Loading...
Agenda 02/23/2016 Item #16A 1 2/23/2016 16.A.1 . EXECUTIVE SUMMARY Recommendation to award County-wide Invitation to Bid (ITB) # 15-6467R "Purchase and Installation of Mulch"to Amado Lawn Service, LLC as the primary contractor and Hannula Landscaping, Inc. as the secondary contractor for Section 2 and Southeast Spreading Company as the secondary contractor for Section 3. OBJECTIVE: To provide a contract source for the purchase and installation of mulch for various County departmental use. CONSIDERATIONS: To furnish, deliver, and provide services related to mulch applications to but not limited to: landscape areas within Collier County Arterial Road Rights-of-Way's (ROW) and other County departments landscape areas as needed. On October 26, 2015, the County advertised Invitation to Bid #15-6467R for the "Purchase and Installation of Mulch" on the Collier County Online Bidding System. A non-mandatory pre-bid meeting was held on November 10, 2015 to address bid questions. There were one thousand one hundred fifty-nine (1159) notices sent, of which thirty-one (31) firms downloaded the bid documents, and five (5) contractors submitted bids by the November 17, 2015 deadline. There was one (1) contractor who provided a"no bid"response. In order to provide county-wide services, primary and secondary contractors awards are recommended for each section to the lowest overall responsive bidders. Staff recommends awarding Amado Lawn Service, LLC., as the primary contractor that submitted the lowest overall bid for all three (3) sections. In the event the primary contractor is unable to meet needs of user departments, secondary contractors were chosen based on the next lowest overall bid price per section with Hannula Landscaping, Inc., as the secondary contractor for Section 2 and Southeast Spreading Company as the secondary contractor for Section 3. The bid tabulation is attached for review. An overall summarization of the results is as follows: Section 1: Purchase and Installation-Blown in Primary: Amado Lawn Service, LLC. Mulch Primary: Amado Lawn Service, LLC. Section 2: Installation of Mulch- Labor Only Secondary: Hannula Landscaping, Inc. Section 3: Purchase and Installation of Mulch Primary: Amado Lawn Service, LLC. Secondary: Southeast Spreading Company Staff will be issuing work through the County's standard County purchase orders (PO). FISCAL IMPACT: Funds are available in each department's operating budgets for the purchase and installation of mulch. GROWTH MANAGEMENT IMPACT: There is no growth management impact associated with this Executive Summary. Packet Page -187- 2/23/2016 16.A.1 . LEGAL CONSIDERATIONS: This item has been approved as to form and legality and requires a majority vote for Board approval. ERP RECOMMENDATION: That the Board awards Invitation to Bid #15-6467R to Amado Lawn Service, LLC., as the primary contractor for all three (3) sections; to Hannula Landscaping, Inc. as Section 2 secondary contractor; and to Southeast Spreading Company as the Section 3 secondary. Prepared by: Melissa Pearson, CPPB, Contract Administration Specialist, Road Maintenance Division, Growth Management Department Attachments: 1. Bid tabulation 2. Solicitation document Packet Page 488- 2/23/2016 16.A.1 . COLLIER COUNTY Board of County Commissioners Item Number: 16.16.A.16.A.1. Item Summary: Recommendation to award County-wide Invitation to Bid (ITB)# 15- 6467R "Purchase and Installation of Mulch" to Amado Lawn Service, LLC as the primary contractor and Hannula Landscaping, Inc. as the secondary contractor for Section 2 and Southeast Spreading Company as the secondary contractor for Section 3. Meeting Date: 2/23/2016 Prepared By Name: PearsonMelissa Title: Contract Administration Specialist,Road Maintenance 1/12/2016 1:36:47 PM Submitted by Title: Contract Administration Specialist,Road Maintenance Name: PearsonMelissa 1/12/2016 1:36:48 PM Approved By Name: LynchDiane Title: Supervisor-Operations,Road Maintenance Date: 1/12/2016 2:28:10 PM Name: LynchDiane Title: Supervisor-Operations,Road Maintenance Date: 1/12/2016 2:28:55 PM Name: HerreraGloria Title: Management/Budget Analyst, Capital Construction&Maintenance Budget/Fiscal Date: 1/12/2016 3:39:48 PM Name: SorianoLiz Title: Project Manager,Landscape Operations Date: 1/12/2016 4:21:45 PM Packet Page -189- 2/23/2016 16.A.1 . Name: LulichPamela Title:Manager-Landscape Operations,Landscape Operations Date: 1/13/2016 6:23:59 AM Name: CrouchJason Title:Procurement Specialist,Procurement Services Date: 1/13/2016 9:17:55 AM Name: KearnsAllison Title: Manager-Financial&Operational Sprt, Capital Construction&Maintenance Budget/Fiscal Date: 1/28/2016 4:02:34 PM Name: LynchDiane Title: Supervisor-Operations,Road Maintenance Date: 2/1/2016 8:31:07 AM Name: MarkiewiczJoanne Title: Division Director-Procurement Services,Procurement Services Date: 2/1/2016 8:42:55 AM Name: GossardTravis Title:Division Director-Road Maintenance,Road Maintenance Date: 2/1/2016 8:58:45 AM Name: ShueGene Title: Division Director-Operations Support, Growth Management Department Date: 2/1/2016 9:18:04 AM Name: PearsonMelissa Title: Contract Administration Specialist,Road Maintenance Date: 2/1/2016 1:43:30 PM Name: JohnsonScott Title: Manager-Procurement,Procurement Services Date: 2/1/2016 4:30:51 PM Name: LynchDiane Title: Supervisor-Operations,Road Maintenance Date: 2/2/2016 3:26:58 PM Name: MarcellaJeanne Title: Executive Secretary,Transportation Administration Date: 2/4/2016 8:35:10 AM Packet Page-190- 2/23/2016 16.A.1 . Name: PepinEmily Title:Assistant County Attorney,CAO Litigation Date: 2/10/2016 9:49:20 AM Name: IsacksonMark Title:Division Director-Corp Fin&Mgmt Svc, Office of Management&Budget Date:2/10/2016 11:27:17 AM Name: KlatzkowJeff Title: County Attorney, Date: 2/10/2016 1:49:48 PM Name: CasalanguidaNick Title: Deputy County Manager, County Managers Office Date: 2/14/2016 12:32:08 PM Packet Page -191- 2/23/2016 16.A.1 . ,i, \ \ i 1 19. .:14 i M▪ G 1\'O a I 00 ii o y 6 a 01 a . _ y▪ .. C a u _ ? _ m y a v. N ~ Iv. ." ~ N H '~ of «v .0 C 0) 15 Z't M a ° v A 3 u °', M 8 8 8 m c A ° „' Z w o •.r. > E < ° :', "' • v E m m m v a d c o O r c H g a rrrrrr - N N I N o 21. p - g.-:777 7, 4.1 13 al m N 2. o 0 8 m m 5 3 .n.n w,H .n r..n 0, O N v.H H v, .n 2 N y 8 8; 8; G u c Y V I 0 9 - < m n r m - `- r •g 3 - N II N d 9 3 - C 01 3 - n m a a r r r z a. � « 10 -C u - a 2 - - + V F. m 8N N c 3 4- c 5 v ` ' a E N C u c 1 N o M u L N r a r r a z O o - `o c c I i+ ti� >m N W N u :o E a W (0 C 2 ` � 1 I ,j 1 0 _ Y .5 1 1.,, ' c o J Y 3 � °. La n°� O 0l O. L 8 O m O n 8 IA O 30 y m a o Tor m C u c m J u C _ d O W 6 w O Y E O C C u . C Ol O A ry 9 - D a - NA z N `- r..' 9 C ' c C 9 .: r r r r r r p _ i E ° N a 0 0 V 9 .- C L L 9 y 01 a10. o 1•• N 01 10 H v. w : v.r. .n.n vi N 01 E O) E N � C C O. rG ` H u, u, u G u, �To , L d _ OF g OF O C •U ,; •0 µO 13' _ _ p •CC _ c '1 N m C 0q p ' 1'.1 .- an N.. F m F L lD n. u -n o 0 ... c —> p o c .o 3 °- cr c■ _3 3 3 83'� O > > ° ""Y�i m c _3 _3 Ti t0 c E r r o N m a _ o o a N O a a o N LC o s s f a m N 2° 2 a IA u Y t v •` of 33 _ t 'AY ,E _ X# H c 39 - 39 39 10 m E. E. ° _ f0 c 3� 39 R m moo, _ a d d a bi °o - 3 3 3 £ 'c v a < `o a v 2' f A > E < n • - - L n 2 m 12 f m 7 N I 1 m E - 'O - m m E « c 5 `w o °-0 _ _ __ _ _ _ C L °: _ m V am am am t i• = a C 3 c m m m V O O a u x u U 0 c u a V L p.T C a T A f v A C `5 Z' L O a z m 3 = E■ o c u ` o 3 m U v 7 s— E . z u n O• A E . .. ., .. ,. ., t Q E _ .... 2 n n n _ o 2 E 2 _ m Z ] V a o. a E A 3 L Fs 4 a u w° E; 3 3 c = E v 2 L 5 t- A y ¢a= 3 d. u 2 u L ; o>t I- - t c a m to ii Packet Page -192- 2/23/2016 16.A.1 . Collier County Administrative Services Department Procurement Services Division INVITATION TO BID Date: October 26, 2015 From: Jason Crouch, Procurement Strategist (239) 252-8949 (Telephone) (239) 252-6594 (FAX) jasoncrouch @colliergov.net (Email) To: Prospective Vendors Subject: Solicitation: # 15-6467R, Purchase and Installation of Mulch As requested by the Growth Management Division, 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: Liz Soriano, Project Manager Note: All ITB responses submitted by paper via mail or other manual delivery method, must include one (1) original labeled MASTER, along with one (1) compact disks (CD) or thumb drive. CD/thumb drive must include a copy of the proposal in Word, Excel or PDF and all required forms. PrcoomentSaMees Drlsmn•3327TamiamiTrail East•Naphs,Florida341124901•239252-&1D7•ywrwcciliergov.nettprocurernentserelces #15-6467R,Purchase and Installation of Mulch 1 Packet Page -193- 2/23/2016 16.A.1 . Invitation to Bid Index Public Notice 3 Exhibit I: Scope of Work, Specifications and Response Format 4 Exhibit III: Standard Purchase Order Terms and Conditions 17 Exhibit IV: Additional ITB Terms and Conditions 20 Attachment 1: Vendor Submittal -Vendor's Non-Response Statement 28 Attachment 2: Vendor's Check List 29 Attachment 3: Vendor Submittal -Bid Response Form 30 Attachment 4: Vendor Submittal—Local Vendor Preference Affidavit 32 Attachment 5: Vendor Submittal—Immigration Affidavit 33 Attachment 6: Vendor Substitute W—9 34 Attachment 7: Vendor Submittal- Insurance and Bonding Requirements 35 #15-6467R,Purchase and Installation of Mulch 2 Packet Page -194- 2/23/2016 16.A.1 . Co er, Coui.ty Administrative Services Department Procurement Services Division Public Notice Sealed bid responses for Solicitation # 15-6467R, Purchase and Installation of Mulch, will be received electronically via online bidding system or manually at the Collier County Government, Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112 until 3:00PM, Collier County local time on November 16, 2015. Solicitation responses received after the stated time and date will not be accepted. Solicitation # 15-6467R, Purchase and Installation of Mulch 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 October 26, 2015. #15-6467R,Purchase and Installation of Mulch 3 Packet Page-195- 2/23/2016 16.A.1 . Exhibit I: Scope of Work, Specifications and Response Format As requested by the Collier County Growth Management Department, Road Maintenance Division, and Parks and Recreation Division, (hereinafter referred to as" Department"), and the Collier County Board of County Commissioners Procurement Services Division (hereinafter referred to as "County") has issued this Invitation to Bid (hereinafter referred to as, "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 These