Loading...
Agenda 11/15/2016 Item #16E 1 16.E.1 11/15/2016 EXECUTIVE SUMMARY Recommendation to award Invitation to Bid (ITB) #16-6678 "Computers for Collier County" to Staples Contract & Commercial, Inc., CDW Government LLC, and Computers at Work!, Inc. d/b/a vTECHio. OBJECTIVE: To purchase new and replacement desktop, tablet and notebook computers used by various County Departments/Divisions. CONSIDERATION: The Information Technology Division is responsible for establishing standard computer types for the Collier County Departments/ Divisions. The agency procures computers to meet new business needs and replaces computers at the end of their useful life. The Collier County Procurement Services Division posted ITB#16-6678 "Computers for Collier County" on July 12, 2016. Notices were electronically transmitted to one thousand seventy-seven (1077) prospective vendors, sixty five (65) downloaded the bid package, and seven (7) interested vendors submitted bids by the deadline. After review, County staff is recommending that ITB #16-6678 be awarded to the lowest,responsive bidders as follows: Vendor Description Unit Price Staples 2 in 1 Laptop/Tablet $1,942.31 CDWG Standard Desktop $619 CDWG Power Desktop $1,830 vTECHio Standard Laptop $1,531.67 All County Departments/Divisions will utilize this award under the advisement of the IT Department. FISCAL IMPACT: Funds are available in 506-121160-50079 PC Replacement in the amount of $208,748.12. Funds are also budgeted in the individual operating division's budgets. GROWTH MANAGEMENT IMPACT: There are no Growth Management Impacts associated with this action. LEGAL CONSIDERATIONS: This item has been approved as to form and legality and requires majority vote for approval. -CMG RECOMMENDATION: That the Board of County Commissioners awards ITB #16-6678 "Computers for Collier County," to Staples Contract & Commercial, Inc., CDW Government LLC, and Computers at Work! Inc. d/b/a vTECHio,for the purchase of desktop,tablet and notebook computers and authorizes the Chairman to execute the County Attorney approved Agreements. Prepared By: Anthony DeLuca, Service Desk Supervisor,Information Technology Division, Administrative Services Department ATTACHMENT(S) 1. 16-6678 ITB Computers 071216(PDF) 2.Agreement-Staples-rev(PDF) 3.Agreement-CDW-rev (PDF) Packet Pg. 1147 16.E.1 11/15/2016 4.Agreement-vTECHio (PDF) 5. 16-6678 Tabulation (PDF) Packet Pg. 1148 16.E.1 11/15/2016 COLLIER COUNTY Board of County Commissioners Item Number: 16.E.1 Item Summary: Recommendation to award Invitation to Bid (ITB) #16-6678 "Computers for Collier County" to Staples Contract & Commercial, Inc., CDW Government LLC, and Computers at Work!, Inc. d/b/a vTECHio. Meeting Date: 11/15/2016 Prepared by: Title:—Information Technology Name: Tony Deluca 10/04/2016 3:01 PM Submitted by: Title: Division Director-Information Tech—Information Technology Name: Mike Berrios 10/04/2016 3:01 PM Approved By: Review: Procurement Services Lissett DeLaRosa Level 1 Purchasing Gatekeeper Completed 10/04/2016 3:34 PM Administrative Services Department Pat Pochopin Level 1 Division Reviewer Completed 10/10/2016 4:22 PM Procurement Services Ted Coyman Additional Reviewer Completed 10/19/2016 5:34 PM Procurement Services Sandra Herrera Additional Reviewer Completed 10/21/2016 7:55 AM Information Technology Mike Berrios Additional Reviewer Completed 10/24/2016 9:59 AM Administrative Services Department Len Price Level 2 Division Administrator Review Completed 10/24/2016 5:05 PM County Attorney's Office Colleen Greene Level 2 Attorney Review Completed 10/25/2016 2:31 PM County Attorney's Office Jeffrey A.Klatzkow Level 3 County Attorney's Office Review Completed 10/26/2016 8:37 AM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 10/26/2016 8:43 AM Office of Management and Budget Laura Wells Additional Reviewer Completed 10/26/2016 11:06 AM County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 11/06/2016 5:56 PM Board of County Commissioners MaryJo Brock Meeting Pending 11/15/2016 9:00 AM Packet Pg. 1149 1 6.E.1.a Cotter County tsy Administrative Services Department Procurement Services Dmsion INVITATION TO BID Date: 7/12/2016 From: Adam Northrup, Procurement Strategist (239) 252-6098 (Telephone) (239) 252-6302 (FAX) ti adamnorthrup@colliergov.net (Email) To: Prospective Vendors in- Subject: Subject: Solicitation: 16-6678 -Computers for Collier County :c As requested by the Information Technology Division, the Collier County Board of County Commissioners Procurement Services Division has issued this ITB for the purpose of obtaining fair and competitive responses. N C78 N Please refer to the Public Notice included in this document for the opening date and time and any applicable pre-ITB conference. 0.1 All questions regarding this ITB must be submitted online on the Collier County Procurement Services Division Online Bidding System website: www.colliergov.net/bid. All responses to questions will be posted on the website with electronic notification to all o prospective vendors. U m We look forward to your participation in Collier County's competitive procurement co process. cc: Tony Deluca "te- .PaactrunentSuattcDason.3327TamiamlTrailEast.Naples,Florida34112-4901X239.2528•k77•wwo-m€€iergay.net;procurementse^does #16-6678 Computers for Collier County 1 ITB Template_06132016 Packet Pg. 1150 16.E:1.a Invitation to Bid Index Public Notice 3 Exhibit I: Scope of Work, Specifications and Response Format 4 Exhibit II: General Bid Instructions 9 Exhibit III: Standard Purchase Order Terms and Conditions 15 Exhibit IV: Additional ITB Terms and Conditions 18 Attachment 1: Vendor Submittal -Vendor's Non-Response Statement 26 Attachment 2: Vendor's Check List 27 Attachment 3: Vendor Submittal - Bid Response Form 28 Attachment 4: Vendor Submittal— Local Vendor Preference Affidavit 30 Attachment 5: Vendor Submittal— Immigration Affidavit 31 Attachment 6: Vendor Substitute W—9 32 Attachment 7: Vendor Submittal - Insurance and Bonding Requirements 33 r cv cV as U ca 00 co #16-6678 Computers for Collier County 2 ITB Template_06132016 Packet Pg. 1151 16.E.1.a Cottee unty Administrative Services Department Procurement Services Dri ion Public Notice Sealed bid responses for Solicitation 16-6678 — Computers for Collier County, will be received electronically only at the Collier County Government, Procurement Services Division, 3327 Tamiami Trail E, Naples, FL 34112 until 3:00PM, Collier County local time on 7/25/2016. Solicitation responses received after the stated time and date will not be accepted. to Solicitation#16-6678—Computers for Collier County All questions regarding this ITB must be submitted online on the Collier County Procurement Services Division 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 Procurement Services Division Online Bidding System website noted herein. ITB Documents obtained from sources other than Collier County Procurement Services Division may not be accurate or current. 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 0 BY: /s/Allison Kearns Interim Director, Procurement Services Division 00 ti Publicly posted on the Collier County Procurement Services Division website: www.colliergov.net/purchasing,and in the lobby of the Procurement Services Division Building on 7/12/2016. c a) E w 11#16-6678 Computers for Collier County 3 ITB Template_06132016 Packet Pg. 1152 16.E.1.a Exhibit I: Scope of Work, Specifications and Response Format As requested by the Collier County Information Technology Division (hereinafter, the "Division or Department"), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, the "County") has issued this Invitation to Bid (hereinafter, "ITB") with the intent of obtaining bids from interested and qualified firms in accordance with the terms, conditions and specifications stated or attached. The Vendor, at a minimum, must achieve the requirements of the Scope of Work and specifications stated. The results of this solicitation may be used by other County divisions once awarded according to the Board of County Commissioners Procurement Ordinance. ca Brief Description of Purchase F- The County is soliciting competitive responses from experienced Information Technology vendors to supply a large volume of high quality notebook and desktop computers compatible with existing infrastructure. Historically, County departments have spent approximately $800,000 annually; however, this may not be indicative of future buying patterns. o Background The IT Division looks to replace computers near or at the end of expected useful life, as well as purchase an undetermined amount of replacement units as needed in the normal course of business. CNIThis solicitation will also serve to identify a reliable supplier for pre-approved configurations in the event other departments within our agency wish to purchase hardware using departmental funds throughout the year. Detailed Scope of Work 0 The prospective bidder will be asked to provide pricing for the following products listed below. oo • 2 standard notebook systems 1. Standard Notebook w/docking station option to 2. 2 in 1 Laptop/Tablet • 2 standard desktop systems 3. Standard Desktop 4. Power Desktop (GIS/CADD) Please be sure to review the listed specifications carefully, and submit the quotes for standard systems (1 —4)to our exact specifications. In addition to the standard requested systems (items 1 — 4), bidders are welcome to provide alternative quotes that are equal to, or better than, the standard requested configurations. These should be provided in a separate section marked "Exceptions". On each alternative system, please clearly state which standard system (1 —4) you are suggesting it to replace and why. To help minimize the number of different models in service, we request any submitted systems be available through September 30, 2017. #16-6678 Computers for Collier County 4 ITB Template_06132016 Packet Pg. 1153 16.E.1.a Collier County requires a policy, in writing, which will provide for defective units, out of the box, a NO QUESTIONS ASKED EXCHANGE POLICY. Please include your policies and procedures for that process. All items in quote/purchased must be delivered in 15 business days after receiving a County issues a Purchase Order(PO). Orders must be fulfilled directly by the awarded bidder and shall not be passed on to third parties or manufacturers for fulfillment. The IT Division will order break-fix computers for the County at the beginning of the contract. In the event of a product change in the middle of the year, the IT Division shall be allowed to swap a percentage of the break-fix computers for the new model based on the remaining time left in the n contract. Shipping must be included in the quoted price, FOB Naples, FL 34112. ~ Specifications o 1. Standard Laptop Screen Touch Screen 13 to 16.5" (must have capability to turn touch feature off) Processor 15 Quad-core 6th generation or better cfl N Video Intel HD or dedicated video such as Mobile Radeon or nVidia NVS(512MB min) Memory 8GB Hard Drive 240 GB Solid-State-Disk Drive (minimum) h Optical Drive DVD/RW-DL fixed/removable o Operating System/COA Windows 10 a) External Ports 2+ USB Ports, 1+3.0 USB, 1+ Powered USB, AUDIO IN/OUT Network Adapter Gigabyte Ethernet (on board or with included adapter) ° Wireless 802.11 a/b/g/n m Bluetooth Optional Video Out 2 display ports Must include VGA Dongle(s) (1.2 or higher) Full-feature Keyboard, Standard touch pad with buttons (Non Track Pad Input Devices configuration ), mouse input, integrated WEBCAM, microphone, Stereo speakers Battery Whr Rating 80+ a) Battery Life 6 Hour Minimum Rating w/Extended Life Battery Option 10 keypad No Weight Not to exceed 3.5 lbs Warranty 4yr Onsite warranty, must cover every part of the PC(LCD included). w/accidental damage replacement(LCD included),from manufacturer(Must be registered by supplier, at time of purchase). Optional Docking Station When laptop is docked, must support, at a minimum, laptop screen and 2 external Display Ports monitors. Must include VGA Dongles (1.2 or higher). #16-6678 Computers for Collier County 5 ITB Tem plate_06132016 Packet Pg.1154 16.E1.a External Ports 2+ USB Ports, 2+ USB 3 Ports Dock Required dual video output capability. Network Adapter Gigabyte Ethernet Warranty 4yr Onsite or replacement warranty 2. Two-in-One (2 in 1) laptop Device must include keyboard and docking station, and must support a minimum of two (2) monitors when docked. Touch Screen 9 to 14"with anti-glare//Must be able to detach from keyboard for °O Screen tablet mode Processor 17 Quad-core 6th generation or better co_ Video Intel HD or dedicated video such as Mobile Radeon or nVidia NVS (512MB min) Memory 8GB .a Hard Drive 256 GB Solid-State-Disk Drive (minimum) Operating System/COA Windows 10 capable External Ports Full size USB 3 in tablet mode Network Adapter Gigabyte Ethernet (on board or with included adapter) Wireless 802.11 a/b/g/n Bluetooth Yes C.4 Video Out Must include VGA Dongles(1.2 or higher) Input Devices Attachable Keyboard, integrated WEBCAM, microphone,Stereo speakers, «� Battery Whr Rating 80+ r• Battery Life 8 Hour Minimum Rating Warranty 4yr Onsite warranty, must cover every part of the PC and accessories. Weight Not to exceed 3.5 lbs Camera 16 Megapixel with front and back view in tablet mode 03 3. Standard Desktop Small form factor with internal power supply, "80 Plus" category of energy efficiency is requested . c Processor Intel Core i5 6th Gen or better E E Video Integrated Onboard video,1 VGA and 2 display ports (VGA Dongles included) 5 Memory 8GB, Q Hard Drive 240GB or larger Solid-State-Disk Drive (minimum) Optical Drive Optional Operating System/COA Win10 External Ports 6+ USB, 2+of those must be USB 3.0, Network Adapter Gigabyte Internet Expansion Open PCIE expansion slot Case Small form factor with internal power supply Power Supply Manufacturer Spec Speaker Integrated Sound, must be able to be disabled in bios without disabling all sound #16-6678 Computers for Collier County 6 ITB Template_06132016 Packet Pg. 1155 16.E1.a Input Devices Mouse and Keyboard must be USB Warranty 9x5 5yr NBD Onsite,from manufacturer,to include case+ "everything in the box" guarantee for any Add-on cards, or Memory. (Must be registered by supplier, at time of purchase). Limited "No questions asked" exchange for DOA systems out of the box return policy 4. Power Desktop (GIS/CAD) Please provide a bid for each HDD configuration we will set one standard based on the bids Processor XEON Haswell E7 or above Video CAD-Capable Video card 2GB+VRAM: ATI Fire Pro or NVIDIA Quadra family,video as ports must include VGA dongles (Must support 3 displays as shipped) m m Memory 32+GB RAM, ca Hard Drive config 1 1. 2 HDD-(1) 240 GB SSD main HDD, (2) 1TB+200+M/S Hard Drive config 2 2. 