Loading...
Agenda 02/14/2017 Item #16E 602/14/2017 EXECUTIVE SUMMARY Recommendation to reject the bid responses received from Invitation to Bid (ITB) #16-6686R Overhead Doors and Automatic Gates for Countywide use and to authorize County staff to re- solicit. OBJECTIVE: To obtain a vendor to maintain and repair the County’s Overhead Doors and Automatic Gate preventative maintenance and repairs. CONSIDERATIONS: Collier County operates a number of facilities including jail facilities, Sheriff’s special operations facility, the Emergency Services Center, and related equipment requiring continuous operation of overhead doors and automatic gates. The overhead doors and automatic gates work to prevent unauthorized access to County facilities. On October 6, 2016, the Procurement Services Division released notices of Invitation to Bid #16-6686R to four hundred and sixteen (416) companies, seventeen (17) companies downloaded bid packages, and three (3) companies submitted bids by the October 20, 2016 deadline. One company, Action Automatic Door Company, was deemed non-responsive because the company failed to provide evidence of three (3) years primary experience working with overhead doors and automatic gates and evidence of three (3) current customer references, which was a requirement of the bid submission. Th e two remaining companies, who were deemed responsive, included pricing for both preventative maintenance and repair and installation of new equipment. After evaluation, County staff believes that it is in the best interest of the County to re-solicit this ITB in order to separate preventative maintenance and repairs from installation projects. Under the new solicitation, the scope of work will be revised to only include preventative maintenance and repairs with installation projects being under a separate solicitation. FISCAL IMPACT: There is no fiscal impact. GROWTH MANAGEMENT IMPACT: There are no Growth Management Impacts associated with this action. LEGAL CONSIDERATIONS: This item is approved as to form and legality, and requires majority vote for Board approval. -SRT RECOMMENDATION: That the Board of County Commissioners rejects the bid responses received for Invitation to Bid (ITB) #16-6686R Overhead Doors and Automatic Gates for Countywide use, authorizes County staff to re-solicit under a scope of work revised to only include preventative maintenance and repairs, with installation projects to be solicited under a separate future solicitation. Prepared by: Megan Gaillard, Internal Controls Manager, Facilities Management Division ATTACHMENT(S) 1. 16-6686R Overhead Doors and Automatic Gates v3 (2) (DOCX) 2. 16-6686R - Bid Tab (PDF) 16.E.6 Packet Pg. 841 02/14/2017 COLLIER COUNTY Board of County Commissioners Item Number: 16.E.6 Item Summary: Recommendation to reject the bid responses received from Invitation to Bid (ITB) 16-6686R Overhead Doors and Automatic Gates for Countywide use and to authorize County staff to re-solicit. Meeting Date: 02/14/2017 Prepared by: Title: Manager - Internal Controls – Facilities Management Name: Megan Gaillard 01/25/2017 8:29 AM Submitted by: Title: Division Director - Facilities Mgmt – Facilities Management Name: Dennis Linguidi 01/25/2017 8:29 AM Approved By: Review: Procurement Services Lissett DeLaRosa Level 1 Purchasing Gatekeeper Completed 01/25/2017 8:50 AM Procurement Services Rhonda Burns Additional Reviewer Completed 01/25/2017 9:01 AM Facilities Management Miguel Carballo Additional Reviewer Completed 01/25/2017 9:15 AM Procurement Services Brenda Brilhart Additional Reviewer Completed 01/25/2017 9:48 AM Facilities Management Dennis Linguidi Additional Reviewer Completed 01/25/2017 10:32 AM Administrative Services Department Michael Cox Level 1 Division Reviewer Completed 01/25/2017 2:58 PM Procurement Services Ted Coyman Additional Reviewer Completed 01/25/2017 3:52 PM Administrative Services Department Len Price Level 2 Division Administrator Review Completed 01/30/2017 5:23 PM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 01/31/2017 10:07 AM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 01/31/2017 3:52 PM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 01/31/2017 5:20 PM Office of Management and Budget Laura Wells Additional Reviewer Completed 02/01/2017 8:59 AM County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 02/01/2017 1:29 PM Board of County Commissioners MaryJo Brock Meeting Pending 02/14/2017 9:00 AM 16.E.6 Packet Pg. 842 #16-6686R Overhead Doors and Automatic Gates ITB Template_06132016 1 INVITATION TO BID Date: October 6, 2016 From: Rhonda Burns, FCCN, CPPB, Procurement Strategist (239) 252-8941 (Telephone) (239) 252-6700 (FAX) RhondaBurns@colliergov.net (Email) To: Prospective Vendors Subject: Solicitation: 16-6686R Overhead Doors and Automatic Gates As requested by the Facilities Management Division, the Collier County Board of County Commissioners Procurement Services Division has issued this ITB for the purpose of obtaining fair and competitive responses. Please refer to the Public Notice included in this document for the opening date and time and any applicable pre-ITB conference. All questions regarding this ITB must be submitted online on the Collier County 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. cc: Dennis Linguidi, Facilities Management Director, Facilities Management Division Megan Gaillard, Internal Controls Manager, Facilities Management Division Miguel Carballo, Facilities Manager, Facilities Management Division Note: All ITB responses submitted must include one (1) original labeled MASTER, along with 1 exact duplicate copies, including all required forms. 16.E.6.a Packet Pg. 843 Attachment: 16-6686R Overhead Doors and Automatic Gates v3 (2) (2636 : Rejection of ITB 16-6686R Overhead Doors and Automatic Gates) #16-6686R Overhead Doors and Automatic Gates ITB Template_06132016 2 Invitation to Bid Index Public Notice .............................................................................................................................. 3 Exhibit I: Scope of Work, Specifications and Response Format ............................................... 