Loading...
Agenda 12/13/2016 Item #16C2 16.C.2 12/13/2016 EXECUTIVE SUMMARY Recommendation to award Invitation to Bid 16-6687 "SCRWTP Degasification Tower Packing Media Replacement" to Indusco Environmental Services, Inc., the lowest responsive and qualified bidder, in the amount of $66,160 for the purchase of replacement degasification tower packing media at the South County Regional Water Treatment Plant. OBJECTIVE: To purchase certified tower packing for the South County Regional Water Treatment Plant's (SCRWTP)degasification towers. CONSIDERATIONS: Tower packing is a critical component of dissolved gas removal and odor control during the treatment and production of drinking water. The existing packing is aged and fouled, and needs to be replaced. The packing is essential to maintaining an optimized treatment process and preventing degraded water quality. The packing material is a hollow, geometrical shape constructed of a network of ribs, struts and drip rods with the purpose of providing increased surface area to enhance mass transfer through air-stripping (degasification) and scrubbing (odor control). The SCRWTP uses 10,000 ft' of NSF 61 certified tower packing in its four degasification towers. The scope of this project includes the purchase of replacement tower packing. The new packing shall conform to NSF/ANSI Standard 61: Drinking Water System Components as adopted in Rule 62-555; F.A.C. Bid No. 16-6687 was posted July 29, 2016, with 834 notifications sent to vendors that provide these materials. Forty-two bidders downloaded the full package, and three bids were timely received. The bids are summarized below and in the bid tabulation attached. Bidder Total Bid Amount WES Industries, Inc. $ 68,992 Fabco Plastics Wholesale Ltd. $ 72,640 Indusco Environmental Services, Inc. $ 66,160 The Procurement Services Division determined the low bid to be fair and reasonable and recommends awarding the contract to Indusco Environmental Services, Inc., the lowest responsive and qualified bidder. FISCAL IMPACT: Funding is available in, and is consistent with, the FY2017 Budget approved by the Board on September 22,2016. The source of funding is the Water-Sewer Operating Fund(408). GROWTH MANAGEMENT IMPACT: This project meets current Growth Management Plan standards to ensure the adequacy and availability of viable public facilities. LEGAL CONSIDERATIONS: This item is approved as to form and legality, and requires majority vote for Board approval.-SRT RECOMMENDATION: That the Board of County Commissioners, Ex-officio the Governing Board of the Collier County Water-Sewer District, awards Invitation to Bid 16-6687 to Indusco Environmental Services, Inc.,in the amount of$66,160. Prepared by: Steve Messner, Director, PUD Water Division Packet Pg.1013 16.C.2 12/13/2016 ATTACHMENT(S) ..� 1. 16-6687 1 - South Water Treatment Plant Degasification Tower Packing Media Replacement_Solicitation (PDF) 2. 16-6687 2 -Bid Tabulation (PDF) 3. 16-6687 3 -Indusco_Bid Forms (PDF) 4. 16-6687 5 - Indusco_Insurance Form (PDF) 5. 16-6687 4 - Indusco_Bid Schedule (PDF) Packet Pg. 1014 16C.2 12/13/2016 �.. COLLIER COUNTY Board of County Commissioners Item Number: 16.C.2 Item Summary: Recommendation to award Invitation to Bid 16-6687 "SCRWTP Degasification Tower Packing Media Replacement" to Indusco Environmental Services, Inc., the lowest responsive and qualified bidder, in the amount of$66,160 for the purchase of replacement degasification tower packing media at the South County Regional Water Treatment Plant. Meeting Date: 12/13/2016 Prepared by: Title: Operations Analyst—Water Name: Donna Bergeron 11/15/2016 11:05 AM Submitted by: Title: Division Director-Water—Water Name: Steve Messner 11/15/2016 11:05 AM Approved By: Review: Water Steve Messner Additional Reviewer Completed 11/15/2016 11:08 AM Water Randy Lewis Additional Reviewer Completed 11/15/2016 11:10 AM Public Utilities Department Margie Hapke Additional Reviewer Completed 11/15/2016 11:35 AM Public Utilities Operations Support Joseph Bellone Additional Reviewer Completed 11/15/2016 3:27 PM Public Utilities Department Heather Bustos Level 1 Division Reviewer Completed 11/15/2016 3:56 PM Procurement Services Lissett DeLaRosa Level 1 Purchasing Gatekeeper Completed 11/15/2016 4:27 PM Procurement Services Swainson Hall Additional Reviewer Completed 11/17/2016 2:33 PM Procurement Services Brenda Brilhart Additional Reviewer Completed 11/18/2016 8:30 AM Procurement Services Ted Coyman Additional Reviewer Completed 11/18/2016 1:44 PM Public Utilities Department George Yilmaz Level 2 Division Administrator Review Completed 11/18/2016 2:14 PM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 11/18/2016 2:59 PM County Attorney's Office Jeffrey A.Klatzkow Level 3 County Attorneys Office Review Completed 11/18/2016 4:15 PM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 11/21/2016 11:00 AM Office of Management and Budget Susan Usher Additional Reviewer Completed 12/02/2016 4:01 PM Budget and Management Office Ed Finn Additional Reviewer Completed 12/02/2016 4:34 PM ^, County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 12/04/2016 12:28 PM Packet Pg. 1015 16.C.2 12/13/2016 Board of County Commissioners MaryJo Brock Meeting Pending 12/13/2016 9:00 AM Packet Pg. 1016 16.C.2.a Collier County Administrative Services Department Procurement Services Division a. F- INVITATION TO BID w o u, e., co Date: July 7, 2016 v C 0 From: Swainson Hall, Procurement Strategistas (239) 252-8935 (Telephone) a (239) 252-6334 (FAX) o cn swainsonhall(a colliergov.net (Email) 1 To: Prospective Vendors CD as 5. Subject: Solicitation: 16-6687 South Water Treatment Plant Degasification Tower Packing Media Replacement ra ii CD 2 a) c Y As requested by the Public Utilities Water Division, the Collier County Board of County a Commissioners Procurement Services Division has issued this ITB for the purpose of obtaining fair and competitive responses. o F Please refer to the Public Notice included in this document for the opening date and 0 time and any applicable pre-ITB conference. a F_ All questions regarding this ITB must be submitted online on the Collier County a Procurement Services Division Online Bidding System website: www.colliergov.net/bid. o All responses to questions will be posted on the website with electronic notification to all a prospective vendors. E. r.r. We look forward to your participation in Collier County's competitive procurement iu E process. {4"; F- L 2 cc: Randy Lewis, Plant Manager ' S' 0 co Note: All ITB responses submitted manually must include one (1) original labeled MASTER, along with one (1) exact duplicate copy, including all required forms. co to aiito (I) c�c C i� Ftrc�,rre>E9enrcss Dk •3327 FarRuami Tr2ii East•Naples._Florida 34112-4901•2252407•warn.ca's'iiergovnefi�a€r�curementsersics U CISa Q-I #16-6687 1 ITB Template_06132016 Packet Pg.1017 16.C.2.a Invitation to Bid n. Index Public Notice 3 Exhibit I: Scope of Work, Specifications and Response Format 4 co Exhibit II: General Bid Instructions 7 Exhibit III: Standard Purchase Order Terms and Conditions 13 c Exhibit IV: Additional ITB Terms and Conditions 16 Attachment 1: Vendor Submittal -Vendor's Non-Response Statement 25 Attachment 2: Vendor's Check List 26 Attachment 3: Vendor Submittal - Bid Response Form 27 Ni Attachment 4: Vendor Submittal — Local Vendor Preference Affidavit 29 Attachment 5: Vendor Submittal — Immigration Affidavit 30 Attachment 6: Vendor Substitute W—9 31 Attachment 7: Vendor Submittal - Insurance and Bonding Requirements 32 a CC as Y I fC EZ Rf t4 B'! f4 .id O cn C.1 to #16-6687 2 ITB Template_06132016 Packet Pg. 1018 16C.2.a a. Corley County Administrative Services Department C.) Procurement Services Division M 00 Public Notice 0 Sealed bid responses for Solicitation 16-6687 South Water Treatment Plant Degasification Tower Packing Media Replacement, will be received electronically or manually only at the Collier County Government, Procurement Services Division, 3327 Tamiami Trail E, Naples, FL til 34112 until 3:00PM, Collier County local time on July 29, 2016. Solicitation responses received after the stated time and date will not be accepted. E ea 0. Solicitation 16-6687 South Water Treatment Plant Degasification Tower Packing Media Replacement 1° .a 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 (15 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 I° 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 encourages vendors to utilize recycled paper on all manual bid response submittals. Collier County does not discriminate based on age, race, color, sex, religion, national origin, disability or marital status. d BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA BY: /s/Allison Kearns Interim Director, Procurement Services Division Publicly posted on the Collier County Procurement Services Division website: ° cn www.colliergov.net/purchasinq and in the lobby of the Procurement Services Division Building on July 7, 2016 oaw a) E w #16-6687 3 ITB Template_06132016 Packet Pg. 1019 16.C.2.a Exhibit I: Scope of Work, Specifications and Response Format -^ As requested by the Collier County Public Utilities Water Division (hereinafter, the "Division"), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, "County") has issued this Invitation to Bid (hereinafter, "ITB") with the intent of obtaining bids from interested and •• qualified firms in accordance with the terms, conditions and specifications stated or attached. The co Vendor, at a minimum, must achieve the requirements of the Scope of Work and specifications stated. The results of this solicitation may be used by other County departments once awarded according to the Board of County Commissioners Procurement Ordinance. 