1TB SSD HDD Optical Drive Optional v_ Operating System/COA Win10 External Ports 6+ USB Ports, 2 of which must be USB 3 Network Adapter Gigabyte Internet Input Devices Mouse and Keyboard must be USB, 1+open full sized PCI Express Slot Case Full Sized Power Supply 700W+ N Audio Integrated Warranty 9x5 5yr NBD Onsite,from manufacturer,to include case+"everything in the box" guarantee for any Add-on cards, or Memory. (Must be registered by supplier,at time of purchase) 0 Award Criteria o. ITB award criteria is as follows: • All questions on the Bid document shall be answered as to price(s), time requirements, and m required document submissions. co • Award shall be based upon the responses to all questions on the Bid Response Page(s). • Further consideration may include, but not be limited to: references, completeness of bid response and past performances on other County bids or projects. • Prices will be read in public exactly as input on the electronic bid response form, or written on w 6' the manually submitted Bid Response Page(s), at the time of the bid opening; however, should an error in calculations occur whenever unit pricing and price extensions are requested, the unit price shall prevail. Mathematical miscalculations may be corrected by the County to reflect the proper response. • The County's Procurement Services Division reserves the right to clarify a vendor's proposal prior to the award of the solicitation. • It is the intent of the County to award to the lowest, qualified and responsive vendor(s). • For the purposes of determining the bidder with the lowest price for award purposes only the following methodology will be used: Input pricing for the items described above in Attachment 3: Vendor Response Form, then add the unit pricing for lines 1-4 in line 5 Bid Total. #16-6678 Computers for Collier County 7 ITB Template_06132016 Packet Pg. 1156 16.E.1.a • Collier County reserves the right to select one, or more than one suppliers, however, it is the intent to select the responsive vendor with the lowest price for each of the four systems (lines 1-4). • The County reserves the right to issue a formal contract for the award of this solicitation. Term of Contract The contract term, if an award(s) is/are made is intended to be for one (1) year. Prices shall remain firm for the initial term of this contract. Surcharges will not be accepted in conjunction with this contract, and such charges should be o0 incorporated into the pricing structure. Projected Timetable Event Date Issue Solicitation Notice 07/12/2016 Last Date for Receipt of Written Questions 07/21/2016, 3:00PM Solicitation Deadline Date and Time 07/25/2016, 3:00PM o Anticipated Board of County Commissioner's Contract September 2016 Approval Date co Vendor Required Documents • Attachment 2: Vendor's Check List h, • Attachment 3: Vendor Bid Response Form 17- • Attachment 4: Local Vendor Preference • Attachment 5: Immigration Law Affidavit °: • Attachment 6: Vendor Substitute W-9 a • Attachment 7: Insurance and Bonding Requirement to r- co c w E ro #16-6678 Computers for Collier County 8 ITB Template_06132016 Packet Pg. 1157 16.E1.a Exhibit II: General Bid Instructions 1. Purpose/Objective As requested by the County division identified in Exhibit 1, the Collier County Board of County Commissioners Procurement Services Division (hereinafter, the County) has issued this Invitation to Bid (hereinafter, the "ITB", or "Bid") with the sole purpose and intent of obtaining bid responses from interested and qualified firms 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." 0-3 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 co 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 .777 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 c 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 co 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 Productoo Manufacturer's name, brand name and/or model number may be used in these specifications for to 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 manufacturers' t° items of equal or similar specifications. 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 a 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 and in the best interest of the County. #16-6678 Computers for Collier County 9 ITB Template_06132016 Packet Pg. 1158 16.E.1.a 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 Vendor's intent to fully comply with the specifications as written. The County, at its sole discretion, shall determine if the 07) 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 m 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 Y 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 Procurement Services Division Online Bidding System website: www.colliergov.net/bid. Before CN 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 to rejection of your submittal. r ti 8. Bid Submission 0. All electronic bids shall be submitted online via the Collier County Procurement Services Division Online Bidding System: www.colliergov.net/bid. ca Vendors who wish to receive copies of bids after the bid opening may view and download same 00 from the Collier County Procurement Services Division Internet bid site. to9. Questions If the vendor should be of the opinion that the meaning of any part of the Bid Document is doubtful, obscure or contains errors or omissions it should report such opinion to the Procurement Strategist before the bid opening date. Direct questions related to this ITB only to the Collier L" County Procurement Services Division 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 Procurement Services Division Online Bidding System website. For general questions, please call the referenced Procurement Strategist identified in the Public Notice. 10. Protests #16-6678 Computers for Collier County 10 ITB Template_06132016 Packet Pg. 1159 16.E.1.a 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 Procurement 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- cTos 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. CO 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 o County Procurement Ordinance. 0 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 o 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 0. 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 m 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 c 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 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 #16-6678 Computers for Collier County 11 ITB Template_06132016 Packet Pg.1160 16.E.1.a 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 Procurement Services Division 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 Procurement Services Division 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. m Failure on the part of a Bidder to submit this Affidavit with their bid response will preclude m 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. E 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. • 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 Procurement Services Division 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. #16-6678 Computers for Collier County 12 ITB Template_06132016 Packet Pg. 1161 16.E.1.a Additionally, vendors shall require all subcontracted vendors to use the E-Verify system for all purchases not covered under the "Exceptions to the program" clause above. For additional information regarding the Employment Eligibility Verification System (E-Verify) program visit the following website: http://www.dhs.gov/E-Verify. It shall be the vendor's responsibility to familiarize themselves with all rules and regulations governing this program. Vendor acknowledges, and without exception or stipulation, any firm(s) receiving an award shall be fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended and with the provisions contained within this affidavit. Failure by the awarded firm(s) to comply with the laws referenced herein or the provisions of this affidavit shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. 14. Lobbying All firms are hereby placed on NOTICE that the County Commission does not wish to be lobbied o 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 Procurement Services Division. 15. Certificate of Authority to Conduct Business in the State of Florida (Florida Statute ='- 607.1501) c0 In order to be considered for award, firms must be registered with the Florida Department of State o 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 0 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 rightoo 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. v 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. i Award shall be made in a manner consistent with the County's Procurement Ordinance. Award recommendations will be posted outside the offices of the Procurement Services Division as well #16-6678 Computers for Collier County 13 ITB Template_06132016 Packet Pg. 1162 16.E.1.a as on the Collier County Procurement Services Division 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. 00 ti CD O O Co 4 CD N t0 ti N i N 4- Oe E O U I— O til W tG C O E S U Q #16-6678 Computers for Collier County 14 ITB Template_06132016 Packet Pg1163 16.E.1.a 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 ao the entire agreement between the parties, unless payments made prior to delivery. Unless 0 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. m I-- 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 -a Order. consolidated. Each shipping container must m be consecutively numbered and marked to ° No additional terms may be added and Purchase show this Purchase Order number. The o Order may not be changed except by written container and Purchase Order numbers mustctr 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 c objects to any additional or different terms and must be included on each package of less co 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 'er o payment for any delivery of goods and/or return any shipment or equipment at r services, or any similar act by VENDOR. VENDOR'S expense that is not marked with r- to. Purchase Order numbers. VENDOR agrees L 3. Inspection to declare to the carrier the value of any All goods and/or services delivered hereunder shipment made under this Purchase Order a shall be received subject to the COUNTY'S and the full invoice value of such shipment. E inspection and approval and payment therefore d) All invoices must contain the Purchase Order co3 shall not constitute acceptance. All payments are number and any other specific information as m 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 °r-° returned pursuant to VENDOR'S instruction at date of receipt of goods or from date of c VENDOR'S expense. receipt of invoices, whichever is later. Co Payment will be made upon receipt of a To the extent that a purchase order requires a proper invoice and in compliance with a) series of performances by VENDOR, the Chapter 218, Fla. Stats., otherwise known as E COUNTY prospectively reserves the right to the "Local Government Prompt Payment v cancel the entire remainder of the Purchase Act," and, pursuant to the Board of County a 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. #16-6678 Computers for Collier County 15 ITB Template_06132016 Packet Pg. 1164 16E.1.a 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 co COUNTY and VENDOR. Notwithstanding the sold or services performed under this Purchase '5' to 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, E Any claims for adjustment by VENDOR must be copyright or trade secret; and c) do not constitute F made within thirty (30) days from the date the unfair competition. -a change is ordered or within such additional Ca- period period of time as may be agreed upon by the VENDOR shall indemnify and hold harmless the S parties. COUNTY from and against any and all claims, o including claims of negligence, costs and ca 7. Warranties expense, including but not limited to attorneys' VENDOR expressly warrants that the goods fees, which arise from any claim, suit or c and/or services covered by this Purchase Order proceeding alleging that the COUNTY'S use of co will conform to the specifications, drawings, the goods and/or services provided under this csi samples or other descriptions furnished or Purchase Order are inconsistent with VENDOR'S cv specified by the COUNTY, and will be of representations and warranties in section 11 (a). co satisfactory material and quality production, free from defects and sufficient for the purpose If any claim which arises from VENDOR'S breach c intended. Goods shall be delivered free from any of section 11 (a) has occurred, or is likely to IL' 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 5 a survive inspection, acceptance, passage of title using the goods or services, or replace or modify E and payment by the COUNTY. the goods or services so that they become vo non-infringing, (without any material degradation op 8. Statutory Conformity in performance, quality, functionality or additional N Goods and services provided pursuant to this cost to the COUNTY). ao Purchase Order, and their production and transportation shall conform to all applicable 12. Insurance Requirements co r 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 as Transportation Act and the Fair Labor Standards terms and limits as may be reasonably E Act, as well as any law or regulation noted on the associated with the Purchase Order. Providing 0 2. face of the Purchase Order. and maintaining adequate insurance coverage is a material obligation of the VENDOR. All ::-.0 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 #16-6678 Computers for Collier County 16 ITB Template_06132016 Packet Pg. 1165 16.E1.a 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 op 14. Force Majeure deemed a waiver of any subsequent default Neither the COUNTY nor VENDOR shall be by VENDOR. -a 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 co performance of this Purchase Order, VENDOR party may change its address for notice by Csi shall immediately give notice thereof, including all written notice complying with the relevant information with respects to what steps requirements of this section. cc VENDOR is taking to complete delivery of the d) The Vendor agrees to reimbursement of any c`v goods and/or services to the COUNTY. travel expenses that may be associated with this Purchase Order in accordance with N 15. Assignment Florida Statute Chapter 112.061, Per Diem au 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. E 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 op deemed void. related to this Purchase Order, the terms of h' the Contract Documents shall take oo 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 E rented, or services purchased (Florida Statutes, Terms and/or Conditions that are most coo 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 #16-6678 Computers for Collier County 17 ITB Template_06132016 Packet Pg. 1166 16.E.1.a 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 (71 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. Termination co Should the Contractor be found to have failed to perform services in a manner satisfactory to the00 "= County, the County may terminate this Agreement immediately for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be to sole judge of non-performance. In the event that the award of this solicitation is made by the Procurement Services Director, the award and any resultant purchase orders may be terminated at any time by the County upon thirty (30) days written notice to the awarded vendor(s) pursuant to the Board's Procurement Ordinance. 