Loading...
Agenda 02/09/2016 Item #16F 5 Proposed Agenda Changes Board of County Commissioners Meeting February 9, 2016 Add On Item 10B: Recommendation to consider North Collier Fire Control and Rescue District's response to the County's settlement proposal regarding the provision of Advanced Life Support(ALS)Services in the District. (Commissioner's Fiala's request) Move Item 16A6 to Item 11D: Recommendation to approve and enter into a License Agreement with Naples Community Hospital,Inc.(NCH)for the purpose of the installation of two ground signs within County road right-of-way. (Commissioner Henning's request) Withdraw Item 16A9: Recommendation to approve a Hold Harmless and Indemnity Agreement,and Payment Bond in the amount of$343,991.09 in lieu of the required Final Waiver of Liens from the Utility Contractor for the preliminarily acceptance of the water and sewer facilities associated with Tamiami Crossings Shopping Center,PL20160000023. (Staff's request) Move Item 16D4 to Item 11E: Recommendation to approve a substantial amendment and subrecipient agreement presented by the Division of Community and Human Services for a project previously approved in the FY 2015-16 Action Plan for the Community Development Block Grant Program. This item has no new fiscal impact. (Commissioner Fiala's request) Continue Item 16F5 to the February 23,2016 BCC Meeting: Recommendation to award ITB 15-6522- Tourist Fulfillment Services to Phase V of Florida,LLC. and make a finding that this item promotes tourism. (Staff's request) Move Item 17A to Item 9B: This item requires that ex parte disclosure be provided by Commission members. Should a hearing be held on this item,all participants are required to be sworn in. Recommendation to(1)approve Ordinance No.2004-41,as amended,the Collier County Land Development Code,which established the comprehensive zoning regulations for the unincorporated area of Collier County, Florida by amending the appropriate zoning atlas map or maps by changing the zoning classification of the herein described real property from the Agricultural(A)zoning district and the Residential Planned Unit Development(RPUD)zoning district to a Residential Planned Unit Development(RPUD)zoning district for a 106.67±acre parcel to be known as the Rockedge RPUD to allow up to 266 dwelling units on property located near the northeast corner of the intersection of Sabal Palm Road and Collier Boulevard in Section 23, Township 50 South,Range 26 East,Collier County,Florida; providing for repeal of Ordinance No.06-31,the former Rockedge Residential Planned Unit Development; and providing an effective date [Petition PUDRPL20150002246].and(2)terminate agreement authorizing Affordable Housing Density Bonus and Imposing Covenants and Restrictions on Real Property. (Commissioner Henning's request) Time Certain Items Item 9A to be heard at 9:30 a.m.,immediately followed by Item 9B 2/9/2016 9:23 AM 2/9/2016 16.F.5. EXECUTIVE SUMMARY P.n.\ Recommendation to award ITB 15-6522 - Tourist Fulfillment Services to Phase V of Florida,LLC.and make a finding that this item promotes tourism. OBJECTIVE: To obtain a full service fulfillment services company to prepare, store and distribute tourism literature to various interested parties around the world. CONSIDERATIONS: The Naples,Marco Island,Everglades Convention&Visitors Bureau(CVB) is a part of Collier County Florida Government and is the marketing arm of the Collier County Tourist Development Council(TDC).The Collier County Tourism Division administers the work of both the TDC and the CVB. The Tourism Division regularly contracts with a company to fulfill requests for information, to answer incoming requests for information from toll-free numbers, publication responses, and from the Internet. Fulfillment services include,but are not limited to preparing and distributing tourism literature and storing literature, specialty items provided by the CVB to requestors, maintaining mailing lists and distributing special fulfillment projects as assigned by CVB staff and managing a hotel inventory during emergency situations. ITB 15-6522 was posted and emailed to 376 interested vendors on November 20, 2015. Thirty-nine (39) vendors downloaded the bid package,and 1 submitted a bid by the December 7th,2015 due date. Due to the limited number of submittals, staff performed research into the competitiveness of this solicitation to determine if an award is in the best interest of the County. This solicitation was found to be distributed by five (5) bid aggregators (Onvia, Bid Ocean, BidNet, etc), which exposes the County's solicitation to suppliers throughout the Country. Conversations were also held with a few vendors within t"-1 the southeast region of the United States that received the solicitation material, and their reason for not submitting a bid was their inability to perform both the call center functions and the warehousing and fulfillment. It is critical that these intake and distribution functions are performed by a single contractor, or a single contractor who is responsible for their subcontractor(s), to ensure service continuity to the visitors or companies requesting the materials. With these circumstances in mind, the bid tendered from Phase V of Florida, LLC was found to be consistent with the cost and services currently provided to Collier County Tourism Division for these services by the same vendor. Staff recommends award of this solicitation to the lowest responsive bidder, Phase V of Florida,LLC. FISCAL IMPACT: $124,356 is in the BCC approved FY 16 budget for the Tourism Division in Fund 184,Contractual Services. GROWTH MANAGEMENT IMPACT: There is no impact to the Growth Management Plan with this Executive Summary. ADVISORY BOARD RECOMMENDATION: The Tourist Development Council recommended approval of this item 6-0 at the January 25,2016 meeting. LEGAL CONSIDERATIONS: This item has been approved as to form and legality and requires majority vote for approval.—CMG RECOMMENDATION: Recommendation that the Board of County Commissioners awards ITB 15-6522 - Tourist Fulfillment Services to Phase V of Florida, LLC and make a finding that this item promotes tourism. Prepared by: Jack Wert,Tourism Director Packet Page-772- 2/9/201616.F.5. Attachments: (1) 15-6522 Solicitation, (2) Phase V Submission, (3) 15-6522 Bid —Fee Schedule,(4)Bid Tabulation, (5)Advertisements by bid aggregators tTh Packet Page-773- 2/9/2016 16.F.5. COLLIER COUNTY Board of County Commissioners Item Number: 16.16.F.16.F.5. Item Summary: Recommendation to award ITB 15-6522-Tourist Fulfillment Services to Phase V of Florida, LLC. and make a finding that this item promotes tourism. Meeting Date: 2/9/2016 Prepared By Name: GreenKelly Title:Tourist Development Tax Coordinator,Tourism Division 1/27/2016 2:26:45 PM Submitted by Title:Division Director-Tourism,Tourism Division Name: Wert Jack 1/27/2016 2:26:47 PM Approved By Name: Wert Jack Title: Division Director-Tourism,Tourism Division Date: 1/27/2016 2:50:13 PM Name:NorthrupAdam Title:Procurement Specialist,Procurement Services Date: 1/29/2016 12:28:18 PM Name: MarkiewiczJoanne Title: Division Director-Procurement Services,Procurement Services Date: 2/1/2016 8:39:54 AM Name: JohnsonScott Title: Manager-Procurement,Procurement Services Date: 2/1/2016 9:27:47 AM Name: GreeneColleen Packet Page -774- 2/9/2016 16.F.5. Title:Assistant County Attorney, CAO General Services Date: 2/2/2016 2:00:00 PM Name: TeachScott Title:Deputy County Attorney,County Attorney Date: 2/2/2016 2:21:59 PM Name: FinnEd Title:Management/Budget Analyst, Senior, Office of Management&Budget Date: 2/2/2016 4:27:53 PM Name: OchsLeo Title: County Manager, County Managers Office Date:2/3/2016 10:56:54 AM Packet Page -775- 2/9/2016 16.F.5. Co [�er County Administrative Services Department Procurement Services Division INVITATION TO BID Date: 11/20/2015 From: Adam Northrup, Procurement Strategist (239) 252-6098 (Telephone) (239) 252-6302 (FAX) adamnorthrup @colliergov.net (Email) To: Prospective Vendors Subject: Solicitation: 15-6522—Tourist Fulfillment Services As requested by the Tourist Development Council, the Collier County Board of County Commissioners Purchasing Department has issued this ITB for the purpose of obtaining fair and competitive responses. Please refer to the Public Notice included in this document for the opening date and time and any applicable pre-ITB conference. All questions regarding this ITB must be submitted online on the Collier County Purchasing Department Online Bidding System website: www.colliergov.net/bid. All responses to questions will be posted on the website with electronic notification to all prospective vendors. We look forward to your participation in Collier County's competitive procurement process. cc: Jack Wert, Director Tourism • r;. PrxermentSee+bes D vision•3327 Tameami Trail East•Naples,Florida 34112-4901•239-252{5407•wxx.cot e€OevnoUproeurementser:ices #15-6522 1 Tourist Fulfillment Services Packet Page -776- 2/9/2016 16.F.5. Invitation to Bid Index Public Notice 3 Exhibit I: Scope of Work, Specifications and Response Format 4 Exhibit II: General Bid Instructions 7 Exhibit III: Standard Purchase Order Terms and Conditions 13 Exhibit IV: Additional ITB Terms and Conditions 16 Attachment 1: Vendor Submittal -Vendor's Non-Response Statement 22 Attachment 2: Vendor's Check List 23 Attachment 3: Vendor Submittal - Bid Response Form 24 Attachment 4: Vendor Submittal— Local Vendor Preference Affidavit 26 Attachment 5: Vendor Submittal— Immigration Affidavit 27 Attachment 6: Vendor Substitute W—9 28 Attachment 7: Vendor Submittal - Insurance and Bonding Requirements 29 t\ #15-6522 2 Tourist Fulfillment Services Packet Page-777- 2/9/2016 16.F.5. Co ier County Administrative Services Department Procurement Services Division Public Notice Sealed bid responses for Solicitation 15-6522—Tourist Fulfillment Services, will be received electronically only at the Collier County Purchasing online bidding system at the following address; www.colliergov.net/bid until) 3:00PM, Collier County local time on 12/02/2015. Solicitation responses received after the stated time and date will not be accepted. Solicitation 15-6522—Tourist Fulfillment Services All questions regarding this ITB must be submitted online on the Collier County Purchasing Department Online Bidding System website: www.colliergov.net/bid. All responses to questions will be posted on the website with electronic notification to all prospective vendors. All solicitation responses must be made on the official ITB response form included and only available for download from the Collier County Purchasing Department Online Bidding System website noted herein. ITB Documents obtained from sources other than Collier County Purchasing may not be accurate or current. Collier County encourages vendors to utilize recycled paper on all manual bid response submittals. Collier County does not discriminate based on age, race, color, sex, religion, national origin, disability or marital status. BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA BY: /s/Joanne Markiewicz Director, Procurement Services Division Publicly posted on the Collier County Purchasing Department website: www.colliergov.net/purchasinq and in the lobby of the Purchasing Building on 11/20/2015. #15-6522 3 Tourist Fulfillment Services Packet Page-778- 2/9/2016 16.F.5. Exhibit I: Scope of Work, Specifications and Response Format As requested by the Collier County Tourist Development Council (hereinafter, the"Division or Department"), the Collier County Board of County Commissioners Purchasing Department (hereinafter, "County") has issued this Invitation to Bid (hereinafter, "ITB")with the intent of obtaining bids from interested and qualified firms in accordance with the terms, conditions and specifications stated or attached. The Vendor, at a minimum, must achieve the requirements of the Scope of Work and specifications stated. The results of this solicitation may be used by other County departments once awarded according to the Board of County Commissioners Purchasing Policy. Brief Description of Purchase The Naples, Marco Island, Everglades Convention &Visitors Bureau (CVB) is a part of Collier County Florida Government and is the marketing arm of the Collier County Tourist Development Council (TDC). The Collier County Tourism Department administers the work of both the TDC and the CVB. The Tourism Department desires to contract with a company to fulfill requests for information, to answer incoming requests for information from toll-free numbers, publication responses, and from the Internet. Fulfillment services include, but are not limited to preparing and distributing tourism literature and storing literature, specialty items provided by the CVB to requestors, maintaining mailing lists and distributing special fulfillment projects as assigned by CVB staff and managing a hotel inventory during emergency situations. Vendor should also provide a "Live Chat"feature and live operator assistance to callers on toll-free numbers and on the various tourism websites. Historically, County departments have spent approximately$75,000.00 per year. Detailed Scope of Work As a part of the tourist fulfillment and storage program, the successful vendor must: 1. Provide all necessary labor, materials, supplies, and equipment to store, retrieve, deliver and respond to a variety of telephone, email or web based inquiries from interested individuals. Subcontracting of one or more of these functions is allowable, as long as the contracted vendor is single source of contact for the County both fulfillment and storage. 