specifications are intended to provide the information by which prospective bidders may understand the minimum requirements of Collier County relative to furnish, deliver and provide services related to mulch applications for Collier County Arterial Road Rights-of-Way's (ROW) within the boundaries of Collier County as specified within, and the Parks & Recreation locations, as requested by Collier County staff. All sections of the Detailed Scope of Work may not be applicable to all Parks & Recreation and roadway segments listed. The work covered by this Solicitation requires completion per segment for Road Maintenance Division. For the Parks and Recreation Division it shall be the completion of each park area as listed herein. This requires the furnishing of all labor, equipment, materials and services necessary to satisfactorily perform the installation of the mulch as determined by the Project Manager or the designated County Representative. Historically, County departments have spent approximately $572,293.00 for mulch purchases. A. Detailed Scope of Work (SOW) The areas of work included in these specifications are located as described below and/or as shown on the plans attached to these specifications to include dry/wet retention areas, side ROW trees/palms, and medians described in this solicitation. Each section will be awarded separately for the respective Departments. The estimated minimum quantity of mulch is 35,000 bags. ➢ The contractor shall be required to purchase and install the mulch per Sections 1 & 3 of the Bid Schedule. ➢ Additionally, the County is seeking installation of mulch (labor only) pricing contained within Section 2 of the Bid Schedule, as an option to maintain continuity of services, as deemed necessary by the Project Manager. ➢ Meetings will be required with Department personnel to review work prior and after completion. a. Re-mulching of plant beds and individual plant mulch rings shall have a two inch (2") non- compacted layer of mulch applied. #15-6467R,Purchase and Installation of Mulch 4 Packet Page -196- 2/23/2016 16.A.1 . b. Mulch distribution within a tree or palm area shall begin six inches (6") away from the trunk of the tree or palm. c. Mulch shall not be applied against any plant branches or trunks to prevent mulch suffocation. d. Mulch shall not be placed over valves or valve boxes that are located within mulched areas and it shall not be placed near or on the trunks of shrubs, trees or palms. e. Upon completion of the mulch application, the Contractor shall ensure the curbs, sidewalks, and all hardscapes are mulch free. f. Work trucks or heavy equipment shall not be parked on the sidewalks, medians, or private property. 1. Lane Closures and Maintenance of Traffic (MOT) a. Contractor shall comply with the requirements of Collier County's Maintenance of Traffic (MOT) Policy; copies can be obtained from the following divisions: Risk Management or Procurement Services. b. The Contractor shall obtain and review the County MOT policy requirements prior to submitting a bid. Upon approval of a MOT Plan and proper placement of lane(s) closed signs, pre-warning signs, arrow boards, traffic cones etc., the lane may be restricted from traffic. • The Contractor will be responsible for obtaining copies of all required manuals, MUTCD, FDOT Roadway&Traffic Design Standards Indexes, or other related documents, so to become familiar with their requirements. Strict adherence to the requirements of the MOT policy will be enforced under this Solicitation. • ANSI Class 3 Safety Vest shall be worn by employees when servicing the areas to allow for high visibility. • A directional lighted and flashing arrow board will be required under this Contract that meets the traffic control requirements. • Must provide proof of Intermediate Maintenance of Traffic Certification. 2. Lane Closures a. Lane closure(s)for the median mulching shall be limited. Upon proper placement of lane closed signs, pre-warning signs, arrow boards, traffic cones etc., the lane may be restricted from traffic only during non-peak traffic periods 9:30 A.M. - 3:30 P.M., Monday through Friday, and 8:00 A.M. - 5:00 P.M. Saturday and Sunday, unless otherwise approved by the Project Manager. b. The lane closure shall be indicated on a weekly basis and submitted thru the Road Alert system one week prior to work commencing; a copy of the form needed to be submitted is included in this solicitation. #15-6467R, Purchase and Installation of Mulch 5 Packet Page-197- 2/23/2016 16.A.1 . c. The Contractor shall contact County Public Information Specialist the Wednesday before lane closures are planned for Collier County's public road alert notification. A Road Alert form must be submitted (form provided by County). d. The Contractor must follow all FDOT Maintenance of Traffic (MOT) policy. e. Contractor shall submit an MOT plan with the bid to be considered. 