0 I Brief Description of Purchase E Media has become fouled and aged and needs to be replaced to maintain an optimized treatment process. Historically, County departments have spent approximately $150,000 annually. c. Background Raw water from the well field contains entrapped hydrogen sulfide gas (H2S) and during treatment carbon dioxide gas (CO2) is released from the chemical breakdown of dissolved calcium bicarbonate. For improved water quality, these gases need to be removed during the water a. production process. Tower packing is a critical component of dissolved gas removal and odor control during the c treatment and production of drinking water. The existing packing has become fouled and aged4/73 and needs to be replaced to maintain an optimized treatment process, and to prevent degraded water quality. Packing material is a hollow geometrical shape constructed of a network of ribs, R struts, and drip rods with the purpose of providing increased surface area to enhance mass transfer through air-stripping (degasification) and scrubbing (odor control). The South Collier Regional Water Treatment Plant (SCRWTP) uses 10,000 ft3 of NSF 61 certified tower packing in its four degasification towers. C E Detailed Scope of Work The scope of this project includes the purchase of NSF certified, geometrical shaped tower packing. Newly installed public water system (PWS) components, like tower packing, that come into contact with drinking water or drinking water treatment chemicals shall conform to NSF/ANSI Standard 61: con Drinking Water System Components as adopted in Rule 62-555; F.A.C. ti au Submittals need to be received for the procurement of NSF 61 certified tower packing for 4 degasification towers @ 2,500 ft3 per tower (10,000 ft3), in either 3 1/2" spheres or 2" barrels w size/shape. The packing needs to be shipped in 60 ft3 Supersacks. a) E Q #16-6687 4 ITB Template_06132016 Packet Pg. 1020 16.C.2.a Award Criteria ITB award criteria is as follows: 0 • All questions on the Bid document shall be answered as to price(s), time requirements, and required document submissions. 0 • Award shall be based upon the responses to all questions on the Bid Response Page(s). • Further consideration may include but not be limited to, references, completeness of bid response and past performances on other County bids/projects. • Prices will be read in public exactly as input on the electronic bid response form or written on c 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. U)1 • The County's Procurement Services Division reserves the right to clarify a vendor's proposal prior to the award of the solicitation. E • It is the intent of Collier 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: Lowest Total Bid on Excel Sheet 16-6687 Bid Schedule- Cell M6 c • Collier County reserves the right to select one, or more than one suppliers, however, it is the Y intent to select a single awardee. • The County reserves the right to issue a formal contract or standard County Purchase Order d for the award of this solicitation. °' 0 E- Term of Contract The contract term, if an award(s) is/are made is intended to be for current needs only. N f4 Prices shall remain firm for the initial term of this contract. Requests for consideration of a price adjustment must be made prior to the contract anniversary date, in writing, to the Procurement Director. Price adjustments may be based upon multiple factors: the consumer price index (CPI) over the past twelve (12) months, market conditions and rate, budget availability and program �- manager approval, or a combination thereof. E Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. 2 Projected Timetable Event Date o Issue Solicitation Notice July 7, 2016 Last Date for Receipt of Written Questions July 22, 2016, 5:00PM, Naples Local Time m Addendum Issued Resulting from Written Questions July 26, 2016 Solicitation Deadline Date and Time July 29, 2016, 3:00PM, Naples Local Time "..-4`. Anticipated Evaluation of Submittals July 2016 Anticipated Board of County Commissioner's Contract Approval Date September 2016 #16-6687 5 ITS Template_06132016 Packet Pg. 1021 16C.2.a Vendor Required Documents • Attachment 2: Vendor's Check List v • Attachment 3: Vendor Bid Response Form • Attachment 4: Local Vendor Preference co • Attachment 5: Immigration Law Affidavit • Attachment 6: Vendor Substitute W-9 0 • Attachment 7: Insurance and Bonding Requirement r tsNI ++ i G i d � I U cc d 2 t4 a d 0 F- 47. 0 c6 G1 ar !4 a 715 GS L ♦0� oo to to aJ #16-6687 6 ITB Tem plate_06132016 Packet Pg. 1022 16.C.2.a Exhibit II: General Bid Instructions a 1. Purpose/Objective As requested by the Collier County departments or divisions identified in Exhibit 1, the Collier N County Board of County Commissioners Procurement Services Division (hereinafter, the County) 00 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 w hereinafter be referred to as the "Vendor" All bids must be submitted on the Bid form furnished by the County noted in Attachments cnnl 2, 3, 4, 5, 6, and 7 of this ITB. No bid will be considered unless the Bid form is properly signed. Vendor is responsible to read and follow the instructions very carefully, as any misinterpretation or failure to comply with these instructions could lead to the bid submitted as being rejected as non-responsive. 2. Pricing =a a> Vendors must provide unit prices using the unit of measured specified by the County. All prices will remain firm for a period of one hundred and eighty (180) calendar days from date of bid opening. After award by the Board of County Commissioners, prices may only be adjusted as outlined in Exhibit I: Term of Contract. n. 3. Alternate Bid Pricing o In the event that alternate pricing is requested, it is an expressed requirement of the bid to provide0 pricing for all alternates as listed. The omission of a response or a no-bid or lack of a submitted C3 price will be the basis for the rejection of the submitted bid response. All bids responses received without pricing for all alternates as listed will be considered technically non-responsive and will not be considered for award. 4. Equal Product Manufacturer's name, brand name and/or model number are used in these specifications for the purpose of establishing minimum requirements of level of quality, standards of performance and/or design required, and is in no way intended to prohibit the bidding of other manufacturer's items of equal or similar material. An equal or similar product may be bid, provided that the product is 00 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 ea with Bid. Unless otherwise directed in the solicitation, the bid will not be considered unless 00, samples are delivered to specified address by bid due date. The County shall be sole judge of equality or similarity, and its decision shall be final in the best interest. a) ra#16-6687 7 ITB Template_06132016 Packet Pg. 1023 16.C.2.a 5. Discounts Any discounts or terms must be shown on the Bid form. Such discounts, if any, may be a. considered in the award of tie bids. In no instance should payment terms less than fifteen (15) calendar days be offered. o 6. Exceptions eo M Vendors taking exception to any part or section of these specifications shall indicate such exceptions on a separate sheet entitled "EXCEPTIONS TO SPECIFICATIONS." Failure to indicate any exceptions to the specifications shall be interpreted as the Vendors intent to fully comply with the specifications as written. The County, at its sole discretion, shall determine if the -' exceptions are material in nature, and if the Vendor's exceptions may be declared grounds for inl rejection of bid proposal. c a) 7. Addenda The County reserves the right to formally amend and/or clarify the requirements of the bid cp specifications where it deems necessary. Any such addendum/clarification shall be in writing and shall be distributed electronically to all parties who received the original bid specifications prior to the deadline for submission of Bids. All changes to this ITB will be conveyed electronically through a notice of addendum or questions and answers to all vendors registered under the applicable commodity code(s) at the time when the original ITB was released, as well as those vendors who 0 downloaded the ITB document. Additionally, all addendums are posted on the Collier County a Procurement Services Division Online Bidding System website: www.colliergov.net/bid. Before a, submitting a bid response, please make sure that you have read all, understood clearly and complied completely with any changes stated in the addenda as failure to do so may result in the ~^ rejection of your submittal. .17158. Bid Submission N cL CS7 For electronic submissions... o All electronic bids shall be submitted online via the Collier County Procurement Services Division Q Online Bidding System: www.colliergov.net/bid. For paper submissions... All paper bids shall be submitted to the County Procurement Director, Collier County Government, a) Procurement Services Division, 3327 Tamiami Trail E, Naples, FL 34112, by the date and time as stated in the Legal Notice. The County assumes no responsibility for bid responses received after 5 the due date and time, or at any office or location other than that specified herein, whether due to mail delays, courier mistakes, mishandling, inclement weather or any other reason. Late bid (n0 responses shall be returned unopened, and shall not be considered for award. CO Vendors must submit one (1) paper copy clearly labeled "Master," and one (1) storage device CO (CD's/DVD's/Thumb Drive) with one copy of the proposal on each CD in Word, Excel or PDF. List the Solicitation Number and Title on the outside of the box or envelope. All bids sent by courier service must have the bid number and title on the outside of the courier packet. 1= U Vendors who wish to receive copies of bids after the bid opening may view and download same from the Collier County Procurement Services Division Internet bid site. #16-6687 8 ITB Template_06132016 Packet Pg. 1024 16.C.2.a "` 9. Questions 0 I— If the vendor should be of the opinion that the meaning of any part of the Bid Document is cc doubtful, obscure or contains errors or omissions it should report such opinion to the Procurement o Strategist before the bid opening date. Direct questions related to this ITB only to the Collier County Procurement Services Division Internet website: www.colliergov.net/bid. Questions will not co co 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. in 10. Protests 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. Es a 11. Rejection and Waiver Y The County reserves the right to reject any and all bids, to waive defects in the form of bid, also to a select the bid that best meets the requirements of the County. 