6. 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. 7. 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 #16-6678 Computers for Collier County 18 ITB Template_06132016 Packet Pg 1167 16.E.1.a 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. 8. Florida Wood Products �o ti co 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. 9. Public Records Compliance 0 Florida Public Records Law Chapter 119, including specifically those contractual requirements in 119.0701(2)(a)-(b) as follows: ccs 7.7 IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE N CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: ti Communication and Customer Relations Division 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8383 0 v The Contractor must specifically comply with the Florida Public Records Law to: 1. Keep and maintain public records required by the public agency to perform the service. co 2. Upon request from the public agency's custodian of public records, provide the publicco agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. a 3. Ensure that public records that are exempt or confidential and exempt from public records E disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public -- agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. #16-6678 Computers for Collier County 19 ITB Template_06132016 Packet Pg. 1168 16.E.1.a 10. 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. 11. 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 o 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 ZS occupational license. 00 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. N Questions regarding professional licenses should be directed to Contractor Licensing, Community V+ Development and Environmental Services at (239) 252-2431, 252-2432 or 252-2909. Questions coo regarding required Business Tax Receipt (formerly known as Occupational Licenses) should be directed to the Tax Collector's Office at (239) 252-2477. 12. Protection of Property a) c. 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. 13. 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. #16-6678 Computers for Collier County 20 ITB Template_06132016 Packet Pg. 1169 16.E.1.a 14. Invoice and Payments The County's project manager reserves the right to establish any one, or a combination of, these industry practices for contracts or purchase orders: Lump Sum (Fixed Price): a firm fixed total price offering for a project; the risks are transferred from the County to the contractor; and, as a business practice there are no hourly or material invoices presented, rather, the contractor must perform to the satisfaction of the County's project manager before payment for the fixed price contract is authorized. Time and Materials: the County agrees to pay the contractor for the amount of labor time spent by the contractor's employees and subcontractors to perform the work (number of hours times hourly rate), and for materials and equipment used in the project (cost of materials plus the contractor's mark up). This methodology is generally used in projects in which it is not 0-3 possible to accurately estimate the size of the project, or when it is expected that the project o requirements would most likely change. As a general business practice, these contracts include back-up documentation of costs; invoices would include number of hours worked and billing rate by position (and not company (or subcontractor) timekeeping or payroll records), material or equipment invoices, and other reimbursable documentation for the project. a 'm Unit Price: the County agrees to pay a firm total fixed price (inclusive of all costs, including labor, materials, equipment, overhead, etc.) for a repetitive product or service delivered (i.e. installation price per ton, delivery price per package or carton, etc.). The invoice must identify the unit price and the number of units received (no contractor inventory or cost verification required). 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 o purchase order or contract. Invoices shall be sent to: Board of County Commissioners Clerk's Finance Department ~ oo ATTN: Accounts Payable 3299 Tamiami Trail E Ste 700 Naples FL 34112 Or emailed to: bccapclerk(c�collierclerk.com. s 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 #16-6678 Computers for Collier County 21 ITB Template_06132016 Packet Pg. 1170 16.E.1.a discounted price for traditional payments may be provided at the initial bid submittal if it is clearly marked as an "Additional Cash Discount." Upon execution of the Contract and completion of each month's work, payment requests may be submitted to the Project Manager on a monthly basis by the Contractor for services rendered for that prior month. Services beyond sixty (60) days from current monthly invoice will not be considered for payment without prior approval from the Project manager. All invoices should be submitted within the fiscal year the work was performed. (County's fiscal year is October 1 - September 30.) Invoices submitted after the close of the fiscal year will not be accepted (or processed for payment) unless specifically authorized by the Project Manager. Payments will be made for articles and/or services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of contract. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of"laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this agreement. Fa' 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 -0 these debts, the County reserves the right to off-set the amount owed to the County by applying p 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. 15. Survivability Bids (ITBs/RFPs): The Consultant/Contractor/Vendor agrees that any Work Order/Purchase Order that extends beyond the expiration date of Solicitation 16-6678 resultant of this solicitation will survive and remain subject to the terms and conditions of that Agreement until the completion or termination of any Work Order/Purchase Order. 16. 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. #16-6678 Computers for Collier County 22 ITB Template_06132016 Packet Pg. 1171 16.E1.a Certificates issued as a result of the award of this solicitation must identify "For any and all work performed on behalf of Collier County." The General Liability Policy provided by Vendor to meet the requirements of this solicitation shall name Collier County, Florida, as an additional insured as to the operations of Vendor under this solicitation and shall contain a severability of interests provisions. Collier County Board of County Commissioners shall be named as the Certificate Holder. The "Certificate Holder" should read as follows: Collier County Board of County Commissioners Naples, Florida The amounts and types of insurance coverage shall conform to the minimum requirements set o forth in the Insurance and Bonding Requirements Attachment, with the use of Insurance Services CO e- 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 00 self-insured retentions or deductibles will be Vendor's sole responsibility. 0 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 c this solicitation, whichever is longer. N r 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 c0 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. 0 m 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 co such coverage(s) and charge the Vendor for such coverage(s) purchased. If Vendor fails to c reimburse the County for such costs within thirty (30) days after demand, the County has the right to 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. #16-6678 Computers for Collier County 23 ITB Template_06132016 Packet Pg. 1172 16.E.1.a 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 Procurement Services Division 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. 16. Security and Background Checks ti The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the m Collier County Facilities Management Division 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 ;0 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. All of Contractor's employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. N Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor's business. s.. The Contractor shall immediately notify the Collier County Facilities Management Division via e- mail (DL-FMOPS(a7colliergov.net) whenever an employee assigned to Collier County separates from their employment. This notification is critical to ensure the continued security of Collier o County facilities and systems. Failure to notify within four (4) hours of separation may result in a deduction of$500 per incident. co ti CCSO requires separate fingerprinting prior to work being performed in any of their locations. o This will be coordinated upon award of the contract. If there are additional fees for this process, the vendor is responsible for all costs. 17. Debris v 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. 18. 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 #16-6678 Computers for Collier County 24 ITB Template_06132016 Packet Pg. 1173 16.E1.a "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 Zo- 19. Grant Compliance to 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. 20. Equipment Vendor shall have available and in good working condition, the necessary equipment to perform the required service. If required by the County, the Vendor shall supply a list of equipment and an hourly rate for each. Hourly rates will commence once equipment arrives at the service site, c unless otherwise agreed in writing by the Project Manager. N 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 C additional equipment expense shall be at cost and will commence once equipment arrives at the service site, unless otherwise agreed in writing by the Project Manager. The County reserves the right to request and obtain documentation of the Vendor's cost for time and material projects, and to withhold payments until documentation is provided. a E All County-purchased equipment must be new and of current manufacture in production at the time of bid opening, and carry industry standard warranties. At the time of delivery, at least two (2) ao complete shop repair manuals and parts lists must be furnished with each type of equipment. Vendor must service all equipment prior to delivery and/or acceptance by the County. The scope of these specifications is to ensure the delivery of a complete unit ready for operation. Omission of any essential detail from these specifications does not relieve the Vendor from furnishing a complete unit. #16-6678 Computers for Collier County 25 ITB Template_06132016 Packet Pg. 1174, 16.E.1.a Coiber County Administrative Services Department Procurement Ser res CDivision Attachment 1: Vendor Submittal -Vendor's Non-Response Statement The sole intent of the Collier County Procurement Services Division 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 Procurement Services Division, 3327 Tamiami Trail E, Naples, Florida 34112. e We are not responding to this ITB for the following reason(s): Solicitation: 16-6678 - Computers ❑ Services requested not available through our company. n Our firm could not meet specifications/scope of work. ❑ Specifications/scope of work not clearly understood (too vague, rigid, etc.) ❑ Project is too small. N cv Insufficient time allowed for preparation of response. cv [ Incorrect address used. Please correct mailing address: �1 Other reason(s): m 03 ti Firm's Complete Legal Name as E Address -� C.) 4a City, State, Zip Telephone Number FAX Number Signature/Title Type Name of Signature Date: #16-6678 Computers for Collier County 26 ITB Ternplate_06132016 Packet Pg. 1175 16.E.1.a Caber Comity - Administratsve Services Department 2rectxement 5erv;es Di=nsitxn 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: ti 1. The Bid has been signed. 2. The Bid prices offered have been reviewed. 3. The price extensions and totals have been checked. m 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. c 10. Immigration Affidavit and company's E-Verify profile page or memorandum of understanding. ••o 11. Copies of licenses, equipment lists, subcontractors or any other information as noted in this ITB. CV 12. The mailing envelope must be addressed to: Procurement Director Collier County Government CV Procurement Services Division 3327 Tamiami Trail E Naples, FL 34112 The mailing envelope must be sealed and marked with the following: a • Solicitation: 16-6678 - Computers v • Opening Date: 07/25/2016, 3:00PM 13. The bid will be mailed or delivered in time to be received no later than the specified opening date oooo and time (otherwise the 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 c downloaded. ALL COURIER DELIVERED BIDS MUST HAVE THE BID NUMBER AND TITLE ON THE OUTSIDE OF THE COURIER PACKET. Company Name Signature &Title Date #16-6678 Computers for Collier County 27 ITB Template_06132016 Packet Pg. 1176 16.E.1.a r- *Mgr Administrative Services Department Procurer tent Serth'ces[I.:f,.s!on Attachment 3: Vendor Submittal - Bid Response Form FROM: Board of County Commissioners Collier County Government Center Naples, Florida 34112 �? RE: Solicitation: 16-6678 - Computers Dear Commissioners: 0 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. N 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 r provide the following: o Line # Description Price 1 Standard Laptop $ 1A Optional Docking Station for system 1 $ 2 2 in 1 Laptop/Tabletco $ '_ 3 Standard Desktop $ 4 Power Desktop (GIS/CAD) $ 5 TOTAL $ L Any discounts or terms must be shown on the Bid Response Form. Such discounts, if any, will be considered and computed in the tabulation of the bids. In no instance should terms for less than fifteen (15) days payment be offered. Prompt Payment Terms: % Days; Net_ Days Bid Response Form is electronic. Please input your prices online. Note: If you choose to bid manually, please submit an ORIGINAL and ONE COPY of your bid response pages. The undersigned do agree that should this Bid be accepted, to execute a formal contract, if required, and present the formal contract to the County Procurement Services Division Director for approval within fifteen (15) days after being notified of an award. #16-6678 Computers for Collier County 28 ITB Template_06132016 Packet Pg. 1177 16.E.1.a IN WITNESS WHEREOF, WE have hereunto subscribed our names on this day of , 20 in the County of , in the State of Firm's Complete