3. Mulch Specifications Collier County uses on the roadways a premium grade-A color enhanced pine mulch. a. The mulch used by Collier County must be 100% pine. b. The pine used should be from commercial logging or harvesting and should come from recycled materials such as land clearing. c. Mulch must contain only natural wood fibers and free from any contaminations. d. The mulch must be cured in order to eliminate seed germination of invasive plants or weeds. e. The mulch must be shredded to a size no larger than 3 '/2" but should not be so thin that breaks down faster. f. The pigment used is a burnt orange or equal look and must last after installed for a minimum of six months, for the majority of the roadways. g. On Golden Gate Blvd. due to its rural look and location the color must be chocolate brown or equal. The unit price shall include the following: • Purchase of the mulch as per specifications • Delivery to the site • Labor to install • Maintenance of traffic set-up and take down • Lane closure forms sent to County personnel • All on-site meetings that the Project Manager deems necessary for a smooth project completion • Clean up of all hardscape areas including, but not limited to, sidewalks, curbs, street, etc. after mulching • The cleanup of any mulch on top of plants, valve boxes, or structures • Removal of all pallets from the site at the end of work day • Pick up of the mulch at the County facility as per Bid tabulation • All unused County purchased mulch shall be returned the same day to the County facility where it was loaded and returned by the end of day. 4. Payments Invoices shall be sent to Collier County Clerks' Finance at the completion of a full roadway segment. #15-6467R,Purchase and Installation of Mulch 6 Packet Page -198- 2/23/2016 16.A.1. a. In order to receive payment, mulch applications must be one hundred percent(100%) complete in the specified roadway segment or park area. b. Department will inspect to ensure that the specifications have been met and the Department staff may request pictures from the Contractor to validate work completion. c. The vendor may be called out to the site to inspect with the Department personnel and if deficiencies are found, the Contractor may be required to return to the site to correct said deficiencies before the invoice is approved for payment. d. If the vendor fails to address the issues, the County reserves the right to withhold payment to the vendor for incomplete work. Once the discrepancies have been communicated to the vendor, the vendor has seven (7) calendar days to address and correct the issues to the Department's specifications and satisfaction. 5. Parks & Recreation Sites Mulching Locations Below is a list of park facilities. Additional sites may be added as deemed necessary by the Parks and Recreation Division. 951 Boat Ramp Cindy Myles Little League Aaron Lutz Neighborhood Park Lake Trafford Cementary Airport Park Main Street Cementary Lake Trafford Neighborhood Park Main Street Corner Land Zocalo Barefoot Beach Access MarGood Neighborhood Park Barefoot Preserve Max Hasse Community Park Barefoot State Beach Naples Zoo Bayview Boat Ramp North Collier Regional Park Caxambas Beach Access North Gulfshore Beach Access Clam Pass Beach Access North Naples Neighborhood Park Cocohatchee Boat Ramp Oakes Neighborhood Park Coconut Neighborhood Park Oil Well Neighborhood Park Conner Neighborhood Park Palm Springs Neighborhood Park Copeland Neighborhood Park Palm River Park Copeland Lease Panther Park Pelican Bay Neighborhood Park Dreamland Neighborhood Park Pepper Ranch Preserve Eagle Lakes Community Park Poinciana Neighborhood Park East Naples Community Park Port of the Islands Boat Ramp Naples Manor Neighborhood Park Rich King (FPL) Greenway Freedom Community Park Rita Eaton Neighborhood Park Golden Gate Community Park Sabal Palm Elementary School Goodland Boat Ramp South Marco Beach Access Gorden River Greenway Sugden Regional Park Immokalee Community Park Tigertail Beach Access Immokalee Sports Park Tony Rosbaugh Little League _ Immokalee Neighborhood Park Vanderbilt 8 Beach Access Isles of Capri Boat Ramp Vanderbilt Extension Land Isles of Capri 1 Neighborhood Park Veterans Community Park Isles of Capri 2 Neighborhood Park Veterans Memorial Elementary School _ Isles of Capri 3 Neighborhood Park Vineyards Community Park Isles of Capri Paddlecraft Boat Ramp Willoughby Neighborhood Park #15-6467R, Purchase and Installation of Mulch 7 Packet Page -199- 2/23/2016 16.A.1 . 6. Roadways and Limits Mulching Segments Livingston Road from Radio Road to the County Line ➢ All medians, ROW trees and palms, dry and wet retention areas. ➢ Two (2) landscaped and irrigated pond sites (wet retention areas)that will need to be mulched they are located as follows: (1) SE corner of Livingston Road and Golden Gate Parkway, (2) SW corner of Livingston Road and Pine Ridge Road. ➢ On Pine Ridge Road to Vanderbilt Beach Road we have planted areas with the dry retention areas on the East side of the road that will need to be mulched. US 41 North from Seagate to the County Line ➢ All medians and ROW trees and palms on both the east and west side of the road only from Wiggins Pass to the County Line. Goodlette Road from Golden Gate Parkway to Vanderbilt Beach Road ➢ All medians from Golden Gate Parkway to Pine Ridge Road. There are palms on both the west and east side of the road. ➢ At the SE corner of Pine Ridge Road there is a berm that requires mulch. ➢ From Pine Ridge Road to Vanderbilt Beach Road there are two wet retention areas