0 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- o 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. n= a) 12. Local Vendor Preference (LVP) n cuThe County is using the Competitive Sealed Quotation methodology of source selection for this procurement, as authorized by Ordinance Number 2013-69 establishing and adopting the Collier County Procurement Ordinance. Local business means the vendor has a current Business Tax Receipt issued by the Collier County Tax Collector for at least one year prior to bid or proposal submission to do business within Collier County, and that identifies the business with a permanent physical business address rts located within the limits of Collier County from which the vendor's staff operates and performs business in an area zoned for the conduct of such business. A Post Office Box or a facility that receives mail, or a non-permanent structure such as a construction trailer, storage shed, or other ° non-permanent structure shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well-being of Collier County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, support and increase to the County's tax base, and residency of employees and principals of the business within Collier County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. A vendor who misrepresents the Local Preference status of its firm in a proposal or bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one year. #16-6687 9 ITB Template_06132016 Packet Pg.1025 16 C.2.a Under this solicitation, bidders desiring to receive local preference will be invited and required to affirmatively state and provide documentation as set forth in the solicitation in support of their status as a local business. Any bidder who fails to submit sufficient documentation with their bid cc offer shall not be granted local preference consideration for the purposes of that specific o 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 localco 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 0 submitted by one or more qualified and responsive local businesses is within ten percent of the cnl 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 co price(s), less one (1) dollar, offered by the overall lowest, qualified and responsive bidder. In such instances, staff shall first verify if the lowest non-local bidder and the lowest local bidder are in fact qualified and responsive bidders. Next, the Procurement Services Division shall cc 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 2 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 a. 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 0 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 g w reference state law. Bidder must complete and submit with their bid response the Affidavit for Claiming Status as a a, Local Business which is included as part of this solicitation. Failure on the part of a Bidder to submit this Affidavit with their bid response will preclude said Bidder from being considered for local preference on this solicitation. a) A Bidder who misrepresents the Local Preference status of its firm in a bid submitted to theco 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 ca assure full understanding of, and responsiveness to solicitation requirements. 0 13. Immigration Affidavit Certification oo ti 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. J..1 The Employment Eligibility Verification System (E-Verify) operated by the Department ofco 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 #16-6687 10 ITB Template_06132016 Packet Pg 1026 16C.2.a used for Collier County formal Invitations to Bid (ITB) and Request for Proposals (RFP) including professional services and construction services. a. r— Exceptions to the program: • Commodity based procurement where no services are provided. v • Where the requirement for the affidavit is waived by the Board of County Commissioners N_ 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 ci)I certifying they shall comply with the E-Verify Program. The affidavit is attached to the solicitation documents. If the Bidder/Vendor does not comply with providing both the acceptable E- Verify evidence and the executed affidavit the bidder's / vendor's proposal may be deemed non-responsive. Additionally, vendors shall require all subcontracted vendors to use the E-Verify system for all cc purchases not covered under the "Exceptions to the program" clause above. d 2 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 0 responsibility to familiarize themselves with all rules and regulations governing this program. a a> Vendor acknowledges, and without exception or stipulation, any firm(s) receiving an award shall o 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 cci agreement immediately. 14. Lobbying C All firms are hereby placed on NOTICE that the County Commission does not wish to be lobbied co 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) ti In order to be considered for award, firms must be registered with the Florida Department of State corms Divisions of Corporations in accordance with the requirements of Florida Statute 607.1501 and CD provide a certificate of authority (www.sunbiz.orq/search.html) prior to execution of a contract. A w copy of the document may be submitted with the solicitation response and the document number shall be identified. Firms who do not provide the certificate of authority at the time of response shall be required to provide same within five (5) days upon notification of selection for award. If the cc firm cannot provide the document within the referenced timeframe, the County reserves the right to award to another firm. #16-6687 11 ITB Template_06132016 Packet Pg. 1027 16.C.2.a 16. General Information n. When it is deemed by the County that a bid cannot be awarded as originally intended, the County cc reserves the right to award this bid through an approach which is the best interest of the County. o Alternate bids will not be considered unless authorized by the ITB. In case of identical bids tyingoo 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. 47. 17. Bid Award Process 0 Award of contract will be made by the Board of County Commissioners in public session. Award shall be made in a manner consistent with the County's Procurement Ordinance. Award recommendations will be posted outside the offices of the Procurement Services Division as well a as on the Collier County Procurement Services Division website on Wednesdays and Thursdays prior to the County Commission meetings. (13 ° 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 c' 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 a protest and will be given instructions as to the form and content requirements of the formal protest. a� A copy of the "Protest Policy" is available at the office of the Procurement Director. r c y f4 d l4 a. a, LL Ld y.1 ° ti a) #16-6687 12 ITB Template_06132016 Packet Pg. 1028 16.C.2.a Exhibit III: Standard Purchase Order Terms and Conditions I- 1 I U 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 cl COUNTY without notice if not accepted by nonetheless remain with VENDOR. vo VENDOR within fourteen (14) days of issuance. b) No charges will be paid by the COUNTY for packing, crating or cartage unless otherwise o 2. Acceptance and Confirmation specifically stated in this Purchase Order. w This Purchase Order (including all documents Unless otherwise provided in Purchase attached to or referenced therein) constitutes Order, no invoices shall be issued nor .o the entire agreement between the parties, unless payments made prior to delivery. Unless NI 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 E goods and/or services received by the COUNTY invoice. d from VENDOR shall be deemed to be upon the c) All shipments of goods scheduled on the ets terms and conditions contained in this Purchase same day via the same route must be 0 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 Order may not be changed except by written container and Purchase Order numbers must a, instrument executed by the COUNTY. VENDOR be indicated on bill of lading. Packing slips Y is deemed to be on notice that the COUNTY must show Purchase Order number and U ea objects to any additional or different terms and must be included on each package of less n- conditions contained in any acknowledgment, than container load (LCL) shipments and/or a) invoice or other communication from VENDOR, with each car load of equipment. The o notwithstanding the COUNTY'S acceptance or COUNTY reserves the right to refuse or c payment for any delivery of goods and/or return any shipment or equipment at o services, or any similar act by VENDOR. VENDOR'S expense that is not marked with co Purchase Order numbers. VENDOR agrees = 3. Inspection to declare to the carrier the value of any c� All goods and/or services delivered hereunder shipment made under this Purchase Order m shall be received subject to the COUNTY'S and the full invoice value of such shipment. rn inspection and approval and payment therefore d) All invoices must contain the Purchase Order E" shall not constitute acceptance. All payments are number and any other specific information as n. subject to adjustment for shortage or rejection. identified on the Purchase Order. Discounts 5 All defective or nonconforming goods will be of prompt payment will be computed from the a) returned pursuant to VENDOR'S instruction at date of receipt of goods or from date of ro VENDOR'S expense. receipt of invoices, whichever is later. Payment will be made upon receipt of a 1— '- To To the extent that a purchase order requires a proper invoice and in compliance with 2 series of performances by VENDOR, the Chapter 218, Fla. Stats., otherwise known as COUNTY prospectively reserves the right to the "Local Government Prompt Payment . cancel the entire remainder of the Purchase Act," and, pursuant to the Board of County o Order if goods and/or services provided early in Commissioners Purchasing Policy. (r) the term of the Purchase Order are non-conforming or otherwise rejected by the 5. Time Is Of the Essence r, COUNTY. Time for delivery of goods or performance of co services under this Purchase Order is of the co 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 c suitably packed and prepared to secure the interpreted by the COUNTY in its sole judgment, P lowest transportation rates and to comply shall entitle the COUNTY to seek all remedies c 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 Q the COUNTY at the time and place of expenses incurred in enforcing its rights. #16-6687 13 ITB Template_06132016 Packet Pg. 1029 16C.2.