Legal Name Address City, State, Zip Florida Certificate of Authority Document Number Federal Tax Identification Number CCR# or CAGE Code Telephone Number FAX Number m Signature/Title o Type Name of Signature Date (; N N *****,r*,***,t**,t********,t*,t****,t*****:t*******,t*****************,t*********,r***,�,t*,ter*,r:�***,t,r,r*:r*,�* *:r* Additional Contact Information ti Send Payments To: (REQUIRED ONLY if different from above) Firm's Complete Legal Name 0 v Address a0 City, State, ZiptD Contact Name c Telephone Number a) FAX Number Email Address #16-6678 Computers for Collier County 29 ITB Template_06132016 Packet Pg. 1178 16.E1.a' COMM' Admnstratve Cervices Department ,ocur rf Ser',cee Sivss x Attachment 4: Vendor Submittal — Local Vendor Preference Affidavit Solicitation: 16-6678- Computers (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 Procurement Ordinance of the Collier County Board of County Commissioners and the Regulations Thereto. As defined in Section XI of the Collier County Procurement Ordinance: Local business means the vendor has a current Business Tax Receipt issued by the Collier County Tax to 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 -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 2 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. cc 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): co 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. ec Vendor Name: Date: C as 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) #16-6678 Computers for Collier County 30 ITB Template_06132016 Packet Pg. 1179 16.E1.a Coltler County Administrative Services Department Procurement Services Division Attachment 5: Vendor Submittal—Immigration Affidavit Solicitation: 16-6678 - Computers This Affidavit is required and should be signed, notarized by an authorized principal of the firm and submitted with form Invitations to Bid (ITB's) and Request for Proposals (RFP) submittals. Further, Vendors / Bidders are required to enrc in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of th vendor's/bidder's proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Compan Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Failure t include this Affidavit and acceptable evidence of enrollment in the E-Verify program, may deem the Vendor _. Bidder's proposal as non-responsive. °a`° ea e 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 a the Immigration and Nationality Act("INA"). V Collier County may consider the employment by any vendor of unauthorized aliens a violation of Section 274A (e) of the m INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be ,0 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 N Vendor's/Bidder's proposal. v Company Name Print Name Title Signature Date ' E 0 U State of CO County of r- co The foregoing instrument was signed and acknowledged before me this day of ,20_, by rg? who has produced as identification. (Print or Type Name) (Type of Identification and Number) 0 v 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. #16-6678 Computers for Collier County 31 ITB Template_06132016 Packet Pg.1180 16.E.1.a Caber County Adm€nistratve Services Department Procurement So ices 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) Fa co Taxpayer Name ti) (as shown on income tax return) tD Business Name (if different from taxpayer name) Address City State Zip Telephone FAX Email Order Information Remit/Payment Information Address Address co na City State Zip City State Zip N, FAX FAX N Email Email 2. Company Status (check only one) a _Individual/Sole Proprietor Corporation _Partnership U Tax Exempt(Federal income tax-exempt entity Limited Liability Company under Internal Revenue Service guidelines IRCco H 501 (c)3) Enter the tax classification (D=Disregarded Entity, C=Corporation, P=Partnership) co 3. Taxpayer Identification Number(for tax reporting purposes only) w c a) Federal Tax Identification Number(TIN) ce (Vendors who do not have a TIN,will be required to provide a social security number prior to an award of the contract.) y 4. Sign and Date Form Certification: Under penalties of perjury, I certify that the information shown on this form is correct to my knowledge. Signature Date Title Phone Number #16-6678 Computers for Collier County 32 ITB Template_06132016 Packet Pg.1181 16.E1.a Co ier Cownty Administrative Services Department Procurement Sermces Diission 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 w 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. p 4. ® Indemnification To the maximum extent permitted by Florida law, the o Contractor/Vendor/Consultant shall indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys'fees and paralegals'fees, to the extent caused by the negligence, recklessness, or N intentionally wrongful conduct of the Contractor/Vendor/Consultant or anyone employed or utilized by the Contractor/Vendor/Consultant in the performance of this Agreement. C° 4. ❑ Automobile Liability $ Each Occurrence; Bodily Injury& Property Damage, o Owned/Non-owned/Hired; Automobile Included 0, 5. ❑ Other insurance as ❑Watercraft $ Per Occurrence E noted: ❑ United States Longshoreman's and Harborworker's Act coverage shall be U maintained where applicable to the completion of the work. $ Per Occurrence a, ca ❑ Maritime Coverage(Jones Act)shall be maintained where applicable to the completion of the work. $ Per Occurrence cu ❑ 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 #16-6678 Computers for Collier County 33 ITB Template_06132016 Packet Pg. 1182 16.E.1.a ❑ Employee Dishonesty/Crime $ Per Occurrence Including Employee Theft, Funds Transfer Fraud, Include a Joint Loss Payee endorsement naming Collier County. 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. r-^o 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 0 York 10038. "' 0 8. ® Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to 'E meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance -- provisions. N CNI 9. ® Collier County must be named as"ADDITIONAL INSURED"on the Insurance Certificate for Commercial General Liability where required. C° cv 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. m RLC 7/6/2016 ar r. cc Vendor's Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required u within five(5)days of the award of this solicitation. coo, Name of Firm Date Vendor Signature Print Name Insurance Agency Agent Name Telephone Number #16-6678 Computers for Collier County 34 ITB Template_06132016 Packet Pg.1183 16.E.1.a Comer ` Email: adamnorthrup@colliergov.net Administrative Services Department Telephone: (239) 252-6098 Procurement Services Dveeion FAX: (239) 252-6302 ADDENDUM #1 Co Memorandum c Co Ea- Date: Date: 07/21/2016 From: Adam Northrup, Procurement Strategist o To: Interested Bidders0 Subject: Addendum # 1 16-6678 —Computers for Collier County CV.N The following clarifications are issued as an addendum identifying the following change (s) N for the referenced solicitation: 0 The closing date for this solicitation has been extended until 08/01/2016 at 3:00PM 0 If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. Co Co Co Co a) E 0 AddendumTemplate Revised:4/15/10 1 Packet Pg. 1184 16.E.1.a Coger County Email: adamnorthrup@colliergov.net Administrative Services Department Telephone: (239) 252-6098 Pio u emen` efeices'tvgsio" FAX: (239) 252-6302 ADDENDUM #2 Memorandum ti Date: 07/21/2016 u 5 From: Adam Northrup, Procurement Strategist m To: Interested Bidders 13 en Subject: Addendum #2 16-6678 -Computers for Collier County o cts The following clarifications are issued as an addendum identifying the following change (s) for the referenced solicitation: CNA Specifications for this solicitation have been updated, and are in the attached file 16-6678-A2 Updated Specifications. All changes are noted in RFD and N underlined, with outdated information crossed out. The new specifications completely replace the section titled "SPECIFICATIONS", on pages 5- 7 of the solicitation. The closing date for this solicitation has been extended until 08/04/2016 at 3:00PM o m The following language regarding shipment of orders is added to the requirements of this solicitation: "The County reserves the right to cancel the order if shipment is not received in 15 days of order. If there are extenuating circumstances, the County will consider those prior to cancellation." �- If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. a Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) Date (Name of Firm) AddendumTemplate Revised:4/15/10 1 Packet Pg. 1185 16.E.1.b AGREEMENT 16-6678 for Computers for Collier County THIS AGREEMENT, made and entered into on this day of 2016, by and between Staples Contract & Commercial, Inc., authorized to do business in the State of Florida, whose business address is 1096 E. Newport Center Drive Ste 300, Deerfield Beach, FL 33442, (the "Contractor") and Collier County, a political subdivision of the State of Florida, (the "County"): ti WITNESSETH: 1. AGREEMENT TERM. The Agreement shall be for a one (1) year period, commencing -� on Date of Board award and terminating one (1) year from that date or until all o outstanding Purchase Orders issued prior to the expiration of the Agreement period have been completed or terminated. The County Manager, or his designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred and eighty (180) days. The County Manager, or his designee, shall give the Contractor written notice of the County's intention to extend the Agreement term prior to the end of the Agreement term then in effect. 2. COMMENCEMENT OF SERVICES. The Contractor shall deliver the products quoted/purchased within fifteen days after receiving a County Purchase order. 3. STATEMENT OF WORK. The Contractor shall provide products for the Purchase of Computers in accordance with the terms and conditions of Invitation to Bid (ITB) #16- 6678, Exhibit A — Scope of Work, and the Contractor's proposal referred to herein and made an integral part of this Agreement. This Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in writing by the Parties, in compliance with the County's Procurement Ordinance, as amended, and Procurement Procedures in effect at the time such services are authorized. 4. THE AGREEMENT SUM. The County shall pay the Contractor for the performance of this Agreement the aggregate of the units actually ordered and furnished at the unit price in Exhibit B, together with the cost of any other charges/fees submitted in the proposal the price methodology as defined in Section 4.1. Payment will be made upon receipt of a proper invoice and upon approval by the project manager or his designee, and in compliance with Chapter 218, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act." Page 1 of 13 #16-6678"Computers for Collier County %' Staples Contract and Commercial, Inc. Packet Pg. 1186 16.E.1.b 4.1 Price Methodology: Unit Price: The County agrees to pay a firm total fixed price (inclusive of all costs, including labor, materials, equipment, overhead, etc.) for a repetitive product or service delivered (i.e. installation price per ton, delivery price per package or carton, etc.). The invoice must identify the unit price and the number of units received (no contractor inventory or cost verification. 4.2 Any County agency may purchase products and services under this Agreement, provided sufficient funds are included in their budget(s). 4.3 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of the Agreement. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this Agreement. 5. SALES TAX. Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. Collier County, Florida as a political subdivision of the State of Florida, is exempt from the payment of Florida sales tax to its vendors under Chapter = 212, Florida Statutes, Certificate of Exemption # 85-8015966531C-2. CD ^ r 6. NOTICES. All notices from the County to the Contractor shall be deemed duly served if `> mailed or faxed to the Contractor at the following Address: 2 Staples Contract & Commercial, Inc. cts 1096 E. Newport Center Drive Ste 300 in Deerfield Beach, FL 33442 Attn: Marty Robertson, VP/General Manager Phone: 305-494-0409 Facsimile: 954-379-5498 All Notices from the Contractor to the County shall be deemed duly served if mailed or faxed to the County to: Collier County Government Center Procurement Services Division 3327 Tamiami Trail, East Naples, Florida 34112 Attention: Director, Procurement Services Division Telephone: 239-252-8407 Facsimile: 239-252-6480 Page 2 of 13 #16-6678"Computers for Collier County /CSO Staples Contract and Commercial,Inc. l Packet Pg. 1187 16.E1.b The Contractor and the County may change the above mailing address at any time upon giving the other party written notification. All notices under this Agreement must be in writing. 7. NO PARTNERSHIP. Nothing herein contained shall create or be construed as creating a partnership between the County and the Contractor or to constitute the Contractor as an agent of the County. 8. PERMITS: LICENSES: TAXES. In compliance with Section 218.80, F.S., all permits necessary for the prosecution of the Work shall be obtained by the Contractor. The County will not be obligated to pay for any permits obtained by Subcontractors/Subconsultants. Payment for all such permits issued by the County shall be processed internally by the County. All non-County permits necessary for the prosecution of the Work shall be procured and paid for by the Contractor. The Contractor shall also be solely responsible for payment of any and all taxes levied on the Contractor. In addition, the Contractor shall comply with all rules, regulations and laws of Collier County, the State of Florida, or m the U. S. Government now in force or hereafter adopted. The Contractor agrees to 2 comply with all laws governing the responsibility of an employer with respect to persons o employed by the Contractor. 9. NO IMPROPER USE. The Contractor will not use, nor suffer or permit any person to use in any manner whatsoever, County facilities for any improper, immoral or offensive r purpose, or for any purpose in violation of any federal, state, county or municipal CN1 ordinance, rule, order or regulation, or of any governmental rule or regulation now in effect or hereafter enacted or adopted. In the event of such violation by the Contractor or if the County or its authorized representative shall deem any conduct on the part of 72. the Contractor to be objectionable or improper, the County shall have the right to suspend the Agreement of the Contractor. Should the Contractor fail to correct any such violation, conduct, or practice to the satisfaction of the County within twenty-four (24) hours after receiving notice of such violation, conduct, or practice, such suspension to continue until the violation is cured. The Contractor further agrees not to commence operation during the suspension period until the violation has been corrected to the satisfaction of the County. 