on the NW corner of Pine Ridge Road and a dry retention area on the NW corner of Carica Rd. There are side row trees and palms on the West side of the road and approximately five trees on the NE corner of Pine Ridge Road (Black Olive Shady Lady). ➢ A small berm at the end of Carica Road that will need to be mulched. Airport Road from Peter St. to Vanderbilt Beach Road ➢ There is side ROW palms on both the west and east side of the roadway from Longboat Drive to Estuary Drive. ➢ Cougar Drive to Vanderbilt Beach Road there are trees on the west side of the road and Orange Blossom Dr. is also part of this segment. ➢ Medians and trees on the south side of the road from Airport Rd. to Cay Lagoon Dr. ➢ A pond site (wet retention area) at the west side of Yarberry Lane off of Orange Blossom Dr. Collier Blvd from City Gate Blvd to 18th Ave SW ➢ Medians only. Collier Blvd from Jolley Bridge to Port au Prince Road ➢ Only medians at the Jolley Bridge embankment on both sides . US 41 East from Sandpiper Blvd to Collier Blvd ➢ Includes all medians, ROW trees on both the south and north side of the road. ➢ A pond site (wet retention area) on the north ROW at Catalina Dr. Davis Blvd from Sandpiper Blvd to County Barn Road ➢ Medians only. Vanderbilt Beach Road from Airport Road to Collier Blvd. ➢ Medians only. Golden Gate Parkway from Bear's Paw Trail to Collier Blvd. ➢ Includes all medians, wet retention areas, side ROW trees/palms and interchange areas. ➢ Airport Rd to Livingston Road there are two wet retention areas one on the south side of the road and on the north side just east of Golden Gate Parkway. ➢ Side ROW trees from just west of Golden Gate Parkway to Santa Barbara Blvd. #15-6467R, Purchase and Installation of Mulch 8 Packet Page -200- 2/23/2016 16.A.1. ➢ 1-75 all ramp and embankment areas must be mulched. ➢ Santa Barbara to Collier Blvd medians only. Pine Ridge Road from Crayton Road to Logan Blvd medians ➢ Side ROW trees/palms and Interchange area. ➢ Ficus hedge from Forest Lakes Blvd. to Woodshire Lane on the south side of the road that will be mulched. ➢ Side ROW trees/palms on both the north and south from Airport Road to Vineyards Blvd. ➢ 1-75 Interchange area all four quadrants require mulch for trees/palms only. Immokalee Road from 111th Ave to Collier Blvd. ➢ Medians and the Interchange area. The 1-75 Interchange area has four quadrants and a pump station in the pond site that must be mulched. Golden Gate Blvd from Collier Blvd to one median past Wilson Blvd. ➢ All medians and the side ROW trees. The side ROW trees are located on both the south and north side of the road from Collier Blvd to 29th St SW. ➢ Side street, 13th St. SW that has small medians on both the west and east side of the road from Golden Gate Blvd to 16th Ave SW. Award Criteria ITB award criteria is as follows: • All questions on the ITB document shall be answered as to price(s), time requirements, and required document submissions. • Award shall be based upon the responses to all required line items on the Bid Schedule and any 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 ITB 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 Procurement Services Division 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) per section, and in accordance with the following methodology: 1) Collier County reserves the right to select multiple contractors. Each of the three (3) Sections on the Bid Schedule shall be awarded separately. 2) All line items within each Section must be bid in order to be awarded that Section. The County will not award single or separate line items. (For example, if a contractor bids only 5 of the 7 lines on Section 1, that Contractor will not be considered for award of Section 1, regardless of their bid pricing.) 3) The County reserves the right to issue a formal contract or standard County Purchase Order(PO)for the award of this solicitation. #15-6467R,Purchase and Installation of Mulch 9 Packet Page -201- 2/23/2016 16.A.1 . Term of Contract The contract term, if an award(s) is/are made is intended to be for one (1) year with three (3) one year renewal options. 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 Procurement Director. Price adjustments are dependent upon the consumer price index (CPI) over the past twelve(12) months, 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. ITB Projected Timetable Event Date Issue Solicitation Notice October 26, 2015 Non-mandatory Pre-Bid Conference with Bidders and Staff November 4, 2015 @ 3 PM Last Date for Receipt of Written Questions November 11, 2015 @ 5:00PM Solicitation Deadline Date and Time November 16, 2015 @ 3:00PM 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 • E-Verify Proof of Company Enrollment, Profile Page (Not an attachment, however, vendor must provide to the County) • Provide proof of Intermediate Maintenance of Traffic Certification (Not an attachment, however, vendor must provide to the County) #15-6467R,Purchase and Installation of Mulch 10 Packet Page -202- 2/23/2016 16.A.1. 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. #15-6467R,Purchase and Installation of Mulch 11 Packet Page -203- 2/23/2016 16.A.1 . 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. 