4 Exhibit II: General Bid Instructions ...........................................................................................16 Exhibit III: Standard Purchase Order Terms and Conditions ....................................................22 Exhibit IV: Additional ITB Terms and Conditions ......................................................................25 Attachment 1: Vendor Submittal - Vendor’s Non-Response Statement ....................................34 Attachment 2: Vendor’s Check List ..........................................................................................35 Attachment 3: Vendor Submittal - Bid Response Form ............................................................36 Attachment 4: Vendor Submittal – Local Vendor Preference Affidavit .......................................38 Attachment 5: Vendor Submittal – Immigration Affidavit ............................................................39 Attachment 6: Vendor Substitute W – 9 .....................................................................................40 Attachment 7: Vendor Submittal - Insurance and Bonding Requirements ................................41 16.E.6.a Packet Pg. 844 Attachment: 16-6686R Overhead Doors and Automatic Gates v3 (2) (2636 : Rejection of ITB 16-6686R Overhead Doors and Automatic Gates) #16-6686R Overhead Doors and Automatic Gates ITB Template_06132016 3 Public Notice Sealed bid responses for Solicitation 16-6686R Overhead Doors and Automatic Gates, will be received electronically or manually only at the Collier County Government, Procurement Services Division, 3327 Tamiami Trail E, Naples, FL 34112 until 3:30 PM, Collier County local time on October 20, 2016. Solicitation responses received after the stated time and date will not be accepted. Solicitation 16-6686R Overhead Doors and Automatic Gates All questions regarding this ITB must be submitted online on the Collier County Procurement Services Division Online Bidding System website: www.colliergov.net/bid. All responses to questions will be posted on the website with electronic notification to all prospective vendors. All solicitation responses must be made on the official ITB response form included and only available for download from the Collier County Procurement Services Division Online Bidding System website noted herein. ITB Documents obtained from sources other than Collier County Procurement Services Division may not be accurate or current. Collier County encourages vendors to utilize recycled paper on all manual bid response submittals. Collier County does not discriminate based on age, race, color, sex, religion, national origin, disability or marital status. BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA BY: /s/ Allison Kearns Interim Director, Procurement Services Division 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 October 6, 2016. 16.E.6.a Packet Pg. 845 Attachment: 16-6686R Overhead Doors and Automatic Gates v3 (2) (2636 : Rejection of ITB 16-6686R Overhead Doors and Automatic Gates) #16-6686R Overhead Doors and Automatic Gates ITB Template_06132016 4 Exhibit I: Scope of Work, Specifications and Response Format As requested by the Collier County Facilities Management 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. The results of this solicitation may be used by other County departments once awarded according to the Board of County Commissioners Procurement Ordinance. Brief Description of Purchase The County is responsible for maintaining mechanical systems, that include overhead doors and automatic gates, in various County owned and leased buildings throughout Collier County. In order to maintain the integrity and continuous operation of these systems, the County intends to award a contract to perform: 1. Preventative maintenance inspection services for overhead doors and automatic gates; 2. Preventative maintenance inspection services for automatic bi-fold doors; 3. Provide labor and parts for routine and on-call repairs of overhead doors and automatic gates; 4. Provide labor and parts for routine and on-call repairs of automatic bi-fold doors and hangar door components (i.e. Airport Hangars); 5. Provide labor and parts for emergency repairs of overhead doors and automatic gates; and, 6. Provide labor and parts for new installation of overhead doors and automatic gates. The County reserves the right to select one, or more than one Contractor, for a single service, or for multiple services. Should the County award the services to two (2) or more Contractors, and one of the Contractor(s) consistently does not perform their assigned responsibilities, the County Representative or designee retains the right and authority to reassign work to one of the other Contractors awarded so as not to leave the equipment vulnerable or in disrepair. Historically, the Facilities Management Division, Airport Authority, Parks and Recreation Division, and Public Utilities Department have spent, an average, of approximately $57,000 per year over the last five annual Fiscal Years with the highest expenditure of approximately $84,000 in Fiscal Year 2014. It is anticipated, based on increased needs, that the approximate annual spend may increase each Fiscal Year. This amount will be based on available budgets by the County Departments and/or Divisions. Detailed Scope of Work It is the intent of the County that overhead doors and automatic gate systems on County owned and leased buildings and facilities experience minimal down time. While the County intends to use the Contractor(s) awarded as a part of this solicitation, the County reserves the right at any time to use the awarded Contractors for the services described, or to request additional quotes or bids from other Contractors [per the Board’s Purchasing Ordinance]. A qualified bidder will provide preventative maintenance inspection services, routine repair services, on-call repair services, emergency repair services, and new installation including but not limited to commercial / residential overhead doors and automatic gates. 16.E.6.a Packet Pg. 846 Attachment: 16-6686R Overhead Doors and Automatic Gates v3 (2) (2636 : Rejection of ITB 16-6686R Overhead Doors and Automatic Gates) #16-6686R Overhead Doors and Automatic Gates ITB Template_06132016 5 Bidder(s) may also be required to conform to the County’s Work Management procedures, such as utilizing work order forms or future online work order system, at no additional cost to the County. The Contractor will be responsible for utilizing any systems used by the County for work orders under this Agreement. All bidders must provide requested certifications and licenses they hold necessary to perform the services outlined in the bid specifications. The Contractor(s) shall use qualified technicians to complete all work in accordance with the requirements specified in the bid. Hourly time will be paid only for actual time at the worksite with the exception of Preventative Maintenance which will be a flat rate. Travel time will not be an allowable line item. PREVENTATIVE MAINTENANCE Preventative maintenance will be requested as funds are available and/or as the County requests these services. The preventative maintenance covered by this scope of work includes (all checks or processes may not be applicable to all equipment types or models): Overhead Doors 1. Visual Inspection  Observe the opening and closing of overhead doors;  Inspect springs, pulleys, cables, etc.;  Inspect exterior and interior tracks and wheels;  Inspect all power connections and wires for signs of overheating; and  Inspect physical damage. 2. Internal Operating Parameters  Power supply voltages and connections;  Calibrate and record all electronics to system specifications;  Update firmware, as necessary, with customer approval (parts if required are included at no charge with full parts coverage);  Evaluate Field Service Bulletins (FSBs) for potential updates (parts if required are included at no charge with full parts coverage);  Lubricate the moving parts;  Check cables; and  Test the auto-reverse and safety features, if applicable. 