2. Provide rates inclusive of all services as outlined on the Vendor Bid Schedule. 3. Provide monthly invoices outlining the services provided, including, but not limited to: a. Service description b. Quantity of each service c. Unit price of each service d. Extended price of each service e. Total 4. Provide a storage area that has adequate security measures in place to guarantee the safekeeping of all County documents from break-ins, floods, fire and any other natural or unnatural disasters. 5. Provide Call Center and Live Chat services located in North America on a 24/7 basis using CVB provided scripts to answer questions. #15-6522 4 Tourist Fulfillment Services Packet Page-779- 2/9/2016 16.F.5. 6. Provide business service hours between the hours of 8:00 a.m. to 5:00 p.m., Monday through Friday, excluding County recognized holidays. 7. Provide service to interested individuals within 72 business hours from the initial contact. 8. Provide a monthly summary report of all activities provided in the completion of this contract to the County's project manager; an annual summary report should be provide to the County's Purchasing Department at the time of contract renewal. 9. Document five (5) years or more of experience in fulfillment and call center activities; a. Provide a brief narrative of the vendors understanding of the overall intent of this ITB as well as the methods to be used to provide the required services. Identify any issues or concerns of significance. b. Details on vendor's knowledge of packing and shipping of materials and data base maintenance of inquiries received c. Provide evidence of customer service experience, storage and inventory operation, mail operation, and reporting capability. d. Provide a list of clients and account value for the last five years. Award Criteria ITB award criteria is as follows: • All questions on the Bid document shall be answered as to price(s), time requirements, and required document submissions. • Award shall be based upon the responses to all questions on the Bid Response Page(s). • Further consideration may include but not be limited to, references, completeness of bid response and past performances on other County bids/projects. • Prices will be read in public exactly as input on the electronic bid response form or written on the manually submitted Bid Response Page(s) at the time of the bid opening; however, should an error in calculations occur whenever unit pricing and price extensions are requested, the unit price shall prevail. Mathematical miscalculations may be corrected by the County to reflect the proper response. • The County's Purchasing Department reserves the right to clarify a vendor's proposal prior to the award of the solicitation. • It is the intent of Collier County to award to the lowest, qualified and responsive vendor(s) in accordance with the following methodology: • Insert prices for lines 1 through 8 in the column titled "Price". Those amounts will automatically be multiplied by the column titled "Multiplier", which will yield the line total. Line totals for items 1 - 8 will be added together to yield line 9. Report line 9 on Attachment 3: Bid Response form. • For additional service offered, please insert items into section 2. No items in this section should be fees relating to lines 1-8 above. • A bidder will be considered "non-responsive" to this request and disqualified from further consideration if any of the requested qualifications are not met. (listed in the section titled Detailed Scope of Work) • Collier County reserves the right to select one, or more than one suppliers, however, it is the intent to select single awardee. • The County reserves the right to issue a formal contract or standard County Purchase Order for the award of this solicitation. #15-6522 5 Tourist Fulfillment Services Packet Page-780- 2/9/2016 16.F.5. Term of Contract The contract term, if an award(s) is/are made is intended to be for two (2) years with one (1)two (2) year renewals. Prices shall remain firm for the initial term of this contract. Requests for consideration of a price adjustment must be made on the contract anniversary date, in writing, to the Purchasing Director. Price adjustments are dependent upon budget availability and program manager approval. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. Projected Timetable Event Date Issue Solicitation Notice 11/20/2015 Last Date for Receipt of Written Questions 11/30/2015; 3:00PM Solicitation Deadline Date and Time 12/02/2015 Anticipated Evaluation of Submittals Week of 12/02 Anticipated Board of County Commissioner's Contract January 2016 Approval Date Vendor Required Documents • Attachment 2: Vendor's Check List • Attachment 3: Vendor Bid Response Form • Attachment 4: Local Vendor Preference • Attachment 5: Immigration Law Affidavit • Attachment 6: Vendor Substitute W-9 • Attachment 7: Insurance and Bonding Requirement #15-6522 6 Tourist Fulfillment Services Packet Page-781- 2/9/2016 16.F.5. Exhibit II: General Bid Instructions 1. Purpose/Objective As requested by the Collier County departments or divisions identified in Exhibit 1, the Collier County Board of County Commissioners Purchasing Department (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 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 form furnished by the County noted in Attachments 2, 3, 4, 5, 6, and 7 of this ITB. No bid will be considered unless the Bid form is properly signed. 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. Pricing Vendors must provide unit prices using the unit of measured 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 in Exhibit I: Term of Contract. 3. 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 will be the basis for the rejection of the submitted bid response. All bids responses received without pricing for all alternates as listed will be considered technically non-responsive and will not be considered for award. 4. 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 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, must be submitted with Bid. Unless otherwise directed in the solicitation, the bid will not be considered unless samples are delivered to specified address by bid due date. The County shall be sole judge of equality or similarity, and its decision shall be final in the best interest. #15-6522 7 Tourist Fulfillment Services Packet Page-782- 2/9/2016 16.F.5. 5. Discounts 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. 6. Exceptions Vendors taking exception to any part or section of these specifications shall indicate such exceptions on a separate sheet entitled "EXCEPTIONS TO SPECIFICATIONS." Failure to indicate any exceptions to the specifications shall be interpreted as the Vendors intent to fully comply with the specifications as written. The County, at its sole discretion, shall determine if the exceptions are material in nature, and if the Vendor's exceptions may be declared grounds for rejection of bid proposal. 7. Addenda The County reserves the right to formally amend and/or clarify the requirements of the bid specifications where it deems necessary. Any such addendum/clarification shall be in writing and 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. Additionally, all addendums are posted on the Collier County Purchasing Department Online Bidding System website: www.colliergov.net/bid. Before submitting a bid response, please make sure that you have read all, understood clearly and complied completely with any changes stated in the addenda as failure to do so may result in the rejection of your submittal. 8. Bid Submission All electronic bids shall be submitted online via the Collier County Purchasing Department Online Bidding System: www.colliergov.net/bid. If paper bids must be submitted, all paper bids shall be submitted to the County Procurement Director, Collier County Government, Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112, by the date and time as stated in the Legal Notice. The County assumes no responsibility for bid responses received after the due date and time, or at any office or location other than that specified herein, whether due to mail delays, courier mistakes, mishandling, inclement weather or any other reason. Late bid responses shall be returned unopened, and shall not be considered for award. Vendors must submit one (1) paper copy clearly labeled "Master," and two (2) compact disks (CD's)with one copy of the proposal on each CD in Word, Excel or PDF. List the Solicitation Number and Title on the outside of the box or envelope. All bids sent by courier service must have the bid number and title on the outside of the courier packet. Vendors who wish to receive copies of bids after the bid opening may view and download same from the Collier County Purchasing Department Internet bid site. 9. Questions #15-6522 8 Tourist Fulfillment Services Packet Page -783- 2/9/2016 16.F.5. 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 Purchasing Department Internet website: www.colliergov.net/bid. Questions will not be answered after the date noted on the ITB. Vendors must clearly understand that the only official answer or position of the County will be the one stated on the Collier County Purchasing Department Online Bidding System website. For general questions, please call the referenced Procurement Strategist identified in the Public Notice. 10. Protests Any prospective vendor/proposer who desires to protest any aspect(s) or provision(s) of the solicitation (including the form of the solicitation documents or procedures) shall file their protest with the Procurement Director prior to the time of the bid opening strictly in accordance with the County's then current purchasing ordinance and policies. 11. Rejection and Waiver The County reserves the right to reject any and all bids, to waive defects in the form of bid, also to select the bid that best meets the requirements of the County. Vendors whose bids, past performance or current status do not reflect the capability, integrity or reliability to fully and in good faith perform the requirements denoted may be rejected as non- responsive. Bids that do not meet all necessary requirements of this solicitation or fail to provide all required information, documents or materials may be rejected as non-responsive. 12. Local Vendor Preference (LVP) The County is using the Competitive Sealed Quotation methodology of source selection for this procurement, as authorized by Ordinance Number 2013-69 establishing and adopting the Collier County Purchasing Ordinance. Local business means the vendor has a current Business Tax Receipt issued by the Collier County Tax Collector for at least one year prior to bid or proposal submission to do business within Collier County, and that identifies the business with a permanent physical business address located within the limits of Collier County from which the vendor's staff operates and performs business in an area zoned for the conduct of such business. A Post Office Box or a facility that receives mail, or a non-permanent structure such as a construction trailer, storage shed, or other non-permanent structure shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well-being of Collier County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, support and increase to the County's tax base, and residency of employees and principals of the business within Collier County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. A vendor who misrepresents the Local Preference status of its firm in a proposal or bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one year. Under this solicitation, bidders desiring to receive local preference will be invited and required to affirmatively state and provide documentation as set forth in the solicitation in support of their #15-6522 9 Tourist Fulfillment Services Packet Page -784- 2/9/2016 16.F.5. status as a local business. Any bidder who fails to submit sufficient documentation with their bid offer shall not be granted local preference consideration for the purposes of that specific contract award. Except where federal or state law, or any other funding source, mandates to the contrary, Collier County and its agencies and instrumentalities, will give preference to local