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 one (1) 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 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 #15-6467R,Purchase and Installation of Mulch 12 Packet Page -204- 2/23/2016 16.A.1. 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 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 #15-6467R,Purchase and Installation of Mulch 13 Packet Page -205- 2/23/2016 16.A.1. 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: • Commodity based procurement where no services are provided. #15-6467R,Purchase and Installation of Mulch 14 Packet Page -206- 2/23/2016 16.A.1. • 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 Bidder/Vendor 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.qov/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 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. #15-6467R, Purchase and Installation of Mulch Packet Page -207- 15 2/23/2016 16.A.1 . 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. #15-6467R,Purchase and Installation of Mulch 16 Packet Page-208- 2/23/2016 16.A.1. 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. #15-6467R,Purchase and Installation of Mulch 17 Packet Page -209- 2/23/2016 16.A.1 . 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 its business. By way of non-exhaustive example, 10. Indemnification this shall include the American with Disabilities Act and all prohibitions against discrimination on #15-6467R,Purchase and Installation of Mulch 18 Packet Page -210- 2/23/2016 16.A.1. 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 /or 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 #15-6467R,Purchase and Installation of Mulch 19 Packet Page -211- 2/23/2016 16.A.1 . 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 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. #15-6467R,Purchase and Installation of Mulch 20 Packet Page -212- 2/23/2016 16.A.1. 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. Licenses The Vendor is required to possess the correct professional and other licenses, and any other authorizations necessary to perform the required work pursuant to all applicable Federal, State and Local Law, Statute, Ordinances, and rules and regulations of any kind. Additionally, copies of all the required licenses must be submitted with the bid response indicating that the entity bidding, as well as the team assigned to the County account, is properly licensed to perform the activities or work included in the ITB documents. Failure on the part of any vendor to supply this documentation with their bid response may be grounds for deeming vendor non-responsive. A Vendor with an office within Collier County is required to have an occupational license. All State Certified contractors who may need to pull Collier County permits or call in inspections must complete a Collier County Contractor License registration form and submit the required fee. After registering the license/registration will need to be renewed thereafter to remain "active" in Collier County. Questions regarding professional licenses should be directed to Contractor Licensing, Community Development and Environmental Services at(239) 252-2431, 252-2432 or 252-2909. Questions regarding required Business Tax Receipt (formerly known as Occupational Licenses) should be directed to the Tax Collector's Office at (239)252-2477. 11. 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. #15-6467R,Purchase and Installation of Mulch 21 Packet Page -213- 2/23/2016 16.A.1. 12. 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. 13. 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. 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: bccapclerk(a�collierclerk.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 #15-6467R,Purchase and Installation of Mulch 22 Packet Page -214- 2/23/2016 16.A.1. completion of contract. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of"'aches" 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. 14. Survivability Bids (ITBs/RFPs): The Contractor/Vendor agrees that any Purchase Order that extends beyond the expiration date of Solicitation 15-6467R resultant of this solicitation will survive and remain subject to the terms and conditions of that Agreement until the completion or termination of any Purchase Order. 15. 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 #15-6467R, Purchase and Installation of Mulch 23 Packet Page -215- 2/23/2016 16.A.1. 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 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. Collier County Information Technology Requirements All vendor access will be done via VPN access only. All access must comply with current published County Manager Agency(CMA) policies. Current policies that apply are CMAs 5402, 5403 and 5405. These policies will be available upon request from the Information Technology Department. All vendors will be required to adhere to IT policies for access to the County network. Vendors are required to notify the County in writing twenty-four(24) hours in advance as to when access to the network is planned. Included in this request must be a detailed work plan with actions that will be taken at the time of access. The County IT Department has developed a Technical Architecture Requirements Document that is required to be filled out and submitted with your bid response. This document can be found on the Collier County Purchasing Department website: www.colliergov.net/purchasinq. On the left hand side of the menu, click on CC Technical Requirements. If this document is not submitted with your bid response, your bid response may be deemed non-responsive. #15-6467R,Purchase and Installation of Mulch 24 Packet Page -216- 2/23/2016 16.A.1. 