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 d from, caused by or related to the injury or death 6. Changes of any person (including but not limited to v 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 r, specifications, shipping instructions, quantities damage to property (including property of the N 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 c o 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 cl COUNTY and VENDOR. Notwithstanding the sold or services performed under this Purchase c foregoing, VENDOR has an affirmative obligation Order are: a) in compliance with applicable laws; a, to give notice if the changes will decrease costs. b) do not infringe any patent, trademark, as Any claims for adjustment by VENDOR must be copyright or trade secret; and c) do not constitute as made within thirty (30) days from the date the unfair competition. m change is ordered or within such additional cc period of time as may be agreed upon by the VENDOR shall indemnify and hold harmless the ca parties. COUNTY from and against any and all claims, d including claims of negligence, costs and a a) 7. Warranties expense, including but not limited to attorneys' E VENDOR expressly warrants that the goods fees, which arise from any claim, suit or and/or services covered by this Purchase Order proceeding alleging that the COUNTY'S use of n will conform to the specifications, drawings, the goods and/or services provided under this d samples or other descriptions furnished or Purchase Order are inconsistent with VENDOR'S c specified by the COUNTY, and will be of representations and warranties in section 11 (a). I—.-1 satisfactory material and quality production, free c c from defects and sufficient for the purpose If any claim which arises from VENDOR'S breach .773 intended. Goods shall be delivered free from any of section 11 (a) has occurred, or is likely to 0 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 a, survive inspection, acceptance, passage of title using the goods or services, or replace or modify p and payment by the COUNTY. the goods or services so that they become B' non-infringing, (without any material degradation 8. Statutory Conformity in performance, quality, functionality or additional a Goods and services provided pursuant to this cost to the COUNTY). m Purchase Order, and their production and E transportation shall conform to all applicable 12. Insurance Requirements a`) laws, including but not limited to the Occupational The VENDOR, at its sole expense, shall provide F Health and Safety Act, the Federal commercial insurance of such type and with such a; Transportation Act and the Fair Labor Standards terms and limits as may be reasonably as Act, as well as any law or regulation noted on the associated with the Purchase Order. Providing .c face of the Purchase Order. and maintaining adequate insurance coverage is 5 a material obligation of the VENDOR. All �o 9. Advertising insurance policies shall be executed through No VENDOR providing goods and services to the insurers authorized or eligible to write policies in ti COUNTY shall advertise the fact that it has the State of Florida. w co 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, c property without the prior written consent of the VENDOR agrees that it will comply with all a) COUNTY'S Purchasing Department. federal, state, and local laws, rules, codes, and ordinances that are applicable to the conduct of 0.. its business. By way of non-exhaustive example, Z 10. Indemnification this shall include the American with Disabilities Act and all prohibitions against discrimination on #16-6687 14 ITB Template_06132016 Packet Pg. 1030 16C.2.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. I- responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 19. General o U as located at 8 U.S.C. 1324, et seq. and a) This Purchase Order shall be governed by rn regulations relating thereto, as either may be the laws of the State of Florida. The venue r7 amended. Failure by the awarded firm(s) to for any action brought to specifically enforce N 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 a o the County shall have the discretion to Judicial Circuit in and for Collier County, ' cc unilaterally terminate said agreement Florida immediately. Any breach of this provision may b) Failure of the COUNTY to act immediately in 'o be regarded by the COUNTY as a material and response to a breach of this Purchase Order wl substantial breach of the contract arising from by VENDOR shall not constitute a waiver of c this Purchase Order. breach. Waiver of the COUNTY by any E default by VENDOR hereunder shall not be aw 14. Force Majeure deemed a waiver of any subsequent default m Neither the COUNTY nor VENDOR shall be by VENDOR. m responsible for any delay or failure in c) All notices under this Purchase Order shall IY performance resulting from any cause beyond be sent to the respective addresses on theas Fs 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 a) When VENDOR has knowledge of any actual or personal delivery and will be deemedE potential force majeure or other conditions which effective upon receipt. Postage, delivery and a will delay or threatens to delay timely other charges shall be paid by the sender. A a performance of this Purchase Order, VENDOR party may change its address for notice by m shall immediately give notice thereof, including all written notice complying with the relevant information with respects to what steps requirements of this section. 1- VENDOR is taking to complete delivery of the d) The Vendor agrees to reimbursement of any o goods and/or services to the COUNTY. travel expenses that may be associated with T this Purchase Order in accordance with a 15. Assignment Florida Statute Chapter 112.061, Per Diem n VENDOR may not assign this Purchase Order, and Travel Expenses for Public Officers, m nor any money due or to become due without the employees and authorized persons. p prior written consent of the COUNTY. Any e) In the event of any conflict between or c assignment made without such consent shall be among the terms of any Contract Documents tis° deemed void. related to this Purchase Order, the terms of ,� the Contract Documents shall take a=i 16. Taxes precedence over the terms of the Purchase Goods and services procured subject to this Order. To the extent any terms and /or E.D. Purchase Order are exempt from Florida sales conditions of this Purchase Order duplicate I` and use tax on real property, transient rental or overlap the Terms and Conditions of the Cr)) ra property rented, tangible personal purchased or Contract Documents, the provisions of the rented, or services purchased (Florida Statutes, Terms and/or Conditions that are most Chapter 212), and from federal excise tax. favorable to the County and/or provide the greatest protection to the County shall o 17. Annual Appropriations govern. The COUNTY'S performance and obligation to ti pay under this Purchase Order shall be co contingent upon an annual appropriation of CO funds. `r° 18. Termination m This Purchase Order may be terminated at any L , time by the COUNTY upon 30 days prior written m notice to the VENDOR. This Purchase Order Q may be terminated immediately by the COUNTY for breach by VENDOR of the terms and #16-6687 15 ITB Template_06132016 Packet Pg. 1031 16:C.2.a Exhibit IV: Additional ITB Terms and Conditions o.. 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. o 2. Conflict of Interest 0 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 �I interest is subject to County staff review and does not in and of itself disqualify a firm from c consideration. These disclosures are intended to identify and or preclude conflict of interest situations during contract selection and execution. 0. 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. Y U f4 n. 4. Deductions for Non-Performance 3 The County reserves the right to deduct a portion of any invoice for goods not delivered, or services not performed in accordance with requirements, including required timeframe. The County may also deduct, or chargeback the Vendor the costs necessary to correct the deficiencies directly related to the Vendor's non-performance. l6 as 5. Termination (11 Should the Contractor be found to have failed to perform services in a manner satisfactory to the c 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 beets 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 co ti 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 E 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 #16-6687 16 ITB Template_06132016 Packet Pg.1032 16.C.2.a vendors shall be responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. All firewall penetrations must be protected in order to meet Fire Codes. n. 1— Collier County Government has authorized OSHA representatives to enter any Collier County cc 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. cn .. All new electrical installations shall incorporate NFPA 70E Short Circuit Protective Device M Coordination and Arc Flash Studies where relevant as determined by the engineer. c 0 All electrical installations shall be labeled with appropriate NFPA 70E arch flash boundary and fa PPE Protective labels. .� 0 8. Florida Wood Products cn wl c m The Vendor/Contractor agrees to comply with Florida Statute 255.20 to provide lumber, timber and c) other forest products produced and manufactured in the State of Florida as long as the price, CO fitness and quality are equal. cc 9. Public Records Compliance is- Florida Florida Public Records Law Chapter 119, including specifically those contractual requirements in g 119.0701(2)(a)-(b) as follows: a)0 Y U IF THE CONTRACTOR HAS QUESTIONS REGARDING THE a APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE '6 CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING �0 TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC c RECORDS AT: 47 Communication and Customer Relations Division 'R 3299 Tamiami Trail East, Suite 102 a) CD Naples, FL 34112-5746 Telephone: (239) 252-8383 c a The Contractor must specifically comply with the Florida Public Records Law to: a 1. Keep and maintain public records required by the public agency to perform the service. c& 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 i, chapter or as otherwise provided by law. ti 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 o the contract term and following completion of the contract if the Contractor does not cn transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public N. 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 as 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 as retaining public records. All records stored electronically must be provided to the public Q 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. #16-6687 17 ITB Template_06132016 Packet Pg.1033 16 C.2.