10. TERMINATION. Should the Contractor be found to have failed to perform his services in a manner satisfactory to the County as per this Agreement, the County may terminate said Agreement for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be sole judge of non- performance. 11. NO DISCRIMINATION. The Contractor agrees that there shall be no discrimination as to race, sex, color, creed or national origin. 12. INSURANCE. The Contractor shall provide insurance as follows: Page 3 of 13 #16-6678"Computers for Collier County C40 Staples Contract and Commercial,Inc. Packet Pg. 1188 16.E.1.b A. Commercial General Liability: Coverage shall have minimum limits of $1,000,000 Per Occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. B. Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of $500,000 for each accident. Special Requirements: Collier County Government shall be listed as the Certificate Holder and included as an Additional Insured on the Comprehensive General Liability Policy. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Vendor during the duration of this Agreement. The Contractor shall provide County with certificates of insurance meeting the required insurance provisions. Renewal certificates shall be sent to the County ten (10) days prior to any expiration S date. Coverage afforded under the policies will not be canceled or allowed to expire 2 until the greater of: ten (10) days prior written notice, or in accordance with policy w provisions. Vendor shall also notify 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 Consultant from its insurer, and nothing contained herein shall relieve Vendor of this requirement to provide notice. Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. cn 13. INDEMNIFICATION. To the maximum extent permitted by Florida law, the Vendor 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, whether resulting from any claimed breach of this Agreement a by Vendor, any statutory or regulatory violations, or from personal injury, property w damage, direct or consequential damages, or economic loss, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Vendor or anyone employed or utilized by the Vendor in the performance of.this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 13.1 The duty to defend under this Article 13 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Vendor, County and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being Page 4 of 13 #16-6678"Computers for Collier County CAO Staples Contract and Commercial,Inc. Packet Pg. 1189 16.E.1.b provided to Vendor. Vendor obligation to indemnify and defend under this Article 13 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the County or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 14. AGREEMENT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Information Technology Division. 15. CONFLICT OF INTEREST. Contractor represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. Contractor further represents that no persons having any such interest shall be employed to perform those services. 16. COMPONENT PARTS OF THIS AGREEMENT. This Agreement consists of the following component parts, all of which are as fully a part of the Agreement as if herein set out verbatim: Contractor's Proposal, Insurance Certificate(s), Exhibit A — Scope of Work, Exhibit B — Fee Schedule, Exhibit — C Return Policy and Procedures, m ITB#16-6678 Specifications/Scope of Work and Addenda. .2 O 17. SUBJECT TO APPROPRIATION. It is further understood and agreed by and between w the parties herein that this Agreement is subject to appropriation by the Board of County Commissioners. tO CV r �� 18. 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 d item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, as amended, and County Administrative Procedure 5311. Violation of this provision may result in one or more of v, the following consequences: a. Prohibition by the individual, firm, and/or any employee E" 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 Agreement held by the individual and/or firm for cause. 19. COMPLIANCE WITH LAWS. By executing and entering into this Agreement, the Contractor is formally acknowledging without exception or stipulation that it agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to this Agreement, including but not limited to those dealing with 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; taxation, workers' compensation, equal employment and safety (including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes, and the Florida Public Records Law Chapter 119, including specifically those contractual requirements at F.S. § 119.0701(2)(a)-(b) as stated as follows: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE Page 5of13 Cd;} #16-6678"Computers for Collier County Staples Contract and Commercial, Inc. Packet Pg. 1190 16.E.1.b PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Communication and Customer Relations Division 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8383 The Contractor must specifically comply with the Florida Public Records Law to: 1. Keep and maintain public records required by the public agency to perform the service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 0° 3. Ensure that public records that are exempt or confidential and exempt from -� public records disclosure requirements are not disclosed except as authorized m by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. a 4. Upon completion of the contract, transfer, at no cost, to the public agency all w public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor CD transfers all public records to the public agency upon completion of the contract, CNA the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, ,10 the Contractor shall meet all applicable requirements for retaining public as records. All records stored electronically must be provided to the public v, agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify the County in writing. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this Agreement and the County shall have the discretion to unilaterally terminate this Agreement immediately. (13 20. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County encourages and agrees to the successful proposer extending the pricing, terms and conditions of this solicitation or resultant Agreement to other governmental entities at the discretion of the successful proposer. 21. AGREEMENT TERMS. If any portion of this Agreement is held to be void, invalid, or otherwise unenforceable, in whole or in part, the remaining portion of this Agreement shall remain in effect. Page 6 of 13 #16-6678"Computers for Collier County 1 Staples Contract and Commercial,Inc. Packet Pg. 1191 16.E.1.b 22. ADDITIONAL ITEMS/SERVICES. Additional items and/or services may be added to this Agreement in compliance with the Procurement Ordinance, as amended, and Procurement Procedures. 23. DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of Contractor with full decision-making authority and by County's staff person who would make the presentation of any settlement reached during negotiations to County for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed-upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of Contractor with full decision-making authority and by County's staff person who would make the presentation of any settlement reached at mediation to County's board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat. 0 24. VENUE. Any suit or action brought by either party to this Agreement against the other0 party relating to or arising out of this Agreement must be brought in the appropriate w federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. 25. AGREEMENT STAFFING. The Contractor's personnel and management to be utilized for this Agreement shall be knowledgeable in their areas of expertise. The County reserves the right to perform investigations as may be deemed necessary to ensure that competent persons will be utilized in the performance of the Agreement. The ro Contractor's shall assign as many people as necessary to complete the Agreement on a N timely basis, and each person assigned shall be available for an amount of time E' adequate to meet the delivery dates. CD 26. ORDER OF PRECEDENCE. In the event of any conflict between or among the terms of any of the Contract Documents, the terms of the ITB, the Contractor's Proposal, and/or a.: the County's Board approved Executive Summary, the Contract Documents shall take precedence. 27. ASSIGNMENT. Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of the County. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the County's consent, shall be void. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward the County. 28. SECURITY. The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Page 7 of 13 #16-6678"Computers for Collier County 0 Staples Contract and Commercial, Inc. Packet Pg. 1192 16.E.1.b Division 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. All of Contractor's employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor's business. e The Contractor shall immediately notify the Collier County Facilities Management Division via e-mail (DL-FMOPS(c�colliergov.net) whenever an employee assigned to Collier County separates from their employment. This notification is critical to ensure the continued security of Collier County facilities and systems. Failure to notify within four (4) hours of separation may result in a deduction of$500 per incident. O cC eA N N 0) Ct C ®s E O 0, 4"E; Page 48 E V im+ d-+ Page 8 of 13 #16-6678"Computers for Collier Count le Staples Contract and Commercial,Inc. Packet Pg.1193 16.E1.b IN WITNESS WHEREOF, the parties hereto, have each, respectively, by an authorized person or agent, have executed this Agreement on the date and year first written above. BOARD OF COUNTY COMMISSIONERS ATTEST: COLLIER COUNTY, FLORIDA Dwight E. Brock, Clerk of Courts o By: By: o Donna Fiala, Chairman Dated: ET(SEAL) m Staples Contract& Commercial, Inc. 2 ::t1ct01. s First Witness Signature N TType/print witness nameT TType/print signature and titleT a) a cti Second Witness 0 e C TType/print witness nameT g d 0 L 6 a W pproved as to Form and Legality: G ssistant County Attorney COa Print Name Page 9 of 13 #16-6678"Computers for Collier Countt Staples Contract and Commercial,In `1Q Packet Pg. 1194 16.E.1.b EXHIBIT A SCOPE OF WORK 16-6678—Computers for Collier County As part of this Agreement, the Contractor is expected to provide high quality computers according to the specifications below. Any substitutions for the specifications below must be high than requested and approved by the County in advance. To help minimize the number of different models in service, the County requests the submitted systems be available through September 30, 2017. System 2-Two in One MICROSOFT SURFACE PRO 4 u3 Screen 12.3 Touchscreen Processor 17 6650U Video Intel Iris Graphics bE Memory 8GB Hard Drive 256 GB Solid-State-Disk Drive (minimum) Operating System/ COA Windows 10 capable External Ports Full size USB 3 in tablet mode Network Adapter Gigabyte Ethernet(on board or with included adapter) CNI Wireless 802.11 n/ac (Ni Bluetooth Yes Video Out Includes VGA Dongles (1.2 or higher) Attachable Keyboard, integrated WEBCAM, microphone, Stereo Input Devices speakers, Battery 9 hours Warranty 4 year onsite warranty covering every part of the PC, with accidental damage replacement from manufacturer. 3 year battery warranty. a, Weight 27.72 oz , w E U w Page 10 of 13 #16-6678"Computers for Collier County Staples Contract and Commercial,Inc. Packet Pg. 1195 16.E.1.b Products ordered must be delivered in 15 business days after receiving a County issued a Purchase Order, unless otherwise approved in advance by the County. Orders must be fulfilled directly by the Contractor and shall not be passed on to third parties or manufacturers for fulfillment. The IT Division will order break-fix computers for the County at the beginning of the Agreement. In the event of a product change by the Contractor at sometime during the Agreement period, the IT Division shall be allowed to swap the current break-fix computers for the new model based on the remaining time left in the contract, at no cost. Example, if fifty percent of the contract is left (6 months), the Contractor will replace fifty percent of the break-fix computers at no charge. The Contractor will honor the policy and procedures related to defective units, out of the box, and NO QUESTIONS ASKED EXCHANGE POLICY, attached hereto as Exhibit C. 0 0 ***The remainder of this page is intentionally left blank**" N a� L a) a en c Q v Page 11 of 13 #16-6678"Computers for Collier County Staples Contract and Commercial,Inc. Packet Pg. 1196 1 6.E.1.b EXHIBIT B FEE SCHEDULE 16-6678- Computers for Collier County 2 2 in 1 Laptop/Tablet $1,942.31 Co CD CD CD Ea- 0 0 CD N a, a) 0 U) 4_ d E a) a, L 4- a, E V. Tw Qp Page 12 of 13 #16-6678"Computers for Collier County Staples Contract and Commercial,Inc. CAO -- Packet Pg. 1197, 16.E.1.b EXHIBIT C Return Policy and Procedures 16-6678— Computers for Collier County (following this page) ti to MP I— -0 W a C 0 C N r.� N T. Cl) Q U) C d E d CJ 0) a-� C C) E V tC w Page 13 of 13 #16-6678"Computers for Collier County Staples Contract and Commercial,Inc. Packet Pg. 1198 16.E.1.b Technology S1A � Solutions September 6,2016 r• cp When a supplier error, damage or DOA delivery is identified, please contact to your Customer Service Representative immediately. We will work with Collier County to ship the replacement of the item within 24 hours and often on the same day. The replacement product is sent freight free and is invoiced .� separately against the original P0. Staples will establish a return authorization in (RA) number for the return of the product When the product is returned and received by Staples, a credit memo is issued against the original PO to complete the process. eaea C r C cu Marty Robertson co VP/General Manager c E m w C E V .F+ Packet Pg. 1199 16.E.1.c AGREEMENT 16-6678 for Computers for Collier County THIS AGREEMENT, made and entered into on this day of 2016 by and between CDW Government LLC, authorized to do business in the State of Florida, whose business address is 230 N. Milwaukee Ave., Vernon Hills, IL 60061, (the "Contractor") and Collier County, a political subdivision of the State of Florida, (the "County"): WITNESSETH: to to 1. AGREEMENT TERM. The Agreement shall be for a one (1) year period, commencing Fa- on on Date of Board award and terminating one (1) year from that date or until all outstanding Purchase Orders issued prior to the expiration of the Agreement period have been completed or terminated. O w 0 The County Manager, or his designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred and eighty (180) days. The County Manager, or his designee, shall give the Contractor • written notice of the County's intention to extend the Agreement term prior to the end of N the Agreement term then in effect. 