businesses in the following manner. Competitive bid (local price match option). Each formal competitive bid solicitation shall clearly identify how the price order of the bids received will be evaluated and determined. When a qualified and responsive, non-local business submits the lowest price bid, and the bid submitted by one or more qualified and responsive local businesses is within ten percent of the price submitted by the non-local business, then the local business with the apparent lowest bid offer (i.e., the lowest local bidder) shall have the opportunity to submit an offer to match the price(s), less one (1)dollar, offered by the overall lowest, qualified and responsive bidder. In such instances, staff shall first verify if the lowest non-local bidder and the lowest local bidder are in fact qualified and responsive bidders. Next, the Purchasing Department shall determine if the lowest local bidder meets the requirements of Fla. Stat. Sec.287.087 (Preferences to businesses with drug-free workplace programs). If the lowest local bidder meets the requirements of Fla. Stat. Sec. 287.087, the Purchasing Department shall invite the lowest local bidder to submit a matching offer, less one (1) dollar, within five (5) business days thereafter. If the lowest local bidder submits an offer that fully matches the lowest bid, less one (1) dollar, from the lowest non-local bidder tendered previously, then award shall be made to the local bidder. If the lowest local bidder declines or is unable to match the lowest non-local bid price(s), then award will be made to the lowest overall qualified and responsive bidder. If the lowest local bidder does not meet the requirement of Fla. Stat. Sec 287.087, and the lowest non-local bidder does, award will be made to the bidder that meets the requirements of the reference state law. Bidder must complete and submit with their bid response the Affidavit for Claiming Status as a Local Business which is included as part of this solicitation. Failure on the part of a Bidder to submit this Affidavit with their bid response will preclude said Bidder from being considered for local preference on this solicitation. A Bidder who misrepresents the Local Preference status of its firm in a bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one (1) year. The County may, as it deems necessary, conduct discussions with responsible bidders determined to be in contention for being selected for award for the purpose of clarification to assure full understanding of, and responsiveness to solicitation requirements. 13. Immigration Affidavit Certification 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 (RFP) including professional services and construction services. Exceptions to the program: #15-6522 10 Tourist Fulfillment Services Packet Page-785- 2/9/2016 16.F.5. • Commodity based procurement where no services are provided. • Where the requirement for the affidavit is waived by the Board of County Commissioners Vendors / Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor's/bidder's proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Vendors are also required to provide the Collier County Purchasing Department an executed affidavit certifying they shall comply with the E-Verify Program. The affidavit is attached to the solicitation documents. If the BidderNendor does not comply with providing both the acceptable E-Verify evidence and the executed affidavit the bidder's /vendor's proposal may be deemed non-responsive. Additionally, vendors shall require all subcontracted vendors to use the E-Verify system for all purchases not covered under the "Exceptions to the program" clause above. 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. 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 All firms are hereby placed on NOTICE that the County Commission does not wish to be lobbied either individually or collectively about a project for which a firm has submitted a bid. Firms and their agents are not to contact members of the County Commission for such purposes as meetings of introduction, luncheons, dinners, etc. During the bidding process, from bid opening to final Board approval, no firm or its agent shall contact any other employee of Collier County with the exception of the Purchasing Department. 15. Certificate of Authority to Conduct Business in the State of Florida (Florida 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.orq/search.html) prior to execution of a contract. A copy of the document may be submitted with the solicitation response and the document number shall 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. General Information #15-6522 11 Tourist Fulfillment Services Packet Page -786- 2/9/2016 16.F.5. 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 ask vendors to submit certification that they have a drug-free workplace in accordance with Section 287.087 Florida Statutes. Should all vendors provide said certification; the County will give local vendor preference. 17. Bid Award Process Award of contract will be made by the Board of County Commissioners in public session. Award shall be made in a manner consistent with the County's Purchasing Policy. Award recommendations will be posted outside the offices of the Purchasing Department as well as on the Collier County Purchasing Department website on Wednesdays and Thursdays prior to the County Commission meetings. Any actual or prospective respondent who desires to formally protest the recommended contract award must file a notice of intent to protest with the Procurement Director within two (2) calendar days (excluding weekends and County holidays) of the date that the recommended award is posted. Upon filing of said notice, the protesting party will have five (5) days to file a formal protest and will be given instructions as to the form and content requirements of the formal protest. A copy of the "Protest Policy" is available at the office of the Procurement Director. #15-6522 12 Tourist Fulfillment Services Packet Page -787- 2/9/2016 16.F.5. Exhibit III: Standard Purchase Order Terms and Conditions 1. Offer delivery; provided that risk of loss prior to This offer is subject to cancellation by the actual receipt of the goods by the COUNTY COUNTY without notice if not accepted by nonetheless remain with VENDOR. VENDOR within fourteen (14)days of issuance. b) No charges will be paid by the COUNTY for packing, crating or cartage unless otherwise 2. Acceptance and Confirmation specifically stated in this Purchase Order. This Purchase Order (including all documents Unless otherwise provided in Purchase attached to or referenced therein) constitutes Order, no invoices shall be issued nor the entire agreement between the parties, unless payments made prior to delivery. Unless otherwise specifically noted by the COUNTY on freight and other charges are itemized, any the face of this Purchase Order. Each delivery of discount will be taken on the full amount of goods and/or services received by the COUNTY invoice. from VENDOR shall be deemed to be upon the c) All shipments of goods scheduled on the terms and conditions contained in this Purchase same day via the same route must be Order. consolidated. Each shipping container must be consecutively numbered and marked to No additional terms may be added and Purchase show this Purchase Order number. The Order may not be changed except by written container and Purchase Order numbers must instrument executed by the COUNTY. VENDOR be indicated on bill of lading. Packing slips is deemed to be on notice that the COUNTY must show Purchase Order number and objects to any additional or different terms and must be included on each package of less conditions contained in any acknowledgment, than container load (LCL) shipments and/or invoice or other communication from VENDOR, with each car load of equipment. The notwithstanding the COUNTY'S acceptance or COUNTY reserves the right to refuse or payment for any delivery of goods and/or return any shipment or equipment at services, or any similar act by VENDOR. VENDOR'S expense that is not marked with Purchase Order numbers. VENDOR agrees 3. Inspection to declare to the carrier the value of any All goods and/or services delivered hereunder shipment made under this Purchase Order shall be received subject to the COUNTY'S and the full invoice value of such shipment. inspection and approval and payment therefore d) All invoices must contain the Purchase Order shall not constitute acceptance. All payments are number and any other specific information as subject to adjustment for shortage or rejection. identified on the Purchase Order. Discounts All defective or nonconforming goods will be of prompt payment will be computed from the returned pursuant to VENDOR'S instruction at date of receipt of goods or from date of VENDOR'S expense. receipt of invoices, whichever is later. Payment will be made upon receipt of a To the extent that a purchase order requires a proper invoice and in compliance with series of performances by VENDOR, the Chapter 218, Fla. Stats., otherwise known as COUNTY prospectively reserves the right to the "Local Government Prompt Payment cancel the entire remainder of the Purchase Act," and, pursuant to the Board of County Order if goods and/or services provided early in Commissioners Purchasing Policy. the term of the Purchase Order are non-conforming or otherwise rejected by the 5. Time Is Of the Essence COUNTY. Time for delivery of goods or performance of services under this Purchase Order is of the 4. Shipping and Invoices essence. Failure of VENDOR to meet delivery a) All goods are FOB destination and must be schedules or deliver within a reasonable time, as suitably packed and prepared to secure the interpreted by the COUNTY in its sole judgment, lowest transportation rates and to comply shall entitle the COUNTY to seek all remedies with all carrier regulations. Risk of loss of available to it at law or in equity. VENDOR any goods sold hereunder shall transfer to agrees to reimburse the COUNTY for any the COUNTY at the time and place of expenses incurred in enforcing its rights. #15-6522 13 Tourist Fulfillment Services Packet Page -788- 2/9/2016 16.F.5. VENDOR further agrees that undiscovered VENDOR shall indemnify and hold harmless the delivery of nonconforming goods and/or services COUNTY from any and all claims, including is not a waiver of the COUNTY'S right to insist claims of negligence, costs and expenses, upon further compliance with all specifications. including but not limited to attorneys' fees, arising from, caused by or related to the injury or death 6. Changes of any person (including but not limited to The COUNTY may at any time and by written employees and agents of VENDOR in the notice make changes to drawings and performance of their duties or otherwise), or specifications, shipping instructions, quantities damage to property (including property of the and delivery schedules within the general scope COUNTY or other persons), which arise out of or of this Purchase Order. Should any such change are incident to the goods and/or services to be increase or decrease the cost of, or the time provided hereunder. required for performance of the Purchase Order, an equitable adjustment in the price and/or 11. Warranty of Non-Infringement delivery schedule will be negotiated by the VENDOR represents and warrants that all goods COUNTY and VENDOR. Notwithstanding the sold or services performed under this Purchase foregoing, VENDOR has an affirmative obligation Order are: a) in compliance with applicable laws; to give notice if the changes will decrease costs. b) do not infringe any patent, trademark, Any claims for adjustment by VENDOR must be copyright or trade secret; and c) do not constitute made within thirty (30) days from the date the unfair competition. change is ordered or within such additional period of time as may be agreed upon by the VENDOR shall indemnify and hold harmless the parties. COUNTY from and against any and all claims, including claims of negligence, costs and 7. Warranties expense, including but not limited to attorneys' VENDOR expressly warrants that the goods fees, which arise from any claim, suit or and/or services covered by this Purchase Order proceeding alleging that the COUNTY'S use of will conform to the specifications, drawings, the goods and/or services provided under this samples or other descriptions furnished or Purchase Order are inconsistent with VENDOR'S specified by the COUNTY, and will be of representations and warranties in section 11 (a). satisfactory material and quality production, free from defects and sufficient for the purpose If any claim which arises from VENDOR'S breach intended. Goods shall be delivered free from any of section 11 (a) has occurred, or is likely to security interest or other lien, encumbrance or occur, VENDOR may, at the COUNTY'S option, claim of any third party. These warranties shall procure