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 N otherwise objectionable and whose continued employment on Collier County projects is not in the best interest of the County. M 11. Licenses c 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 y and Local Law, Statute, Ordinances, and rules and regulations of any kind. Additionally, copies of all the required licenses must be submitted with the bid response indicating that the entity bidding, as well as the team assigned to the County account, is properly licensed to perform the activities or work included in the ITB documents. Failure on the part of any vendor to supply this documentation with their bid response may be grounds for deemingre vendor non-responsive. A Vendor with an office within Collier County is required to have an occupational license. Z m 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 a Collier County. Questions regarding professional licenses should be directed to Contractor Licensing, Community Development and Environmental Services at (239) 252-2431, 252-2432 or 252-2909. Questions regarding required Business Tax Receipt (formerly known as Occupational Licenses) should be directed to the Tax Collector's Office at (239) 252-2477. N 12. Protection of Property The Vendor shall ensure that the service is performed in such manner as to not damage any property. In the event damage occurs to any property as a direct result of the Vendor or their Sub °w vendor in the performance of the required service, the Vendor shall repair/replace, to the County's a� 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. r.d 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, CD 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 E 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: w submitting bids, RFP, and/or quotes; and, c. immediate termination of any contract held by the individual and/or firm for cause. #16-6687 18 ITB Template_06132016 Packet Pg. 1034 16C.2.a 14. Invoice and Payments The County's project manager reserves the right to establish any one, or a combination of, these a. industry practices for contracts or purchase orders: cc Lump Sum (Fixed Price): a firm fixed total price offering for a project; the risks are transferred or) from the County to the contractor; and, as a business practice there are no hourly or material 00 invoices presented, rather, the contractor must perform to the satisfaction of the County's N project manager before payment for the fixed price contract is authorized. 0 Time and Materials: the County agrees to pay the contractor for the amount of labor time w 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 cl possible to accurately estimate the size of the project, or when it is expected that the project requirements would most likely change. As a general business practice, these contracts a) 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. Unit Price: the County agrees to pay a firm total fixed price (inclusive of all costs, including 2 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 2 the unit price and the number of units received (no contractor inventory or cost verification d required). 6- 0 Payments are made in accordance with the Local Government Prompt Payment Act, Chapter 218, E-- Florida Statutes. Vendor's invoices must include: o • Purchase Order Number rs • Description and quantities of the goods or services provided per instructions on the County's purchase order or contract. d Invoices shall be sent to: Board of County Commissioners Clerk's Finance Department ATTN: Accounts Payable 3299 Tamiami Trail E Ste 700 Naples FL 34112 Or emailed to: bccapclerk(Wcollierclerk.com. Collier County, in its sole discretion, will determine the method of payment for goods and/or 0 services as part of this agreement. 00ti 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 #16-6687 19 ITB Template_06132016 Packet Pg. 1035 16.C.2.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 o_ submitted to the Project Manager on a monthly basis by the Contractor for services rendered for ct 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 co submitted within the fiscal year the work was performed. (County's fiscal year is October 1 - co September 30.) Invoices submitted after the close of the fiscal year will not be accepted (or N processed for payment) unless specifically authorized by the Project Manager. 0 Payments will be made for articles and/or services furnished, delivered, and accepted, upon w 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 cnn is subject to non-payment under the legal doctrine of"laches" as untimely submitted. Time shall be =1 deemed of the essence with respect to the timely submission of invoices under this agreement. m In instances where the successful contractor may owe debts (including, but not limited to taxes or 5 other fees) to Collier County and the contractor has not satisfied nor made arrangement to satisfy cc these debts, the County reserves the right to off-set the amount owed to the County by applying the amount owed to the vendor or contractor for services performed of for materials delivered in association with a contract. a) 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 ri compliance with Chapter 218 Florida Statutes, otherwise known as the "Local Government Prompt a) Payment Act." Collier County reserves the right to withhold and/or reduce an appropriate amount o of any payment for work not performed or for unsatisfactory performance of Contractual requirements. o 15. Survivability N Purchase Orders: The Consultant/Contractor/Vendor agrees that any Purchase Order that extends beyond the expiration date of the original Solicitation 16-6687 South Water Treatment Plant Degasification Tower Packing Media Replacement will survive and remain subject to the 5 terms and conditions of that Agreement until the completion or termination of this Purchase Order. CD 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. in 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 CO 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 T' 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. E Collier County shall be responsible for purchasing and maintaining, its own liability insurance. a #16-6687 20 ITB Template_06132016 Packet Pg. 1036 16.C.2.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." „0-4.. The General Liability Policy provided by Vendor to meet the requirements of this solicitation shall a. 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. ci cn Collier County Board of County Commissioners shall be named as the Certificate Holder. The ao "Certificate Holder" should read as follows: Collier County o Board of County Commissioners Naples, Florida 0 U) The amounts and types of insurance coverage shall conform to the minimum requirements set forth in the Insurance and Bonding Requirements Attachment, with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If Vendor has any self-insured a) 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 a deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self-insured retentions or deductibles will be Vendor's sole responsibility. Ts Coverage(s) shall be maintained without interruption from the date of commencement of the Work until the date of completion and acceptance of the scope of work by the County or as specified in this solicitation, whichever is longer. Q a) The Vendor and/or its insurance carrier shall provide 30 days written notice to the County of policy o cancellation or non-renewal on the part of the insurance carrier or the Vendor. The Vendor shall also notify the County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non-renewal or material change in coverage or limits received by ra Vendor from its insurer and nothing contained herein shall relieve Vendor of this requirement to := provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by Vendor hereunder, Vendor shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. Should at any time the Vendor not maintain the insurance coverage(s) required herein, the County may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverage(s) and charge the Vendor for such coverage(s) purchased. If Vendor fails to reimburse the County for such costs within thirty (30) days after demand, the County has the right CD 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. cn 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. �-. 17. 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. #16-6687 21 ITB Template_06132016 Packet Pg.1037 16.C.2.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 o_ twenty-four (24) hours in advance as to when access to the network is planned. Included in this rt 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 c!? required to be filled out and submitted with your bid response. This document can be found on the co Collier County Procurement Services Division website: www.colliergov.net/purchasinq. On the left el hand side of the menu, click on CC Technical Requirements. If this document is not submitted with c your bid response, your bid response may be deemed non-responsive. 2 al18. Security and Background Checks5 0 The Contractor is required to comply with County Ordinance 2004-52, as amended. Background I 5 checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. E If required, Contractor shall be responsible for the costs of providing background checks by the a Collier County Facilities Management Division for all employees that shall provide services to the 5 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, co education, residence and employment verifications and other related records. Contractor shall be iii required to maintain records on each employee and make them available to the County for at least E four (4) years. c Y 0 All of Contractor's employees and subcontractors must wear Collier County Government a Identification badges at all times while performing services on County facilities and properties. 5 Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed o each year at no cost to the Contractor during the time period in which their background check is 1--.