Loading...
Agenda 01/10/2017 Item #16F 3 16.F.3 01/10/2017 EXECUTIVE SUMMARY Recommendation to award ITB 16-7019 - Printing of Visitor Guides to Graphic Reproductions, Inc. for the Tourism Division to print the 2017 Collier County Visitor Guides for a not to exceed amount of$52,448.00 and make a finding that this action promotes tourism. OBJECTIVE: Recommendation to select printer for the tourism annual Visitor Guide. CONSIDERATIONS: Annually the Tourism Division produces a printed Visitor Guide that is distributed around the world to publicize the destination. In this guide, there are original editorials highlighting unique aspects of our County and focused advertising to benefit local businesses. Annually, 100,000 copies of this guide are distributed to tourists and potential visitors. In May of 2016,the publishing and printing of this guide was solicited together as a"turn-key" operation, in which 2 bids were received for the entire solicitation, and 1 bid for only the printing portion. Because of conflicting language in the specifications,the Board authorized award of the production of the Guide to the lowest responsive,responsible bidder(Fuse Media of Sarasota Florida), and rejected all of the bids for printing of the guide, with instructions to rebid the printing portion of the solicitation (BCC Meeting 7/12/2016 item 16F4). The Collier County Procurement Division developed ITB 16-7019 -Printing of Visitors Guides. The ITB was publicly advertised on October 11, 2016. E-mail notices were sent to 304 firms with 31 firms requesting full solicitation packages. Bid responses were received by the due date of October 24, 2016, from three firms; Graphic Reproductions Inc. of Titusville Florida, Panther Printing of Ft. Myers Florida, and Staples Commercial of Ft. Myers Florida. Proposed pricing from each of the bidders can be seen below: Graphic Reproductions Panther Printing Staples Version A-68 Pages Perfect Bound $62,889.44 $71,965.60 $107,735.00 Version B-68 Pages Saddle Stitch $52,448.00 $59,965.60 $82,970.00 Version C-60 Pages Perfect Bound $44,940.62 $65,399.05 $99,161.00 Version D-60 Pages Saddle Stitch $49,117.28 $53,399.05 $75,383.00 The solicitation was advertised with four options that differed in page counts and binding methods (Perfect Bound or Saddle Stitched and 60 or 68 pages). The page count of the publication will ultimately depend on the final number of ads the publisher is able to sell before the cutoff date in mid December. Staff will choose the most cost effective binding method when the final page count is known, as recommended by the Tourist Development Council (see advisory board recommendation below). Procurement Staff reviewed the submission from Graphic Reproductions, Inc.,received positive feedback from three references, and has determined it to be a responsive and responsible vendor. Therefore, staff recommends award of the printing of the Tourism Guide to the lowest bidder, in all four categories, Graphic Reproductions, Inc., Titusville, FL. A Purchase Order with Collier County's standard terms and conditions will be issued for this award. FISCAL IMPACT: The cost to print the 2017 Visitor Guide is between $44,940.62 and $62,889.44 depending on the final page count and binding option chosen. The budget for this printing is provided in TDC Tourism Promotion Fund (184.) The cost history to print the annual Visitor Guide has ranged between$40,353 and$42,727 over the past five years. Packet Pg.714 16.F.3 01/10/2017 GROWTH MANAGEMENT IMPACT: There is no impact to the Growth Management Plan with this action. ADVISORY BOARD RECOMMENDATION: The Tourist Development Council recommended unanimous approval (6-0) for staff to utilize Version B or Version C binding method based upon the final page count of the printed guide. If 60 pages, the guide will be perfect bound (version C) and if the guide is 68 pages (version B)it will be saddle stitch bound. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for approval. -CMG RECOMMENDATION: That the Board of County Commissioners awards ITB 16-7019 - Printing of Visitor Guides to Graphic Reproductions, Inc. for the Tourism Division to print the 2017 Collier County Visitor Guides for a not to exceed amount of $52,448.00 and make a finding that this action promotes tourism. Prepared by: Jack Wert,Tourism Director ATTACHMENT(S) 1. 5_Bid Tabulation (PDF) 2. 16-7019 - ITB Printing of Visitor Guides 101117 (DOCX) 3. 16-7019 Graphic Press proposal (PDF) Packet Pg. 715 16.F.3 01/10/2017 COLLIER COUNTY Board of County Commissioners Item Number: 16.F.3 Item Summary: Recommendation to award ITB 16-7019 - Printing of Visitor Guides to Graphic Reproductions, Inc. for the Tourism Division to print the 2017 Collier County Visitor Guides for a not to exceed amount of$52,448.00 and make a finding that this action promotes tourism. Meeting Date: 01/10/2017 Prepared by: Title: Tourist Development Tax Coordinator—Tourism Name: Kelly Green 11/30/2016 1:30 PM Submitted by: Title: Division Director-Tourism—Tourism Name: Jack Wert 11/30/2016 1:30 PM Approved By: Review: Tourism Jack Wert Additional Reviewer Completed 11/30/2016 1:53 PM Procurement Services Lissett DeLaRosa Level 1 Purchasing Gatekeeper Completed 11/30/2016 2:37 PM Procurement Services Brenda Brilhart Additional Reviewer Completed 12/01/2016 12:25 PM Procurement Services Adam Northrup Additional Reviewer Completed 12/01/2016 12:34 PM Procurement Services Ted Coyman Additional Reviewer Completed 12/01/2016 3:56 PM County Attorney's Office Colleen Greene Level 2 Attorney Review Completed 12/02/2016 11:37 AM County Attorney's Office Scott Teach Level 3 County Attorney's Office Review Completed 12/02/2016 1:19 PM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 12/02/2016 4:01 PM Budget and Management Office Ed Finn Additional Reviewer Completed 12/02/2016 4:29 PM County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 12/28/2016 1:32 PM Board of County Commissioners MaryJo Brock Meeting Pending 01/10/2017 9:00 AM Packet Pg.716 (sepino ao4!sin lc) 6ui;uud 61.OL-9I. ali : G£i7Z) uo!leingel pia-5 :}uawyoel;y ti T m O C) M a a) alC N O m 0 C) co o a o z Ln � o N o 0 0 0 co C) in M O ,--1m -I U Q N LD 00 c+- f4 Q1 r-I m O VI O 00 CY) z t� dA C '++ O O u1 Er1 C to Lo O O 7L Lr) Lr; CJ l Q1 I:3- LD La rn rn L rn Q1 m m r-i of In' M h L LD u1 C tn- -Ln. in - r0 O. a) 13 5 y d• O N co i d' O LD N i Cl- Q1 00 O I< 0 u oo d" d' r-I • +r L oo Ql e-♦ o 7, Q. N d N Q1 1;5 > rts LD u1 d' d' (V H- L {J} iJ} 'L/} -CJI- $4.. = O w r-1 CU C O "CS C • Q. O o CJ1 N N O d' N N d' tD -O -o O O r1 C L C -= c-i r-1 C U C U CI'. +- 0 O • iLC CON L/ CO 0 --+ I = 47, UU -I-,-, S- •.. "i m ra CU z Ca Ln at. cr, CL Ln Q in (A In c C 0 Q1 C) Q1 C) C0 4.7 L bD h0 of) dA -c L " S CD CD asco Q m _, CL CL CL 0- 0 oo oO O O C) -._. z LD LD LD LD co CD 1 1 I I C2i0 co Q m U D a) Q O O O O v (n Q) CO +-+ L L i L- N c CD C6 CD > > > > 0 E cu U C � U O O L S- O_ CL CL 16.F.3.2 Go'tiler Gou-prty Administrative Services Department Procurernen Services Division INVITATION TO BID Date: 10/11/2016 1,7 From: Adam Northrup, Procurement Strategist 0 (239) 252-6098 (Telephone) `o (239) 252-6302 (FAX) adamnorthrup@colliergov.net (Email) To: Prospective Vendors L CL Subject: Solicitation: 16-7019 - Printing of Visitor Guides ti CO As requested by the Naples, Marco Island, Everglades Convention & Visitors Bureau, the Collier County Board of County Commissioners Procurement Services Division has N issued this ITB for the purpose of obtaining fair and competitive responses. Please refer to the Public Notice included in this document for the opening date and time and any applicable pre-ITB conference. • All questions regarding this ITB must be submitted online on the Collier County cD Procurement Services Division Online Bidding System website: www.colliergov.net/bid. All responses to questions will be posted on the website with electronic notification to all prospective vendors. We look forward to your participation in Collier County's competitive procurement process. m cc: Jack Wert, Executive Director of Tourism a) U It Q 1 Error! Reference source not found. ITB Template_06132016 Packet Pg.718 16.F.3.2 Invitation to Bid Index Public Notice 3 Exhibit I: Scope of Work, Specifications and Response Format 4 c� Exhibit II: General Bid Instructions 7 Exhibit III: Standard Purchase Order Terms and Conditions 13 Exhibit IV: Additional ITB Terms and Conditions 16 Attachment 1: Vendor Submittal -Vendor's Non-Response Statement 23 0 Attachment 2: Vendor's Check List 24 Attachment 3: Vendor Submittal - Bid Response Form 25 Attachment 4: Vendor Submittal — Local Vendor Preference Affidavit 27 a` Attachment 5: Vendor Submittal — Immigration Affidavit 28 a) Attachment 6: Vendor Substitute W—9 29 Attachment 7: Vendor Submittal - Insurance and Bonding Requirements 30 rt,"; ti a) d 0 O O C C) ti (D a) U ti Error! Reference source not found. 2 ITB TempIate_06132016 Packet Pg. 719 16.F.3.2 Com-r Coirrty Administrative Services Department Procurement Services Division Public Notice d -a 0 Sealed bid responses for Solicitation 16-7019 - Printing of Visitor Guides, will be received electronically only at the Collier County Government, Procurement Services Division, 3327 Tamiami Trail E, Naples, FL 34112 until 3:00 PM, Collier County local time on 10/24/2016. Solicitation responses received after the stated time and date will not be accepted. E Solicitation Error! Reference source not found. 0 All questions regarding this ITB must be submitted online on the Collier County Procurement Services Division Online Bidding System website: www.colliergov.net/bid. All responses to questions will be posted on the website with electronic notification to all prospective vendors. CO f— All solicitation responses must be made on the official ITB response form included and only available for download from the Collier County Procurement Services Division Online Bidding M 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 o submittals. a) Collier County does not discriminate based on age, race, color, sex, religion, national origin, disability or marital status. `o N BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA BY: /s/Allison Kearns Interim Director, Procurement Services Division a Publicly posted on the Collier County Procurement Services Division website: www.colliergov.net/purchasing and in the lobby of the Procurement Services Division Building on 10/11/2016. cc U .r+ Error! Reference source not found. 3 ITB Template_06132016 Packet Pg. 720 16.F.3.2 Exhibit I: Scope of Work, Specifications and Response Format As requested by the Collier County Naples, Marco Island, Everglades Convention & Visitors Bureau Division (hereinafter, the "Division or Department"), 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 Vendor, at a minimum, must achieve the requirements of the Scope of Work and specifications stated. 0 Background The Naples, Marco Island, Everglades Convention & Visitors Bureau (CVB) is the official destination > marketing organization for Collier County. The County covers a large geographic area and has a diversified tourism product. c •Brief Description of Purchase a The County currently has a contract to develop and produce a Visitor Guide for the entire destination and the County, and is now desirous of contracting with a company to print 100,000 copies of the publication. The publication will be used as a fulfillment piece for the combined tourism marketing effort of the overall destination. Historically, County departments have spent approximately $48,000. This amount has been provided for reference only and no minimum amount is guaranteed or implied; future expenditures will be based on available County Department budgetary funding. Detailed Scope of Work T 0 County Staff is currently working with a contracted vendor to develop and create a production proof of its 2017 Visitor's Guide. When the final product is approved for printing, it will be provided to the awarded bidder for the printing of 100,000 copies, packed and delivered to the the Naples, Marco 0 Island, Everglades Convention & Visitors Bureau. Interested bidders will be asked to provide pricing for four options each for the number of pages and > the binding method for this guide. Version A would consist of 68 pages, perfect bound; Version B would consist of 68 pages, saddle stitched; Version C would consist of 60 pages, perfect bound; and E' Version D would consist of 60 pages, saddle stitched. The version of the guide that will be awarded depends on the amount of content that is available to be included in the guide and the County's decision on the preferred binding method. A full specification of each version is listed below: F'7" Version A: 68 Pages (64 text pages + 4 cover pages) Quantities: 100,000 Trim Size: 8"h x 10.5"h Paper: 80#gloss cover; 60##3 gloss text Bindery: Perfect Bound y Packaging: Carton Pack Details: Flood Gloss UV F&B Cover Version B: 68 Pages (64 text pages + 4 cover pages) Quantities: 100,000 Trim Size: 8"h x 10.5"h Paper: 80# gloss cover; 60##3 gloss text Error! Reference source not found. a ITB Template_06132016 Packet Pg. 721 16.F.3.2 Bindery: Saddle Stitched Packaging: Carton Pack Details: Flood Gloss UV F&B Cover Version C: 60 Pages (56 text pages + 4 over pages Quantities: 100,000 Trim Size: 8"h x 10.5"h Paper: 80# gloss cover; 60##3 gloss text Bindery: Perfect Bound -a c Packaging: Carton Pack Details: Flood Gloss UV F&B Cover o N Version D: 60 Pages (56 text pages + 4 cover pages Quantities: 100,000 5 Trim Size: 8"h x 10.5"h = Paper: 80#gloss cover; 60##3 gloss text = Bindery: Saddle Stitched a Packaging: Carton Pack a) Details: Flood Gloss UV F&B Cover o w w Award Criteria 0° ITB award criteria is as follows: c i • All questions on the Bid document shall be answered as to price(s), time requirements, and N required document submissions. F- • • 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 o response and past performances on other County bids/projects. cn • Prices will be read in public exactly as input on the electronic bid response form or written on 70 the manually submitted Bid Response Page(s) at the time of the bid opening; however, should c� an error in calculations occur whenever unit pricing and price extensions are requested, the o unit price shall prevail. Mathematical miscalculations may be corrected by the County to 75 reflect the proper response. > • The County's Procurement Services Division reserves the right to clarify a vendor's proposal o us prior to the award of the solicitation. _ • It is the intent of Collier County to award to the lowest, qualified and responsive vendor(s). 