for the COUNTY the right to continue survive inspection, acceptance, passage of title using the goods or services, or replace or modify and payment by the COUNTY. the goods or services so that they become non-infringing, (without any material degradation 8. Statutory Conformity in performance, quality, functionality or additional Goods and services provided pursuant to this cost to the COUNTY). Purchase Order, and their production and transportation shall conform to all applicable 12. Insurance Requirements laws, including but not limited to the Occupational The VENDOR, at its sole expense, shall provide Health and Safety Act, the Federal commercial insurance of such type and with such Transportation Act and the Fair Labor Standards terms and limits as may be reasonably Act, as well as any law or regulation noted on the associated with the Purchase Order. Providing face of the Purchase Order. and maintaining adequate insurance coverage is a material obligation of the VENDOR. All 9. Advertising insurance policies shall be executed through No VENDOR providing goods and services to the insurers authorized or eligible to write policies in COUNTY shall advertise the fact that it has the State of Florida. contracted with the COUNTY for goods and/or services, or appropriate or make use of the 13. Compliance with Laws COUNTY'S name or other identifying marks or In fulfilling the terms of this Purchase Order, property without the prior written consent of the VENDOR agrees that it will comply with all COUNTY'S Purchasing Department. federal, state, and local laws, rules, codes, and ordinances that are applicable to the conduct of ^ j its business. By way of non-exhaustive example, 10. Indemnification this shall include the American with Disabilities Act and all prohibitions against discrimination on #15-6522 14 Tourist Fulfillment Services Packet Page -789- 2/9/2016 16.F.5. the basis of race, religion, sex creed, national conditions of this Purchase Order, provided that origin, handicap, marital status, or veterans' COUNTY has provided VENDOR with notice of status. Further, VENDOR acknowledges and such breach and VENDOR has failed to cure without exception or stipulation shall be fully within 10 days of receipt of such notice. responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 19. General as located at 8 U.S.C. 1324, et seq. and a) This Purchase Order shall be governed by regulations relating thereto, as either may be the laws of the State of Florida. The venue amended. Failure by the awarded firm(s) to for any action brought to specifically enforce comply with the laws referenced herein shall any of the terms and conditions of this constitute a breach of the award agreement and Purchase Order shall be the Twentieth the County shall have the discretion to Judicial Circuit in and for Collier County, unilaterally terminate said agreement Florida immediately. Any breach of this provision may b) Failure of the COUNTY to act immediately in be regarded by the COUNTY as a material and response to a breach of this Purchase Order substantial breach of the contract arising from by VENDOR shall not constitute a waiver of this Purchase Order. breach. Waiver of the COUNTY by any default by VENDOR hereunder shall not be 14. Force Majeure deemed a waiver of any subsequent default Neither the COUNTY nor VENDOR shall be by VENDOR. responsible for any delay or failure in c) All notices under this Purchase Order shall performance resulting from any cause beyond be sent to the respective addresses on the their control, including, but without limitation to face page by certified mail, return receipt war, strikes, civil disturbances and acts of nature. requested, by overnight courier service, or by When VENDOR has knowledge of any actual or personal delivery and will be deemed potential force majeure or other conditions which effective upon receipt. Postage, delivery and will delay or threatens to delay timely other charges shall be paid by the sender. A performance of this Purchase Order, VENDOR party may change its address for notice by shall immediately give notice thereof, including all written notice complying with the ^ relevant information with respects to what steps requirements of this section. VENDOR is taking to complete delivery of the d) The Vendor agrees to reimbursement of any goods and/or services to the COUNTY. travel expenses that may be associated with this Purchase Order in accordance with 15. Assignment Florida Statute Chapter 112.061, Per Diem VENDOR may not assign this Purchase Order, and Travel Expenses for Public Officers, nor any money due or to become due without the employees and authorized persons. prior written consent of the COUNTY. Any e) In the event of any conflict between or assignment made without such consent shall be among the terms of any Contract Documents deemed void. related to this Purchase Order, the terms of the Contract Documents shall take 16. Taxes precedence over the terms of the Purchase Goods and services procured subject to this Order. To the extent any terms and for Purchase Order are exempt from Florida sales conditions of this Purchase Order duplicate and use tax on real property, transient rental or overlap the Terms and Conditions of the property rented, tangible personal purchased or Contract Documents, the provisions of the rented, or services purchased (Florida Statutes, Terms and/or Conditions that are most Chapter 212), and from federal excise tax. favorable to the County and/or provide the greatest protection to the County shall 17. Annual Appropriations govern. The COUNTY'S performance and obligation to pay under this Purchase Order shall be contingent upon an annual appropriation of funds. 18. Termination This Purchase Order may be terminated at any time by the COUNTY upon 30 days prior written notice to the VENDOR. This Purchase Order may be terminated immediately by the COUNTY for breach by VENDOR of the terms and #15-6522 15 Tourist Fulfillment Services Packet Page -790- 2/9/2016 16.F.5. Exhibit IV: Additional ITB Terms and Conditions 1. Additional Items and/or Services During the contract term, Collier County reserves the right to add related items and/or services upon negotiation of a satisfactory price by the Project Manager and Vendor. 2. Conflict of Interest Vendor shall provide a list of any businesses and/or organizations to which the firm has any affiliation or obligations within the past five (5) years; whether paid or donated, which could be construed by the County as a conflict of interest. Disclosure of any potential or actual conflict of interest is subject to County staff review and does not in and of itself disqualify a firm from consideration. These disclosures are intended to identify and or preclude conflict of interest situations during contract selection and execution. 3. Vendor Performance Evaluation Collier County has implemented a Vendor Performance Evaluation System for all contracts awarded in excess of$25,000. To this end, vendors will be evaluated on their performance upon completion/termination of agreement. 4. Deductions for Non-Performance The County reserves the right to deduct a portion of any invoice for goods not delivered, or tTh 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. 5. 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. 6. Environmental Health and Safety 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. 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. All new electrical installations shall incorporate NFPA 70E Short Circuit Protective Device Coordination and Arc Flash Studies where relevant as determined by the engineer. All electrical installations shall be labeled with appropriate NFPA 70E arch flash boundary and PPE Protective labels. #15-6522 16 Tourist Fulfillment Services Packet Page -791- 2/9/2016 16.F.5. 7. Florida Wood Products The Vendor/Contractor 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. 8. Public Records Compliance The Vendor/Contractor agrees to comply with the Florida Public Records Law Chapter 119 (including specifically those contractual requirements at F.S. § 119.0701(2) (a)-(d) and (3)), ordinances, codes, rules, regulations and requirements of any governmental agencies. 9. 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. 10. 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/Contractor the return of any surplus assets, including materials, supplies, and equipment associated with the scope or work. 11. 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, RFP, and/or quotes; and, c. immediate termination of any contract held by the individual and/or firm for cause. 12. Invoice and Payments Payments are made in accordance with the Local Government Prompt Payment Act, Chapter 218, Florida Statutes. Vendor's invoices must include: • Purchase Order Number • Description and quantities of the goods or services provided per instructions on the County's purchase order or contract. #15-6522 17 Tourist Fulfillment Services Packet Page -792- 2/9/2016 16.F.5. Invoices shall be sent to: Board of County Commissioners Clerk's Finance Department ATTN: Accounts Payable 3299 Tamiami Trail E Ste 700 Naples FL 34112 Or emailed to: bccapclerkcollierclerk.com. Collier County, in its sole discretion, will determine the method of payment for goods and/or services as part of this agreement. Payment methods include: • Traditional— payment by check, wire transfer or other cash equivalent. • Standard —payment by purchasing card. Collier County's Purchasing Card Program is supported by standard bank credit suppliers (i.e. VISA and MasterCard), and as such, is cognizant of the Rules for VISA Merchants and MasterCard Merchant Rules. The County may not accept any additional surcharges (credit card transaction fees) as a result of using the County's credit card for transactions relating to this solicitation. The County will entertain bids clearly stating pricing for standard payment methods. An additional separate discounted price for traditional payments may be provided at the initial bid submittal if it is clearly marked as an "Additional Cash Discount." Upon execution of the Contract and completion of each month's work, payment requests may be submitted to the Project Manager on a monthly basis by the Contractor for services rendered for that prior month. Services beyond sixty (60) days from current monthly invoice will not be considered for payment without prior approval from the Project manager. All invoices should be submitted within the fiscal year the work was performed. (County's fiscal year is October 1 - September 30.) Invoices submitted after the close of the fiscal year will not be accepted (or processed for payment) unless specifically authorized by the Project Manager. 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 (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 this agreement. In instances where the successful contractor 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. 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. 13. Survivability #15-6522 18 Tourist Fulfillment Services Packet Page-793- 2/9/2016 16.F.5. Purchase Orders: The Consultant/Contractor/Vendor agrees that any Purchase Order that extends beyond the expiration date of the original Solicitation 15-6522 will survive and remain subject to the terms and conditions of that Agreement until the completion or termination of this Purchase Order. 14. Insurance Requirements 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 Insurance and Bonding Requirements Attachment of this solicitation. The Vendor shall procure and maintain property insurance upon the entire project, if required, to the full insurable value of the scope of work. 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 County's separate Vendors, Design Consultants and Subcontractors and shall require each of them to include similar waivers in their contracts. Collier County shall be responsible for purchasing and maintaining, its own liability insurance. Certificates issued as a result of the award of this solicitation must identify"For any and all work performed on behalf of Collier County." 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. Collier County Board of County Commissioners shall be named as the Certificate Holder. The "Certificate Holder" should read as follows: Collier County Board of County Commissioners Naples, Florida The amounts and types of insurance coverage shall conform to the minimum requirements set forth in the Insurance and Bonding Requirements 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. 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. 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 #15-6522 19 Tourist Fulfillment Services Packet Page-794- 2/9/2016 16.F.5. Vendor hereunder, Vendor shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. 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 this Agreement or any other agreement between the County and Vendor. The 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. 