3. External Operating Parameters  System Input Voltages, all phases;  System Input Currents, all phases;  Test door balance;  Inspect and replace rollers, springs, cables;  Replace weather-stripping;  Clear the tracks; and  Test Emergency Evacuation Systems (EVAC), if applicable. 4. Monitoring System Parameters, if applicable  Alarm archive review and printing;  Alarm lamp test-local and remote, if applicable;  Replace all open monitor bulbs;  Inspect battery monitoring system; and  Review battery test in history, if applicable. 5. Additional Items  Clean dirt/dust accumulation, when possible; 16.E.6.a Packet Pg. 847 Attachment: 16-6686R Overhead Doors and Automatic Gates v3 (2) (2636 : Rejection of ITB 16-6686R Overhead Doors and Automatic Gates) #16-6686R Overhead Doors and Automatic Gates ITB Template_06132016 6  Check nuts, bolts, screws, connections for tightness and heat discoloration; and  Operational system testing. 6. General  Customer consultation;  Verbal recommendations; and  General Observations. Automatic Gates 1. Visual Inspection  Observe the opening and closing of Automatic Gates;  Inspect springs, pulleys, cables, etc.;  Inspect all power connections and wires for signs of overheating; and  Inspect physical damage. 2. Internal Operating Parameters  Power supply voltages and connections;  Calibrate and record all electronics to system specifications;  Update firmware, as necessary, with customer approval (parts if required are included at no charge with full parts coverage;  Evaluate Field Service Bulletins (FSBs) for potential updates (parts if required are included at no charge with full parts coverage);  Lubricate the moving parts;  Check cables; and  Test the safety features, if applicable. 3. External Operating Parameters  System Input Voltages, all phases;  System Input Currents, all phases;  Test door balance;  Inspect and replace rollers, springs, cables, loop detectors;  Replace weather stripping;  Clear the tracks;  Check Emergency Evaluation Systems (EVAC), if applicable; and  Check Gate Arm Operation and Condition. 4. Monitoring System Parameters, if applicable  Alarm archive review and printing;  Alarm lamp test-local and remote, if applicable;  Replace all open monitor bulbs;  Inspect battery monitoring system; and  Review battery test in history, if applicable. 5. Additional Items  Clean dirt/dust accumulation, when possible;  Check nuts, bolts, screws, connections for tightness and heat discoloration; and  Operational system testing. 6. General  Customer consultation;  Verbal recommendations; and  General Observations. Following the preventative maintenance inspection, a written report / check list will be provided detailing the results of the inspection, services completed, and making specific recommendations for future remedial action upgrades, etc. 16.E.6.a Packet Pg. 848 Attachment: 16-6686R Overhead Doors and Automatic Gates v3 (2) (2636 : Rejection of ITB 16-6686R Overhead Doors and Automatic Gates) #16-6686R Overhead Doors and Automatic Gates ITB Template_06132016 7 Preventative maintenance on each unit / system is required to be completed in accordance with the manufacturer’s recommendations. Preventative maintenance will be billed by item serviced. Actual records must be provided for payment. These records will include but not be limited to: a summary spreadsheet for each unit serviced with the date of service and an attestation signed by the Contractor. Typically, preventative maintenance will be completed during normal business hours; however, the County Representative or designee may request preventative maintenance during off-hours, as deemed necessary by the County Representative or designee. REPAIR AND INSTALLATION SERVICES (including routine, on-call, and emergency) This section includes new installation projects, routine repair services, on-call repair services, emergency repair services, and replacement services for overhead doors, automatic gates, mechanical motors, and any other related mechanical equipment and/or related work associated with overhead doors and automatic gates.  Repair Services Work (on-call, routine, replacement, and installation): The County Representative or designee will provide a scope of work to be performed to the Contractor(s) and request that a “time and materials” or “lump sum” quote be provided. The County expects that for on-call repair work, the Contractor provides a price quote within a reasonable time (one to two business days) from the point of initial contact, unless the requestor provides a longer deadline to receive the quote. Once a purchase order is issued, the County Representative or designee would expect that the on-call service for regular maintenance, repair and replacement commence within two (2) business days, unless otherwise directed by the County Representative or designee. In the event that the Contractor does not fulfill these response requirements, the County Representative or designee reserves the right to contact other Contractor(s) to perform the scope of work.  Emergency Repair Work: The County Representative or designee will identify the needed maintenance, repair and replacement for the life, health, safety or equipment/facility emergency and request that work be completed as soon as reasonably practicable. The County Representative or designee may direct the Contractor to commence work through a verbal direction, and a purchase order will be issued to the Contractor as soon as possible. o If any repair is deemed an emergency, all parts must be shipped overnight and repairs are to start immediately upon the part being received.  For “time and material” quotes, the Contractor shall provide:  The expected number of work hours by each position (and the hourly rate) and the extended total.  The breakdown of the cost for supplies, parts, and equipment used for the scope of work; the Contractor must provide itemized documentation and receipts / invoices for any supply, part, or piece of equipment billed in their invoice.  If applicable, a mark-up of subcontractor’s labor, supplies / materials and equipment may be included; the Contractor must provide itemized documentation (including the subcontractor’s invoice) of any subcontractor’s labor, supplies / materials, and equipment.  The County agrees to pay the Contractor for the amount of labor time spent by the Contractor's employees. Subcontractors will be paid by the Contractor according to their submitted invoice(s) then the Contractor will be allowed to charge a ten (10%) percent mark-up accordingly.  As a general business practice, the time and material invoices would include back- up documentation for costs for supplies/materials, equipment rental, 16.E.6.a Packet Pg. 849 Attachment: 16-6686R Overhead Doors and Automatic Gates v3 (2) (2636 : Rejection of ITB 16-6686R Overhead Doors and Automatic Gates) #16-6686R Overhead Doors and Automatic Gates ITB Template_06132016 8 subcontractors, etc. Invoices would include number of hours worked and billing rate by position (and not company (or subcontractor) timekeeping or payroll records), material or equipment invoices, and other reimbursable documentation for the project.  