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