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. 15. 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. 16. Direct Material Purchase 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: • Required quantities of material. • Specifications relating to goods and/or materials required for job including brand and/or model number or type if applicable • Pricing and availability of goods and/or materials provided under Vendor's agreements with material suppliers 17. 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. 18. Equipment #15-6522 20 Tourist Fulfillment Services Packet Page-795- 2/9/2016 16.F.5. Vendor shall have available and in good working condition, the necessary equipment to perform the required service. If required, 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. 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. The County reserves the right to request and obtain documentation of the Vendor's cost, and to withhold payments until documentation is provided. 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. All equipment must be new and of current manufacture in production at the time of ITB opening, and carry 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. #15-6522 21 Tourist Fulfillment Services Packet Page -796- 2/9/2016 16.F.5. Colter County Administrative Services Department Attachment 1: Vendor Submittal -Vendor's Non-Response Statement The sole intent of the Collier County Purchasing Department is to issue solicitations that are clear, concise and openly competitive. Therefore, we are interested in ascertaining reasons why prospective Vendors did not wish to respond to this ITB. If your firm is not responding to this ITB, please indicate the reason(s) by checking any appropriate item(s) listed below and return this form via email or fax to the Procurement Strategist listed on the first page or mail to: Collier County Purchasing Department, 3327 Tamiami Trail East, Naples, Florida 34112. We are not responding to this ITB for the following reason(s): Solicitation: 15-6522—Tourist Fulfillment Services ❑ Services requested not available through our company. ❑ Our firm could not meet specifications/scope of work. ❑ Specifications/scope of work not clearly understood (too vague, rigid, etc.) ❑ Project is too small. n Insufficient time allowed for preparation of response. ❑ Incorrect address used. Please correct mailing address: ❑ Other reason(s): Firm's Complete Legal Name Address City, State, Zip Telephone Number FAX Number Signature/Title Type Name of Signature Date: #15-6522 22 Tourist Fulfillment Services Packet Page-797- 2/9/2016 16.F.5. Cott ler County Administrative Services Department Procurement Services Division Attachment 2: Vendor's Check List IMPORTANT: THIS SHEET MUST BE SIGNED BY VENDOR. Please read carefully, sign in the spaces indicated and return with bid. Vendor should check off each of the following items as the necessary action is completed: 1. The Bid has been signed. 2. The Bid prices offered have been reviewed. 3. The price extensions and totals have been checked. 4. The payment terms have been indicated. 5. Any required drawings, descriptive literature, etc. have been included. 6. Any delivery information required is included. 7. If required, the amount of bid bond has been checked, and the bid bond or cashiers check has been included. 8. Addendum have been signed and included, if applicable. 9. Affidavit for Claiming Status as a Local Business, if applicable. 10. Immigration Affidavit and company's E-Verify profile page or memorandum of understanding. 11. Copies of licenses, equipment lists, subcontractors or any other information as noted in this ITB. 12. The mailing envelope must be addressed to: Procurement Director Collier County Government Purchasing Department 3327 Tamiami Trail E Naples FL 34112 The mailing envelope must be sealed and marked with: • Solicitation: 15-6522—Tourist Fulfillment Services • Opening Date: 12/02/2015; 3:00PM 13. The bid will be mailed or delivered in time to be received no later than the specified opening date and time. (Otherwise bid cannot be considered.) 14. If submitting a manual bid, include any addenda (initialed and dated noting understanding and receipt). If submitting bid electronically, bidder will need to download all related documents on www.colliergov.net/bid. The system will date and time stamp when the addendum files were downloaded ALL COURIER DELIVERED BIDS MUST HAVE THE BID NUMBER AND TITLE ON THE OUTSIDE OF THE COURIER PACKET. Company Name Signature &Title Date #15-6522 23 Tourist Fulfillment Services Packet Page-798- 2/9/2016 16.F.5. Co ter County Administrative Services Department Procurement Services Division Attachment 3: Vendor Submittal -Bid Response Form FROM: Board of County Commissioners Collier County Government Center Naples, Florida 34112 RE: Solicitation: 15-6522—Tourist Fulfillment Services Dear Commissioners: The undersigned, as Vendor, hereby declares that the specifications have been fully examined and the Vendor is fully informed in regard to all conditions pertaining to the work to be performed for as per the scope of work. The Vendor further declares that the only persons, company or parties interested in this Bid or the Contract to be entered into as principals are named herein; that this Bid is made without connection with any other person, company or companies submitting a Bid; and it is all respects fair and in good faith, without collusion or fraud. The Vendor proposes and agrees if this bid is accepted, to comply with the requirements in full and in accordance with the terms, conditions and specifications denoted herein. The Vendor agrees to provide the following: Item Description Total 9 Total (lines 1-8) Any discounts or terms must be shown on the Bid Response Form. Such discounts, if any, will be considered and computed in the tabulation of the bids. In no instance should terms for less than fifteen (15) days payment be offered. Prompt Payment Terms: % Days; Net_ Days ® Bid Response Form is electronic. Please input your prices online. Note: If you choose to bid manually, please submit an ORIGINAL and ONE COPY of your bid response pages. The undersigned do agree that should this Bid be accepted, to execute a formal contract, if required, and present the formal contract to the County Procurement Director for approval within fifteen (15) days after being notified of an award. #15-6522 24 Tourist Fulfillment Services Packet Page -799- 2/9/2016 16.F.5. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this day of , 20 in the County of , in the State of Firm's Complete Legal Name Address City, State, Zip Florida Certificate of Authority Document Number Federal Tax Identification Number CCR#or CAGE Code Telephone Number FAX Number Signature/Title Type Name of Signature Date Additional Contact Information Send Payments To: (REQUIRED ONLY if different from above) Firm's Complete Legal Name Address City, State, Zip Contact Name Telephone Number FAX Number Email Address #15-6522 25 Tourist Fulfillment Services Packet Page -800- 2/9/2016 16.F.5. Coiner County Administrative Services Department Procurement Services Division Attachment 4: Vendor Submittal — Local Vendor Preference Affidavit Solicitation: 15-6522—Tourist Fulfillment Services (Check Appropriate Boxes Below) State of Florida(Select County if Vendor is described as a Local Business El Collier County El Lee County Vendor affirms that it is a local business as defined by the Purchasing Policy of the Collier County Board of County Commissioners and the Regulations Thereto. As defined in Section XI of the Collier County Purchasing Policy: Local business means the vendor has a current Business Tax Receipt issued by the Collier County Tax Collector for at least one year prior to bid or proposal submission to do business within Collier County, and that identifies the business with a permanent physical business address located within the limits of Collier County from which the vendor's staff operates and performs business in an area zoned for the conduct of such business. A Post Office Box or a facility that receives mail, or a non-permanent structure such as a construction trailer, storage shed, or other non-permanent structure shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a"local business" unless it contributes to the economic development and well-being of Collier County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, support and increase to the County's tax base, and residency of employees and principals of the business within Collier County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a"local business" under this section.A vendor who misrepresents the Local Preference status of its firm in a proposal or bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one year under this section. Vendor must complete the following information: Year Business Established in El Collier County or❑ Lee County: Number of Employees (Including Owner(s)or Corporate Officers): Number of Employees Living in El Collier County or❑ Lee (Including Owner(s)or Corporate Officers): If requested by the County, vendor will be required to provide documentation substantiating the information given in this affidavit. Failure to do so will result in vendor's submission being deemed not applicable. Vendor Name: Date: Address in Collier or Lee County: Signature: Title: STATE OF FLORIDA El COLLIER COUNTY El LEE COUNTY Sworn to and Subscribed Before Me, a Notary Public, for the above State and County, on this Day of , 20 Notary Public /Th My Commission Expires: (AFFIX OFFICIAL SEAL) #15-6522 26 Tourist Fulfillment Services Packet Page -801- 2/9/2016 16.F.5. Co Ye-r County Administrative Services Department Procurement Services Division Attachment 5: Vendor Submittal—Immigration Affidavit Solicitation: 15-6522—Tourist Fulfillment Services This Affidavit is required and should be signed, notarized by an authorized principal of the firm and submitted with formal Invitations to Bid (ITB's)and Request for Proposals (RFP)submittals. Further, Vendors/ Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor's/bidder's proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Failure to include this Affidavit and acceptable evidence of enrollment in the E-Verify program, may deem the Vendor/ Bidder's proposal as non-responsive. Collier County will not intentionally award County contracts to any vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e)of the Immigration and Nationality Act("INA"). Collier County may consider the employment by any vendor of unauthorized aliens a violation of Section 274A(e)of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A(e)of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s))and agrees to comply with the provisions of the Memorandum of Understanding with E- Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E-Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor's/Bidder's proposal. Company Name Print Name Title Signature Date State of County of The foregoing instrument was signed and acknowledged before me this day of ,20 , by who has produced as identification. (Print or Type Name) (Type of Identification and Number) Notary Public Signature Printed Name of Notary Public Notary Commission Number/Expiration The signee of this Affidavit guarantees, as evidenced by the sworn affidavit required herein, the truth and accuracy of this affidavit to interrogatories hereinafter made. #15-6522 27 Tourist Fulfillment Services Packet Page -802- 2/9/2016 16.F.5. Goiter County Administrative Services Department Procurement Services Division Attachment 6: Vendor Substitute W—9 Request for Taxpayer Identification Number and Certification In accordance with the Internal Revenue Service regulations, Collier County is required to collect the following information for tax reporting purposes from individuals and companies who do business with the County (including social security numbers if used by the individual or company for tax reporting purposes). Florida Statute 119.071(5) require that the county notify you in writing of the reason for collecting this information, which will be used for no other purpose than herein stated. Please complete all information that applies to your business and return with your quote or proposal. 1. General Information (provide all information) Taxpayer Name (as shown on income tax return) Business Name (if different from taxpayer name) Address City State Zip Telephone FAX Email Order Information Remit/Payment Information Address Address City State Zip City State Zip FAX FAX Email Email 2. Company Status (check only one) Individual/Sole Proprietor _Corporation Partnership Tax Exempt(Federal income tax-exempt entity Limited Liability Company under Internal Revenue Service guidelines IRC 501 (c)3) Enter the tax classification (D=Disregarded Entity, C=Corporation, P=Partnership) 3. Taxpayer Identification Number(for tax reporting purposes only) Federal Tax Identification Number(TIN) (Vendors who do not have a TIN,will be required to provide a social security number prior to an award of the contract.) 