Taxes, related fees, and ancillary charges may be transferred to the County in the actual amount; however, mark-ups will not be allowed. Mark-ups will not be allowed on sales tax, consumer fees or taxes, use and other similar taxes, or fees associated with any work under this Agreement.  Freight and shipping charges will be allowed if included in the quote and only allowed to the amount supported by backup documentation. No mark-up will be allowed for freight or shipping charges.  If applicable, a ten (10%) percent mark-up of subcontractor’s labor, subcontractor’s supplies / materials, subcontractor’s equipment, rental equipment, contactor’s equipment, Contractor supplies / materials, etc. will be allowed. Contractor’s Responsibilities The Contractor(s) awarded will provide: 1. All necessary labor, materials, equipment, tools, consumables, transportation, skills, and incidentals required for the preventative maintenance inspection services, repairs, and on-call services for the County’s systems. Except as noted herein, travel, fees and surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. A contractor will not be allowed to bill for administrative hours for invoicing, providing back-up and supporting documentation, etc. All work shall be a “turn-key” operation to include all repairs, site clean-up and restoring the work area to its original condition. This contract provides for any services deemed necessary to complete the job, through means of Contractor(s) in-house expertise or sub-contracted work as needed (back-up documentation will be required for sub-contracted work). The Contractor shall ensure that all areas and equipment be kept clean and free from dirt, dust and debris. Where necessary, work shall include proper permitting, as required, and the Contractor(s) shall be responsible for permit submissions, unless otherwise instructed by the County Representative or designee. Permit fees may be included as a line item on invoices/quotes. The awarded Contractor(s) will maintain sufficient personnel (am and pm service) to accomplish County’s work schedule. 2. The Contractor(s) shall use technicians who are trained and experienced with brands serviced. The Contractor’s technicians will be available for response twenty-four (24) hours a day, seven (7) days a week, 365 days per year for any emergency repairs. The Contractor(s) shall provide the County with an on-call telephone number for emergency service. The Contractor(s) shall employ an adequate staff of approved technicians to provide service taking into account vacation and other leaves. 3. Response Time: Emergency response shall not exceed two (2) hours from the time of call. Non-emergency response within four (4) hours is acceptable. For on-call repairs, the Contractor must be on-site and repairs begun within eight (8) hours of the initial call being placed for all areas. 16.E.6.a Packet Pg. 850 Attachment: 16-6686R Overhead Doors and Automatic Gates v3 (2) (2636 : Rejection of ITB 16-6686R Overhead Doors and Automatic Gates) #16-6686R Overhead Doors and Automatic Gates ITB Template_06132016 9 4. On-Call Schedule: Contractor(s) awarded will provide an on-call schedule twenty-four (24) hours a day, seven (7) days per week, 365 days per year. Successful bidder(s) shall provide the County with an on-call telephone number(s) for both standard and emergency service. 5. Scheduling: All normal inspections, maintenance, service, and repairs shall be conducted during normal working hours, Monday through Friday between 8:00am and 5:00pm, excluding County holidays or County observed holidays. To arrange for an appointment to perform service at a particular facility, contact the County designee at a minimum of 24 hours in advance of the work. A surcharge will be allowed for off-hours repairs, if necessary and first approved in writing by the County Representative or designee. 6. Replacement/ Repair Parts: All replacement/ repair parts must be approved and be of genuine and original manufacturer's parts. The Contractor(s) will be required to provide proof of the Original Manufacturer’s parts through providing invoices or photographs at the time of invoice submission. The Contractor(s) shall be required to expressly warrant that all replacement are new and free from defects, warranted for their merchantability and meet the performance specifications of the original equipment. In the event a portion, or all of an order, is found to be defective when delivered and/ or installed, the Contractor shall immediately replace the equipment at no cost to the County. 7. Warranties: All new equipment warranty work shall be provided by the original warranty supplier. All warranty responsibility for equipment previously purchased, but still under warranty, will continue to be provided by the original warranty supplier until expiration of the warranty period. Upon expiration of the warranty period, responsibility for maintenance shall automatically transfer to the Contractor, unless otherwise directed by the County Representative or designee. All trouble calls shall be initially reported to the Contractor. If the trouble call involves a warranty item, the Contractor shall notify the County Representative or designee, who will then have the responsibility of placing and tracking the warranty trouble call with the warranty supplier. Maintenance of the warranty inventory list and the notification of a warranty trouble call to the County Representative or designee shall be provided by the Contractor at no additional cost to the County. Parts, replacement parts, and fixtures shall be new and warranted for a minimum of one (1), or the maximum allowed by the manufacturer. All labor for repairs shall have a minimum ninety (90) day warranty. 8. Additions and Deletions of Equipment: The County retains the right to add or to delete any equipment and/or locations from service provided under this Contract as described herein, upon written notification by the County designee to the Contractor. Any additions or deletions shall be handled by letter from the County Representative or designee and approved by the Procurement Strategist. The County, or designee, shall attempt to provide advanced notice to the Contractor of all additional and/or new equipment; however, should Contractor personnel receive a maintenance or repair call and records show that the individual piece of equipment is not inventoried or covered by this Agreement, the Contractor personnel will perform repairs as if equipment was covered by this Agreement and shall notify the County designee. 16.E.6.a Packet Pg. 851 Attachment: 16-6686R Overhead Doors and Automatic Gates v3 (2) (2636 : Rejection of ITB 16-6686R Overhead Doors and Automatic Gates) #16-6686R Overhead Doors and Automatic Gates ITB Template_06132016 10 The County, or designee, will provide notice of additional equipment in writing to the Contractor, whenever possible. The Contractor may then charge for that piece of equipment, as described below, respectively, effective the date the Contractor was called for service on that piece of equipment. If removing equipment from coverage, the County Representative or designee shall provide written or electronic notice to the Contractor. Equipment removed shall not be billed for the month of removal. Any prepaid coverage fees will be refunded at a pro-rata amount to the County in the form of a credit on the subsequent billing. 