^ valid, as discussed below. All technicians shall have on their shirts the name of the contractor's o y business. - U The Contractor shall immediately notify the Collier County Facilities Management Division via e- rn mail (DL-FMOPS a(�colliergov.net) whenever an employee assigned to Collier County separates o from their employment. This notification is critical to ensure the continued security of Collier 5 County facilities and systems. Failure to notify within four (4) hours of separation may result in a ca deduction of$500 per incident. a c CCSO requires separate fingerprinting prior to work being performed in any of their locations. This will be coordinated upon award of the contract. If there are additional fees for this process, 112 the vendor is responsible for all costs. L. a) ea 19. Maintenance of Traffic Policy For all projects that are conducted within a Collier County Right-of-Way, the Vendor shall provide uo and erect Traffic Control Devices as prescribed in the current edition of the Manual On Uniform Traffic Control Devices (MUTCD), where applicable on local roadways and as prescribed in the r Florida Department of Transportation's Design Standards (DS) on state roadways. These projects ao shall also comply with Collier County's Maintenance of Traffic Policy, #5807, incorporated herein co by reference. Copies are available through the Risk Management and/or Procurement Services Division and are available on-line at colliergov.net/purchasing. E The Vendor will be responsible for obtaining copies of all required manuals, MUTCD, FDOT U Roadway & Traffic Design Standards Indexes, or other related documents, so to become familiar `'� with their requirements. Strict adherence to the requirements of the Maintenance of Traffic a ("MOT") policy will be enforced under this Contract. #16-6687 22 ITB Template_06132016 Packet Pg. 1038 16.C.2.a All costs associated with the Maintenance of Traffic shall be included on the line item on the bid page. If MOT is required, MOT is to be provided within ten (10) days of receipt of Notice of Award. a F- 20. Debris Ir U 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 co materials resulting from their work and as work progresses; or upon the request of the County's N 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. c w 21. Direct Material Purchase 5 0 w The County reserves the right to require Vendor to assign some or all of its agreements with cl material suppliers directly to the County. Any such goods and/or materials purchased by the County pursuant to such an assignment of a material supply agreement shall be referred to as "County Furnished Materials" and the responsibilities of both the County and the Vendor relating to said materials shall be governed by the terms and conditions of this solicitation. cc 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: V • Required quantities of material. a • Specifications relating to goods and/or materials required for job including brand and/or model a) number or type if applicable • Pricing and availability of goods and/or materials provided under Vendor's agreements with material suppliers 1.752 22. Grant Compliance The purchase of any goods and/or services that are funded through Federal Grant Appropriations, o the State of Florida, or any other public or private foundations shall be subject to the compliance and reporting requirements of the granting agency. 23. Equipment Vendor shall have available and in good working condition, the necessary equipment to perform F the required service. If required by the County, the Vendor shall supply a list of equipment and an hourly rate for each. Hourly rates will commence once equipment arrives at the service site, unless otherwise agreed in writing by the Project Manager. In the event that additional specialized and/or heavy equipment (backhoe, crane, mudhog, etc.) is needed, the Project Manager must be notified in advance for approval. The reimbursement of additional equipment expense shall be at cost and will commence once equipment arrives at the service site, unless otherwise agreed in writing by the Project Manager. The County reserves the co right to request and obtain documentation of the Vendor's cost for time and material projects, andCD to withhold payments until documentation is provided. f c a) All County-purchased equipment must be new and of current manufacture in production at the E time of bid opening, and carry industry standard warranties. At the time of delivery, at least two (2) complete shop repair manuals and parts lists must be furnished with each type of equipment. Vendor must service all equipment prior to delivery and/or acceptance by the County. #16-6687 23 ITB Template_06132016 Packet Pg.1039 16C.2.a 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. d U U) co N 0 R U_ O N E d R a m re R m V R n- d O G R N CC d R r2 d E R d • L R 0 ti 00 c v #16-6687 24 ITB Template_06132016 Packet Pg.1040 16C.2.a .�•. Got Fier County Administrative Services Department a. ProcurementServices Division re Attachment 1: Vendor Submittal -Vendor's Non-Response Statement cvn co The sole intent of the Collier County Procurement Services Division is to issue solicitations that are V 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, .2 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 East, Naples, Florida 34112. • c We are not responding to this ITB for the following reason(s): 0 Solicitation: 16-6687 South Water Treatment Plant Degasification Tower Packing Media co Replacement ra ❑ Services requested not available through our company. ❑ Our firm could not meet specifications/scope of work. °' ❑ Specifications/scope of work not clearly understood (too vague, rigid, etc.) a L ar) ❑ Project is too small. c ❑ Insufficient time allowed for preparation of response. 2 ❑ Incorrect address used. Please correct mailing address: N t4 ca ❑ Other reason(s): as Firm's Complete Legal Name Address 0 co City, State, Zip co Telephone Number FAX Number Signature /Title Type Name of Signature Date: #16-6687 25 ITB Template_06132016 Packet Pg. 1041 16C.2.a Cofer County Administrative Services Department 0- Procurement Services Division Attachment 2: Vendor's Check List M co M 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: to 1. The Bid has been signed. cl 2. The Bid prices offered have been reviewed. a) 3. The price extensions and totals have been checked. 4. The payment terms have been indicated. co 5. Any required drawings, descriptive literature, etc. have been included. cc 6. Any delivery information required is included. 7. If required, the amount of bid bond has been checked, and the bid bond or cashiers check has been included. 8. Addendum have been signed and included, if applicable. 9. Affidavit for Claiming Status as a Local Business, if applicable. 10. Immigration Affidavit and company's E-Verify profile page or memorandum of understanding. 11. Copies of licenses, equipment lists, subcontractors or any other information as noted in this ITB. o 12. The mailing envelope must be addressed to: F^ Procurement Director Collier County Government Procurement Services Division FL- 3327 Tamiami Trail E at Naples FL 34112 The mailing envelope must be sealed and marked with: • Solicitation: 16-6687 South Water Treatment Plant Degasification Tower Packing Media Replacement • Opening Date: July 29, 2016 °7 13. The bid will be mailed or delivered in time to be received no later than the specified opening date and time. (Otherwise bid cannot be considered.) 14. If submitting a manual bid, include any addenda (initialed and dated noting understanding and receipt). If submitting bid electronically, bidder will need to download all related documents on www.colliergov.net/bid. The system will date and time stamp when the addendum files were downloaded 0 ALL COURIER DELIVERED BIDS MUST HAVE THE BID NUMBER AND TITLE ON THE OUTSIDE OF THE COURIER PACKET. ra co m Company Name RS Signature &Title Date #16-6687 26 ITB Template_06132016 Packet Pg. 1042 16.C.2.a Coder County Administrative Services Department d. Procurement Services Division cc Attachment 3: Vendor Submittal - Bid Response Form cn M CO M N C ! FROM: c Board of County Commissioners Collier County Government Center I Naples, Florida 34112 RE: Solicitation: 16-6687 South Water Treatment Plant Degasification Tower Packing Media Replacement `c ce Dear Commissioners: The undersigned, as Vendor, hereby declares that the specifications have been fully examined and the Vendor is fully informed in regard to all conditions pertaining to the work to be performed for as per the scope of work. The Vendor further declares that the only persons, company or parties interested in this Bid or the Contract to be entered into as principals are named herein; that this Bid is made without connection with any other person, company or companies submitting a Bid; and it is all respects fair and in good faith, without collusion or fraud. o The Vendor proposes and agrees if this bid is accepted, to comply with the requirements in full and in o accordance with the terms, conditions and specifications denoted herein. The Vendor agrees to provide the following: as a) * ** SEE FOLLOWING PAGES * ** o c Any discounts or terms must be shown on the Bid Response Form. Such discounts, if any, will be t° considered and computed in the tabulation of the bids. In no instance should terms for less than a fifteen (15) days payment be offered. Prompt Payment Terms: % Days; Net_ Days J.+ n Bid Response Form is electronic. Please input your prices online. 3 7 Bid Response is as follows: ti w CD Note: If you choose to bid manually, please submit an ORIGINAL and ONE COPY of your bid response pages. The undersigned do agree that should this Bid be accepted, to execute a formal contract, if required, and present the formal contract to the County Procurement Director for approval E within fifteen (15) days after being notified of an award. #16-6687 27 ITB Ternplate_06132016 Packet Pg.1043' 1 6.C.2.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 Namece Address to City, State, Zip M Florida Certificate of Authority Document Number ° :c Federal Tax Identification w Number -' CCR#or CAGE Code inl w Telephone Number FAX Number e! Signature /Title ca Type Name of Signature as Date Q a) 0 Additional Contact Information 0 Send Payments To: (REQUIRED ONLY if different from above) T Firm's Complete Legal Name ai a) Address 0 City, State, Zip Contact Name 7,5 a) Telephone Number FAX Number Email Address cn tel ti CD G) l4�� #16-6687 28 ITB Template_06132016 Packet Pg. 1044 16.C.2.a Cofer-County Administrative Services Department Procurement SeMces Division 0- Attachment Attachment 4: Vendor Submittal — Local Vendor Preference Affidavit Solicitation: 16-6687 South Water Treatment Plant Degasification Tower Packing Media Replacement �!? (Check Appropriate Boxes Below) State of Florida (Select County if Vendor is described as a Local Business N ❑ Collier County v El Lee County a 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 Collector for at least one year prior to bid or proposal submission to do business within Collier County, and m 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 CD 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 cc establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local :a business" unless it contributes to the economic development and well-being of Collier County in a verifiable m 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. 