16. Security and Background Checks If required, Vendor/Contractor/ Proposer shall be responsible for the costs of providing background checks by the Collier County Facilities Management Department, and drug testing for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four(4) years. 17. Maintenance of Traffic Policy For all projects that are conducted within a Collier County Right-of-Way, the Vendor shall provide and erect Traffic Control Devices as prescribed in the current edition of the Manual On Uniform Traffic Control Devices (MUTCD), where applicable on local roadways and as prescribed in the Florida Department of Transportation's Design Standards (DS) on state roadways. These projects shall also comply with Collier County's Maintenance of Traffic Policy, #5807, incorporated herein by reference. Copies are available through the Risk Management and/or Purchasing Departments and are available on-line at colliergov.net/purchasing. The Vendor will be responsible for obtaining copies of all required manuals, MUTCD, FDOT Roadway &Traffic Design Standards Indexes, or other related documents, so to become familiar with their requirements. Strict adherence to the requirements of the Maintenance of Traffic ("MOT") policy will be enforced under this Contract. All costs associated with the Maintenance of Traffic shall be included on the line item on the bid page. If MOT is required, MOT is to be provided within ten (10)days of receipt of Notice of Award. 18. 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. 19. 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 #15-6467R, Purchase and Installation of Mulch 25 Packet Page -217- 2/23/2016 16.A.1. 20. 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. 21. Equipment 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. 22. Storage Tank Installation and Closure Requirements The contractor shall ensure compliance with all NFPA regulations: specifically 110 & 30/30A; FDEP chapter 62 regulations: specifically 761, 762, 777, and 780; 376 & 403 Florida Statutes; and STI, UL, PEI, ASME, NACE, NLPA, NIST &API referenced standards pertaining to the storage of hazardous materials and petroleum products. The contractor shall notify the Solid & Hazardous Waste Management Department(SHWMD) prior to the installation, removal, or maintenance of any storage tank, including day tanks for generators, storing /will be storing petroleum products or hazardous materials. The contractor shall provide a 10 day and 48 hour notice to SHWMD 239-252-2508 prior to commencement. The contractor shall provide the plans pertaining to the storage tank systems containing hazardous materials/ petroleum products to the SHWMD prior to plans submittal to a permitting entity and then SHWMD must approve the plans prior to contractor's submittal for permitting. 23. 62-761.300 Applicability 1) General Requirements: a) Underground storage tank systems: The requirements of this Chapter, unless specified otherwise, apply to owners and operators of facilities, or owners and operators of UST systems with individual storage tank capacities greater than110 gallons that contain or contained: i) Vehicular fuel, subject to Chapter 17-61, F.A.C., after May 21, 1984 ii) Pollutants or hazardous substances after December 10, 1990; or iii) Regulated substances in unmaintained storage tank systems. #15-6467R,Purchase and Installation of Mulch 26 Packet Page -218- 2/23/2016 16.A.1. b) This rule is applicable to non-residential facilities. Under 40 C.F.R. 280, residential tanks greater than 1100 gallons containing motor fuels are subject to Federal UST rules (advisory information only-not required by this Chapter). 24. 62-762.301, F.A.C. Applicability 1) General Requirements: a) Aboveground storage tank systems: The requirements of this chapter, unless specified otherwise, apply to owners and operators of facilities, or owners and operators of aboveground stationary storage tank systems with individual storage tank capacities greater than 550 gallons that contain or contained: Vehicular fuel, subject to Chapter 17- 61, F.A.C., after May 21, 1984 (1) Vehicular fuel, subject to Chapter 17-61, F.A.C., after May 21, 1984; (2) Pollutants after March 12, 1991; or (3) Pollutants in unmaintained storage tank systems. b) Aboveground compression vessels and hazardous substance storage tank systems: Owners and operators of compression vessels and hazardous substance storage tanks with capacities of greater than 110 gallons containing hazardous substances are only required to comply with subsections 62-762.401(1)-(2), F.A.C. c) Aboveground mineral acid storage tank systems: Owners and operators of facilities, or owners and operators of aboveground mineral acid storage tank systems with capacities of greater than 110 gallons containing mineral acids are only required to comply with Rule 62- 762.891, F.A.C. 25. Definitions 62-761.200(11)and 62-762.201(16), F.A.C.: "County" means a locally administered program under contract with the Department to perform compliance verification activities at facilities with storage tank systems. 