9. Facility Safety and Security: The Contractor(s) employees are to comply with all legal and safety requirements, including, and without limitation, the requirements of the Occupational Safety and Health Act (OSHA) and the National Institute for Occupational safety and Health (NIOSH). The Contractor(s) will exercise all necessary caution to protect public pedestrian and employee traffic and to protect all public and private property from injury or damage caused by the Contractor's operations. Any practice deemed hazardous by qualified County staff will be immediately halted upon verbal or written notification to the Contractor by the County Representative or designee. Work must be performed in accordance with industry standards & guidelines. The Contractor(s) will comply with all applicable federal, state and local laws, ordinances, rules and regulations pertaining to the performance of the services requested herein. Any fines levied due to inadequacies, or failure to comply with any requirements, will be the sole responsibility of the Contractor(s). Any employee or representative of the Contractor(s) found not in conformance with any laws, statutes, rules or regulations will not be allowed on job sites. Violations by a Contractor may constitute cause for immediate termination of the Agreement. The Contractor(s) shall replace or repair any loss at their cost. The County may withhold payment or make such deductions as it may deem necessary to insure reimbursement for loss or damage to property or persons through negligence of the Contractor and its employees. The Contractor(s) must comply with Federal and State right-to-know laws if hazardous materials are used. Material Safety Data Sheets (MSDS) will be made available and provided to the County per the County Representative’s direction. The Contractor is required to immediately report to the County Representative or designee any spillage or dumping of hazardous material on County property. The Contractor shall bear all costs associated with the cleanup of any such incidents. All Contractor(s) personnel will have on their shirts the Contractor's business name and Collier County Government issued bade/card available at all times. Site access will be limited to required company vehicles and delivery vehicles only. Any parking at any of the County buildings or facilities is to be coordinated, in advance of starting a purchase order, with the County designee. Contractor(s) parking shall not interfere with County personnel or general public parking or pedestrian traffic. Violator's will be towed at owner's expense. Proper behavior and language by all Contractor(s) employees will be enforced at all times while working on County property. Contractor(s) employees shall be prohibited from disturbing items in County offices, and from smoking in any County facility. Background Checks 16.E.6.a Packet Pg. 852 Attachment: 16-6686R Overhead Doors and Automatic Gates v3 (2) (2636 : Rejection of ITB 16-6686R Overhead Doors and Automatic Gates) #16-6686R Overhead Doors and Automatic Gates ITB Template_06132016 11 The Contractor(s) and subcontractor(s) will be asked to work in the County Jails and other areas considered being “high security”, which require thorough background checks of personnel and tools taken into the jails. Work to be completed at the Jails and/or Sheriff’s locations must be by appointment only and scheduled with the Collier County Sheriff’s Office. Collier County Sheriff’s Office (CCSO) requires separate fingerprinting and background checks prior to work being performed in any of their locations. This requirement will be coordinated upon award of the contract. If there are additional fees for this process, the vendor is responsible for all costs. The Contractor(s) and subcontractor(s) are required to comply with County Ordinance 2004- 52, as amended. Background checks are valid for five (5) years and the Contractor(s) shall be responsible for all associated costs. If required, Contractor(s) shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor(s) shall be required to maintain records on each employee and make them available to the County for at least four (4) years. For further information regarding background checks, please visit the following Website: http://www.colliergov.net/your-government/divisions-f-r/facilities-management/background- checks All of Contractor’s employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed above. The Contractor(s) shall immediately notify the Collier County Facilities Management Division via e-mail (DL-FMOPS@colliergov.net) whenever an employee assigned to Collier County separates from their employment. This notification is critical to ensure the continued security of Collier County facilities and systems. Failure to notify within four (4) hours of separation may result in a deduction of $500 per incident. 10. Records and Documentation: The Contractor(s) is responsible to maintain and update records for each type of equipment serviced. The documentation will include, and not be limited to, records of all service calls, preventative maintenance performed, and any system modifications, if applicable. The Contractor(s) will maintain a service log at the site of each piece of equipment maintained. The Contractor(s) will not charge for any call back work. All recovery reports shall be sent to the County contract manager, or their designee, noting date, type, quantity, location, and disposal information. 11. Inspections: The County and the Contractor(s) may conduct an inspection of the completed services provided in response to any resulting purchase order. Any deficiencies noted during an inspection shall be corrected before final acceptance. Such deficiencies will be corrected within 24 hours after receipt of notification, at the Contractor’s expense, or the County may follow the provisions in Section 12c (below). Deductions may be imposed at the time of initial notification for lack of performance. If the Contractor(s) fails to correct the defects within this time frame, the County shall be entitled to have the work remedied, charge a deduction / fine (see Section 12 Performance 16.E.6.a Packet Pg. 853 Attachment: 16-6686R Overhead Doors and Automatic Gates v3 (2) (2636 : Rejection of ITB 16-6686R Overhead Doors and Automatic Gates) #16-6686R Overhead Doors and Automatic Gates ITB Template_06132016 12 Measures and Section 13 Contract Deductions), and the Contractor(s) shall be fully liable for all costs and expenses reasonably incurred by the County. 