7: • For the purposes of determining the bidder with the lowest price the following methodology will a. be used: mm Provide pricing for lines 1, 2, 3 and 4. The lowest price for lines 1, 2, 3 or 4 will be awarded, o depending on the final size of the book, and the preferred method of binding as provided by the PI- CD production company (either 68 pages or up to 60 pages). c a) Line # Description Unit Price m Version A: 68 pages (64 text pages plus 4 cover pages): Cost for printing, Q 1 binding, packaging and distribution Perfect Bound [Quantities: 100,000; Trim Size: 8"h x 10.5"h; Paper: 80# gloss cover; 60##3 gloss text; Packaging: Carton Pack; and Details: Flood Gloss UV F&B Cover] Version B: 68 pages (64 text pages plus 4 cover pages): Cost for printing, 2 binding, packaging and distribution, Saddle Stitch [Quantities: 100,000; Trim Size: 8"h x 10.5"h; Paper: 80# gloss cover; 60##3 gloss text; Packaging: Carton Pack; and Details: Flood Gloss UV F&B Cover] Error! Reference source not found. 5 ITB Template_06132016 Packet Pg.722 16.F.3.2 Version C: 60 pages (56 text pages plus 4 cover pages): Cost for printing, 3 binding, packaging and distribution Perfect Bound [Quantities: 100,000; Trim Size: 8"h x 10.5"h; Paper: 80#gloss cover; 60##3 gloss text; Packaging: Carton Pack; and Details: Flood Gloss UV F&B Cover] Version D: 60 pages (56 text pages plus 4 cover pages): Cost for printing, binding, packaging and distribution, Saddle Stitched; [Quantities: 100,000; 4 Trim Size: 8"h x 10.5"h; Paper: 80#gloss cover; 60##3 gloss text; Packaging: Carton Pack; and Details: Flood Gloss UV F&B Cover] N N • Collier County reserves the right to select one, or more than one suppliers, however, it is the c7 intent to select single awardee. o • The County reserves the right to issue a formal contract or standard County Purchase Order for the award of this solicitation. 0 Term of Contract as The contract term, if an award(s) is/are made is intended to be for two (2) years with three (3) one a. year renewal options. a) ca ti 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, program manager approval, or a combination thereof. r•, Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. 0 o Projected Timetable L O Event Date Issue Solicitation Notice 10/11/2016 Last Date for Receipt of Written Questions 10/20/2016; 5:00PM Solicitation Deadline Date and Time 10/24/2016; 3:00PM Anticipated Evaluation of Submittals Week of 10/24/2016 Anticipated Board of County Commissioner's Contract November 2016 Approval Date a) Vendor Required Documents co • • Attachment 2: Vendor's Check List • Attachment 3: Vendor Bid Response Form E • Attachment 4: Local Vendor Preference • Attachment 5: Immigration Law Affidavit • Attachment 6: Vendor Substitute W-9 • Attachment 7: Insurance and Bonding Requirement Error! Reference source not found. 6 ITB Template_06132016 Packet Pg. 723 16.F.3.2 Exhibit II: General Bid Instructions 1. Purpose/Objective As requested by the Collier County departments or divisions identified in Exhibit 1, the Collier County Board of County Commissioners Procurement Services Division (hereinafter, the County) has issued this Invitation to Bid (hereinafter, the "ITB", or "Bid") with the sole purpose and intent of obtaining bid responses from interested and qualified firms in accordance with the terms, -a conditions, and specifications stated and/or attached herein/hereto. The successful vendor will c.D hereinafter be referred to as the "Vendor". N All bids must be submitted on the Bid form furnished by the County noted in Attachments 2, 3, 4, 5, 6, and 7 of this ITB. No bid will be considered unless the Bid form is properly signed. Vendor is responsible to read and follow the instructions very carefully, as any cs' misinterpretation or failure to comply with these instructions could lead to the bid submitted as being rejected as non-responsive. a' 2. Pricing Vendors must provide unit prices using the unit of measured specified by the County. All prices will remain firm for a period of one hundred and eighty (180) calendar days from date of bid opening. After award by the Board of County Commissioners, prices may only be adjusted as M outlined in Exhibit I: Term of Contract. N ti 3. Alternate Bid Pricing In the event that alternate pricing is requested, it is an expressed requirement of the bid to provide pricing for all alternates as listed. The omission of a response or a no-bid or lack of a submitted price will be the basis for the rejection of the submitted bid response. All bids responses received without pricing for all alternates as listed will be considered technically non-responsive and will not o be considered for award. 4. Equal Product Manufacturer's name, brand name and/or model number are used in these specifications for the purpose of establishing minimum requirements of level of quality, standards of performance and/or design required, and is in no way intended to prohibit the bidding of other manufacturer's items of equal or similar material. An equal or similar product may be bid, provided that the product is found to be equal or similar in quality, standard of performance, design, etc. to the item specified. a' 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. a) Equal product samples, if required for evaluation, and at no cost to the County, must be submitted with Bid. Unless otherwise directed in the solicitation, the bid will not be considered unless samples are delivered to specified address by bid due date. The County shall be sole judge of equality or similarity, and its decision shall be final in the best interest. Error! Reference source not found. 7 ITB Template_06132016 Packet Pg. 724 1 6.F.3.2 5. Discounts Any discounts or terms must be shown on the Bid form. Such discounts, if any, may be considered in the award of tie bids. In no instance should payment terms less than fifteen (15) calendar days be offered. 6. Exceptions Vendors taking exception to any part or section of these specifications shall indicate such 0 exceptions on a separate sheet entitled "EXCEPTIONS TO SPECIFICATIONS." Failure to cf indicate any exceptions to the specifications shall be interpreted as the Vendors intent to fully o comply with the specifications as written. The County, at its sole discretion, shall determine if the exceptions are material in nature, and if the Vendor's exceptions may be declared grounds for rejection of bid proposal. F-52 7. Addenda a The County reserves the right to formally amend and/or clarify the requirements of the bid specifications where it deems necessary. Any such addendum/clarification shall be in writing and o shall be distributed electronically to all parties who received the original bid specifications prior to the deadline for submission of Bids. All changes to this ITB will be conveyed electronically through a notice of addendum or questions and answers to all vendors registered under the applicable commodity code(s) at the time when the original ITB was released, as well as those vendors who downloaded the ITB document. Additionally, all addendums are posted on the Collier County N Procurement Services Division Online Bidding System website: www.colliergov.net/bid. Before submitting a bid response, please make sure that you have read all, understood clearly and complied completely with any changes stated in the addenda as failure to do so may result in the o rejection of your submittal. 8. Bid Submission All electronic bids shall be submitted online via the Collier County Procurement Services Division Online Bidding System: www.colliergov.net/bid. 0 If you must submit a paper copy, all paper bids shall be submitted to the County Procurement a) Director, Collier County Government, 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 the due date and time, or at any office or location other than that specified herein, whether due to mail delays, courier mistakes, mishandling, inclement weather or any other reason. Late bid responses shall be returned unopened, and shall o� not be considered for award. ti Vendors must submit one (1) paper copy clearly labeled "Master," and one (1) compact disks (CD's) with one copy of the proposal on each CD in Word, Excel or PDF. List the Solicitation a) Number and Title on the outside of the box or envelope. All bids sent by courier service must have the bid number and title on the outside of the courier packet. Vendors who wish to receive copies of bids after the bid opening may view and download same from the Collier County Procurement Services Division Internet bid site. 9. Questions Error! Reference source not found. 8 ITB Template_06132016 Packet Pg. 725 1 6.F.3.2 If the vendor should be of the opinion that the meaning of any part of the Bid Document is doubtful, obscure or contains errors or omissions it should report such opinion to the Procurement Strategist before the bid opening date. Direct questions related to this ITB only to the Collier County Procurement Services Division Internet website: www.colliergov.net/bid. Questions will not be answered after the date noted on the ITB. Vendors must clearly understand that the only official answer or position of the County will be the one stated on the Collier County Procurement Services Division Online Bidding System website. For general questions, please call the referenced Procurement Strategist identified in the Public -0 Notice. 10. Protests , Any prospective vendor / proposer who desires to protest any aspect(s) or provision(s) of the solicitation (including the form of the solicitation documents or procedures) shall file their protest a' 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. rn 11. Rejection and Waiver o The County reserves the right to reject any and all bids, to waive defects in the form of bid, also to m select the bid that best meets the requirements of the County. Vendors whose bids, past performance or current status do not reflect the capability, integrity or reliability to fully and in good faith perform the requirements denoted may be rejected as non- responsive. Bids that do not meet all necessary requirements of this solicitation or fail to provide all required information, documents or materials may be rejected as non-responsive. 