62-761.200(48) and 62-762.201(62), F.A.C.: "Pollutants" includes any "product"as defined in Section 377.19(11), F.S., pesticides, ammonia, chlorine and derivatives thereof, excluding liquefied petroleum gas. 62-761.200(51) and 62-762.201(65), F.A.C.: "Product' as defined in Section 377.19(11), F.S., means any commodity made from oil or gas and includes refined crude oil, crude tops, topped crude, processed crude petroleum, residue from crude petroleum, cracking stock, uncracked fuel oil, fuel oil, treated crude oil, residuum, gas oil, casing head gasoline, natural gas gasoline, naphtha, distillate, condensate, gasoline, used oil, kerosene, benzene, wash oil, blended gasoline, lubricating oil, blends or mixtures of oil with one or more liquid products or byproducts derived from oil or gas, and blends or mixtures of two or more liquid products or byproducts derived from oil or gas, whether hereinabove enumerated or not. 62-761(73) and 62-762(84), F.A.C.: "Vehicular fuel" means a petroleum product used to fuel motor vehicles, including aircraft, watercraft and vehicles used on and off roads and rails. #15-6467R, Purchase and Installation of Mulch 27 Packet Page -219- 2/23/2016 16.A.1 . Co -ter County Administrative Services Department Procurement Services Division 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: # 15-6467R, Purchase and Installation of Mulch ❑ 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. ❑ Insufficient time allowed for preparation of response. ❑ Incorrect address used. Please correct mailing address: C Other reason(s): Firm's Complete Legal Name Address City, State, Zip Telephone Number FAX Number Signature/Title Type Name of Signature Date: #15-6467R,Purchase and Installation of Mulch 28 Packet Page -220- 2/23/2016 16.A.1. Go ier 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: # 15-6467R, Purchase and Installation of Mulch • Opening Date: November 16, 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 #15-6467R,Purchase and Installation of Mulch 29 Packet Page-221- 2/23/2016 16.A.1. Co ler 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: # 15-6467R, Purchase and Installation of Mulch 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: ***SEE FOLLOWING PAGES *** If applicable: 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. ❑ Bid Response is as follows: Bid Total (Respective line(s) of the Bid Schedule) 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. #15-6467R,Purchase and Installation of Mulch 30 Packet Page -222- 2/23/2016 16.A.1 . IN WITNESS WHEREOF, WE have hereunto subscribed our names on this day of , 2015 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 • #15-6467R,Purchase and Installation of Mulch 31 Packet Page -223- 2/23/2016 16.A.1. Co per County Administrative Services Department Procurement Services Division Attachment 4: Vendor Submittal — Local Vendor Preference Affidavit Solicitation: #15-6467R, Purchase and Installation of Mulch (Check Appropriate Boxes Below) State of Florida(Select County if Vendor is described as a Local Business ❑ Collier County ❑ 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: Number of Employees(Including Owner(s)or Corporate Officers): Number of Employees Living in ❑ 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 ❑ COLLIER COUNTY ❑ LEE COUNTY Sworn to and Subscribed Before Me, a Notary Public,for the above State and County, on this Day of , 20 Notary Public My Commission Expires: (AFFIX OFFICIAL SEAL) #15-6467R,Purchase and Installation of Mulch 32 Packet Page-224- 2/23/2016 16.A.1. cater County y Administrative Services Department Procurement Semites Drv6sian Attachment 5: Vendor Submittal—Immigration Affidavit Solicitation: # 15-6467R, Purchase and Installation of Mulch 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. #15-6467R,Purchase and Installation of Mulch 33 Packet Page -225- 2/23/2016 16.A.1 . Carrier 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, 1 certify that the information shown on this form is correct to my knowledge. Signature Date Title Phone Number #15-6467R,Purchase and Installation of Mulch 34 Packet Page -226- 2/23/2016 16.A.1 . Corner 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 $500,000 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 ContractorNendor/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 ContractorNendor/Consultant in the performance of this Agreement. 4. ®Automobile Liability $1,000.000 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 $ 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 #15-6467R,Purchase and Installation of Mulch 35 Packet Page -227- 2/23/2016 16.A.1 . 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 5/14/2015 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 #15-6467R,Purchase and Installation of Mulch 36 Packet Page -228-