12. Performance Measures: The Contractor(s) shall maintain compliance with the following performance measures: a. The Contractor(s) will provide 100% of all required reports and records within the time frame specified to the County, or their designee. b. The Contractor(s) will advise the County, in writing, of any extenuating circumstances that will prohibit the Contractor(s) from meeting the above-outlined performance measures. c. The Contractor(s) will furnish all necessary labor, tools, equipment and services to perform contracted services specified in the contract. The term contract officer or project manager as used herein, shall mean County Representative or designee. The Division Management and/or County Representative shall be the final authority on any issues that may arise as to the quality and acceptability of any work performed under this contract. If, in the opinion of the Contract Officer, any part of the Contractor’s performance becomes unsatisfactory; the County will immediately levy a deduction on the Contractor’s invoice for lack of service. This deduction will be one hundred and fifty dollars ($150) per occurrence, per day, plus actual cost to correct the violation. There will be no cost to the County for re-works or for the vendor to resolve performance issues. The County shall have the immediate right to complete the work to its satisfaction, through the use of County employees or outside Contractors, as deemed necessary. The total sum of the County employee’s hours and materials cost(s) and/or outside vendor invoices shall be immediately deducted from the Contractor’s monthly invoice. An additional 10% of the gross total expenses incurred (employee hours, materials cost and outside vendor cost) will be added as a penalty for the unsatisfactory performance. 13. Contract Deductions: It is the County’s intent to have all tasks performed satisfactorily and completed in accordance with the specifications and frequencies set forth under the contract. It is important that the Contractor(s) perform all tasks as prescribed. If any tasks are omitted or not performed satisfactorily, fully, and completely and with the frequency designated by the contract, the entire affected area as defined solely by the County Representative or designee shall be found to be a non-performance area and a deduction shall be levied. The deduction will be one hundred and fifty dollars ($150) per occurrence, per day, plus actual, including County employee labor, materials cost, outside vendor cost and any other costs for the correction of the violation plus additional 10% of the gross total of the actual cost. Deductions shall be administered through the County Representative or designee. Should the Contractor wish to appeal these charges, they may do so in writing to the County Representative’s Manager within three (3) business days of receiving the fine / deduction notification. The appeal should state dates, times and other associated facts, along with a clear description of their argument or disagreement with the fine. The appeal should also reference this bid document and / or other supporting documentation. Should the appeal be rejected by the County Representative’s Manager within three (3) business days, the next appeal may then be made to the County Representative’s Director within three (3) business days. Each of these appeals should be made within three (3) business days of the incident or notification (for the appeal to the Division). If resolution cannot be obtained through the Division Management Appeal process, the vendor will have the right to appeal within three (3) business days to the Procurement Services Division. 16.E.6.a Packet Pg. 854 Attachment: 16-6686R Overhead Doors and Automatic Gates v3 (2) (2636 : Rejection of ITB 16-6686R Overhead Doors and Automatic Gates) #16-6686R Overhead Doors and Automatic Gates ITB Template_06132016 13 14. Clean-up: The Contractor(s) shall be responsible for removing all debris from the site and cleaning affected areas. The Contractor(s) shall keep the premises free of debris and unusable materials resulting from their work and as work progresses; or upon request by the County’s representative, shall remove such debris and materials from the property. The Contractor(s) shall leave all affected areas as they were prior to beginning work. There will be no cost to the County for clean-up. If the Contractor(s) does not f ollow this provision, there will be a deduction of one hundred and fifty dollars ($150) per occurrence, per day, and actual cost to correct the violation. 15. Equipment Inventory: The Contractor(s) shall, under no circumstances, remove any equipment containing a County asset sticker. The Contractor(s) shall request that, when replacing equipment, the asset sticker be removed by an appropriate County staff member authorized to adjust equipment inventory records. 16. Survivability Clause: The Contractor(s) agree, will honor, and finish work for any purchase order that extends beyond the expiration date of the original solicitation and/or contract. These purchase orders will survive and remain subject to the terms and conditions of the agreement until the completion or termination of the purchase order. Award Criteria ITB award criteria is as follows:  All questions on the Bid document shall be answered as to price(s), time requirements, and required document submissions.  Award shall be based upon the responses to all questions on the Bid Response Page(s).  Further consideration may include but not be limited to, references, completeness of bid response and past performances on other County bids/projects.  Prices will be read in public exactly as input on the electronic bid response form or written on the manually submitted Bid Response Page(s) at the time of the bid opening; however, should an error in calculations occur whenever unit pricing and price extensions are requested, the unit price shall prevail. Mathematical miscalculations may be corrected by the County to reflect the proper response.  The County’s Procurement Services Division reserves the right to clarify a vendor’s proposal prior to the award of the solicitation.  It is the intent of Collier County to award to the lowest, qualified and responsive vendor(s).  For the purposes of determining the bidder with the lowest price for award purposes only the following methodology will be used:  The County reserves the right to award the Contractor who is the lowest responsive bidder individually per service (one Contractor for Preventative Maintenance Inspection Service and one Contractor for Repair, Replacement, and Installation Services), OR, for the lowest (OVERALL TOTAL) responsive combined bidder’s offer (calculated by adding the weighted totals for Preventative Maintenance Inspection Services plus the On-Call Service). Lowest Cost per Service (See Attachment 3: Vendor Submittal): Should the County award to two separate Contractors (one Contractor for Preventative Maintenance Inspection Services and one Contractor for Repair, Replacement, and Installation Services), each service will be calculated independently of the other and awarded to the responsive Contractor(s) with the lowest TOTAL for each service.  