12. Local Vendor Preference (LVP) The County is using the Competitive Sealed Quotation methodology of source selection for this procurement, as authorized by Ordinance Number 2013-69 establishing and adopting the Collier N County Procurement Ordinance. '> Local business means the vendor has a current Business Tax Receipt issued by the Collier a) County Tax Collector for at least one year prior to bid or proposal submission to do business within Collier County, and that identifies the business with a permanent physical business address located within the limits of Collier County from which the vendor's staff operates and performs business in an area zoned for the conduct of such business. A Post Office Box or a facility that receives mail, or a non-permanent structure such as a construction trailer, storage shed, or other rn non-permanent structure shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well-being of Collier County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, support and increase to the County's tax base, and residency of employees and principals of the business within Collier County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. A vendor who misrepresents the Local Preference status of its firm in a proposal or bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one year. Under this solicitation, bidders desiring to receive local preference will be invited and required to affirmatively state and provide documentation as set forth in the solicitation in support of their Error! Reference source not found. 9 ITB Template_06132016 Packet Pg. 726 16.F.3.2 status as a local business. Any bidder who fails to submit sufficient documentation with their bid offer shall not be granted local preference consideration for the purposes of that specific contract award. Except where federal or state law, or any other funding source, mandates to the contrary, Collier County and its agencies and instrumentalities, will give preference to local businesses in the following manner. Competitive bid (local price match option). Each formal competitive bid solicitation shall clearly identify how the price order of the bids received will be evaluated and determined. u^, When a qualified and responsive, non-local business submits the lowest price bid, and the bid a submitted by one or more qualified and responsive local businesses is within ten percent of the c5 price submitted by the non-local business, then the local business with the apparent lowest bid o offer (i.e., the lowest local bidder) shall have the opportunity to submit an offer to match the price(s), less one (1) dollar, offered by the overall lowest, qualified and responsive bidder. In '> such instances, staff shall first verify if the lowest non-local bidder and the lowest local bidder are in fact qualified and responsive bidders. Next, the Procurement Services Division shall determine if the lowest local bidder meets the requirements of Fla. Stat. Sec.287.087 (Preferences to businesses with drug-free workplace programs). If the lowest local bidder meets the requirements of Fla. Stat. Sec. 287.087, the Procurement Services Division shall invite the lowest local bidder to submit a matching offer, less one (1) dollar, within five (5) business days Ta - 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 m 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 M lowest local bidder does not meet the requirement of Fla. Stat. Sec 287.087, and the lowest N non-local bidder does, award will be made to the bidder that meets the requirements of the reference state law. Bidder must complete and submit with their bid response the Affidavit for Claiming Status as a N Local Business which is included as part of this solicitation. Failure on the part of a Bidder to submit this Affidavit with their bid response will preclude said Bidder from being considered for local preference on this solicitation. A Bidder who misrepresents the Local Preference status of its firm in a bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one (1) year. a) The County may, as it deems necessary, conduct discussions with responsible bidders a determined to be in contention for being selected for award for the purpose of clarification to m assure full understanding of, and responsiveness to solicitation requirements. a) 13. Immigration Affidavit Certification o Statutes and executive orders require employers to abide by the immigration laws of the United Y States and to employ only individuals who are eligible to work in the United States. The Employment Eligibility Verification System (E-Verify) operated by the Department of Homeland Security (DHS) in partnership with the Social Security Administration (SSA), provides an Internet-based means of verifying employment eligibility of workers in the United States; it is not a substitute for any other employment eligibility verification requirements. The program will be used for Collier County formal Invitations to Bid (ITB) and Request for Proposals (RFP) including professional services and construction services. Exceptions to the program: Error! Reference source not found. 10 ITB Template_06132016 Packet Pg. 727 16.F.3.2 • Commodity based procurement where no services are provided. • Where the requirement for the affidavit is waived by the Board of County Commissioners Vendors / Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor's/bidder's proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Vendors are also 17)- required required to provide the Collier County Procurement Services Division an executed affidavit certifying they shall comply with the E-Verify Program. The affidavit is attached to the solicitation documents. If the Bidder/Vendor does not comply with providing both the acceptable E- Verify evidence and the executed affidavit the bidder's / vendor's proposal may be deemed non-responsive. Additionally, vendors shall require all subcontracted vendors to use the E-Verify system for all purchases not covered under the "Exceptions to the program" clause above. a. For additional information regarding the Employment Eligibility Verification System (E-Verify) o program visit the following website: http://www.dhs.gov/E-Verify. It shall be the vendor's responsibility to familiarize themselves with all rules and regulations governing this program. m Vendor acknowledges, and without exception or stipulation, any firm(s) receiving an award shall be fully responsible for complying with the provisions of the Immigration Reform and Control Act of r, 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be N amended and with the provisions contained within this affidavit. Failure by the awarded firm(s) to ti comply with the laws referenced herein or the provisions of this affidavit shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. 14. Lobbying All firms are hereby placed on NOTICE that the County Commission does not wish to be lobbied N 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 o meetings of introduction, luncheons, dinners, etc. During the bidding process, from bid opening to cs' final Board approval, no firm or its agent shall contact any other employee of Collier County with the exception of the Procurement Services Division. a. 15. Certificate of Authority to Conduct Business in the State of Florida (Florida Statute 607.1501) rn ti In order to be considered for award, firms must be registered with the Florida Department of State Divisions of Corporations in accordance with the requirements of Florida Statute 607.1501 and provide a certificate of authority (www.sunbiz.orq/search.html) prior to execution of a contract. A copy of the document may be submitted with the solicitation response and the document number shall be identified. Firms who do not provide the certificate of authority at the time of response shall be required to provide same within five (5) days upon notification of selection for award. If the firm cannot provide the document within the referenced timeframe, the County reserves the right to award to another firm. 16. General Information Error! Reference source not found. 11 ITB Template_06132016 Packet Pg. 728 16.F.3.2 When it is deemed by the County that a bid cannot be awarded as originally intended, the County reserves the right to award this bid through an approach which is the best interest of the County. Alternate bids will not be considered unless authorized by the ITB. In case of identical bids tying as low bid, the County shall ask vendors to submit certification that they have a drug-free workplace in accordance with Section 287.087 Florida Statutes. Should all vendors provide said certification; the County will give local vendor preference. N 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 as on the Collier County Procurement Services Division website on Wednesdays and Thursdays a) prior to the County Commission meetings. a. Any actual or prospective respondent who desires to formally protest the recommended contract a) award must file a notice of intent to protest with the Procurement Director within two (2) calendar days (excluding weekends and County holidays) of the date that the recommended award is posted. Upon filing of said notice, the protesting party will have five (5) days to file a formal protest and will be given instructions as to the form and content requirements of the formal protest. A copy of the "Protest Policy" is available at the office of the Procurement Director. N ti r C U) Q) 7 0 L O N O a) z aL a, 4) U co Error! Reference source not found. 12 ITB Template_06132016 Packet Pg. 729 16.F.3.2 Exhibit III: Standard Purchase Order Terms and Conditions 1. Offer delivery; provided that risk of loss prior to This offer is subject to cancellation by the actual receipt of the goods by the COUNTY COUNTY without notice if not accepted by nonetheless remain with VENDOR. N VENDOR within fourteen (14) days of issuance. b) No charges will be paid by the COUNTY forTs packing, crating or cartage unless otherwise 3 2. Acceptance and Confirmation specifically stated in this Purchase Order. 0 This Purchase Order (including all documents Unless otherwise provided in Purchase o attached to or referenced therein) constitutes Order, no invoices shall be issued nor N the entire agreement between the parties, unless payments made prior to delivery. Unless > otherwise specifically noted by the COUNTY on freight and other charges are itemized, any the face of this Purchase Order. Each delivery of discount will be taken on the full amount of c goods and/or services received by the COUNTY invoice. c from VENDOR shall be deemed to be upon the c) All shipments of goods scheduled on the n`. terms and conditions contained in this Purchase same day via the same route must be m Order. consolidated. Each shipping container must ti be consecutively numbered and marked to cn 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 m instrument executed by the COUNTY. VENDOR be indicated on bill of lading. Packing slips is deemed to be on notice that the COUNTY must show Purchase Order number and 71 objects to any additional or different terms and must be included on each package of less cc., conditions contained in any acknowledgment, than container load (LCL) shipments and/or ti invoice or other communication from VENDOR, with each car load of equipment. The notwithstanding the COUNTY'S acceptance or COUNTY reserves the right to refuse or c payment for any delivery of goods and/or return any shipment or equipment at us services, or any similar act by VENDOR. VENDOR'S expense that is not marked with Purchase Order numbers. VENDOR agrees •E 3. Inspection to declare to the carrier the value of any 0 All goods and/or services delivered hereunder shipment made under this Purchase Order o shall be received subject to the COUNTY'S and the full invoice value of such shipment. 'u, inspection and approval and payment therefore d) All invoices must contain the Purchase Order shall not constitute acceptance. All payments are number and any other specific information as o subject to adjustment for shortage or rejection. identified on the Purchase Order. Discounts ts' All defective or nonconforming goods will be of prompt payment will be computed from the returned pursuant to VENDOR'S instruction at date of receipt of goods or from date of VENDOR'S expense. receipt of invoices, whichever is later. m Payment will be made upon receipt of a f-- To the extent that a purchase order requires a proper invoice and in compliance with rn series of performances by VENDOR, the Chapter 218, Fla. Stats., otherwise known as 0 COUNTY prospectively reserves the right to the "Local Government Prompt Payment h; to cancel the entire remainder of the Purchase Act," and, pursuant to the Board of County Order if goods and/or services provided early in Commissioners Purchasing Policy. the term of the Purchase Order are m non-conforming or otherwise rejected by the 5. Time Is Of the Essence COUNTY. Time for delivery of goods or performance of y services under this Purchase Order is of the 4. Shipping and Invoices essence. Failure of VENDOR to meet delivery a) All goods are FOB destination and must be schedules or deliver within a reasonable time, as suitably packed and prepared to secure the interpreted by the COUNTY in its sole judgment, lowest transportation rates and to comply shall entitle the COUNTY to seek all remedies with all carrier regulations. Risk of loss of available to it at law or in equity. VENDOR any goods sold hereunder shall transfer to agrees to reimburse the COUNTY for any the COUNTY at the time and place of expenses incurred in enforcing its rights. Error! Reference source not found. 