2. COMMENCEMENT OF SERVICES. The Contractor shall deliver the products quoted/purchased within fifteen days after receiving a County Purchase order. 0 3. STATEMENT OF WORK. The Contractor shall provide products for the Purchase of Computers in accordance with the terms and conditions of Invitation to Bid (ITB) #16- 6678, Exhibit A — Scope of Work, and the Contractor's proposal referred to herein and made an integral part of this Agreement. This Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in writing by the Parties, in compliance with the County's Procurement Ordinance, as amended, and Procurement Procedures in effect at the time such services are authorized. a 4. THE AGREEMENT SUM. The County shall pay the Contractor for the performance of this Agreement the aggregate of the units actually ordered and furnished at the unit price in Exhibit B, together with the cost of any other charges/fees submitted in the proposal the price methodology as defined in Section 4.1. Payment will be made upon receipt of a proper invoice and upon approval by the project manager or his designee, and in compliance with Chapter 218, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act." Page 1 of 12 #16-6678"Computers for Collier County" CDW Government LLC Cqn Packet Pg. 1200 16.E.1.c 4.1 Price Methodology: Unit Price: The County agrees to pay a firm total fixed price (inclusive of all costs, including labor, materials, equipment, overhead, etc.) for a repetitive product or service delivered (i.e. installation price per ton, delivery price per package or carton, etc.). The invoice must identify the unit price and the number of units received (no contractor inventory or cost verification. 4.2 Any County agency may purchase products and services under this Agreement, provided sufficient funds are included in their budget(s). 4.3 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of the Agreement. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this Agreement. in 5. SALES TAX. Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the o performance of the Work. Collier County, Florida as a political subdivision of the State of Florida, is exempt from the payment of Florida sales tax to its vendors under Chapter 212, Florida Statutes, Certificate of Exemption # 85-8015966531C-2. N 6. NOTICES. All notices from the County to the Contractor shall be deemed duly served if `! mailed or faxed to the Contractor at the following Address: CDW Government LLC 230 N. Milwaukee Ave. Vernon Hills, IL 60061 d Attn: Miguel Rojas Phone: 866-339-5848 2 Facsimile: 312-705-9143 All Notices from the Contractor to the County shall be deemed duly served if mailed or faxed to the County to: w Collier County Government Center Procurement Services Division 3327 Tamiami Trail, East Naples, Florida 34112 Attention: Director, Procurement Services Division Telephone: 239-252-8407 Facsimile: 239-252-6480 Page 2 of 12 #16-6678"Computers for Collier County" CDW Government LLC Packet Pg'. 1201 16.E1.c The Contractor and the County may change the above mailing address at any time upon giving the other party written notification. All notices under this Agreement must be in writing. 7. NO PARTNERSHIP. Nothing herein contained shall create or be construed as creating a partnership between the County and the Contractor or to constitute the Contractor as an agent of the County. 8. PERMITS: LICENSES: TAXES. In compliance with Section 218.80, F.S., all permits necessary for the prosecution of the Work shall be obtained by the Contractor. The County will not be obligated to pay for any permits obtained by Subcontractors/Subconsultants. Payment for all such permits issued by the County shall be processed internally by the County. All non-County permits necessary for the prosecution of the Work shall be procured and paid for by the Contractor. The Contractor shall also be solely responsible m for payment of any and all taxes levied on the Contractor. In addition, the Contractor shall comply with all rules, regulations and laws of Collier County, the State of Florida, or the U. S. Government now in force or hereafter adopted. The Contractor agrees to o comply with all laws governing the responsibility of an employer with respect to persons o employed by the Contractor. 9. NO IMPROPER USE. The Contractor will not use, nor suffer or permit any person to use in any manner whatsoever, County facilities for any improper, immoral or offensive N ,1 purpose, or for any purpose in violation of any federal, state, county or municipal ordinance, rule, order or regulation, or of any governmental rule or regulation now in effect or hereafter enacted or adopted. In the event of such violation by the Contractor or if the County or its authorized representative shall deem any conduct on the part of ❑ the Contractor to be objectionable or improper, the County shall have the right to suspend the Agreement of the Contractor. Should the Contractor fail to correct any E' such violation, conduct, or practice to the satisfaction of the County within twenty-four E (24) hours after receiving notice of such violation, conduct, or practice, such suspension to continue until the violation is cured. The Contractor further agrees not to commence operation during the suspension period until the violation has been corrected to the satisfaction of the County. U 10. TERMINATION. Should the Contractor be found to have failed to perform his services in a manner satisfactory to the County as per this Agreement, the County may terminate said Agreement for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be sole judge of non- performance. 11. NO DISCRIMINATION. The Contractor agrees that there shall be no discrimination as to race, sex, color, creed or national origin. Page 3 of 12 #16-6678"Computers for Collier County" CDW Government LLC Packet Pg. 1202 1 6.E.1.c 12. INSURANCE. The Contractor shall provide insurance as follows: A. Commercial General Liability: Coverage shall have minimum limits of $1,000,000 Per Occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. B. Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of $500,000 for each accident. 03 Special Requirements: Collier County Government shall be listed as the Certificate Holder and included as an Additional Insured on the Comprehensive General Liability Policy. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Vendor during the duration of this Agreement. The Contractor shall o provide County with certificates of insurance meeting the required insurance provisions. Renewal certificates shall be sent to the County ten (10) days prior to any expiration w date. Coverage afforded under the policies will not be canceled or allowed to expire until the greater of: ten (10) days prior written notice, or in accordance with policy provisions. Contractor shall also notify 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 Consultant from its insurer, and nothing contained herein shall relieve Contractor of this requirement to provide notice. Contractor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. 13. INDEMNIFICATION. To the maximum extent permitted by Florida law, the Contractor 2 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, whether resulting from any claimed breach of this Agreement by Contractor, any statutory or regulatory violations, or from personal injury, property damage, direct or consequential damages, or economic loss, to the extent Q caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor or anyone employed or utilized by the Contractor in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. Page 4 of 12 #16-6678"Computers for Collier County" CDW Government LLC CSO Packet Pg. 1203 16.E.1.c 13.1 The duty to defend under this Article 13 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Contractor, County and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to Contractor. Contractor obligation to indemnify and defend under this Article 13 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the County or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 14. AGREEMENT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Information Technology Division. 15. CONFLICT OF INTEREST. Contractor represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. Contractor further represents that no a persons having any such interest shall be employed to perform those services. 16. COMPONENT PARTS OF THIS AGREEMENT. This Agreement consists of the o following component parts, all of which are as fully a part of the Agreement as if herein o set out verbatim: Contractor's Proposal, Insurance Certificate(s), Exhibit A — Scope of Work, Exhibit B — Fee Schedule, Exhibit — C Return Policy and Procedures, ITB#16-6678 Specifications/Scope of Work and Addenda. N ^ 17. SUBJECT TO APPROPRIATION. It is further understood and agreed by and between the parties herein that this Agreement is subject to appropriation by the Board of County Commissioners. a 18. 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 E Statutes, Collier County Ethics Ordinance No. 2004-05, as amended, 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 Agreement held by the individual and/or firm for cause. 19. COMPLIANCE WITH LAWS. By executing and entering into this Agreement, the Contractor is formally acknowledging without exception or stipulation that it agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to this Agreement, including but not limited to those dealing with 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; taxation, workers' compensation, equal employment and safety (including, Page 5of12 #16-6678"Computers for Collier County" CDW Government LLC Packet Pg. 1204 16:E.1.c but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes, and the Florida Public Records Law Chapter 119, including specifically those contractual requirements at F.S. § 119.0701(2)(a)-(b) as stated as follows: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Communication and Customer Relations Division 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 0 Telephone: (239) 252-8383 The Contractor must specifically comply with the Florida Public Records Law to: 1. Keep and maintain public records required by the public agency to perform the .2 service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify the County in writing. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this Agreement and the County shall have the discretion to unilaterally terminate this Agreement immediately. Page 6 of 12 #16-6678"Computers for Collier County" CDW Government LLC n Packet Pg. 1205 16.E.1.c 20. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County encourages and agrees to the successful proposer extending the pricing, terms and conditions of this solicitation or resultant Agreement to other governmental entities at the discretion of the successful proposer. 21. AGREEMENT TERMS. If any portion of this Agreement is held to be void, invalid, or otherwise unenforceable, in whole or in part, the remaining portion of this Agreement shall remain in effect. 22. ADDITIONAL ITEMS/SERVICES. Additional items and/or services may be added to this Agreement in compliance with the Procurement Ordinance, as amended, and Procurement Procedures. 23. DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of Contractor with full decision-making authority and by �- County's staff person who would make the presentation of any settlement reached during negotiations to County for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed-upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of Contractor with full decision-making authority and by .� County's staff person who would make the presentation of any settlement reached at mediation to County's board for approval. Should either party fail to submit to mediation CN as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat. 24. VENUE. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive CD jurisdiction on all such matters. 25. AGREEMENT STAFFING. The Contractor's personnel and management to be utilized for this Agreement shall be knowledgeable in their areas of expertise. The County reserves the right to perform investigations as may be deemed necessary to ensure that competent persons will be utilized in the performance of the Agreement. The Contractor's shall assign as many people as necessary to complete the Agreement on a timely basis, and each person assigned shall be available for an amount of time adequate to meet the delivery dates. 26. ORDER OF PRECEDENCE. In the event of any conflict between or among the terms of any of the Contract Documents, the terms of the ITB, the Contractor's Proposal, and/or the County's Board approved Executive Summary, this Agreement shall take precedence. Page 7 of 12 #16-6678"Computers for Collier County" CDW Government LLC C Packet Pg. 1206 16.E.1.c 27. ASSIGNMENT. Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of the County. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the County's consent, shall be void. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward the County. 28. SECURITY. The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County under this Agreement. This 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 m available to the County for at least four (4) years. All of Contractor's employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance and 75 can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor's business. N The Contractor shall immediately notify the Collier County Facilities Management Division via e-mail (DL-FMOPScolliergov.net) whenever an employee assigned to Collier County separates from their employment. This notification is critical to ensure the continued security of Collier County facilities and systems. Failure to notify within four o (4) hours of separation may result in a deduction of$500 per incident. m * * * * * 4.. d v Page 8 of 12 #16-6678"Computers for Collier County' CDW Government LLC Packet Pg. 1207 1 6.E.1.c IN WITNESS WHEREOF, the parties hereto, have each, respectively, by an authorized person or agent, have executed this Agreement on the date and year first written above. BOARD OF COUNTY COMMISSIONERS ATTEST: COLLIER COUNTY, FLORIDA Dwight E. Brock, Clerk of Courts By: By: Donna Fiala, Chairman Dated: (SEAL) co N- CDW Government LLC Contractor m By: 63 First Witness Signature o TType/print witness nameT TType/print signature and titleT Second Witness tType/print witness name U .mC Approved as to Form and Legality: ssistant County Attorney c) E Print Name v as w Page 9 of 12 #16-6678"Computers for Collier County" CDW Government LLC E'er.. Packet Pg. 1208 16.E.1.c EXHIBIT A SCOPE OF WORK 16-6678—Computers for Collier County As part of this Agreement, the Contractor is expected to provide high quality computers according to the specifications below. Any substitutions for the specifications below must be high than requested and approved by the County in advance. To help minimize the number of different models in service, the County requests the submitted systems be available through September 30, 2017. System 4-Power Desktop—HP Z440 WORKSTATION Processor XEON E5-1603v4 Video Nvidia Quadro K1200 Memory 32 GB RAM Hard Drive config 2 1TB SSD HDD Operating System/COA Win10 Network Adapter Gigabyte Internet Case Full Sized Audio _ Integrated {— Warranty 9x5 5yr NBD Onsite,from manufacturer,to include case+"everything in the box"guarantee for any Add-on cards,or Memory. System 3-Standard Desktop—HP PRODESK 400 Processor Intel Core i5-6500 0 Memory 8GB Hard Drive 256 GB Solid-State-Disk Drive Optical Drive Optional Operating System/COA Win10 External Ports 6+USB,2+of those must be USB 3.0, co Network Adapter Gigabyte Internet Expansion Open PCIE expansion slot Case Small form factor with internal power supply Input Devices USB Mouse and Keyboard Warranty 9x5 5yr NBD Onsite,from manufacturer,to include case+"everything in the box"guarantee for any Add-on cards,or Memory.