Preventative Maintenance Inspection Services: Complete information on Attachment 8: Vendor Bid Schedule via the County’s Online Bidding System. The Contractors will be 16.E.6.a Packet Pg. 855 Attachment: 16-6686R Overhead Doors and Automatic Gates v3 (2) (2636 : Rejection of ITB 16-6686R Overhead Doors and Automatic Gates) #16-6686R Overhead Doors and Automatic Gates ITB Template_06132016 14 ordered from lowest TOTAL to highest TOTAL (the County’s Local Vendor Preference consideration will be reviewed on this service).  Repair, Replacement, and Installation Services: Complete information on Attachment 8: Vendor Bid Schedule via the County’s Online Bidding System. The Contractors will be ordered from lowest TOTAL to highest TOTAL Lowest Cost for both Services (See Attachment 3: Vendor Submittal): Should the County award to one Contractor for both services (Preventative Maintenance Inspection Services and Repair, Replacement, and Installation Services), each service TOTAL will be weighted by the following weighted multiplier:  Preventative Maintenance Inspection Services x 16% = Weighted TOTAL  Repair, Replacement, and Installation Services x 84% = Weighted TOTAL Note: the weighted multiplier is a representative multiplier of the estimated future services in each category. The weighting is for evaluation purposes only. The Weighted TOTAL for both services will be added together to determine the Contractor with the lowest OVERALL TOTAL for both services combined. The County’s Local Vendor Preference consideration will then be evaluated using the Contractor’s OVERALL TOTAL. Responsive: to be deemed responsive the County will evaluate the following documents a. Provide evidence of three (3) years of primary experience working with overhead doors and automatic gates. b. Provide at least three (3) current customer references, including names, addresses, phone numbers and email addresses.  Collier County reserves the right to select one, or more than one suppliers, whichever best suits the County’s needs to ensure that the coverage of the products are fulfilled.  The County reserves the right to issue a formal contract or standard County Purchase Order for the award of this solicitation. Term of Award The award term, if an award(s) is/are made is intended to be for one (1) year with three (3) one year renewal options. Prices shall remain firm for the initial term of this contract. Requests for consideration of a price adjustment must be made prior to the contract anniversary date, in writing, to the Procurement Director. Price adjustments may be based upon market conditions and rate, budget availability and program manager approval, or a combination thereof in accordance with the Procurement Ordinance. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. Projected Timetable Event Date Issue Solicitation Notice October 6, 2016 Last Date for Receipt of Written Questions October 14, 2016 at 4:00 PM, Naples Local Time Addendum Issued Resulting from Written Questions or Pre-TBD 16.E.6.a Packet Pg. 856 Attachment: 16-6686R Overhead Doors and Automatic Gates v3 (2) (2636 : Rejection of ITB 16-6686R Overhead Doors and Automatic Gates) #16-6686R Overhead Doors and Automatic Gates ITB Template_06132016 15 Bid Conference Solicitation Deadline Date and Time October 20, 2016 , 3:30 PM, Naples Local Time Anticipated Evaluation of Submittals TBD Anticipated Board of County Commissioner’s Contract Approval Date November 2016 Vendor Required Documents Is this manual or electronic; are there any additional items to consider, i.e., licenses, certifications, etc  Attachment 2: Vendor’s Check List  Attachment 3: Vendor Bid Response Form  Attachment 4: Local Vendor Preference  Attachment 5: Immigration Law Affidavit  Attachment 6: Vendor Substitute W-9  Attachment 7: Insurance and Bonding Requirement 16.E.6.a Packet Pg. 857 Attachment: 16-6686R Overhead Doors and Automatic Gates v3 (2) (2636 : Rejection of ITB 16-6686R Overhead Doors and Automatic Gates) #16-6686R Overhead Doors and Automatic Gates ITB Template_06132016 16 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, conditions, and specifications stated and/or attached herein/hereto. The successful vendor will hereinafter be referred to as the “Vendor” All bids must be submitted on the Bid form furnished by the County noted in Attachments 2, 3, 4, 5, 6, and 7 of this ITB. No bid will be considered unless the Bid form is properly signed. Vendor is responsible to read and follow the instructions very carefully, as any misinterpretation or failure to comply with these instructions could lead to the bid submitted as being rejected as non-responsive. 2. Pricing Vendors must provide unit prices using the unit of measured specified by the County. All prices will remain firm for a period of one hundred and eighty (180) calendar days from date of bid opening. After award by the Board of County Commissioners, prices may only be adjusted as outlined in Exhibit I: Term of Contract. 3. Alternate Bid Pricing In the event that alternate pricing is requested, it is an expressed requirement of the bid to provide pricing for all alternates as listed. The omission of a response or a no-bid or lack of a submitted price will be the basis for the rejection of the submitted bid response. All bids responses received without pricing for all alternates as listed will be considered technically non-responsive and will not be considered for award. 4. Equal Product Manufacturer’s name, brand name and/or model number are used in these specifications for the purpose of establishing minimum requirements of level of quality, standards of performance and/or design required, and is in no way intended to prohibit the bidding of other manufacturer’s items of equal or similar material. An equal or similar product may be bid, provided that the product is found to be equal or similar in quality, standard of performance, design, etc. to the item specified. Where an equal or similar is bid, the Bid must be accompanied with two (2) complete sets of factory information sheets (specifications, brochures, etc.) and test results, if applicable, of unit bid as equal or similar. Equal product samples, if required for evaluation, and at no cost to the County, must be submitted with Bid. Unless otherwise directed in the solicitation, the bid will not be considered unless samples are delivered to specified address by bid due date. The County shall be sole judge of equality or similarity, and its decision shall be final in the best interest. 16.E.6.a Packet Pg. 858 Attachment: 16-6686R Overhead Doors and Automatic Gates v3 (2) (2636 : Rejection of ITB 16-6686R Overhead Doors and Automatic Gates) #16-6686R Overhead Doors and Automatic Gates ITB Template_06132016 17 5. Discounts Any discounts or terms must be shown on the Bid form. Such discounts, if any, may be considered in the award of tie bids. In no instance should payment terms less than fifteen (15) calendar days be offered. 6. Exceptions Vendors taking exception to any part or section of these specifications shall indicate such exceptions on a separate sheet entitled “EXCEPTIONS TO SPECIFICATIONS.” Failure to indicate any exceptions to the specifications shall be interpreted as the Vendors intent to fully comply with the specifications as written. The County, at its sole discretion, shall determine if the exceptions are material in nature, and if the Vendor’s exceptions may be declared grounds for rejection of bid proposal. 