13 ITB Template_06132016 Packet Pg. 730 16.F.3.2 VENDOR further agrees that undiscovered VENDOR shall indemnify and hold harmless the delivery of nonconforming goods and/or services COUNTY from any and all claims, including is not a waiver of the COUNTY'S right to insist claims of negligence, costs and expenses, upon further compliance with all specifications. including but not limited to attorneys' fees, arising from, caused by or related to the injury or death 6. Changes of any person (including but not limited to The COUNTY may at any time and by written employees and agents of VENDOR in the notice make changes to drawings and performance of their duties or otherwise), or specifications, shipping instructions, quantities damage to property (including property of the and delivery schedules within the general scope COUNTY or other persons), which arise out of or Ni -a of this Purchase Order. Should any such change are incident to the goods and/or services to be •� increase or decrease the cost of, or the time provided hereunder. 0 required for performance of the Purchase Order, o an equitable adjustment in the price and/or 11. Warranty of Non-Infringement w delivery schedule will be negotiated by the VENDOR represents and warrants that all goods COUNTY and VENDOR. Notwithstanding the sold or services performed under this Purchase o 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, :;2 Any claims for adjustment by VENDOR must be copyright or trade secret; and c) do not constitute made within thirty (30) days from the date the unfair competition. rn change is ordered or within such additional o period of time as may be agreed upon by the VENDOR shall indemnify and hold harmless the CD parties. COUNTY from and against any and all claims, , including claims of negligence, costs and m 7. Warranties expense, including but not limited to attorneys' VENDOR expressly warrants that the goods fees, which arise from any claim, suit or and/or services covered by this Purchase Order proceeding alleging that the COUNTY'S use of N will conform to the specifications, drawings, the goods and/or services provided under this samples or other descriptions furnished or Purchase Order are inconsistent with VENDOR'S specified by the COUNTY, and will be of representations and warranties in section 11 (a). r satisfactory material and quality production, free from defects and sufficient for the purpose If any claim which arises from VENDOR'S breach m intended. Goods shall be delivered free from any of section 11 (a) has occurred, or is likely to -a security interest or other lien, encumbrance or occur, VENDOR may, at the COUNTY'S option, c� claim of any third party. These warranties shall procure for the COUNTY the right to continue o survive inspection, acceptance, passage of title using the goods or services, or replace or modify and payment by the COUNTY. the goods or services so that they become '> non-infringing, (without any material degradation o 8. Statutory Conformity in performance, quality, functionality or additional a) Goods and services provided pursuant to this cost to the COUNTY). E Purchase Order, and their production and a transportation shall conform to all applicable 12. Insurance Requirementsa. laws, including but not limited to the Occupational The VENDOR, at its sole expense, shall provide m Health and Safety Act, the Federal commercial insurance of such type and with such Transportation Act and the Fair Labor Standards terms and limits as may be reasonably °r' Act, as well as any law or regulation noted on the associated with the Purchase Order. Providing 1",- face face of the Purchase Order. and maintaining adequate insurance coverage is a material obligation of the VENDOR. All ;.; 9. Advertising insurance policies shall be executed through m No VENDOR providing goods and services to the insurers authorized or eligible to write policies in COUNTY shall advertise the fact that it has the State of Florida. 6 contracted with the COUNTY for goods and/or w services, or appropriate or make use of the 13. Compliance with Laws Q COUNTY'S name or other identifying marks or In fulfilling the terms of this Purchase Order, property without the prior written consent of the VENDOR agrees that it will comply with all COUNTY'S Purchasing Department. federal, state, and local laws, rules, codes, and ordinances that are applicable to the conduct of its business. By way of non-exhaustive example, 10. Indemnification this shall include the American with Disabilities Act and all prohibitions against discrimination on Error! Reference source not found. 14 ITB Template_06132016 Packet Pg. 731 16.F.3.2 the basis of race, religion, sex creed, national conditions of this Purchase Order, provided that origin, handicap, marital status, or veterans' COUNTY has provided VENDOR with notice of status. Further, VENDOR acknowledges and such breach and VENDOR has failed to cure without exception or stipulation shall be fully within 10 days of receipt of such notice. responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 19. General as located at 8 U.S.C. 1324, et seq. and a) This Purchase Order shall be governed by regulations relating thereto, as either may be the laws of the State of Florida. The venue amended. Failure by the awarded firm(s) to for any action brought to specifically enforce in- comply comply with the laws referenced herein shall any of the terms and conditions of thisTs constitute a breach of the award agreement and Purchase Order shall be the Twentieth •E the County shall have the discretion to Judicial Circuit in and for Collier County, 0 unilaterally terminate said agreement Florida o immediately. Any breach of this provision may b) Failure of the COUNTY to act immediately in 'u, be regarded by the COUNTY as a material and response to a breach of this Purchase Order > substantial breach of the contract arising from by VENDOR shall not constitute a waiver of o this Purchase Order. breach. Waiver of the COUNTY by any =' default by VENDOR hereunder shall not be c 14. Force Majeure deemed a waiver of any subsequent default a Neither the COUNTY nor VENDOR shall be by VENDOR. rn responsible for any delay or failure in c) All notices under this Purchase Order shall o performance resulting from any cause beyond be sent to the respective addresses on the their control, including, but without limitation to face page by certified mail, return receipt r war, strikes, civil disturbances and acts of nature. requested, by overnight courier service, or by m When VENDOR has knowledge of any actual or personal delivery and will be deemed .. potential force majeure or other conditions which effective upon receipt. Postage, delivery and ,. will delay or threatens to delay timely other charges shall be paid by the sender. A N performance of this Purchase Order, VENDOR party may change its address for notice by shall immediately give notice thereof, including all written notice complying with the r relevant information with respects to what steps requirements of this section. T VENDOR is taking to complete delivery of the d) The Vendor agrees to reimbursement of any goods and/or services to the COUNTY. travel expenses that may be associated with a this Purchase Order in accordance with o 15. Assignment Florida Statute Chapter 112.061, Per Diem 0 VENDOR may not assign this Purchase Order, and Travel Expenses for Public Officers, o nor any money due or to become due without the employees and authorized persons. y prior written consent of the COUNTY. Any e) In the event of any conflict between or > assignment made without such consent shall be among the terms of any Contract Documents 'o- deemed deemed void. related to this Purchase Order, the terms of c) the Contract Documents shall take 16. Taxes precedence over the terms of the Purchase .z a. Goods and services procured subject to this Order. To the extent any terms and /or Purchase Order are exempt from Florida sales conditions of this Purchase Order duplicate i- and use tax on real property, transient rental or overlap the Terms and Conditions of the property rented, tangible personal purchased or Contract Documents, the provisions of the o rented, or services purchased (Florida Statutes, Terms and/or Conditions that are most r'r Chapter 212), and from federal excise tax. favorable to the County and/or provide the t' greatest protection to the County shall c 17. Annual Appropriations govern. m The COUNTY'S performance and obligation to E pay under this Purchase Order shall bera contingent upon an annual appropriation of funds. 18. Termination This Purchase Order may be terminated at any time by the COUNTY upon 30 days prior written notice to the VENDOR. This Purchase Order may be terminated immediately by the COUNTY for breach by VENDOR of the terms and Error! Reference source not found. 15 ITB Template_06132016 Packet Pg. 732 16.F.3.2 Exhibit IV: Additional ITB Terms and Conditions 1. Additional Items and/or Services During the contract term, Collier County reserves the right to add related items and/or services upon negotiation of a satisfactory price by the Project Manager and Vendor. N 2. Conflict of Interest -a CD Vendor shall provide a list of any businesses and/or organizations to which the firm has any affiliation or obligations within the past five (5) years; whether paid or donated, which could be construed by the County as a conflict of interest. Disclosure of any potential or actual conflict of interest is subject to County staff review and does not in and of itself disqualify a firm from consideration. These disclosures are intended to identify and or preclude conflict of interest situations during contract selection and execution. a. 3. Vendor Performance Evaluation 0 ti 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. T 4. Deductions for Non-Performance N ti 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 o County may also deduct, or chargeback the Vendor the costs necessary to correct the deficiencies directly related to the Vendor's non-performance. 5. Termination Should the Contractor be found to have failed to perform services in a manner satisfactory to the 5 County, the County may terminate this Agreement immediately for cause; further the County may o terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be a) 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. a) 6. Offer Extended to Other Governmental Entities to Collier County encourages and agrees to the successful vendor extending the pricing, terms and L conditions of this solicitation or resultant contract to other governmental entities at the discretion of a the successful vendor. _= 0 cts 7. Environmental Health and Safety All Vendors and Sub vendors performing service for Collier County are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Vendors and Sub vendors shall be responsible for the safety of their employees and any unsafe acts or conditions 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. Error! Reference source not found. 16 ITB Template_06132016 Packet Pg. 733 16.F.3.2 Collier County Government has authorized OSHA representatives to enter any Collier County facility, property and/or right-of-way for the purpose of inspection of any Vendor's work operations. This provision is non-negotiable by any department and/or Vendor. All new electrical installations shall incorporate NFPA 70E Short Circuit Protective Device Coordination and Arc Flash Studies where relevant as determined by the engineer. All electrical installations shall be labeled with appropriate NFPA 70E arch flash boundary and _ N PPE Protective labels. C 7 S 8. Florida Wood Products 0 L 0 The Vendor/Contractor agrees to comply with Florida Statute 255.20 to provide lumber, timber and .N other forest products produced and manufactured in the State of Florida as long as the price, o fitness and quality are equal. m w c 9. Public Records Compliance a Florida Public Records Law Chapter 119, including specifically those contractual requirements in a> 119.0701(2)(a)-(b) as follows: 0ti CD IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER m 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC F= RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC M RECORDS AT: N Communication and Customer Relations Division ti 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 0 Telephone: (239) 252-8383 N as The Contractor must specifically comply with the Florida Public Records Law to: 1. Keep and maintain public records required by the public agency to perform the service. o 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 o chapter or as otherwise provided by law. CCD 3. Ensure that public records that are exempt or confidential and exempt from public records c disclosure requirements are not disclosed except as authorized by law for the duration of Q the contract term and following completion of the contract if the Contractor does not m transfer the records to the public agency. s-- 4. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public rn records in possession of the Contractor or keep and maintain public records required by o the public agency to perform the service. If the Contractor transfers all public records to CD 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 CD disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for as 5 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. 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 Error! Reference source not found. 17 ITB Template_06132016 Packet Pg. 734 1 6.F.3.2 employees who are physically capable of performing their employment duties. The County may require the Vendor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Collier County projects is not in the best interest of the County. 11. 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 d vendor in the performance of the required service, the Vendor shall repair/replace, to the County's satisfaction, damaged property at no additional cost to the County. If the damage caused by the c� Vendor or their Sub vendor has to be repaired/replaced by the County, the cost of such work will be deducted from the monies due the Vendor. '', The County's project manager, shall coordinate with the Vendor / Contractor the return of any surplus assets, including materials, supplies, and equipment associated with the scope or work. 12. Prohibition of Gifts to County Employees a` m No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, the current Collier County Ethics Ordinance and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from N doing business with the County for a specified period of time, including but not limited to: ,- submitting bids, RFP, and/or quotes; and, c. immediate termination of any contract held by the individual and/or firm for cause. o U) 13. Invoice and Payments Unit Price: the County agrees to pay a firm total fixed price (inclusive of all costs, including labor, materials, equipment, overhead, etc.) for a repetitive product or service delivered (i.e. installation price per ton, delivery price per package or carton, etc.). The invoice must identify > the unit price and the number of units received (no contractor inventory or cost verification o required). Payments are made in accordance with the Local Government Prompt Payment Act, Chapter 218, Florida Statutes. Vendor's invoices must include: • Purchase Order Number • Description and quantities of the goods or services provided per instructions on the County's a) purchase order or contract. Invoices shall be sent to: a) Board of County Commissioners Clerk's Finance Department ATTN: Accounts Payable 3299 Tamiami Trail E Ste 700 Naples FL 34112 Or emailed to: bccapclerk(a�collierclerk.com. Error! Reference source not found. 18 ITB Template_06132016 Packet Pg. 735 16.F.3.2 Collier County, in its sole discretion, will determine the method of payment for goods and/or services as part of this agreement. Payment methods include: • Traditional — payment by check, wire transfer or other cash equivalent. • Standard — payment by purchasing card. Collier County's Purchasing Card Program is supported by standard bank credit suppliers (i.e. VISA and MasterCard), and as such, is cognizant of the Rules for VISA Merchants and MasterCard Merchant Rules. Th- 0 The County may not accept any additional surcharges (credit card transaction fees) as a result of -0 using the County's credit card for transactions relating to this solicitation. The County will c� entertain bids clearly stating pricing for standard payment methods. An additional separate o discounted price for traditional payments may be provided at the initial bid submittal if it is clearly N marked as an "Additional Cash Discount." > 0 Upon execution of the Contract and completion of each month's work, payment requests may be c) submitted to the Project Manager on a monthly basis by the Contractor for services rendered for that prior month. Services beyond sixty (60) days from current monthly invoice will not be a. considered for payment without prior approval from the Project manager. All invoices should be submitted within the fiscal year the work was performed. (County's fiscal year is October 1 - o September 30.) Invoices submitted after the close of the fiscal year will not be accepted (or up processed for payment) unless specifically authorized by the Project Manager. m Payments will be made for articles and/or services furnished, delivered, and accepted, upon M receipt and approval of invoices submitted on the date of services or within six (6) months after N completion of contract. Any untimely submission of invoices beyond the specified deadline period r-- is is subject to non-payment under the legal doctrine of"laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this agreement. O. N In instances where the successful contractor may owe debts (including, but not limited to taxes or other fees) to Collier County and the contractor has not satisfied nor made arrangement to satisfy cE these debts, the County reserves the right to off-set the amount owed to the County by applying o the amount owed to the vendor or contractor for services performed of for materials delivered in .7) association with a contract. 0 Invoices shall not reflect sales tax. After review and approval, the invoice will be transmitted to the c) Finance Division for payment. Payment will be made upon receipt of proper invoice and in compliance with Chapter 218 Florida Statutes, otherwise known as the "Local Government Prompt Payment Act." Collier County reserves the right to withhold and/or reduce an appropriate amount m of any payment for work not performed or for unsatisfactory performance of Contractual ~ requirements. °' 0 N7. 14. Survivability C° w Bids (ITBs/RFPs): The Consultant/Contractor/Vendor agrees that any Work Order/Purchase 0 Order that extends beyond the expiration date of Solicitation 16-7019 resultant of this solicitation will survive and remain subject to the terms and conditions of that Agreement until the completionct ct or termination of any Work Order/Purchase Order. a 15. Insurance Requirements The Vendor shall at its own expense, carry and maintain insurance coverage from responsible companies duly authorized to do business in the State of Florida as set forth in Insurance and Bonding Requirements Attachment of this solicitation. The Vendor shall procure and maintain Error! Reference source not found. 19 ITS Template_06132016 Packet Pg. 736 16.F.3.2 property insurance upon the entire project, if required, to the full insurable value of the scope of work. The County and the Vendor waive against each other and the County's separate Vendors, Contractors, Design Consultant, Subcontractors agents and employees of each and all of them, all damages covered by property insurance provided herein, except such rights as they may have to the proceeds of such insurance. The Vendor and County shall, where appropriate, require similar waivers of subrogation from the County's separate Vendors, Design Consultants and Subcontractors and shall require each of them to include similar waivers in their contracts. N a) Collier County shall be responsible for purchasing and maintaining, its own liability insurance. Certificates issued as a result of the award of this solicitation must identify "For any and all work performed on behalf of Collier County." The General Liability Policy provided by Vendor to meet the requirements of this solicitation shall name Collier County, Florida, as an additional insured as to the operations of Vendor under this solicitation and shall contain a severability of interests provisions. rn Collier County Board of County Commissioners shall be named as the Certificate Holder. The "Certificate Holder" should read as follows: Collier County Board of County Commissioners t- Naples, Florida The amounts and types of insurance coverage shall conform to the minimum requirements set forth in the Insurance and Bonding Requirements Attachment, with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If Vendor has any self-insured retentions or deductibles under any of the below listed minimum required coverage, Vendor must identify on the Certificate of Insurance the nature and amount of such self- insured retentions or 3 deductibles and provide satisfactory evidence of financial responsibility for such obligations. AllCD self-insured retentions or deductibles will be Vendor's sole responsibility. Coverage(s) shall be maintained without interruption from the date of commencement of the Work o until the date of completion and acceptance of the scope of work by the County or as specified in a) this solicitation, whichever is longer. .i The Vendor and/or its insurance carrier shall provide 30 days written notice to the Countyof policy P Y 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 o.) of expiration, cancellation, non-renewal or material change in coverage or limits received by Vendor from its insurer and nothing contained herein shall relieve Vendor of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by Vendor hereunder, Vendor shall immediately take steps to have the aggregate limit reinstated to c the full extent permitted under such policy. E U Should at any time the Vendor not maintain the insurance coverage(s) required herein, the County may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverage(s) and charge the Vendor for such coverage(s) purchased. If Vendor fails to reimburse the County for such costs within thirty (30) days after demand, the County has the right to offset these costs from any amount due Vendor under this Agreement or any other agreement between the County and Vendor. The County shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverage(s) purchased or the insurance company or Error! Reference source not found. 20 ITB Template_06132016 Packet Pg. 737 16.F.3.2 companies used. The decision of the County to purchase such insurance coverage(s) shall in no way be construed to be a waiver of any of its rights under the Contract Documents. If the initial or any subsequently issued Certificate of Insurance expires prior to the completion of the scope of work, the Vendor shall furnish to the County renewal or replacement Certificate(s) of Insurance not later than ten (10) calendar days after the expiration date on the certificate. Failure of the Vendor to provide the County with such renewal certificate(s) shall be considered justification for the County to terminate any and all contracts. N 15. Debris Vendor shall be responsible for the removal and disposal of all debris from the site and the o cleaning of the affected areas. Vendor shall keep the premises free of debris and unusable materials resulting from their work and as work progresses; or upon the request of the County's representative, shall remove and dispose such debris and materials from the property. The Vendor shall leave all affected areas as they were prior to beginning work. 16. Direct Material Purchase m The County reserves the right to require Vendor to assign some or all of its agreements with material suppliers directly to the County. Any such goods and/or materials purchased by the County pursuant to such an assignment of a material supply agreement shall be referred to as m "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. M N_ Additionally, the County at its sole option may choose to purchase some or all of the goods and/or ti materials from other suppliers. In either instance the County may require the following information from the Vendor: N • Required quantities of material. • Specifications relating to goods and/or materials required for job including brand and/or model number or type if applicable • Pricing and availability of goods and/or materials provided under Vendor's agreements with material suppliers 0 17. Grant Compliance c 1 The purchase of any goods and/or services that are funded through Federal Grant Appropriations, a the State of Florida, or any other public or private foundations shall be subject to the compliance and reporting requirements of the granting agency. 18. Equipment o Vendor shall have available and in good working condition, the necessary equipment to perform the required service. If required by the County, the Vendor shall supply a list of equipment and an a) 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 right to request and obtain documentation of the Vendor's cost for time and material projects, and to withhold payments until documentation is provided. Error! Reference source not found. 