4. Sign and Date Form Certification: Under penalties of perjury, I certify that the information shown on this form is correct to my knowledge. Signature Date Title Phone Number #15-6522 28 Tourist Fulfillment Services Packet Page -803- 2/9/2016 16.F.5. CAL County Administrative Services Department Procurement Services Division Attachment 7: Vendor Submittal - Insurance and Bonding Requirements Insurance/Bond Type Required Limits 1. ®Worker's Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Compensation Statutory Limits and Requirements 2. ❑ Employer's Liability $ single limit per occurrence 3. ® Commercial General Bodily Injury and Property Damage Liability(Occurrence Form) patterned after the current $1,000,000 single limit per occurrence, $2,000,000 aggregate for Bodily Injury ISO form Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. ® Indemnification To the maximum extent permitted by Florida law, the Contractor/Vendor/Consultant shall indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys'fees and paralegals'fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the ContractorNendor/Consultant or anyone employed or utilized by the Contractor/Vendor/Consultant in the performance of this Agreement. 4. ❑ Automobile Liability $ Each Occurrence; Bodily Injury& Property Damage, Owned/Non-owned/Hired; Automobile Included 5. ® Other insurance as ❑Watercraft $ Per Occurrence noted: ❑ United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage (Jones Act)shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence ❑ Pollution $ Per Occurrence ® Professional Liability (E&O) $ 1,000,000 per claim and in the aggregate • $1,000,000 per claim and in the aggregate • $2,000,000 per claim and in the aggregate ❑ Project Professional Liability $ Per Occurrence ❑ Valuable Papers Insurance $ Per Occurrence #15-6522 29 Tourist Fulfillment Services Packet Page -804- 2/9/2016 16.F.5. 6. ❑ Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All �. checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 7. ❑ Performance and For projects in excess of$200,000, bonds shall be submitted with the Payment Bonds executed contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as "A-"or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 8. ® Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 9. ® Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. 10. ® The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County . The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project - description, or must read: For any and all work performed on behalf of Collier County. 11. ® Thirty (30) Days Cancellation Notice required. Ljb 9/23/2015 Vendor's Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. Name of Firm Date Vendor Signature Print Name Insurance Agency Agent Name Telephone Number #15-6522 30 Tourist Fulfillment Services Packet Page -805- 2/9/2016 16.F.5. Co •er County Administrative Services Department Procurement Services Division Attachment 2: Vendor's Check List IMPORTANT: THIS SHEET MUST BE SIGNED BY VENDOR. Please read carefully, sign in the spaces indicated and return with bid. Vendor should check off each of the following items as the necessary action is completed: 1. The Bid has been signed. 2. The Bid prices offered have been reviewed. 3. The price extensions and totals have been checked. 4. The payment terms have been indicated. 5. Any required drawings, descriptive literature, etc. have been included. 6. Any delivery information required is included. 7. If required, the amount of bid bond has been checked, and the bid bond or cashiers check has been included. 8. Addendum have been signed and included, if applicable. 9. Affidavit for Claiming Status as a Local Business, if applicable. 10. Immigration Affidavit and company's E-Verify profile page or memorandum of understanding. 11. Copies of licenses, equipment lists, subcontractors or any other information as noted in this �-• (TB. 12. The mailing envelope must be addressed to: Procurement Director Collier County Government Purchasing Department 3327 Tamiami Trail E Naples FL 34112 The mailing envelope must be sealed and marked with: 8 Solicitation: 15-6522—Tourist Fulfillment Services O Opening Date: 12/02/2015; 3:00PM 13. The bid will be mailed or delivered in time to be received no later than the specified opening date and time. (Otherwise bid cannot be considered.) 14. if submitting a manual bid, include any addenda (initialed and dated noting understanding and receipt). If submitting bid electronically, bidder will need to download all related documents on www.colliergov.net/bid. The system will date and time stamp when the addendum files were downloaded ALL COURIER DELIVERED BIDS MUST HAVE THE B,,a NUMBER AND TITLE ON THE OUTSIDE OF THE COURIER PACKET. Pfi.r ,"r i re i,. (41.76W8191r- t2f2 S. .cure c&Ti°.- 12/7/15 Date #15-6522 23 Tourist Fulfillment Services Packet Page-806- 2/9/2016 16.F.5. Cater County Administrative Services Department ProcuremenfSenrices D■vis€on Attachment 3: Vendor Submittal - Bid Response Form FROM: PHASE V OF FLORIDA, LLC Board of County Commissioners Collier County Government Center Naples, Florida 34112 RE: Solicitation: 15-6522 -Tourist Fulfillment Services Dear Commissioners: The undersigned, as Vendor, hereby declares that the specifications have been fully examined and the Vendor is fully informed in regard to all conditions pertaining to the work to be performed for as per the scope of work. The Vendor further declares that the only persons, company or parties interested in this Bid or the Contract to be entered into as principals are named herein; that this Bid is made without connection with any other person, company or companies submitting a Bid; and it is all respects fair and in good faith, without collusion or fraud. The Vendor proposes and agrees if this bid is accepted, to comply with the requirements in full and in accordance with the terms, conditions and specifications denoted herein. The Vendor agrees to provide the following: Item Description Total 9 Total (lines 1-8) $10,363.00 Any discounts or terms must be shown on the Bid Response Form. Such discounts, if any, will be considered and computed in the tabulation of the bids. In no instance should terms for less than fifteen (15) days payment be offered. Prompt Payment Terms: % Days; Net 30 Days Bid Response Form is electronic. Please input your prices online. • Note: If you choose to bid manually, please submit an ORIGINAL and ONE COPY of your bid response pages. The undersigned do agree that should this Bid be accepted, to execute a formal contract, if required, and present the formal contract to the County Procurement Director for approval within fifteen (15) days after being notified of an award. • #15-6522 Tourist Fulfillment Services Packet Page -807- 24 2/9/2016 16.F.5. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this 7T" day of December, 2015 in the County of LEE, in the State of FLORIDA. Firm's Complete Legal Name PHASE V OF FLORIDA, LLC Address 12290.TREELIKE AVE City, State, Zip FORT MYERS, FL 33913 Florida Certificate of Authority Document Number Federal Tax Identification 47-1466266 Number CCR#or CAGE Code Telephone Number 239-2 1 02:07:0_ FAX Number 8661 Signature/Title �' y 7 V Type Name of Signature R•:q:r :ns Date 12/7/2015 **************************************************************************************************** Additional Contact Information Send Payments To: (REQUIRED ONLY if different from above) Firm's Complete Legal Name Same as above Address City, State, Zip Contact Name Telephone Number FAX Number Email Address #15-6522 25 Tourist Fulfillment Services Packet Page -808- 2/9/2016 16.F.5. Colter County Administrative Services Department Procurement Services Gvision Attachment 4: Vendor Submittal— Local Vendor Preference Affidavit Solicitation: 15-6522—Tourist Fulfillment Services (Check Appropriate Boxes Below) State of Florida(Select County if Vendor is described as a Local Business ❑ Collier County I Lee County Vendor affirms that it is a local business as defined by the Purchasing Policy of the Collier County Board of County Commissioners and the Regulations Thereto. As defined in Section XI of the Collier County Purchasing Policy: Local business means the vendor has a current Business Tax Receipt issued by the Collier County Tax Collector for at least one year prior to bid or proposal submission to do business within Collier County, and that identifies the business with a permanent physical business address located within the limits of Collier County from which the vendor's staff operates and performs business in an area zoned for the conduct of such business. A Post Office Box or a facility that receives mail, or a non-permanent structure such as a construction trailer, storage shed, or other non-permanent structure shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business"unless it contributes to the economic development and well-being of Collier County in a verifiable and measurable way.This may include, but not be limited to, the retention and expansion of employment opportunities, support and increase to the County's tax base, and residency of employees and principals of the business within Collier County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business"under this section.A vendor who misrepresents the Local Preference status of its firm in a proposal or bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one year under this ^ section. Vendor must complete the following information: Year Business Established in ❑Collier County or® Lee County: 1999 Number of Employees(Including Owner(s)or Corporate Officers): 25 Number of Employees Living in ® Collier County or Eg Lee (Including Owner(s) or Corporate Officers): 25 If requested by the County, vendor will be required to provide documentation substantiating the information given in this affidavit. Failure to do so will result in vendor's submission being deemed not applicable. Vendor Name: PIASE V ri FLORI►i LLC Date: 12/7/2015 Address in . t-r or L' Lount 2290 TREELINE AVE., FORT MYERS, FL 33913 Signatur:: %IrI\.\i1%:.. Title: Director of Operations STATE OF FLORIDA / ❑ COLLIER COUNTY i SEE COUNTY Sworn to and Subscribed Before Me, a Notary Public, for the above State and County, on this / Day of 12,i-p 1 � , 20 ,. ---7::.e", .(.4.- Notary Public , • �-. qty .........„ .I Ht'. FELICIA ORTIZ My Commission Expires: /o/ / / 1 I V commtssiO v#FF92 (AFFIX OFFICIAL SEAL) c:,PIRES October 21,2019 .�._; - rroridaNOraryServlce.con, #15-6522 Tourist Fulfillment Services Packet Page -809- 26 2/9/2016 16.F.5. Colter unty Administrative Services Department Procaremert Services Division Attachment 5: Vendor Submittal—Immigration Affidavit Solicitation: 15-6522—Tourist Fulfillment Services This Affidavit is required and should be signed, notarized by an authorized principal of the firm and submitted with formal Invitations to Bid (ITB's)and Request for Proposals(RFP) submittals. Further, Vendors/ Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor's/bidder's proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Failure to include this Affidavit and acceptable evidence of enrollment in the E-Verify program, may deem the Vendor/ Bidder's proposal as non-responsive. Collier County will not intentionally award County contracts to any vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e)of the Immigration and Nationality Act("INA"). Collier County may consider the employment by any vendor of unauthorized aliens a violation of Section 274A(e)of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A(e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s))and agrees to comply with the provisions of the Memorandum of Understanding with E- Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E-Verify), operated by the Department of Homeland Security in p.•nership with the Social Security Administration at the time of submission of the Vendor's/Bidder's proposal. Company Name PHASE V O' FLORID A LLC Print Name Roder I av-% 4dirkh. Title Director of Operations Signature ir i f Date 12/7/15 State of `F x't k `I C County of Lee. l ,.��' The foregoing instrument was signed and acknowledged before me this 7 day of 1 " AN'I bur ,20-1', by (y' Cs-C3 ) 5 who has produced r.")2_•-7() qzj i as identification. (Pririt or Type Name) (Type of Identification and Number) Not.ry Public Signature if t t C 7— •: 1. FELICIA ORTIZ Printed Name of Notary Public MY COMMiSStory rFS2y F�61 (�j (/ ;ar EXPIRES October'21,2U /`l(0 32_ ( 10/ .