0 Vendor must complete the following information: 7 0 Year Business Established in ❑Collier County or ❑ Lee County: cc Number of Employees (Including Owner(s)or Corporate Officers): o c Number of Employees Living in ❑ Collier County or❑ Lee (Including Owner(s)or Corporate Officers): a a If requested by the County, vendor will be required to provide documentation substantiating the information given in this affidavit. Failure to do so will result in vendor's submission being deemed not applicable. Vendor Name: Date: L a7 Address in Collier or Lee County: Signature: Title: 0 N STATE OF FLORIDA ti ❑ COLLIER COUNTY ❑ LEE COUNTY 00 LO Sworn to and Subscribed Before Me, a Notary Public, for the above State and County, on this Day of , 20 c a, 0 Notary Public My Commission Expires: (AFFIX OFFICIAL SEAL) #16-6687 29 ITB Template_06132016 Packet Pg. 1045 _ 16C.2.a Corer County Administrative Services Department Procurement Services Division Attachment 5: Vendor Submittal—Immigration Affidavit Solicitation: 16-6687 South Water Treatment Plant Degasification Tower Packing Media Replacement cn This Affidavit is required and should be signed, notarized by an authorized principal of the firm and submitted with formal Invitations to Bid (ITB's) and Request for Proposals (RFP) submittals. Further, Vendors/ Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of tht a vendor's/bidder's proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Compan .2 Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Failure to include this Affidavit and acceptable evidence of enrollment in the E-Verify program, may deem the Vendor/ —' Bidder's proposal as non-responsive. in I Collier County will not intentionally award County contracts to any vendor who knowingly employs unauthorized alien aa) workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act("INA"). a Collier County may consider the employment by any vendor of unauthorized aliens a violation of Section 274A(e) of the ce INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A(e) of the INA shall be to 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 c' 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 a. Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor's/ Bidder's proposal. 0 Company Name o Print Name Title co Signature Date 0State of ca County of CD E The foregoing instrument was signed and acknowledged before me this day of , 20_, by m who has produced as identification. (Print or Type Name) (Type of Identification and Number) ca Notary Public Signature 0 CO Printed Name of Notary Public ti m 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. E 0 4 #16-6687 30 ITB Template_06132016 Packet Pg. 1046 16.C.2.a Coder County Administrative Services Department Procurement Services Division Attachment 6: Vendor Substitute W—9 Request for Taxpayer Identification Number and Certification In accordance with the Internal Revenue Service regulations, Collier County is required to collect the following information for tax reporting purposes from individuals and companies who do business with the County (includingco social security numbers if used by the individual or company for tax reporting purposes). Florida Statute v 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 o return with your quote or proposal. 1. General Information (provide all information) U) Taxpayer Name �I (as shown on income tax return) Business Name (if different from taxpayer name) Address City m State Zip ca Telephone FAX Email Order Information Remit/Payment Informationea :r Address Address d City State Zip City State Zip �. FAX FAX 0 Email Emailits 2. Company Status (check only one) a) m _Individual/Sole Proprietor _Corporation _Partnership _Tax Exempt(Federal income tax-exempt entity _Limited Liability Company a, under Internal Revenue Service guidelines IRC 501 (c)3) Enter the tax classification a, (D =Disregarded Entity, C=Corporation, P=Partnership) ,, 3. Taxpayer Identification Number(for tax reporting purposes only) C, .4A Federal Tax Identification Number(TIN) ?� w (Vendors who do not have a TIN,will be required to provide a social security number prior to an award of the contract.) 4. Sign and Date Formco ti Certification: Under penalties of perjury, I certify that the information shown on this form is correct to my knowledge. CD m Signature Date c Title Phone Number U Q• #16-6687 31 ITB Template_06132016 Packet Pg.1047 16,C.2.a Coder County a_ Administrative Services Department Procurement Services Division Q' U N Attachment 7: Vendor Submittal - Insurance and Bonding Requirements coM N_ Insurance%Bond Type Required Limits 1. ®Worker's Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Compensation Statutory Limits and Requirements 2. ® Employer's Liability $500,000 single limit per occurrence 3. ® Commercial General Bodily Injury and Property Damage Liability(Occurrence Form) E 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 a Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. ® Indemnification To the maximum extent permitted by Florida law, the Contractor/Vendor/Consultant shall indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys'fees and paralegals'fees, to the extent caused by the negligence, recklessness, or °- intentionally wrongful conduct of the Contractor/Vendor/Consultant or anyone employed or utilized by the Contractor/Vendor/Consultant in the performance o of this Agreement. 4. ® Automobile Liability $ 1,000,000 Each Occurrence; Bodily Injury& Property Damage, Owned/Non-owned/Hired; Automobile Included 5. ® Other insurance as ❑Watercraft $ Per Occurrence o noted: ❑ United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. a $ Per Occurrence ❑ Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. ED- Per Occurrence y ❑ 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 U ® Pollution $ 1,000,000 Per Occurrence co ❑ Professional Liability $ per claim and inco 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 #16-6687 32 ITB Template_06132016 Packet Pg. 1048 16 C.2.a. ❑ Employee Dishonesty/Crime $ Per Occurrence Including Employee Theft, Funds Transfer Fraud, Include a Joint Loss Payee endorsement naming Collier County. a. 6. ❑ Bid bond Shall be submitted with proposal response in the form of certified funds, E' 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. cMv 7. ❑ Performance and For projects in excess of$200,000, bonds shall be submitted with the Payment Bonds executed contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to cn� 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 E 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, a published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. =a m 5 8. ® Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to a) meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. a. 9. ® Collier County must be named as "ADDITIONAL INSURED"on the Insurance Certificate for Commercial General Liability where required. Fo 10. ® The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County 2 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. ca RLC 6/30/2016 w a) E ca Vendor's Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required R within five (5) days of the award of this solicitation. 'S Name of Firm Date Vendor Signature ti co Print Name Insurance Agency u Agent Name Telephone Numberea E #16-6687 33 ITB Template_06132016 Packet Pg. 1049 e!paw 6u!i{oed aannol uo!;eo!}!se6ea d1Ma�S E8£Z) uo!;aingal P!8 - Z L899-94 .;uewgoe;;y to Na y• 0 cp % _ d' Te'", d, r 2 .O R ii '' Vi . iv cv ,3.. O 1.1 coco 11 1 O 6 G O o u- .o a tit co es 0 N o. F oz va v3 ae >- rzrrr �'-.sn ' o ^RN r, W n ++ C I O - O E V C O E R O R CO 5' rrzrrr b0 L'. O • 6. : ` ,'.W:' N o,. W c4 F 8 = rn m . U c °: Q co • y o n - _= R O O '- - m c d " E 3 ti r. o 0 C v v 00 V D V a c c z o " u u a e p .' L L N ^ V y L O c o y M ..., c:,- o v o o ? S ti - J - OD O v Y U ti .R "" S 3 o U r e L 6 ,,°.;' a ▪ _ d ^ v p .— v 5 CCh, t. p o v 7.2 m Le-• V)o. o O E. -y 1 v , — • u yN 3 n. ...----.. o O h s J v v r _ 1 y N y " —, 7 - r 7 .,-; L.7.. •= y F. 3 f C V Z C V7 16.C.2.c Co er Coi my Administrative Services Department Procurement Services Division Attachment 2: Vendor's Check List 4- a> IMPORTANT: THIS SHEET MUST BE SIGNED BY VENDOR. Please read carefully, sign in the spaces indicated and return with bid. a Vendor should check off each of the following items as the necessary action is completed: ea 1. The Bid has been signed. 2 2. The Bid prices offered have been reviewed. cr) 3. The price extensions and totals have been checked. 4. The payment terms have been indicated. 5. Any required drawings, descriptive literature, etc. have been included. 6. Any delivery information required is included. e 7. If required, the amount of bid bond has been checked, and the bid bond or cashiers check has been included. ° 8. Addendum have been signed and included, if applicable. 9. Affidavit for Claiming Status as a Local Business, if applicable. 10. Immigration Affidavit and company's E-Verify profile page or memorandum of understanding. 11. Copies of licenses, equipment lists, subcontractors or any other information as noted in this ITB. a. 12. The mailing envelope must be addressed to: Procurement Director Collier County Government Procurement Services Division 3327 Tamiami Trail E N Naples FL 34112 The mailing envelope must be sealed and marked with: • Solicitation: 16-6687 South Water Treatment Plant Degasification Tower `o Packing Media Replacement -a • Opening Date: July 29, 2016 m 13. The bid will be mailed or delivered in time to be received no later than the specified opening date °nl and time. (Otherwise bid cannot be considered.) 14. If submitting a manual bid, include any addenda (initialed and dated noting understanding and c 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 ti downloaded co `D ALL COURIER DELIVERED BIDS MUST HAVE THE BID NUMBER AND TITLE ON THE OUTSIDE OF THE COURIER PACKET. a) c.) Indusco Environmental Services INC w Company Name &ate T. Ou, n./Owner Signature &Title 7/29/16 Date #16-6687 1 ITB Template_06132016 Packet Pg. 1051 16.C.2.c Cofer Gox•:nt y Administrative Services Department Procurement Services Division Attachment 3: Vendor Submittal - Bid Response Form 0 I E U FROM: Indusco Environmental Services Inc. a Board of County Commissioners Collier County Government Center Naples, Florida 34112 RE: Solicitation: 16-6687 South Water Treatment Plant Degasification Tower Packing Media Replacement a Dear Commissioners: 3 0 The undersigned, as Vendor, hereby declares that the specifications have been fully examined and o 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 a� made without connection with any other person, company or companies submitting a Bid; and it is all o respects fair and in good faith, without collusion or fraud. a. 