21 ITB Template_06132016 Packet Pg. 738 16.F.3.2 All County-purchased equipment must be new and of current manufacture in production at the time of bid opening, and carry industry standard warranties. At the time of delivery, at least two (2) complete shop repair manuals and parts lists must be furnished with each type of equipment. Vendor must service all equipment prior to delivery and/or acceptance by the County. The scope of these specifications is to ensure the delivery of a complete unit ready for operation. Omission of any essential detail from these specifications does not relieve the Vendor from furnishing a complete unit. U) C, 5 0 0 N_ O C a rn 0 F- (0 H ti C d V L O w O 0) C I- H 0) ti (J C C, 0 C4 Error! Reference source not found. 22 ITB Template_06132016 Packet Pg. 739 16.F.3.2 Cofer Comity Administrative Services Department Procurement Services Division Attachment 1: Vendor Submittal -Vendor's Non-Response Statement The sole intent of the Collier County Procurement Services Division is to issue solicitations that are clear, concise and openly competitive. Therefore, we are interested in ascertaining reasons why prospective Vendors did not wish to respond to this ITB. If your firm is not responding to this ITB, please indicate the reason(s) by checking any appropriate item(s) listed below and return this form via email or fax to the Procurement Strategist listed on the first page or mail to: Collier County Procurement Services Division, 3327 Tamiami Trail East, Naples, Florida 34112. We are not responding to this ITB for the following reason(s): Solicitation: Error! Reference source not found. a a) ❑ Services requested not available through our company. CD Our firm could not meet specifications/scope of work. m �l Specifications/scope of work not clearly understood (too vague, rigid, etc.) N_ n Project is too small. ti (� Insufficient time allowed for preparation of response. n Incorrect address used. Please correct mailing address: :cs I-1 Other reason(s): L m Firm's Complete Legal Name a) Address City, State, Zip a) Telephone Number U f6 FAX Number Signature /Title Type Name of Signature Date: Error! Reference source not found. 23 ITB Template_06132016 Packet Pg. 740 16.F.3.2 Cofer County Administrative Services Department Procurement Services Division Attachment 2: Vendor's Check List IMPORTANT: THIS SHEET MUST BE SIGNED BY VENDOR. Please read carefully, sign in the spaces indicated and return with bid. Vendor should check off each of the following items as the necessary action is completed: ° 1. The Bid has been signed. 2. The Bid prices offered have been reviewed. 3. The price extensions and totals have been checked. 4. The payment terms have been indicated. 5. Any required drawings, descriptive literature, etc. have been included. m 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 CD been included. m 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. N 11. Copies of licenses, equipment lists, subcontractors or any other information as noted in this ITB. 12. The mailing envelope must be addressed to: Procurement Director Collier County Government a' Procurement Services Division 3327 Tamiami Trail E Naples FL 34112 The mailing envelope must be sealed and marked with: (7) • Solicitation: Error! Reference source not found. `o • Opening Date: 10/24/2016; 3:00PM a) 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 cQ 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 rn downloaded ti ALL COURIER DELIVERED BIDS MUST HAVE THE BID NUMBER AND TITLE ON THE OUTSIDE OF THE COURIER PACKET. _E U Company Name Signature & Title Date Error! Reference source not found. 24 ITB Template_06132016 Packet Pg. 741 1 6.F.3.2 Cofer Couui: y Administrative Services Department Procurement Services Division Attachment 3: Vendor Submittal - Bid Response Form N N FROM: c5 :LE-3 Board of County Commissioners 'N Collier County Government Center Naples, Florida 34112 RE: Solicitation: Error! Reference source not found. Dear Commissioners: a) 0 ti The undersigned, as Vendor, hereby declares that the specifications have been fully examined and to 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 N respects fair and in good faith, without collusion or fraud. The Vendor proposes and agrees if this bid is accepted, to comply with the requirements in full and in o accordance with the terms, conditions and specifications denoted herein. The Vendor agrees to provide the following: 0 Line# Description Unit Price Version A: 68 pages(64 text pages plus 4 cover pages): Cost for printing, > binding, packaging and distribution Perfect Bound [Quantities: 100,000; Trim $ o 1 Size: 8"h x 10.5"h; Paper: 80# gloss cover; 60##3 gloss text; Packaging: Carton Pack; and Details: Flood Gloss UV F&B Cover] Version B: 68 pages (64 text pages plus 4 cover pages): Cost for printing, n 2 binding, packaging and distribution, Saddle Stitch [Quantities: 100,000; Trim m Size: 8"h x 10.5"h; Paper: 80# gloss cover; 60##3 gloss text; Packaging: $ Carton Pack; and Details: Flood Gloss UV F&B Cover] Version C: 60 pages (56 text pages plus 4 cover pages): Cost for printing, binding, packaging and distribution Perfect Bound [Quantities: 100,000; Trim 3 Size: 8"h x 10.5"h; Paper: 80#gloss cover; 60##3 gloss text; Packaging: Carton Pack; and Details: Flood Gloss UV F&B Cover] Version D: 60 pages (56 text pages plus 4 cover pages): Cost for printing, binding, packaging and distribution, Saddle Stitched; [Quantities: 100,000; E 4 Trim Size: 8"h x 10.5"h; Paper: 80#gloss cover; 60##3 gloss text; $ Packaging: Carton Pack; and Details: Flood Gloss UV F&B Cover] I I 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. Error! Reference source not found. 25 ITB Template_06132016 Packet Pg. 742 16.F.3.2 Prompt Payment Terms: °/o Days; Net_ Days Note: If you choose to bid manually, please submit an ORIGINAL and ONE COPY of your bid response pages. The undersigned do agree that should this Bid be accepted, to execute a formal contract, if required, and present the formal contract to the County Procurement Director for approval within fifteen (15) days after being notified of an award. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this day of , 20 in the County of , in the State of a> Firm's Complete Legal Name L Address ° y City, State, Zip o a, Florida Certificate of Authority Document Number Federal Tax Identification rn Number o CCR # or CAGE Code CD TM W Telephone Number FAX Number N Signature /Title Type Name of Signature N 7 Date Additional Contact Information o C) Send Payments To: (REQUIRED ONLY if different from above) tz Firm's Complete Legal Name CO f— Address cssCity, State, Zip Contact Name E Telephone Number as FAX Number Email Address Error! Reference source not found. 26 ITB Template_06132016 Packet Pg. 743 16.F.3.2 -. Goter County Administrative Services Department Procurement Services Divisbn Attachment 4: Vendor Submittal — Local Vendor Preference Affidavit Solicitation: Error! Reference source not found. (Check Appropriate Boxes Below) State of Florida(Select County if Vendor is described as a Local Business w E Collier County Tcua ❑ Lee County a 0 Vendor affirms that it is a local business as defined by the Procurement Ordinance of the Collier County Board o of County Commissioners and the Regulations Thereto. As defined in Section XI of the Collier County 'y Procurement Ordinance: > Local business means the vendor has a current Business Tax Receipt issued by the Collier County Tax o Collector for at least one year prior to bid or proposal submission to do business within Collier County, and a) that identifies the business with a permanent physical business address located within the limits of Collier c County from which the vendor's staff operates and performs business in an area zoned for the conduct of d such business. A Post Office Box or a facility that receives mail, or a non-permanent structure such as a rn construction trailer, storage shed, or other non-permanent structure shall not be used for the purpose of o establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local R business" unless it contributes to the economic development and well-being of Collier County in a verifiable `r° and measurable way. This may include, but not be limited to, the retention and expansion of employment m 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 M time of submitting their bid or proposal to be eligible for consideration as a "local business" under this N 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: u) Year Business Established in ❑Collier County or ❑ Lee County: E 0 Number of Employees (Including Owner(s) or Corporate Officers): Zi 5 Number of Employees Living in ❑ Collier County or❑ Lee (Including Owner(s)or Corporate Officers): o a> If requested by the County, vendor will be required to provide documentation substantiating the information E given in this affidavit. Failure to do so will result in vendor's submission being deemed not applicable. a Vendor Name: Date: m Address in Collier or Lee County: a) 0 Nr Signature: Title: ta Y STATE OF FLORIDA m E ❑ COLLIER COUNTY ❑ LEE COUNTY ctct Sworn to and Subscribed Before Me, a Notary Public, for the above State and County, on this Day Q of , 20 Notary Public My Commission Expires: (AFFIX OFFICIAL SEAL) Error! Reference source not found. 27 ITB Template_06132016 Packet Pg. 744 16.F.3.2 Goa W er Comity Administrative Services Department Procurement Serums Division Attachment 5: Vendor Submittal —Immigration Affidavit Solicitation: Error! Reference source not found. 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 thi a vendor's/bidder's proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Compan Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Failure to include this Affidavit and acceptable evidence of enrollment in the E-Verify program, may deem the Vendor/ Bidder's proposal as non-responsive. Collier County will not intentionally award County contracts to any vendor who knowingly employs unauthorized alien a, 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"). d Collier County may consider the employment by any vendor of unauthorized aliens a violation of Section 274A (e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A(e) of the INA shall be ti grounds for unilateral termination of the contract by Collier County. MT W Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E- Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E-Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor's/ Bidder's proposal. ti Company Name c Print Name Title .E Signature Date o U) State of 4- 0 a) County of The foregoing instrument was signed and acknowledged before me this day of ,20_, by ci Cd who has produced as identification. E_ (Print or Type Name) (Type of Identification and Number) N." Notary Public Signature Printed Name of Notary Public E U f4 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. Error! Reference source not found. 28 ITB Template 06132016 Packet Pg. 745 16.F.3.2 Cot er Gou tty 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 w 119.071(5) require that the county notify you in writing of the reason for collecting this information, which will be . used for no other purpose than herein stated. Please complete all information that applies to your business and return with your quote or proposal. 0 1. General Information (provide all information) Taxpayer Name 0 (as shown on income tax return) rn c Business Name (if different from taxpayer name) dr. Address City rn State Zip o Telephone FAX- Email r CO I-- Order Information Remit/Payment Information M Address Address N City State Zip City State Zip r- FAX FAX Email Email Nm a 0 2. Company Status (check only one) `o Individual/Sole Proprietor Corporation _Partnership w j _Tax Exempt(Federal income tax-exempt entity _Limited Liability Company 0 under Internal Revenue Service guidelines IRC c' 501 (c)3) Enter the tax classification (D =Disregarded Entity, C=Corporation, P=Partnership) .L a. m 3. Taxpayer Identification Number(for tax reporting purposes only) F- a) Federal Tax Identification Number(TIN) o (Vendors who do not have a TIN,will be required to provide a social security number prior to an award of the contract.) w c m 4. Sign and Date Form Certification: Under penalties of perjury, I certify that the information shown on this form is correct to my knowledge. m w I Signature Date Title Phone Number Error! Reference source not found. 29 ITB Tem plate_06132016 Packet Pg. 746 16.F.3.2 cower eourcty Administrative Services Department Procurement Semices Droslon Attachment 7: Vendor Submittal - Insurance and Bonding Requirements 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 ,1"2- 2. 