( t (4:7)39R-0 1 3 FloridallomryServicc c•n• Notary Commission Number/Expiration The signee of this Affidavit guarantees, as evidenced by the sworn affidavit required herein, the truth and accuracy of this affidavit to interrogatories hereinafter made. • #15-6522 27 Tourist Fulfillment Services Packet Page -810- 2/9/2016 16.F.5. Cottier County Administrative Services Department Procurement Services Division Attachment 6: Vendor Substitute W—9 Request for Taxpayer Identification Number and Certification In accordance with the Internal Revenue Service regulations, Collier County is required to collect the following information for tax reporting purposes from individuals and companies who do business with the County(including social security numbers if used by the individual or company for tax reporting purposes). Florida Statute 119.071(5)require that the county notify you in writing of the reason for collecting this information, which will be used for no other purpose than herein stated. Please complete all information that applies to your business and return with your quote or proposal. 1. General Information (provide all information) Taxpayer Name PHASE V OF FLORIDA, LLC (as shown on income tax return) Business Name N/A (if different from taxpayer name) Address 12290 TREELINE AVE. City FORT MYERS State FL Zip 33913 Telephone 239-225-1021 FAX 866-399-4985 Email RCRAVENSaPHASEV.COM Order Information Remit 1 Payment Information Address SAME AS ABOVE Address SAME AS ABOVE City State Zip City State Zip FAX FAX Email Email 2. Company Status(check only one) X Individual/Sole Proprietor `Corporation Partnership Tax Exempt(Federal income tax-exempt entity ,Limited Liability Company under Internal Revenue Service guidelines IRC 501 (c)3) Enter the tax classification (D =Disregarded Entity, C=Corporation, P=Partnership) 3. Taxpayer Identification Number(for tax reporting purposes only) Federal Tax Identification Number(TIN) 47-1466266 (Vendors who do not have a TIN,will be required to provide a social security number prior to an award of the contract.) 4. Sign and Date For. Certification: tin.-r pen., r: of -fury, t•-.'ify that the information shown on this form is correct to my knowledge. Signature .r'—" %-, I%�/r Date 12/7/2015 MVP Title: Director of operation " Phone Number 239-225-1021 #15-6522 Tourist Fulfillment Services 28 Packet Page -811- 2/9/2016 16.F.5. Colter County Administrative Services Department Procurement Services Division Attachment 7: Vendor Submittal - Insurance and Bonding Requirements Insurance I Bond Type Required Limits 1. Worker's Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Compensation Statutory Limits and Requirements 2. ❑ Employer's Liability $ single limit per occurrence 3. ® Commercial General Bodily Injury and Property Damage Liability(Occurrence Form) patterned after the current $1,000,000 single limit per occurrence, $2,000,000 aggregate for Bodily Injury ISO form Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. Indemnification To the maximum extent permitted by Florida law, the Contractor/Vendor/Consultant shall indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys'fees and paralegals'fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor/Vendor/Consultant or anyone employed or utilized by the Contractor/Vendor/Consultant in the performance of this Agreement. 4. ❑ Automobile Liability $ Each Occurrence; Bodily Injury& Property Damage, Owned/Non-owned/Hired; Automobile Included 5. ® Other insurance as ❑Watercraft $ Per Occurrence noted: ❑ United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage(Jones Act)shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence ❑ Pollution $ Per Occurrence ® Professional Liability (E&O) $ 1,000,000 per claim and in the aggregate $1,000,000 per claim and in the aggregate 0 $2,000,000 per claim and in the aggregate ❑ Project Professional Liability $ , Per Occurrence ❑ Valuable Papers Insurance $ Per Occurrence #15-6522 Tourist Fulfillment Services Packet Page 812 29 2/9/2016 16.F.5. 6. ❑ Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers'check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5%of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation, 7. El Performance and For projects in excess of$200,000, bonds shall be submitted with the Payment Bonds executed contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as "A-"or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders'surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 8. ® Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 9. // Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. 10. ® The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County . The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 11. Thirty (30) Days Cancellation Notice required. Ljb 9/23/2015 Vendor's Insurance Statement We understand the insurance requirement • 'these specifications and that the evidence of insurability may be required within five (5)day. of the a .rd of this solicitation. Name of Firm PHAS - OF F 1 IDA, LL . Date12/7/2015 Vendor Signature 1114 /r><e1!!•j, Print Name Roger c :yens Insurance Agency The Hartford Insurance Agent Name Keisha Tolliver Telephone Number 704-942-2809 #15-6522 Tourist Fulfillment Services Packet Page 813 30 2/9/2016 16.F.5. 15-6522-Tourist Fulfillment Services Attachment a:Bid Schedule Section it insert prices for limes 1 through 8 in the column titled'Pra e'.Those amounts will automatically be multiplied by the column titled'l.ltatiptie,which will yield the tine total.Line totals for items 1-8 wit be added together to yield line 0.Report line non Attachment 3 Bid Respoose form. Item Description Notes Multiplier Unit Price Line Total 1 tetial set-up fee to set-up telephone scripts One time setup fee for all lines 1 ea $ - $2 Per cat processing charge .800 ea $ 0.95_$ 76000 -3 Monthly charge for phone Ones tat cost) Per Line. 6 no $ 3,00 $ 18.00 Data entry charge for inquiries from other sources(cost per •4 name record,including all information) 3000 ea 5 0.30 9 900.00 ire Knees CASS&NCOA Certification,aadrea irg,00111 9 and dra.ding.Coat te Per mad '5_Mailing assembly cost piece. - 9000 ea 9 0.10 $ 900.00 Costs for shipping will sarq mill destination.Cost to associated handling fee f-'sr each - 6 Postage and shipping_cost for twelve ounce package shipment 9000 ea $ 079 5 2,110.00 Hourly rate for cpecia projects(the Vendor agree:to charge by '7 the quarter hear for all services greater than one hour} 5 hr $ 35.00 $ 175.00 •8 Per pallet per month charge for inventory COO per pallet 25 0 t 20.00 $ 500.00 9 Total s 10,363.00 Section 2: Additional par semen costs.Please imiert additional per itsm services beime.No Rams baler should be fees relating to hobo 1.6 above, Item Description Notes Unit Price 10 Administrative Charged by the quarter hour for all cerricen greeter than,me ham _ to 5. 40.00 11 Programming Charged by the quarter hour for all ear-tine'greater than one hour hr 9 85.00 12 Edast Setup Charged by the quarter hour for all rcr:ice-greeter than ens hour hr $ 50.00 13 E-east c 10,000 Record: n $ 0.02 14 E-&eat y 10000 Records no $ 0.008 15 Printing-.0PN Non-perr.naliz:.t,low volume-onlj used-nlren lase costly than an e-ternal vendor ea 5 0.05 16 Printing•Color(up to 4 colors) lion-paynnallmd,low volume•only aver Awn lent costly Than en ed=rnal vendor no $ 0.14 17 Disaster Cordinuty Monthly $ 000m 18 Manual recent entry(ell entries lees than 50 records) no 5 0.50 19 Live Chat Monthly base sfon1Ny $ 50.00 20 Live Chat Per lain Praceostrg Charge Minute $ 0.95 21 Fulfillment 1st item Non Self Mater Wading requests as $ 0.15 22 Fulfillment-f.&enema Items Non Self Mater malting requests as 5. 0,06 23 Fogillmant-Case Shipping Bulk orders,full care orders(orgy applies when in multiple:of fug mss) cs $ 2.00 24 Airport Delivery to $ 50.00 25 Toll Free USagsPer Minute 26 `3 Usage billed nt cost as baled by our long distance carrier 4 This is the automated upload pricing,manual pricing listed in section 2 5 This is the self mailer pricing,other fulfillment pricin;2 tinted in sectnm 2 6 Ail postage and shipping charges billed at coal •7 Rale varies by the type of pralect,o'aeet+ouyw proisore pricing tided remaining hourly rains tinted to section 2 '8 Pallets are rounded up to the neat toll pallet and calculated u..ing cases/f+'liel ^ '25 Usage billed of snot as billed by our carrier Packet Page -814- Verify-Employer Wizard-Company Information https://e-verify.uscis.gov/emp/EmployerWizard.aspx 2/9/2016 16.F.5. i 2, 4,,,.. . , e, it Welcome User ID Last Login Employment Eligibility Verification Rodger Cravens ACHE0014 10:56 AM-12/07/2015 Log Out `Click any forhelp r. .-1'7417., = 17,1 ..,.::._%1E1 Home Company Information My Cases New Case Company Name: Phase V View Cases View i Edit- Search Cases Company ID Number: 750783 My Profile Doing Business As(DBA) Edit Profile Name: Change Password DUNS Number: i Change Security Questions My Company Physical Location: Mailing Address: Edit Company Profile Address 1: 12290 TREELINE AVE Address 1: 12290 Treeline Ave Add New User Address 2: Address 2: View Existing Users City: FORT MYERS City: Fort Myers Close Company Account State: FL State: FL My Reports Zip Code: 33913 Zip Code: 33913 View Reports County: LEE My Resources View Essential Resources Additional Information: Take Tutorial Employer Identification Number:471466266 View User Manual Total Number of Employees: 20 to 99 Share Ideas Parent Organization: Answer Pro Contact Us Administrator: Organization Designation: Employer Category: None of these categories apply NAICS Code: 561-ADMINISTRATIVE AND SUPPORT SERVICES Total Hiring Sites: 1 Total Points of Contact: 3 .�; ie / °Cr . 4 4 Kai U.S.Departmentof Homeland Security-www.dhs.gov U.S.Citizenship and Immigration Services-www.uscis.gov Cnablo Permanent Tooltips Accessibility Download Viewers Packet Page-815- of 1 12/7/2015 2:18 PM 2/9/2016 16.F.S. Form W11119 Request for Taxpayer Give Form to the �\ (Rev.December 2oia) • requester. Do not ' (Rev.December er2014) Identification Number and Certification send to the IRS. Internal Revenue Service 1 Name(as shown on your income tax return).Name is required on this line;do not leave this line blank. Phase V Of Florida,LLC. N 2 Business name/disregarded entity name,if different from above o, N/A - 3 Check appropriate box for federal tax classification;check only one of the following seven boxes: 4 Exemptions(codes apply only to ° Individual/sole proprietor or ❑ C Corporation 11:S Corporation ❑ Partnership El Trust/estate certain entities,not individuals;see instructions on page 3): o c single-member LLC Exempt payee code(if any) �S 2 ❑Limited liability company.Enter the tax classification(C=C corporation,S=S corporation,P=partnership)► o 2 Note.For a single-member LLC that is disregarded,do not check LLC;check the appropriate box in the line above for Exemption from FATCA reporting c t the tax classification of the single-member owner, code(if any) c O. ° ❑Other(see instructions)► sc to accounts manta anvne the use 5 Address(number,street,and apt.or suite no.) Requester's name and address(optional) U c. 12290 Treeline Ave. m B City,state,and ZIP code <n Fort Myers,FL 33913 7 List account number(s)here(optional) Part I Taxpayer Identification Number(TIN) Enter your TIN in the appropriate box.The TIN provided must match the name given on line 1 to avoid Social security number backup withholding.For individuals,this is generally your social security number(SSN).However,for a resident alien,sole proprietor,or disregarded entity,see the Part I instructions on page 3,For other l — entities,it is your employer identification number(EIN).If you do not have a number,see Now to get a TIN on page 3. or Note.If the account is in more than one name,see the instructions for line 1 and the chart on page 4 for I Employer identification number ---1 guidelines on whose number to enter. 