(Must be registered by supplier,at time of purchase).Limited G1 "No questions asked"exchange for DOA systems out of the box return policy Products ordered must be delivered in 15 business days after receiving a County issued a Purchase Order, unless otherwise approved in advance by the County. Orders must be fulfilled directly by the Contractor and shall not be passed on to third parties or manufacturers for fulfillment. The IT Division will order break-fix computers for the County at the beginning of the Agreement. In the event of a product change by the Contractor at sometime during the Agreement period, the IT .� Division shall be allowed to swap the current break-fix computers for the new model based on the remaining time left in the contract, at no cost. Example, if fifty percent of the contract is left (6 months), the Contractor will replace fifty percent of the break-fix computers at no charge. The Contractor will honor the policy and procedures related to defective units, out of the box, and NO QUESTIONS ASKED EXCHANGE POLICY, attached hereto as Exhibit C. Page 10 of 12 #16-6678"Computers for Collier County" CDW Government LLC ira Packet Pg. 1209 16.E.1.c EXHIBIT B FEE SCHEDULE 16-6678 — Computers for Collier County 5114000ti' h �'a, -04 _'f1, 'fi'��tftil �'r� 3 Standard Desktop $619.00 4 Power Desktop $1,830.00 co CO 0 0 > C co h a) L U c E a) a, C as E 0 cc Page 11 of 12 #16-6678"Computers for Collier County" CDW Government LLC Packet Pg. 1210 16.E.1.c' EXHIBIT C Return Policy and Procedures 16-6678— Computers for Collier County (following this page) cc r- cc cc cc O w C r 4- y C cc C4 as U C E 1.1). a, 4b+ C E 10 N .M Page 12 of 12 #16-6678"Computers for Collier County" CDW Government LLC trZ Packet Pg. 1211 16.E1.c CDW PRODUCT RETURN POLICY Seller offers a 30-day return policy on most products sold. Manufacturer restrictions apply to certain merchandise, as detailed below and as updated from time to time. Customer may obtain additional details and any applicable updates from the dedicated Seller account manager and may obtain manufacturer contact information by contacting CDW Customer Relations, which may be reached by calling 866.SVC.4CDW or by emailing returns@cdw.com. 1. Return Restrictions. • Defective Product Returns. Customer may return most defective Products directly to Seller within fifteen (15) days of invoice date and receive, at Seller's option, credit, replacement, exchange, or repair. After fifteen (15) days, only the manufacturer warranty applies. 0 • Non-Defective Product Returns. Customer may return most non-defective Products directly to Seller within thirty (30) days of invoice date and receive, at Customer's option, credit or exchange, except that an automatic Seller restocking charge will reduce the value of any such credit or exchange N by a minimum of fifteen percent (15%). • Restricted, Repair-Only Returns. Certain Products can only be returned for repair—not for exchange, replacement or credit—based on current o manufacturer requirements. Such Products should be returned to Seller, shipped directly to the manufacturer, or taken to an authorized service center in Customer's vicinity. More information may be provided by the dedicated Seller account manager or by CDW Customer Relations. • Restricted, Manufacturer-Only Assistance. Certain Products cannot be returned to Seller for any reason—without exception—and Customer must (13 contact the manufacturer directly for any needed assistance. More information may be provided by the dedicated Seller account manager or by CDW Customer Relations. • Special Orders. Products that are specially ordered may be non-returnable or may have unique return restrictions provided at the time of sale. More information may be provided by the dedicated Seller account manager or by CDW Customer Relations. Last Revised:03/26/2010 Packet Pg. 1212 16.E.1.c • Return of Software or DVDs. Seller offers refunds only for unopened, undamaged software and DVD movies that are returned within 30 days of invoice date. Seller offers only replacement for software products and DVD movies that either: (i) are defective but are returned within thirty (30) days of invoice date; or (ii) are unopened and undamaged, but are returned more than 30 days after invoice date; such replaceable merchandise may be exchanged only for the same software or DVD movie title. Multiple software licenses may be returned for refund or exchange only (i) if specifically authorized in advance by the manufacturer; and (ii) if returned within thirty (30) days of invoice date. to 2. Customer Shipment of Returned Merchandise. • Return Merchandise Authorization (RMA) Number. No returns of any type o will be accepted by Seller unless accompanied by a unique RMA number, o which Customer may obtain by providing the following information to CDW Customer Relations: customer name, applicable invoice number, product serial number, and details of Customer's issue with the product. Customer has five (5) days to return a Product after the applicable RMA is issued. CDW reserves the right to refuse any UNAUTHORIZED returns: those that occur after the five (5) day period or those involving Products that are unaccompanied by valid RMA's. • Returned Products Must Be Complete. All Products MUST BE returned one hundred percent (100%) complete, including all original boxes, packing E materials, manuals, blank warranty cards, and other accessories provided by the manufacturer. CDW reserves the right to refuse the return of incomplete Products. In addition, CDW will charge a minimum fifteen percent (15%) restocking fee for returns that are accepted. .w+ • Responsibility for Shipping Costs. Customer is responsible for the cost of shipping returned items; Seller is responsible for the cost of shipping replacements or exchanges of returned items and will match Customer's shipping method. • Customer Shipping Insurance. Customer is strongly advised to purchase full insurance to cover loss and damage in transit for shipments of returned items and to use a carrier and shipping method that provide proof of delivery. Seller is not responsible for loss during such shipment. Last Revised:03/26/2010 Packet Pg..1213- 16.E.1.c 3. Merchandise Damaged in Transit. • Refusal/Receipt of Damaged Products. If a package containing items purchased from Seller arrives at Customer's address DAMAGED, Customer should REFUSE to accept delivery from the carrier. If Customer does accept delivery of such a package, Customer must: (i) note the damage on the carrier's delivery record so that Seller may file a claim; (ii) save, as is, the merchandise AND the original box and packaging it arrived in; and (iii) promptly notify Seller either by calling CDW Customer Relations or by contacting the Seller account manager to arrange for carrier's inspection and pickup of the damaged merchandise. If Customer does not so note the damage and save the received merchandise and does not so notify Seller within fifteen (15) days of delivery acceptance, Customer will be deemed to have accepted the merchandise as if it had arrived undamaged, and Seller's 0° regular return policy, as described in sections 1 and 2 above, and all current o manufacturer warranties and restrictions will apply. 4. Credits Nom. Any credit issued by Seller to Customer under this return policy must be used within two (2) years from the date that the credit was issued and may only be used for future purchases of Product and/or Services. Any credit or portion thereof not used within the two (2) year period will automatically U expire. c. E a, as C 0s E v Ca 4 Last Revised:03/26/2010 Packet Pg. 1214 16.E.1.d AGREEMENT 16-6678 for Computers for Collier County THIS AGREEMENT, made and entered into on this day of 2016, by and between Computers at Work!, Inc. dba vTECHio, authorized to do business in the State of Florida, whose business address is 2338 Immokalee Rd. #151, Naples, FL 34110, (the "Vendor") and Collier County, a political subdivision of the State of Florida, (the "County"): ti WITNESSETH: 1. AGREEMENT TERM. The Agreement shall be for a one (1) year period, commencing on Date of Board award and terminating one (1) year from that date or until all outstanding Purchase Orders issued prior to the expiration of the Agreement period 0 have been completed or terminated. o The County Manager, or his designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred and eighty (180) days. The County Manager, or his designee, shall give the Contractor 0.1 written notice of the County's intention to extend the Agreement term prior to the end of the Agreement term then in effect. 2 z U 2. COMMENCEMENT OF SERVICES. The Contractor shall deliver the products quoted/purchased within fifteen days after receiving a County Purchase order. 3. STATEMENT OF WORK. The Contractor shall provide products for the Purchase of i Computers in accordance with the terms and conditions of Invitation to Bid (ITB) #16- 6678, Exhibit A — Scope of Work, and the Contractor's proposal referred to herein and made an integral part of this Agreement. This Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be E mutually agreed upon in writing by the Parties, in compliance with the County's Procurement Ordinance, as amended, and Procurement Procedures in effect at the time such services are authorized. 4. THE AGREEMENT SUM. The County shall pay the Contractor for the performance of this Agreement the aggregate of the units actually ordered and furnished at the unit price in Exhibit B, together with the cost of any other charges/fees submitted in the proposal the price methodology as defined in Section 4.1. Payment will be made upon receipt of a proper invoice and upon approval by the project manager or his designee, and in compliance with Chapter 218, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act." Page 1 of 12 C #16-6678"Computers for Collier Co tt Computers at Work!, Inc.dba vTECHio Packet Pg. 1215 16.E1.d 4.1 Price Methodology: Unit Price: the County agrees to pay a firm total fixed price (inclusive of all costs, including labor, materials, equipment, overhead, etc.) for a repetitive product or service delivered (i.e. installation price per ton, delivery price per package or carton, etc.). The invoice must identify the unit price and the number of units received (no contractor inventory or cost verification. 4.2 Any County agency may purchase products and services under this Agreement, provided sufficient funds are included in their budget(s). 4.3 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of the Agreement. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this Agreement. 5. SALES TAX. Contractor shall pay all sales, consumer, use and other similar taxes 2 associated with the Work or portions thereof, which are applicable during the o performance of the Work. Collier County, Florida as a political subdivision of the Statett of Florida, is exempt from the payment of Florida sales tax to its vendors under Chapter 212, Florida Statutes, Certificate of Exemption # 85-8015966531C-2. N 6. NOTICES. All notices from the County to the Contractor shall be deemed duly served if mailed or faxed to the Contractor at the following Address: o 'x v Computers at Work!, Inc. dba vTECHio 2338 Immokalee Rd. #151 Naples, FL 34110 Attn: Brooke Gabrielsen Phone: 239-514-2888 Facsimile: 239-236-2232 4- All Notices from the Contractor to the County shall be deemed duly served if mailed or faxed to the County to: Collier County Government Center Procurement Services Division 3327 Tamiami Trail, East Naples, Florida 34112 Attention: Director, Procurement Services Division Telephone: 239-252-8407 Facsimile: 239-252-6480 Page 2 of 12 #16-6678"Computers for Colter Coun. Computers at Workl,Inc. dba vTECHi. Packet Pg. 1216 16.E.1.d The Contractor and the County may change the above mailing address at any time upon giving the other party written notification. All notices under this Agreement must be in writing. 7. NO PARTNERSHIP. Nothing herein contained shall create or be construed as creating a partnership between the County and the Contractor or to constitute the Contractor as an agent of the County. 8. PERMITS: LICENSES: TAXES. In compliance with Section 218.80, F.S., all permits necessary for the prosecution of the Work shall be obtained by the Contractor. The County will not be obligated to pay for any permits obtained by Subcontractors/Subconsultants. Payment for all such permits issued by the County shall be processed internally by the County. All non-County permits necessary for the prosecution of the Work shall be procured and paid for by the Contractor. The Contractor shall also be solely responsible a for payment of any and all taxes levied on the Contractor. In addition, the Contractor shall comply with all rules, regulations and laws of Collier County, the State of Florida, or m the U. S. Government now in force or hereafter adopted. The Contractor agrees to comply with all laws governing the responsibility of an employer with respect to persons o employed by the Contractor. 9. NO IMPROPER USE. The Contractor will not use, nor suffer or permit any person to use in any manner whatsoever, County facilities for any improper, immoral or offensive purpose, or for any purpose in violation of any federal, state, county or municipal ordinance, rule, order or regulation, or of any governmental rule or regulation now in 4 effect or hereafter enacted or adopted. In the event of such violation by the Contractor or if the County or its authorized representative shall deem any conduct on the part of the Contractor to be objectionable or improper, the County shall have the right to suspend the Agreement of the Contractor. Should the Contractor fail to correct any E' such violation, conduct, or practice to the satisfaction of the County within twenty-four E (24) hours after receiving notice of such violation, conduct, or practice, such suspension to continue until the violation is cured. The Contractor further agrees not to commence operation during the suspension period until the violation has been corrected to the satisfaction of the County. E 10. TERMINATION. Should the Contractor be found to have failed to perform his services in a manner satisfactory to the County as per this Agreement, the County may terminate said Agreement for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be sole judge of non- performance. 