazardous materials and petroleum products. The contractor shall notify the Solid& Hazardous Waste Management Department (SHWMD) prior to the installation, removal, or maintenance of any storage tank, including day tanks for generators, storing / will be storing petroleum products or hazardous materials. The contractor shall provide a 10 day and 48-hour notice to SHWMD 239-252-2508 prior to commencement. The contractor shall provide the plans pertaining to the storage tank systems containing hazardous materials / petroleum products to the SHWMD prior to plans submittal to a permitting entity and then SHWMD must approve the plans prior to contractor’s submittal for permitting. 47. 62-761.300 APPLICABILITY 47.1 General Requirements: 47.1.1 Underground storage tank systems: The requirements of this Chapter, unless specified otherwise, apply to owners and operators of facilities, or owners and operators of UST systems with individual storage tank capacities greater than110 gallons that contain or contained: (1) Vehicular fuel, subject to Chapter 17-61, F.A.C., after May 21, 1984 (2) Pollutants or hazardous substances after December 10, 1990; or (3) Regulated substances in unmaintained storage tank systems. 47.1.2 This rule is applicable to non-residential facilities. Under 40 C.F.R. 280, residential tanks greater than 1100 gallons containing motor fuels are subject to Federal UST rules (advisory information only-not required by this Chapter). Page 2470 of 5243 48. 62-762.301, F.A.C. APPLICABILITY 48.1 General Requirements: 48.1.1 Aboveground storage tank systems: The requirements of this chapter, unless specified otherwise, apply to owners and operators of facilities, or owners and operators of aboveground stationary storage tank systems with individual storage tank capacities greater than 550 gallons that contain or contained: Vehicular fuel, subject to Chapter 17-61, F.A.C., after May 21, 1984 (1) Vehicular fuel, subject to Chapter 17-61, F.A.C., after May 21, 1984; (2) Pollutants after March 12, 1991; or (3) Pollutants in unmaintained storage tank systems. 48.1.2 Aboveground compression vessels and hazardous substance storage tank systems: Owners and operators of compression vessels and hazardous substance storage tanks with capacities of greater than 110 gallons containing hazardous substances are only required to comply with subsections 62- 762.401(1)-(2), F.A.C. 48.1.3 Aboveground mineral acid storage tank systems: Owners and operators of facilities, or owners and operators of aboveground mineral acid storage tank systems with capacities of greater than 110 gallons containing mineral acids are only required to comply with Rule 62-762.891, F.A.C. 49. POLLUTION PREVENTION The Vendor is required to implement industry relevant pollution prevention and best management practices. Should pollution incidents occur, Collier County Pollution Control must be notified immediately. 50. DEFINITIONS 62-761.200(11) and 62-762.201(16), F.A.C.: “County” means a locally administered program under contract with the Department to perform compliance verification activities at facilities with storage tank systems. 62-761.200(48) and 62-762.201(62), F.A.C.: “Pollutants” includes any “product” as defined in Section 377.19(11), F.S., pesticides, ammonia, chlorine and derivatives thereof, excluding liquefied petroleum gas. 62-761.200(51) and 62-762.201(65), F.A.C.: “Product” as defined in Section 377.19(11), F.S., means any commodity made from oil or gas and includes refined crude oil, crude tops, topped crude, processed crude petroleum, residue from crude petroleum, cracking stock, uncracked fuel oil, fuel oil, treated crude oil, residuum, gas oil, casing head gasoline, natural gas gasoline, naphtha, distillate, condensate, gasoline, used oil, kerosene, benzene, wash oil, blended gasoline, lubricating oil, blends or mixtures of oil with one or more liquid products or byproducts derived from oil or gas, and blends or mixtures of two or more liquid products or byproducts derived from oil or gas, whether hereinabove enumerated or not. Page 2471 of 5243 62-761(73) and 62-762(84), F.A.C.: “Vehicular fuel” means a petroleum product used to fuel motor vehicles, including aircraft, watercraft and vehicles used on and off roads and rails. Certification: The Vendor hereby agrees to comply with the instructions above, by submission of a bid/proposal. Page 2472 of 5243