2. ® Employer's Liability $100,000 single limit per occurrence 3. ® Commercial General Bodily Injury and Property Damage a Liability(Occurrence Form) patterned after the current $1.000,000 single limit per occurrence, $2,000,000 aggregate for Bodily Injury ISO form Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations rn 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 ti employed or utilized by the Contractor/Vendor/Consultant in the performance of this Agreement. c 4. E Automobile Liability $ Each Occurrence; Bodily Injury& Property Damage, Owned/Non-owned/Hired; Automobile Included 0 5. ❑ Other insurance as ❑ Watercraft $ Per Occurrence $ noted: ❑ United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. tD $ Per Occurrence ap ❑ Pollution $ Per Occurrence ti ❑ Professional Liability $ per claim and in the aggregate • $1,000,000 per claim and in the aggregate • $2,000,000 per claim and in the aggregate ❑ Project Professional Liability $ Per Occurrence ❑ Valuable Papers Insurance $ Per Occurrence Error! Reference source not found. 30 ITB Template_06132016 Packet Pg. 747 16.F.3.2 E 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. -a 7. ❑ Performance and For projects in excess of$200,000, bonds shall be submitted with the Payment Bonds executed contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to ° Owner; provided, however, the surety shall be rated as "A" or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5%of the reported policy a` holders' surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New o� York 10038. tO E- 8. ® Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 9. ® Collier County must be named as "ADDITIONAL INSURED"on the Insurance Certificate for Commercial General Liability where required. 10. ® The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County .g 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 C` work performed on behalf of Collier County. ° N 11. ❑ Thirty(30) Days Cancellation Notice required. 5 0 a) 10/3/2016 'i Vendor's Insurance Statement m I- We understand the insurance requirements of these specifications and that the evidence of insurability may be required rn C7) within five (5) days of the award of this solicitation. o Name of Firm Date Vendor Signature Print Name y Insurance Agency Agent Name Telephone Number Error! Reference source not found. 31 ITB Tempiate_06132016 Packet Pg. 748 (sepinD ao;!sin;o Bui;uud 6601-96 au : 6Evz) iesodoad ssaad oigdeaD 660L-96 :;uaunioe;;y c6 a Colter County co Administrative Sa vices Department a Procurement Services Dr/mon Attachment 2: Vendor's Check List IMPORTANT: THIS SHEET MUST BE SIGNED BY VENDOR. Please read carefully, sign in the spaces indicated and return with bid. Vendor should check off each of the following items as the necessary action is completed: 1. The Bid has been signed. 2. The Bid prices offered have been reviewed. 3. The price extensions and totals have been checked. 4. The payment terms have been indicated. 5. Any required drawings, descriptive literature, etc. have been included. 6. Any delivery information required is included. 7. If required, the amount of bid bond has been checked, and the bid bond or cashiers check has been included. 8. Addendum have been signed and included, if applicable. 9. Affidavit for Claiming Status as a Local Business, if applicable. 10. Immigration Affidavit and company's E-Verify profile page or memorandum of understanding. 11. Copies of licenses, equipment lists, subcontractors or any other information as noted in this ITB. 12. The mailing envelope must be addressed to: Procurement Director Collier County Government Procurement Services Division 3327 Tamiami Trail E Naples FL 34112 The mailing envelope must be sealed and marked with: • Solicitation: Error! Reference source not found. • Opening Date: 10/24/2016; 3:00PM 13. The bid will be mailed or delivered in time to be received no later than the specified opening date and time. (Otherwise bid cannot be considered.) 14. If submitting a manual bid, include any addenda (initialed and dated noting understanding and receipt). If submitting bid electronically, bidder will need to download all related documents on www.colliergov.net/bid. The system will date and time stamp when the addendum files were downloaded ALL COURIER DELIVERED BIDS MUST HAVE THE BID NUMBER AND TITLE ON THE OUTSIDE OF THE COURIER PACKET. %-.14412MILitta Fes o pa • > , Sig _ . e & He Date Error! Reference source not found. 24 ITB Temptate_06132016 (sapin9 ao;lsln,;o 6ul;uud 61.0L-9l- ell : I.E17Z) iesodoad ssead olydeJe, 660L-91, :tuauayoe;;y o ri ti u: a� C a a Cotter County co Administrative Services Department tL Proairement Services Division Attachment 3: Vendor Submittal - Bid Response Form FROM: Board of County Commissioners Collier County Government Center Naples, Florida 34112 RE: Solicitation: Error! Reference source not found. 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 al! respects fair and in good faith, without collusion or fraud. The Vendor proposes and agrees if this bid is accepted, to comply with the requirements in full and in accordance with the terms, conditions and specifications denoted herein. The Vendor agrees to provide the following: Line# Description Unit Price Version A: 68 pages(64 text pages plus 4 cover pages):Cost for printing, binding, packaging and distribution Perfect Bound [Quantities: 100,000; Trim $ 19 Size: 8"h x 10.5"h; Paper: 80#gloss cover; 60##3 gloss text; Packaging: Carton Pack; and Details: Flood Gloss UV F&B Cover] Version B: 68 pages (64 text pages plus 4 cover pages): Cost for printing, 2 binding, packaging and distribution, Saddle Stitch [Quantities: 100,000; Trim k 1L -- Size: 8"h x 10.5"h; Paper: 80#gloss cover; 60##3 gloss text; Packaging: Carton Pack; and Details: Flood Gloss UV F&B Cover] Version C: 60 pages (56 text pages plus 4 cover pages): Cost for printing, 3 binding, packaging and distribution Perfect Bound [Quantities: 100,000; Trim 5443qa b Size: 8'h x 10.5"h; Paper: 80# gloss cover; 60##3 gloss text; Packaging: Carton Pack; and Details: Flood Gloss UV F&B Cover) Version D: 60 pages (56 text pages plus 4 cover pages): Cost for printing, binding, packaging and distribution, Saddle Stitched; [Quantities: 100,000; 4 Trim Size: 8"h x 10.5"h; Paper: 80#gloss cover; 60##3 gloss text; $ . 7 Packaging: Carton Pack; and Details: Flood Gloss UV F&B Cover] * 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. Error! Reference source not found. 25 ITB Template_06132016 (sapino Jol!s!A Jo 6ullulad 61.OL-91. all 1-£i' ) lesodoad ssaad aiydeag 660L-9I. :;uawyoefv Prompt Payment Terms: I % 1-5' Days; Neta Days a.w 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 a 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. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this cDLI day of C3 c 1 .QX , 20 in the�County of'� „�t,r L , in the State of FL- . `T Firm's Complete Legal Name H-1 C . rc d..,t.x '11i S ,j/letc, Address eq LF_ Q} akiNfirLiyi City, State, Zip T t ,S .J y \ -� Florida Certificate of Authority Document Number Federal Tax Identification `, C? 5-3'-) l Number 1 L4 3 CCR #or CAGE Code Telephone Number 3a - . t \ \ ` FAX Number `49•` 3S-3 4 4&7 Signature /Title 111111� 1� , i Type Name of Signature ti-) Date 161 g i b• .**,......t*,...**,t*i***,tttea:****i:*********** +r*r*****,r..*******o- ***.**,t***h.********:.******r Additional Contact Information Send Payments To: (REQUIRED ONLY if different from above) Firm's Complete Legal Name Address City, State, Zip Contact Name Telephone Number FAX Number Email Address Error! Reference source not found. 26 fTB Template_D6132016 (saping Jo;IsiA to 6ul;ul.td 660L-91, 811 : 6£iZ) iesodoid SSW d olt{deJO 640E-96 :}uawyoeuVesi Li: Cotler County Q) Administrative Services Department Procurement Services Division t6 Attachment 5: Vendor Submittal—Immigration Affidavit a Solicitation: Error? Reference source not found, This Affidavit is required and should be signed, notarized by an authorized principal of the firm and submitted with formai Invitations to Bid (ITB's)and Request for Proposals (REP) submittals. Further, Vendors / Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor's/bidder's proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Failure to include this Affidavit and acceptable evidence of enrollment in the E-Verify program, may deem the Vendor Bidder's proposal as non-responsive. Collier County will not intentionally award County contracts to any vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e)of the Immigration and Nationality Act("INA"), Collier County may consider the employment by any vendor of unauthorized aliens a violation of Section 274A(e)of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A(e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws(specifically to the 1986 Immigration Act and subsequent Amendment(s))and agrees to comply with the provisions of the Memorandum of Understanding with E- Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E-Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor's/ Bidder's proposal.Ci��r Company Name r^" rOaucXt Df1 S f Print Na e .`\ 4Vgf �Z . Title Vic-e-- Signature Date Zq; l State of YLYV(1C.9.J County ofQ,L10✓a✓ The foregoing instrument was signed and acknowledged before me this, day of ,200, by Okr11. 1-\ (wr it who has produced L 5.2-4.)—"°z" 1'I1I-0 as identification. Pri- or type N, e) (Type of Identification and Number) 41/ Notary u• Sign. ure d— � " '"°_" LL KRISTINA HARDIN r o,� Printed Name of Notary Public �a���r ° MY COMMISSION#1384859 .;.: ti `�J,e f ES cl i „ 1 I� "` f XPFRES:Norc.13,2417 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. Error! Reference source not found. 28 (TB Tempiate_06132016 eh (sapin°.io;Is!A to Bul;uud 61.0L-91. au : 6£pZ) lesodoid ssaJid 660L-96 :luaungoepd M � � er county Administrative Services Department 0_ Proxrement Services Division d v Attachment 6: Vendor Substitute W—9 a Request for Taxpayer Identification Number and Certification In accordance with the Internal Revenue Service regulations, Collier County is required to collect the following information for tax reporting purposes from individuals and companies who do business with the County(including social security numbers if used by the individual or company for tax reporting purposes). Florida Statute 119.071(5) require that the county notify you in writing of the reason for collecting this information, which will be used for no other purpose than herein stated. Please complete all information that applies to your business and return with your quote or proposal. 1. General Information (provide all information) (76ACk411u.e._, Taxpayer Name rr . . . ' >• !IP +� (as shown on income tax return) Business Name (if different from taxpayer name 1 Address ,1 -+ Q ,ct.� ,N) - City TtA-v)SVA State Zip -a'79 Lc Telephone 3,))--,110-1111 FAX 3R‘ o `i t7 Email T rL`Ss CCt1 Order Information Remit/Payment Information Address Address City State Zip City State Zip FAX FAX Email Email 2. Company Status (check only one) Individual/Sole Proprietor Corporation __Partnership Tax Exempt(Federal income tax-exempt entity Limited Liability Company under Internal Revenue Service guidelines IRC 501 (c)3) Enter the tax classification (D=Disregarded Entity, C=Corporation, P=Partnership) 3. Taxpayer Identification Number(for tax reporting purposes only) Federal Tax Identification Number(TIN) q —LTi ' a 7 Lj(-‘" (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 F• • Certification: r •-rr penalties of perjur,, l certify that the information shown on this form is correct to my knowledge. Siur e \ - Date 1,012-4, • Title Y c-elr — ��s Phone Number ) Ee_7 'I 1 Lk- 1 Error! Reference source not found. 29 ITB Tem plate_06132016 M (sapino Jo}isiA JO 6uiwild 6LOL-9I. Si' : I,£jZ) iesodoid ssa.ld 3!Ljde-10 61,0L 91. :;uawyoe4lv T, u7 ri ti u: d) co ri a r Wille Request for Taxpayer Give Form to the .