11. NO DISCRIMINATION. The Contractor agrees that there shall be no discrimination as to race, sex, color, creed or national origin. 12. INSURANCE. The Contractor shall provide insurance as follows: Page 3 of 12 #16-6678"Computers for Collier County' Computers at Work!,Inc.dba vTECHio -;; Packet Pg. 1217 16.E.1.d A. Commercial General Liability: Coverage shall have minimum limits of $1,000,000 Per Occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. B. Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of $500,000 for each accident. Special Requirements: Collier County Government shall be listed as the Certificate Holder and included as an Additional Insured on the Comprehensive General Liability Policy. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Vendor during the duration of this Agreement. The Contractor shall provide County with certificates of insurance meeting the required insurance provisions. Renewal certificates shall be sent to the County ten (10) days prior to any expiration , date. Coverage afforded under the policies will not be canceled or allowed to expire o until the greater of: ten (10) days prior written notice, or in accordance with policy cti provisions. Vendor shall also notify 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 Consultant from its insurer, and nothing N-- contained herein shall relieve Vendor of this requirement to provide notice. 0 Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. 13. INDEMNIFICATION. To the maximum extent permitted by Florida law, the Vendor 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' 2'. fees and paralegals' fees, whether resulting from any claimed breach of this Agreement by Vendor, any statutory or regulatory violations, or from personal injury, property damage, direct or consequential damages, or economic loss, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Vendor or anyone employed or utilized by the Vendor in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 13.1 The duty to defend under this Article 13 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Vendor, County and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being Page 4 of 12 #16-6678"Computers for Collier County Computers at Work!,Inc.dba vTEC A® Packet Pg.1218 16.E.1.d provided to Vendor. Vendor obligation to indemnify and defend under this Article 13 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the County or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 14. AGREEMENT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Information Technology Division. 15. CONFLICT OF INTEREST. Contractor represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. Contractor further represents that no persons having any such interest shall be employed to perform those services. 16. COMPONENT PARTS OF THIS AGREEMENT. This Agreement consists of the following component parts, all of which are as fully a part of the Agreement as if herein m set out verbatim: Contractor's Proposal, Insurance Certificate(s), Exhibit A — Scope of Work, Exhibit B — Fee Schedule, Exhibit — C Return Policy and Procedures, ITB#16-6678 Specifications/Scope of Work and Addenda. o 17. SUBJECT TO APPROPRIATION. It is further understood and agreed by and between the parties herein that this Agreement is subject to appropriation by the Board of County Commissioners. • (0 csi 18. 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 o item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, as amended, 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 Agreement held by the individual and/or firm for cause. E 19. COMPLIANCE WITH LAWS. By executing and entering into this Agreement, the Contractor is formally acknowledging without exception or stipulation that it agrees to Q comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to this Agreement, including but not limited to those dealing with 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; taxation, workers' compensation, equal employment and safety (including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes, and the Florida Public Records Law Chapter 119, including specifically those contractual requirements at F.S. § 119.0701(2)(a)-(b) as stated as follows: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE Page 5 of 12 #16-6678"Computers for Collier County" Computers at Work!,Inc.dba vTECHio Packet Pg. 1219 16.E.1.d PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Communication and Customer Relations Division 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8383 The Contractor must specifically comply with the Florida Public Records Law to: 1. Keep and maintain public records required by the public agency to perform the service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. o 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public 5 records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, N the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the o Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify the County in writing. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this Agreement and the County shall have the discretion to unilaterally terminate this Agreement immediately. 20. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County encourages and agrees to the successful proposer extending the pricing, terms and conditions of this solicitation or resultant Agreement to other governmental entities at the discretion of the successful proposer. 21. AGREEMENT TERMS. If any portion of this Agreement is held to be void, invalid, or otherwise unenforceable, in whole or in part, the remaining portion of this Agreement shall remain in effect. Page 6 of 12 #16-6678"Computers for Collier County Computers at Work!,Inc.dba vTECHi `10 Packet Pg. 1220 16.E.1.d 22. ADDITIONAL ITEMS/SERVICES. Additional items and/or services may be added to this Agreement in compliance with the Procurement Ordinance, as amended, and Procurement Procedures. 23. DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of Contractor with full decision-making authority and by County's staff person who would make the presentation of any settlement reached during negotiations to County for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed-upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of Contractor with full decision-making authority and by County's staff person who would make the presentation of any settlement reached at mediation to County's board for approval. Should either party fail to submit to mediation a as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat. 9. 24. VENUE. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. 25. AGREEMENT STAFFING. The Contractor's personnel and management to be utilized for this Agreement shall be knowledgeable in their areas of expertise. The County O reserves the right to perform investigations as may be deemed necessary to ensure that competent persons will be utilized in the performance of the Agreement. The Contractor's shall assign as many people as necessary to complete the Agreement on a timely basis, and each person assigned shall be available for an amount of time 4 adequate to meet the delivery dates. 26. ORDER OF PRECEDENCE. In the event of any conflict between or among the terms of any of the Contract Documents, the terms of the ITB, the Contractor's Proposal, and/or the County's Board approved Executive Summary, the Contract Documents shall take c) precedence. 27. ASSIGNMENT. Contractor shall not assign this Agreement or any part thereof, without ;17 the prior consent in writing of the County. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the County's consent, shall be void. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward the County. 28. SECURITY. The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Page 7 of 12 #16-6678"Computers for Collier CountyC'4 Computers at Work!,Inc.dba vTECHi Packet Pg 1221 16.E.1.d Division 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. All of Contractor's employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor's business. ti The Contractor shall immediately notify the Collier County Facilities Management Division via e-mail (DL-FMOPS(a7colliergov.net) whenever an employee assigned to a Collier County separates from their employment. This notification is critical to ensure the continued security of Collier County facilities and systems. Failure to notify within four (4) hours of separation may result in a deduction of$500 per incident. 0 0 • cv a U w _ a> E a> a> O> .F+ _ a> E 0 eQ y Page 8 of 12 #16-6678"Computers for Collier Count Computers at Work!,Inc.dba vTECHIo .. Packet Pg. 1222 16.E.1.d IN WITNESS WHEREOF, the parties hereto, have each, respectively, by an authorized person or agent, have executed this Agreement on the date and year first written above. BOARD OF COUNTY COMMISSIONERS ATTEST: COLLIER COUNTY, FLORIDA Dwight E. Brock, Clerk of Courts By: By: Donna Fiala, Chairman Dated: (SEAL) ti Computers at Work!, Inc. dba vTECHio Contractor By: First Witness Signature 0 TType/print witness name TType/print signature and titleT Second Witness N N TType/print witness nameT a Approved as to Form and Legality: L Q' ssistant County Attorney Print Name ClS Page 9 of 12 #16-6678"Computers for Collier Count Computers at Work!,Inc.dba vTECHi• Packet Pg. 1223 16.E.1.d EXHIBIT A SCOPE OF WORK 16-6678— Computers for Collier County As part of this Agreement, the Contractor is expected to provide high quality computers according to the specifications below. Any substitutions for the specifications below must be high than requested and approved by the County in advance. To help minimize the number of different models in service, the County requests the submitted systems be available through September 30, 2017. System 1 -Standard Laptop DELL LATITUDE E7470 Description Specification Screen 14 inch touch screen Processor 15-6300U • cc Video Intel HD Memory 8GB Hard Drive M.2 256GB SATA Class 20 SSD v Operating System Windows 10 Pro 64-bit External Ports 3 usb 3.0 (1 with powershare), audio in/out Network Adapter On Board Wireless Intel Dual-band 8260 Bluetooth Included co Video Out Included N Full-feature Keyboard, Standard touch pad with buttons (Non Track Pad Input Devices configuration ), mouse input, integrated WEBCAM, microphone, Stereo speakers Battery 6-hour minimum rating w Weight 3.2 pounds Warranty 4 year onsite warranty covering every part of the PC, with accidental damage replacement from manufacturer. 3 year battery warranty. Optional docking Station ci) When laptop is docked, supports laptop screen and 2 external monitors. Includes Display Ports VGA Dongles(1.2 or higher). External Ports 2 USB 3.0 Ports, 3 USB 2.0 Ports, 1 high speed USB 11 pin Dock Dual video output capability. Network Adapter Gigabyte Ethernet Warranty 3 year Onsite or replacement warranty Products ordered must be delivered in 15 business days after receiving a County issued a Purchase Order, unless otherwise approved in advance by the County. Orders must be fulfilled directly by the Contractor and shall not be passed on to third parties or manufacturers for fulfillment. The IT Division will order break-fix computers for the County at the beginning of the Agreement. In the event of a product change by the Contractor at sometime during the Agreement period, the IT Division shall be allowed to swap the current break-fix computers for the new model based on the remaining time left in the contract, at no cost. Example, if fifty percent of the contract is left (6 months), the Contractor will replace fifty percent of the break-fix computers at no charge. The Contractor will honor the policy and procedures related to defective units, out of the box, and NO QUESTIONS ASKED EXCHANGE POLICY, attached hereto as Exhibit C. Page 10 of 12 #16-6678"Computers for Collier Cour Computers at Work!,Inc.dba vTEC o`4® Packet Pg. 1224 16.E.1.d EXHIBIT B BASIS OF COMPENSATION 16-6678— Computers for Collier County 4 4y s i {J it s i� Line# Descr�ptton Standard Laptop $1,531.67 Go Go Go m r 0 0 R m cv N 0 x w t- 0,as a) 0a C as E U ro w Page 11 of 12 #16-6678"Computers for Collier County" ce® Computers at Work!,Inc.dba vTECHio Packet Pg. 1225 16.E.1.d EXHIBIT C Return Policy and Procedures 16-6678 — Computers for Collier County (following this page) m 0 0 4 co 5 c4 cv .�• 0 Z U w I > c a) m a, 0) 4 c as E U 4- a+ Page 12 of 12 #16-6678"Computers for Co!!ie �) ' Computers at Work!,Inc.dba ''7•' io Packet Pg 1226 16.E.1.d ►""ECA IC/ Adam Northrup Procurement Strategist Collier County Procurement Services 3327 Tamiami Trail East Naples, FL 34112 RE: RETURN POLICY FOR DEFECTIVE EQUIPMENT m Adam, m t-- Computers at Work,dba vTECHio has a policy that all equipment which has been determined defective may be returned, no questions asked.We encourage the end users to open and test all equipment upon arrival. Returns processed within the first 30 days are straightforward and will be processed quickly. While we are still able to return defective equipment after the 30-day window,the process can take up to 6 weeks. (NI Please let me know if you have any questions or concerns. 0 Best regards, 11.1 Brooke C. Gabrielsen a) vTECHio 239-450-8969 cn C U, E 0 CO r.. Q Packet Pg. 1227 o (82,99-92, (ell) me 04 uoi;e4lnut : 9Z6z) uol}eInge!82,99-96 :4uauttaoe4}y N N W r. CO LnN N ti) .. ` zA 0000 C- • O O O O O 0 •- c ° E 0° N `LDDRS rn 0 0 r � LU r LU E 0 _ 0 (n VF i%}V. V} ice/} �.. C 3 0 0 to U H Oo M 7r 00 w 0 0. LO, W W W W W W z io Lo O, >- >- >- >- (n i--I i-i .M. NI- -v)- t/} in. V} CU a (n > 7 0 inn c O C 3 a N w w w w w O V) a) a) Z >- >- >- >- >- H ‘_is cc cc U in- C c 0. 0 0 z z R I`, LO u, LY LD 0 N c w: i e-i lD 00 (../1 V) V) V) V) V) 0. 0 Ul O 01 0l N LU LU LU LU LU >- E — ,-i ,-i (.i 0 in- i/} i/} C U o a a) U > > CD 0 w 0 0 0 0 OQ Q' Oi Om O w w w w w U 0 a a co Z >- >- >- >- >- 01- U vn} ,--1 r- C C tn.ra i o 0 a z z xt +' (C 0 E o C. C N � co V. 0 C) O Cr) Z LU LU LU >- LU up c-i f r-i lD uS 0 i/} c v} in. 0. 0 Q Z a) > c c O LO N U 10 0" 0r1 M CO w w w w w 7 a lip M Z > > > >. } Q O cc ry lD Q..V) C L} i/} . 0 <-i z O c N L.. .�... . 0 ' \ co CO .> z 0 0 ca � o a E w- 0 0 0_ Q O- r O v vai C i- (Lo CU Q 's: J 0 ❑ N -C C .0 a O t7 C 0 a f MS i- ❑ o v en (co E c L L L. (9 f- d -C -O E 9) c > C C > > > CO E > a > C on (a (n N u) a r (moi m Cr; iO N a c (co a) cc cc c c 00 E *k EEEEEE -a \ y L a! V UC O _ c-i N co U U U U V U C a UJ (u CO (0 CO (o co a 0 0Q CL a a a a a a 0