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 cn provide the following: M * ** SEE FOLLOWING PAGES * * * N E 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. m 0 Prompt Payment Terms: 100 % Net 30 Days I >3 c Bid Response Form is electronic. Please input your prices online. c"' CO CD ❑ Bid Response is as follows: m Note: If you choose to bid manually, please submit an ORIGINAL and ONE COPY of your bid r response pages. The undersigned do agree that should this Bid be accepted, to execute a formal contract, if required, and present the formal contract to the County Procurement Director for approval within fifteen (15) days after being notified of an award. #16-6687 2 ITB Template_06132016 Packet Pg. 1052 16C.2.c IN WITNESS WHEREOF, WE have hereunto subscribed our names on this 29 day of July, 2016 in the County of Baldwin , in the State of AL Firm's Complete Legal Name Indusco Environmental Services INC Address 30914 Jay Drive City, State, Zip Spanish Fort, Alabama 36527 a, E Florida Certificate of Authority °; Document Number Federal Tax Identification Number 58-2051685 co CCR# or CAGE Code a Telephone Number 251-621-2338 a' f4 i FAX Number 251-621-2343 CD 3 i Signature/Title Fa,— / Owner Type Name of Signature Edgar D. Vaughan Date 7/29/16 a. Additional Contact Information U Send Payments To: (REQUIRED ONLY if different from above) c.!? co Firm's Complete Legal Name Indusco Environmental Services. INC M,, Address PO Box 8093 LL City, State, Zip Spanish Fort, Alabama 36577 Dan Vaughan ml Contact Name N 73 Telephone Number 251-621-2338 FAX Number 251-621-2343 co dan@induscoenviro.com Email Address m E f) cc #16-6687 28 ITB Template_06132016 Packet Pg. 1053 16.C.2.c Cotner County Administrative Services Department Procurement Services Division Attachment 6: Vendor Substitute W—9 Request for Taxpayer Identification Number and Certification In accordance with the Internal Revenue Service regulations, Collier County is required to collect the following information for tax reporting purposes from individuals and companies who do business with the County(including social security numbers if used by the individual or company for tax reporting purposes). Florida Statute a) 119.071(5) require that the county notify you in writing of the reason for collecting this information, which will be a) used for no other purpose than herein stated. Please complete all information that applies to your business and ra return with your quote or proposal. 1. General Information (provide all information) a) Taxpayer Name Indusco Environmental Services, INC. (as shown on income tax return) _ Business Name Y (if different from taxpayer name) Address PO Box 8093 City Spanish Fort a m State Alabama Zip 36577 Telephone 251-621-2338 FAX 251-621-2343 Email 0 nz Order Information Remit/Payment Information Address Address PO Box 8093 co ao City State Zip City Spanish Fort State Alabama Zip 36577 a. FAX FAX 251-361-2343 �^ Email Email dan(a�induscoenviro.com Cr. M co 2. Company Status (check only one) _Individual/Sole Proprietor X Corporation _Partnership _Tax Exempt(Federal income tax-exempt entity Limited Liability Company It- under Internal Revenue Service guidelines IRC 501 (c)3) Enter the tax classification m (D=Disregarded Entity, C=Corporation, P=Partnership) of 3. Taxpayer Identification Number(for tax reporting purposes only) -a Federal Tax Identification Number(TIN) 58 2051685 ce) ti co (Vendors who do not have a TIN, will be required to provide a social security number prior to an award of the contract.) co 4. Sign and Date Form Certification: Under penalties of perjury, I certify that the information shown on this form is correct to my knowledge. ca Signature gds. T. T).. Date 7/29/16 Q Title Owner Phone Number 251-621-228 #16-6687 29 ITB Template_06132016 Packet Pg. 1054 16.C.2.c . .— Corner County Administratve Services Department Procurement Services Division Attachment 7: Vendor Submittal - Insurance and Bonding Requirements c E Insurance/Bond Type Required Limits m u 1. Worker's Statutory Limits of Florida Statutes,Chapter 440 and all Federal Government m Z. Compensation Statutory Limits and Requirements CD COre 2. ® Employer's Liability $500,000 single limit per occurrence m 2 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 0 ISO form Liability and Property Damage Liability. This shall include Premises and a Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. o 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, Lo losses and costs, including, but not limited to, reasonable attorneys'fees and to paralegals'fees, to the extent caused by the negligence, recklessness, orcu intentionally wrongful conduct of the Contractor/Vendor/Consultant or anyone o employed or utilized by the Contractor/Vendor/Consultant in the performance a of this Agreement. cCo 4. ®Automobile Liability $ 1,000,000 Each Occurrence; Bodily Injury&Property Damage, u) Owned/Non-owned/Hired;Automobile Included M co M 5. ® Other insurance as ❑Watercraft $ Per Occurrence noted: u) El United States Longshoreman's and Harborworker's Act coverage shall be o maintained where applicable to the completion of the work. u_ $ Per Occurrence :E Ca I ❑ Maritime Coverage(Jones Act)shall be maintained where applicable to ° the completion of the work. u) $ Per Occurrence c ❑ Aircraft Liability coverage shall be carried in limits of not less than M $5,000,000 each occurrence if applicable to the completion of the Services co under this Agreement. $ Per Occurrence '° c— .;-;.I.d ® Pollution $ 1,000,000 Per Occurrence 0 ❑ Professional Liability $ per claim and in 0 the aggregate Q • $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 #16-6687 32 ITB Template_06132016 Packet Pg. 1055 16C.2.c ❑ 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. °' m 7. ❑ Performance and For projects in excess of$200,000, bonds shall be submitted with the CIS Payment Bonds executed contract by Proposers receiving award, and written for 100%of the Contract award amount,the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as"A-"or better as to a, 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 ea holders'surplus, all as reported in the most current Best Key Rating Guide, a published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. I— c 0 8. ,M ndor shall ensure that all subcontractors comply with the same insurance requirements that he is required to a meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. rn 9. 4Z4llier County must be named as "ADDITIONAL INSURED"on the Insurance Certificate for Commercial o j General Liability where required. a 10. lye 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 CO 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. c; N_ 11. ® Thirty(30) Days Cancellation Notice required. RLC 6/30/2016 L° 0 cnVendor's Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5)days of the award of this solicitation. CO Name of Firm Indusco Environmental Service, Inc. Date 7/29/16 cesVendor Signature crP,,, m Print Name Edgar D. Vaughan Insurance Agency H&H Insurance Services, Inc. Agent Name Christopher M. Jones Telephone Number 770-409-0014 #16-6687 33 ITB Template_06132016 Packet Pg. 1056 _____...-.1 INDUS-3 16.C.2.d ACOROY CERTIFICATE OF LIABILITY INSURANCE DATE(M...:.....:. 44.....►----- 07/15/2016 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THI: CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIEI ""aLOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZE( ?RESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject ti the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to th, certificate holder in lieu of such endorsement(s). PRODUCER NAMEACT Christopher M.Jones c Christopher M.Jones PHONE FAX 866-348-8540 H&H Insurance Services,Inc. (A/c,No,Ext):770-409-0014 (A/C,No): E 3160 Campus Drive,Suite 100 ADDRESS:ILV Norcross,GA 30071 to Christopher M.Jones INSURER(S)AFFORDING COVERAGE NAIC# G INSURER A:Crum& Forster Commercial Ins 42471 cu W INSURED Indusco Environmental Services INSURER B:The Hartford Ins. Co. 87049 to Inc. 1E P.O. Box 8093 INSURER C: 01 Spanish Fort,AL 36577 INSURER D: E a) INSURER E: C INSURER F: - U COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: Il THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOI L INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THI: W CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERME C EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. l— INSR i ADDL SUBR POLICY EFF I POLICY EXP C LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER (MM/DD/YYYY) I(MM/DD/YYYY) I LIMITS o A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000, +-' t4 CLAIMS-MADE X OCCUR X EPK-110705 11/23/2015 11/23/2016 pRISES• EMEa occurrence 1$ 50, 2 w X Professional Incl MED EXP(Any one person) $ 5, N to X Pollution Incl PERSONAL&ADV INJURY $ 1,000, c GE 'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000, C) POLICY X TET LOC2,000, H PRODUCTS-COMP/OP AGG $ : $ "' AUTOMOB LE LIABILITY COMBINED SINGLE LIMIT ' $ 1,000, W Ea accident U ANY AUTO EPK-106404 11/23/2015 11/23/2016 BODILY INJURY(Per person) $ V) — ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ Co) AUTOS _AUTOS NON-OWNED PROPERTY DAMAGE $ CO X HIRED AUTOS X AUTOS (Per accident) N $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIABCLAIMS-MADE AGGREGATE $ 0 II- DED RETENTION$ 1 I $ 0 WORKERS COMPENSATION X II 1 PER OTH- C AND EMPLOYERS'LIABILITY STATUTE ER to B ANY PROPRIETOR/PARTNER/EXECUTIVE Y N N I A 20WECZ10248 11/23/2015 11/23/2016 E.L.EACH ACCIDENT $ 1,000, Li OFFICER/MEMBER EXCLUDED? to (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000, C yes, — Ifdescribe under OI DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000, U N 0 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) i tr) t- 03 c0 CR (0 C a) CERTIFICATE HOLDER CANCELLATION COLL122 2 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORI Q THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED II Collier County ACCORDANCE WITH THE POLICY PROVISIONS. Board of Commissioners Naples, FL AUTHORIZED REPRESENTATIVE ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014101) The ACORD name and logo are registered marks of ACORD Packet Pg. 1057 16.C.2.e`' SCRWTP Degasification Tower Packing Media Replacement Friday,July 29,2016 Description Quantity Each Total NSF 61 certified tower packing for 4 degasification towers @ 1,600 ft3 per tower(total 6,400 CD ft3)in either 3'A' spheres or 2"barrels size/shape.The packing needs to be shipped in 60 ft3 4 $16,540.00 $66,160.00 E Supersacks. V tB O a) t3) C U tC tU O i— C O CO U y ill cc a c. 00 co) to 41 V) m O tel' C,C CD l..i Packet Pg. 1058