°Y' Form (Rev.December 2014) requester.Do not Identification Number and Certificationco Department of the Treasury send to the IRS. internal Revenue Service a. 1 Name(as shown on your Income tax return).Name is required on this line;do not leave this line blank. Graphic Reproductions, Inc, N 2 Business name/disregarded entity name,If different from above o, Graphic Press c o- 3 Check appropriate box for federal tax classification;check only one of the following seven boxes: 4 Exemptions(codes apply only to occertain entities,not individuals;see ❑IndivlduaVsole proprietor or 0 C Corporation Q✓ S Corporation C] Partnership 0 Trust/estate Instructions on page 3}: Ec single-member LLC a D Limited liability company.Enter the tax classification(C=C corporation,S=S corporation,P=partnership)leExempt payee code(if any) u Exemption from FATCA reporting p Note,Fora single-member LLC that is disregarded,do not check LLC;check the appropriate box in the line above for the tax classification of the single-member owner. code(if any) t le a0 Other(see instructions)P• gepKes to account,malm•inedoufski me U.S) != 6 Address(number,street,and apt.or suite no.) Requester's name and address(optional) u r. 2214 Garden Street Suite B • 6 City,state,and ZIP code y Titusville,FL 32796 7 List account number(s)here(optional) Part I Taxpayer Identification Number(TIN} Enter your TIN in the appropriate box.The TIN provided must match the name given on line 1 to avoid I Social security number backup withholding.For individuals,this is generally your social security number(SSN).However,for a resident alien,sole proprietor,or disregarded entity,see the Part I instructions on page 3.For other 1 1 — — entities,it is your employer Identification number(EN).If you do not have a number,see How to get a - TIN on page 3. or Note.If the account Is In more than one name,see the instructions for line 1 and the chart on page 4 for l Employer identification number 1 guidelines on whose number to enter. 5 9 — 2 9 8 2 7 0 6 Part H Certification Under penalties of perjury,I certify that: 1, The number shown on this form is my correct taxpayer identification number(or I am waiting for a number to be issued to me);and 2. I am not subject to backup withholding because;(a)I am exempt from backup withholding,or(b)i have not been notified by the Internal Revenue Service(IRS)that I am subject to backup withholding as a result of a failure to report all interest or dividends,or(c)the IRS has notified me that I am no longer subject to backup withholding;and 3. (am a U.S.citizen or other U.S,person(defined below);and 4.The FATCA code(s)entered on this form(if any)indicating that I am exempt from FATCA reporting is correct. Certification instructions.You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return.For real estate transactions,item 2 does not apply.For mortgage interest paid,acquisition or abandonment of secured property,cancellation of debt,contributions to an individual retirement arrangement(IRA),and generally,payments other than interest and dividends,you are not required to sign the certification,but you must provide your correct TNN.See the Instructions on page 3. Sign Signature of / n Here U.S.person► e ♦ a., . .. / Date S. 16\41k\\ •Form 1098(home mortgage interest),1098ttstuaet loan E ninterest),1096-T General Instructions (tuition) ( Section references are to the Internal Revenue Code unless otherwise noted, •Form 1099-C(canceled debt) Future developments.Information about developments affecting Form W-9(such •Form 1099-A(acquisition or abandonment of secured property) as legislation enacted atter we release it)Is at www.irs.govlfw9. Use Form W-8 only If you are a U.S,person(including a resident alien),to Purpose of Form provide your correct TIN. An Individual or entity(Form W-9 requester)who is required to file an information If you do not return Form W-9 to the requester with a TIN,you might be subject return with the IRS must obtain your correct taxpayer identification number(TIN) to backup withholding.See What is backup withholding?on page 2. which may be your social security number(SSN),individual taxpayer Identification By signing the filled-out form,you: number(1TIN),adoption taxpayer identification number(ATIN),or employer 1,Certify that the TIN you are giving Is correctg identification number(EIN),to report on an information return the amount paid to to be issued), (oryou are wafting for a number you,or other amount reportable on an information return.Examples of information returns include,but are not limited to,the following: 2.Certify that you are not subject to backup withholding,or •Form 1099-INT(interest earned or paid) 3.Claim exemption from backup withholding if you are a U.S.exempt payee,If •Form 1099-DIV(dividends,including those from stocks or mutual funds) applicable,you are also certifying that as a U.S.person,your allocable share of any partnership income from a U,S,trade or business is not subject to the' •Form 1 D99-MISC(various types of Income,prizes,awards,or gross proceeds) withholding tax on foreign partners'share of effectively connected Income,and •Form 1099-B(stock or mutual fund sales and certain other transactions by 4.Certify that FATCA code(s)entered on this form(if any)indicating that you are brokers) exempt from the FATCA reporting,is correct,See Whet is FATCA reporting?on Form 1099-S(proceeds from real estate transactions) page 2 for further information. •Form 1099-K(merchant card and third party network transactions) Cat.No.10231X Form W-9(Rev.12-2014) (sepinO ao4ls!A io 6unuud 61,0L-91. Sll : 4£pZ) iesodoid sseJd 3igdeiO 660L-9L. :4uewgoepd ri 'n LL h t0 a Colter Comity a Administrative Services Department Procurement Services Division Attachment 7: Vendor Submittal - Insurance and Bonding Requirements Insurance/Bond Type Required Limits 1. ®Worker's Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Compensation Statutory Limits and Requirements 2. ® Employer's Liability $100,000 single limit per occurrence 3. i1 Commercial General Bodily Injury and Property Damage Liability(Occurrence Form} patterned after the current $1,000,000 single limit per occurrence, $2,000,000 aggregate for Bodily Injury ISO form Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. ® Indemnification To the maximum extent permitted by Florida law, the Contractor/Vendor/Consultant shall indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals'fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor/Vendor/Consultant or anyone employed or utilized by the Contractor/Vendor/Consultant in the performance of this Agreement. 4. ❑ Automobile Liability $ Each Occurrence; Bodily Injury& Property Damage, Owned/Non-owned/Hired; Automobile Included 5. ❑ Other insurance as ❑Watercraft $ Per Occurrence noted: ❑ United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage(Jones Act) shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence ❑ Pollution $ Per Occurrence E Professional Liability $ per claim and in the aggregate • $1,000,000 per claim and in the aggregate • $2,000,000 per claim and in the aggregate ❑ Project Professional Liability $ Per Occurrence ❑ Valuable Papers Insurance $ Per Occurrence Error! Reference source not found. 30 ITB Template_06132016 M (sap►n0 Jo}lsln}o 6ugulad 640L-9I. 911 : 4Epz) tesodoid ssaid olydeJO 61.0L-91, :}uauayoe;TV CD ci ti u: co n- ❑ Employee Dishonesty/Crime $ Per Occurrence Including Employee Theft, Funds Transfer Fraud, Include a Joint Loss Payee endorsement naming Collier County. 6. ❑ Bid bond Shall be submitted with proposal response in the form of certified funds. cashiers' check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 7. ❑ Performance and For projects in excess of$200,000, bonds shall be submitted with the Payment Bonds executed contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as "A-" or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 8. ® Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 9. ® Collier County must be named as "ADDITIONAL INSURED"on the Insurance Certificate for Commercial General Liability where required. 10. ® The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 11. [Si Thirty(30) Days Cancellation Notice required. 10/3/2016 Vendor's Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five(5) days of the award • •' solicitation. Name Of-Firm r '+ 0, i' r1 Le'C s t3AS� -Date Vendor gnature ��► Print Name IteritQ r r _ # Insurance Agency ,L14!1> , �� _ �... ' Agent Name *.�1 O..,L.t �� -A- t-L,y'�.j Telephone Number )-- �� 7� Error! Reference source not found. 31 ITB Tem plate_06132016 M (sapinO Jo;isle}O 6ul;uud 6601-96 fill 6£tZ) lesodold SS9Jd oit(delo 660E-96 :;uaLULpe;;y ri ,� r` ® In UG ‘(� r ATS(MMIDD/YYY1, O CERTIFICATE OF LIABILITY INSURANCE 9/20/2016 a THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS d CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES o BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED m REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. d IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(les) must be endorsed. if SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CCOONTACT Sarah Naberhaus Brown & Brown of Brevard PHONE {ALC.No.END: 6905 N. Wickham Road (321)757-8686 Fax (321)767-8687 E-MAIL (A/C,No): ADDRESS: Suite 501 INSURER(S)AFFORDING COVERAGE NAIC# Melbourne FL 32940 INSURERA:Hartford Inc. Co. Of The South 138261 INSURED INSURER B Mart ford Underwriters Ins. Co. 30104 Graphic Reproductions, Inc., DBA: Graphic Press INSURER C: 2214-B Garden Street INSURER D: INSURER E: Titusville FL 32796 INSURER F: 1 COVERAGES CERTIFICATE NUMBER:CL1692016860 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, INSR 1 ADDL SUER LTR TYPE OF INSURANCE INSR WVR I POLICY NUMBER JMMIDD/YEFF Y19 I(MM POLICY EXP YY)� UMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 2,000,000 A CLAIMS-MADE X OCCUR DAMAGE TO RENTED _PREMISES Ea occurrence) $ 300,000 21 SEA FP7417 SA 9/3/2016 9/3/2017 MED EXP(Any one person) $ 10,000 PERSONAL&ADV INJURY $ 2,000,000 GEN'L AGGREGATE Mil-APPLIES PER ~— PROGENERAL AGGREGATE �$ 4,000,000 X POLICY JECT- 1 LOC PRODUCTS-COMP/OP AGG $ 4,000,000 OTHER i �Printing Service E&O $ 2,000,000 AUTOMOBILE LIABILITY 1 , COMBINED SINGLE LIMIT (Ea accident} , $ 500,000 ANY AUTO BODILY INJURY(Per person) S B ,ALL OWNED h SCHEDULED 'AUTOS I X AUTOS 21 UEC UT5309 SA 9/3/2016 9/3/2017 BODILY INJURY(Peracadent) $ X HIRED AUTOS X NON-OWNED PROPERTY DAMAGE AUTOS (Per accident) $ PIP-Basic $ 10,000 UMBRELLA LIAB OCCUR EXCESS LIAB EACH OCCURRENCE $ CLAIMS-MADE, AGGREGATE I$ DED RETENTIONS I —' $ WORKERS COMPENSATION 1 ' PER OTH- AND EMPLOYERS'UABIUTY Y/N STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? N/A El,EACH ACCIDENT $ I(Mandatory In NH) I If yes,describe under j EL.DISEASE-EA EMPLOYE $ I DESCRIPTION OF OPERATIONS below i E.L.DISEASE-POLICY LIMIT S A Printing Errors & Omissions 21 SBA FP7417 SA 1 9/3/2016 9/3/2017 ;Occurrence $2,000,000 Aggregate S2,000,000 I DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached If more space Is required) CERTIFICATE HOLDER CANCELLATION graphicpress-li.nda@cfl.rr. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Graphic Reproductions, Inc. THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 2214 B-Garden St ACCORDANCE WITH THE POLICY PROVISIONS. Titusville, FL 32796 AUTHORIZED REPRESENTATIVE Aaron Phillips/SEN y ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014101) The ACORD name and logo are registered marks of ACORD INS025 17014011 (sep!no Jol!s!A Jo 6uRuud 61.0L-91- Eat : 6£t7Z) lesodoad ssaad o!4deJO 660L-9I. :;uawyoel;V M � ti co a eal Ca Email: adamnorthrup@colliergov.net co Administrative Services Department Telephone: (239) 252-6098 a Procurement Services Division FAX: (239) 252-6302 ADDENDUM #1 Memorandum Date: 10/14/2016 From: Adam Northrup To: Interested Bidders Subject: Addendum # 1 Solicitation #16-7019— Printing of Visitor Guides The following clarifications are issued as an addendum identifying the following change (s) to pages 4 and 5 of the referenced solicitation: Version A: 68 Pages (64 text pages +4 cover pages) Quantities: 100,000 Trim Size: 8"h x 10.5"h 8" 8 inches wide x 10.5 inches high. Paper: 80#gloss cover; 60##3 gloss text Bindery: Perfect Bound Packaging: Carton Pack Details: Flood Gloss UV F&B Cover Version B: 68 Pages (64 text pages + 4 cover pages) Quantities: 100,000 Trim Size: 8"h x 10.5"h 8" 8 inches wide x 10.5 inches high. Paper: 80#gloss cover; 60##3 gloss text Bindery: Saddle Stitched Packaging: Carton Pack Details: Flood Gloss UV F&B Cover Version C: 60 Pages (56 text pages + 4 over pages Quantities: 100,000 Trim Size: 8"h x 10.5"h 8" 8 inches wide x 10.5 inches high. Paper: 80#gloss cover; 60##3 gloss text Bindery: Perfect Bound Packaging: Carton Pack Details: Flood Gloss UV F&B Cover Version D: 60 Pages (56 text pages + 4 cover pages Quantities: 100,000 Trim Size: 8"h x 10.5"h 8" 8 inches wide x 10.5 inches high. Paper: 80#gloss cover; 60##3 gloss text AddendumTemplate Revised:4/15/10 1 M (sapino ao;Is!A Jo 6uitulad 61-0L-9 I. 811 : 4£1'Z) lesodoid ssaad o! ldeJJ 61,0L-9 I.. :4uewyoepV M ti 6Bindery: Saddle Stitched Packaging: Carton Pack a. Details: Flood Gloss UV F&B Cover ;e V co The final product will look like a standard magazine. a *** Note: Language deleted has been etruck through. New language has been underlined. All other terms and conditions of the agreement shall remain in force. If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Jack Wert, Director Tourism lease sign be ow an. -turn a copy oft is Addendum with your submittal for the above referenced solicits • • M- "A"-----....6---------- (Signa - `I ":?::',.?.. ;:,,,.;-,",,,':-,.%;'i:.:2 :.-„7:..,, Date (Name of Firm) _