4 7 - 1 4 6 6 2 6 6 Part II Certification te•—•\ Under penalties of perjury,I certify that: 1. The number shown on this form is my correct taxpayer identification number(or I am waiting for a number to be issued to me);and 2. I am not subject to backup withholding because:(a)I am exempt from backup withholding,or(b)I have not been notified by the Internal Revenue Service(IRS)that I am subject to backup withholding as a result of a failure to report all interest or dividends,or(c)the IRS has notified me that I am no longer subject to backup withholding;and 3. I am a U.S.citizen or other U.S.person(defined below);and 4.The FATCA code(s)entered on this form(if any)indicating that I am exempt from FATCA reporting is correct. Certification instructions.You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return.For real estate transactions,item 2 does not apply.For mortgage interest paid,acquisition or abandonment of secured property,cancellation of debt,contributions to an individual retirement arrangement(IRA),and generally,payments other than interest and dividends,you are not required to sign the certification,but you must provide your correct TIN.See the instructions on page 3. Sign Signature of / Here U.S.person► Date■ r 'o 2-40- l`.5 General Instructions •Form 1098(home mortgage interest),1098-E(student loan interest),1098-T (tuition) Section references are to the Internal Revenue Code unless otherwise noted. •Form 1099-C(canceled debt) Future developments.Information about developments affecting Form W-9(such •Form 1099-A(acquisition or abandonment of secured property) as legislation enacted after we release it)is at www.irs.gov/fw9. Use Form W-9 only if you are a U.S.person(including a resident alien),to Purpose of Form provide your correct TIN. An individual or entity(Form W-9 requester)who is required to file an information If you do not return Form W-9 to the requester with a TIN,you might be subject return with the IRS must obtain your correct taxpayer identification number(TIN) to backup withholding.See What is backup withholding?on page 2. which may be your social security number(SSN),individual taxpayer identification By signing the filled-out form,you: number(MN),adoption taxpayer identification number(ATIN),or employer 1.Certify that the TIN you are giving is correct(or you are waiting for a number identification number(EIN),to report on an information return the amount paid to to be issued), you,or other amount reportable on an information return.Examples of information returns include,but are not limited to,the following: 2.Certify that you are not subject to backup withholding,or •Form 1099-INT(interest earned or paid) 3.Claim exemption from backup withholding if you are a U.S.exempt payee.If •Form 1099-DIV(dividends,including those from stocks or mutual funds) applicable,you are also certifying that as a U.S.person,your allocable share of any partnership income from a U.S.trade or business is not subject to the •Form 1099-MISC(various types of income,prizes,awards,or gross proceeds) withholding tax on foreign partners'share of effectively connected income,and •Form 1099-B(stock or mutual fund sales and certain other transactions by 4.Certify that FATCA code(s)entered on this form(if any)indicating that you are brokers) exempt from the FATCA reporting,is correct.See What is FATCA reporting?on •Form 1099-S(proceeds from real estate transactions) page 2 for further information. •Form 1099-K(merchant card and third party network transactions) Cat.No.10231X Form W-9(Rev.12-2014) Packet Page -816- 2/9/2016 16.F.5. FLORIDA DEPARTMENT OF STATE DIVISION OF CORPORVIIONS Detail by Entity Name Florida Limited Liability Company PHASE V OF FLORIDA, LLC Filing Information Document Number L14000119626 FEI/EIN Number 47-1466266 Date Filed 07/30/2014 Effective Date 07/25/2014 State FL Status ACTIVE Principal Address 169 E. FLAGLER STREET, #1012 MIAMI, FL 33131 UN Mailing Address 169 E. FLAGLER STREET, #1012 MIAMI, FL 33131 UN Registered Agent Name &Address OTTE, GEORGE 169 E. FLAGLER STREET #1012 MIAMI, FL 33131 Authorized Person(s) Detail Name &Address Title MGR OTTE, GEORGE 169 E. FLAGLER STREET, #1012 MIAMI, FL 33131 UN Annual Reports • Report Year Filed Date 2015 03/24/2015 Document Images 03/24/2015 —ANNUAL REPORT View image in PDF format Packet Page -817- http://search.sunbiz.org/Inquiry/Corporations earch/SearchResultDetail?inquirytype=Entity... 12/9/2015 2/9/2016 16.F.5. 07/30/2014 -- Florida Limited Liability View image in PDF format .�.__ _..,,�...,,. °" "•'"` ers Iurti kwL*lac*Sulvdf 3rdflay Packet Page -818- http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 12/9/2015 2/9/2016 16.F.5. Search Results �~ Current Search Terms: phase* V of florida* NOtiCe:}WkLJtutfuhgigrfxp hcnekiasdnrhgwlkgc{fkhqii Jfdjh4ci#frxl4IVDF 5hdufk#hoxavyp nh#hvxas4.dlikh#iydkdebllhrf Glossary su17v#Irxdyrp senthflohdufkOhoxoollf I rxlfdglprz gadgtWchiSG x#3ggit uirt♦tdf No records found for current search. Search Results Hgwi4 H{facv]rq Search filters E�#7hfrxj# V dw,v El# Ixgfw'rgddl Dhd51figv3vl# P dgdj hp hqw EIf Ixgfx5rgddt Dhd4 Shirnp dgfh# Iuinp dwdrq SAM I System for Award Management 1.0 IEF#141517315348453401;5: Note to all Users:Wkkr#h#H#Ihghu9d3ryhigp hgWErp sxW.UNJvVhp#pCVhlki#.ky# LISA vlwhp ftErtiveloo.hvitrqvhquftet.rglrolgj hull{ Packet Page -819- https://www.sam.gov/portal/SAM/?navigationalstate=JBPNS rOOABXdcACJgYXZheC5... 12/9/2015 2/9/2016 16.F.5. 15-6522-Tourist Fulfillment Services Attachment 8:Bid Schedule Section 1: Insert prices for lines 1 through 8 In the column titled"Price'.Those amounts will automatically be multiplied by the column titled"Multiplier,which will yield the line total.Line totals for items 1-8 will be added together to yield line 9.Report line 9 on Attachment 3:Bid Response form. Item Description Notes - - — Multiplier Unit: Price -Line Total 1 Intial set-up fee to set-up telephone scripts One time setup fee for all lines 1 no $ - $ 2 Per call processing charge 800 no $ 0.95 $ 760.00 •3 Monthly charge for phone lines(at cost) Per Line 6 no $ 3.00 $ 18.00 , Data entry charge for inquiries from other sources(cost per •4 name record,including all information) 3000 no $ 0.30 $ 900.00 Includes CASS 8 NCOA Certification,addressing,sorting and dropping.Cost is per mail •5 Mailing assembly cast piece. 9000 ea $ 0.10 $ 900.00 Costs for shipping will vary with destination.Cost is associated handling fee for each 6 Postage and shipping cost for twelve ounce package shipment 9000 ea $ -'.0.79 $ 7,110.00 Hourly rate for special projects(the Vendor agrees to charge by •7 the quarter hour for all services greater than one hour) 5 hr $:.'35.00:$ 175.00 •8 Per pallet per month charge for inventory Cost per pallet 25 $ "20.00 $ 500.00 9 Total $ 10,363.00 1 Section 2: Additional per service costs.Please insert additional per item services below.No items below should be fees relating to lines 1-8 above. I i Item Description Notes Unit Price 10 Administrative Charged by the quarter hour for all services greater than one hour hr $ 40.00 i 11 Programming Charged by the quarter hour for all services greater than one hour hr $ 85.00 12 Eblast Setup Charged by the quarter hour for all services greater than one hour hr $ 50.00 13 E-Blast<10,000 Records ea $ 0.02 14 E-Blast=o 10,000 Records ea $ 0.008 15 Printing-B/W Non-personalized,low volume-only used when less costly than an external vendor ea $ 0.05 i 16 Printing-Color(up to 4 colors) Non-personalized,low volume-only used when less costly than an external vendor ea $ 0.14 17 Disaster Continuity Monthly $ 100.00 18 Manual record entry(all entries less than 50 records) no $ 0.50 19 Live Chat Monthly base Monthly $ 50.00 20 Live Chat Per Min Processing Charge Minute $ 0.95 21 Fulfillment-1st item Non Self Mailer Mailing requests no $ 0.15 22 Fulfillment-Additional Items Non Self Mailer Mailing requests ea $ 0.06 23 Fulfillment-Case Shipping Bulk orders,full case orders(only applies when in mulfiples of fug cases) cs $ 2.00 24 Airport Delivery hr $ 50.00 25 Toll Free Usage Per Minute 26 •3 Usage billed at cost as billed by our long distance tamer •4 This is the automated upload pricing,manual pricing listed in section 2 •5 This is the self mailer pricing,other fulfillment pricing listed in section 2 •6 All postage and shipping charges billed at cost •7 Rate varies by the type of project,warehouse projects pricing listed remaining hourly rates listed in section 2 •8 Pallets am rounded up to the next full pallet and calculated using cases/pallet •25 Usage billed at cost as billed by our carrier I Packet Page -820- Project Manager:Jack Wert Bid Tabulation Notificatic 279/2016 16.F.5. Procurement:Adam Northrup 15-6522-Tourist Fulfillment Services Dow. Submissions: 1 Line# Description Phase V Fulfillment 9 Total $ 10,363.00 Attachment 2: Vendor Check List x Attachment 3: Bid Response Form x Attachment 4: LVP x Attachment 5: Immigration Affifavit x Attachment 6: W-9 x Attachment 7: Insurance x Everify x Division of Corporations x EPLS Validation x Opened/Date:Adam Northrup 12/07/2015; 3:00PM Witness/Date: Diana DeLeon 12/07/2015; 3:00PM 1 of 1 Packet Page -821- 2/9/2016 16.F.5. * 1 A 1/440 North America Procurement Council Menu Register for Free Logout Users who violate the Terms of Usage of this site may have their IP blocked temporarily or permanently and may face legal prosecution. Read More.. Search Opportunities Browse Opportunities Browse by County and Buyer(login not required) --, Tourism Fulfillment Services Bid Date &Time: 12/02/15 3:00 PM Status: bidding Report: 6695461 Country : United States State: FL County: Collier Location: Naples Est. Low Value: $75,000 Est. High Value: $75,000 Scope:Tourist Fulfillment Services.The contract term to be for two(2)years with one(1)two (2)year renewals. Notes: Q&A Deadline: Monday, November 30, 2015 3:00:00 PM Eastern. Plans: From Owner. See attached files. Owner Type: Public http://www.floridabids.net/bid-opportunities,Packet Page J. ?.? 51-Tourism-Fulfillment-Se... 1/21/2016 2/9/2016 16.F.5. Buyer: Collier County BOCC, Purchasing Address:3327 Tamiami Trail E City: Naples State: FL Zip/Postal Code:34112-4901 TEL:239-252-8407 FAX: 239-732-0844 Website:http://www.colliergov.net/purchasing Contact:Adam Northrup Contact Title: Procurement Strategist TEL:239-252-6098 FAX: 239-252-6302 Bid Pkg Source: Collier County BOCC, Purchasing Address:3327 Tamiami Trail E City: Naples State: FL Zip/Postal Code: 34112-4901 TEL: 239-252-8407 FAX: 239-732-0844 Website: http://www.colliergov.net/purchasing Contact:Adam Northrup Contact Title: Procurement Strategist TEL: 239-252-6098 FAX: 239-252-6302 Attached Files: 1. 15-6522 spec-Solicitation.pdf 11/21/2015 8:19 AM 2. bid schedule 11/21/2015 8:19 AM Click HERE for a list of our other Free web sites Sponsors & Friends • P `y -. i�ti Classified Ads PART TIME AFTERCARE- PINES CHARTER ELEMENTARY WEST CAMPUS Full Time Certified MATH Teacher(Grades 5-9)Charter Middle School West Campus L&T Backhoe and Dump Truck Services Rockline Construction LLC and Equipment Rental More Ads>> http://www.floridabids.net/bid-opportunities,Packet Page -823-51-Tourism-Fulfillment-Se... 1/21/2016 2/9/2016 16.F.5. Bruce 2006 About Us Sitemap Help! Sign In he leading source of US foal%partiinities since 2 l0+ Government Contract&.Bid Opportunities Vendor Profiles Services- i Subscribe Tourism Fulfillment Services ($75,000, No Prebid, AN) Program Summary Title: Tourism Fulfillment Services($75,000, No Prebid,AN) GovCB Opps ID : ADP14480613960000200 FSC Code: s-Utilities and Training Services Solicitation No.: 15-6522 Source: htto://bid.collieroov.net/bid/default.asp?id=9188426D-730D-45F1-972C-2868CAFOCA04 Posted Date: Nov 20, 2015 Due Date: Nov 30, 2015 Description Solicitation Title: Tourism Fulfillment Services($75,000,No Prebid,AN) Solicitation Number: 15-6522 Planholders Agency: Collier County Purchasing Contact: adamnorthruo©collieroov.net Solicitation Starts: Friday,November 20, 2015 3:15:00 PM Eastern Solicitation Ends: Wednesday, December 02, 2015 3:00:00 PM Eastern Q&A; Deadline: Monday, November 30, 2015 3:00:00 PM Eastern Submission Method: Electronic Commodity Subcommodity 91503-Advertising/Public Relations (other) Home-Browse By Keyword-Browse By Region-About Us-Sitemap-Help-Contact Us-Privacy Policy-Terms of Use 0 TOP Copyright 2000-2015 Govcb.com All rights reserved ht1 ovcb.com/Tourism-Fulfillment-ServiLPacket Page_824_- P�// )60000200.htm 1/21/2016 g 2/9/2016 16.F.5. 1-800-677-1997 Tourism Fulfillment Services Government Contract in Florida Bid Information Bid Alert No: 00000424196 Bid Title: Tourism Fulfillment Services Agency Bid No. Title: 15-6522 Received Date: 11/24/2015 Close Date: 12/02/2015 Purchase Type: 2 year term Delivery Point: http://www.bidnet.com/closed-government-cP2. .ke_t,,,P,‘,E-8251alfillment-services?itemId=... 1/21/2016 2/9/2016 16.F.5. Delivery Date: Not Stated Special Notices: Questions Due By 11/30/2015 03:00 PM Specifications Specifications include, but are not limited to:lnsert prices for lines 1 through 8 in the column titled "Price". Those amounts will automatically be multiplied by the column titled "Multiplier", which will yield the line total. Line totals for items 1 - 8 will be added together to yield line 9. Report line 9 on Attachment 3: Bid Response form.ItemDescriptionNotesl Intial set-up fee to set-up telephone scriptsOne time setup fee for all lines2Per call processing charge3Monthly charge for phone lines (at cost)Per Line4Data entry charge for inquiries from other sources (cost per name record, including all information) Bid Related Documents Download Document Bid Related Attachments Download Attachment Amendments Download Amendment Product Code: 91544 Agency Information Issuing Agency: http://www.bidnet.com/closed-government-c Packet Page -826- lfillment-services?itemId=... 1/21/2016 2/9/2016 16.F.5. County of Collier State: Florida Agency Type: State and Local Contact: Joanne Markiewicz Purchasing Department, 3327 Tamiami Trail E, Naples, Florida, 34112 Phone: 239-252-8975 Fax: 239-252-6480 Email: joannemarkiewicz @colliergov.net < PREVIOUS PAGE http://www.bidnet.com/closed-government-c Packet Page _827.1fillment-services?itemId=... 1/21/2016