7. Addenda The County reserves the right to formally amend and/or clarify the requirements of the bid specifications where it deems necessary. Any such addendum/clarification shall be in writing and shall be distributed electronically to all parties who received the original bid specifications prior to the deadline for submission of Bids. All changes to this ITB will be conveyed electronically through a notice of addendum or questions and answers to all vendors registered under the applicable commodity code(s) at the time when the original ITB was released, as well as those vendors who downloaded the ITB document. Additionally, all addendums are posted on the Collier County 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 rejection of your submittal. 8. Bid Submission For electronic submissions... All electronic bids shall be submitted online via the Collier County Procurement Services Division Online Bidding System: www.colliergov.net/bid. For paper submissions... All paper bids shall be submitted to the County Procurement 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 not be considered for award. Vendors must submit one (1) paper copy clearly labeled “Master,” and one (1) flash drive or compact disks (CD’s) with one copy of the proposal on each flash drive or CD in Word, Excel or PDF. List the Solicitation Number and Title on the outside of the box or envelope. All bids sent by courier service must have the bid number and title on the outside of the courier packet. Vendors who wish to receive copies of bids after the bid opening may view and download same from the Collier County Procurement Services Division Internet bid site. 16.E.6.a Packet Pg. 859 Attachment: 16-6686R Overhead Doors and Automatic Gates v3 (2) (2636 : Rejection of ITB 16-6686R Overhead Doors and Automatic Gates) #16-6686R Overhead Doors and Automatic Gates ITB Template_06132016 18 9. Questions If the vendor should be of the opinion that the meaning of any part of the Bid Document is doubtful, obscure or contains errors or omissions it should report such opinion to the Procurement 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 Notice. 10. Protests Any prospective vendor / proposer who desires to protest any aspect(s) or provision(s) of the solicitation (including the form of the solicitation documents or procedures) shall file their protest with the Procurement Director prior to the time of the bid opening strictly in accordance with the County’s then current Procurement Ordinance and policies. 11. Rejection and Waiver The County reserves the right to reject any and all bids, to waive defects in the form of bid, also to select the bid that best meets the requirements of the County. Vendors whose bids, past performance or current status do not reflect the capability, integrity or reliability to fully and in good faith perform the requirements denoted may be rejected as non- responsive. Bids that do not meet all necessary requirements of this solicitation or fail to provide all required information, documents or materials may be rejected as non-responsive. 12. Local Vendor Preference (LVP) The County is using the Competitive Sealed Quotation methodology of source selection for this procurement, as authorized by Ordinance Number 2013-69 establishing and adopting the Collier County Procurement Ordinance. Local business means the vendor has a current Business Tax Receipt issued by the Collier County Tax Collector for at least one year prior to bid or proposal submission to do business within Collier County, and that identifies the business with a permanent physical business address located within the limits of Collier County from which the vendor’s staff operates and performs business in an area zoned for the conduct of such business. A Post Office Box or a facility that receives mail, or a non-permanent structure such as a construction trailer, storage shed, or other non-permanent structure shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well-being of Collier County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, support and increase to the County's tax base, and residency of employees and principals of the business within Collier County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. A vendor who misrepresents the Local Preference status of its firm in a proposal or bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one year. 16.E.6.a Packet Pg. 860 Attachment: 16-6686R Overhead Doors and Automatic Gates v3 (2) (2636 : Rejection of ITB 16-6686R Overhead Doors and Automatic Gates) #16-6686R Overhead Doors and Automatic Gates ITB Template_06132016 19 Under this solicitation, bidders desiring to receive local preference will be invited and required to affirm atively state and provide documentation as set f orth in the solicitation in support of their status as a local business. Any bidder who f ails 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 contrar y, 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 identif y how the price order of the bids received will be evaluated and determined. W hen a qualified and responsive, non-local business submits the lowest price bid, and the bid subm itted by one or more qualified and responsive local businesses is within ten percent of the price submitted by the non-local business, then the local business with the apparent lowest bid offer (i.e., the lowest local bidder) shall have the opportunity to submit an offer to match the price(s), less one (1) dollar, offered by the overall lowest, qualified and responsive bidder. In such instances, staff shall first verif y if the lowest non-local bidder and the lowest local bidder are in fact qualif ied and responsive bidders. Next, the Procurement Services Division shall determ ine 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 subm it a matching offer, less one (1) dollar, within five (5) business days thereafter. If the lowest local bidder submits an offer that fully matches the lowest bid, less one (1) dollar, from the lowest non-local bidder tendered previously, then award shall be made to the local bidder. If the lowest local bidder declines or is unable to match the lowest non-local bid price(s), then award will be made to the lowest overall qualified and responsive bidder. If the lowest local bidder does not meet the requirement of Fla. Stat. Sec 287.087, and the lowest non-local bidder does, award will be made to the bidder that meets the requirements of the reference state law. Bidder must complete and submit with their bid response the Affidavit for Claiming Status as a Local Business which is included as part of this solicitation. Failure on the part of a Bidder to submit this Affidavit with their bid response will preclude said Bidder from being considered for local preference on this solicitation. A Bidder who misrepresents the Local Preference status of its firm in a bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one (1) year. The County may, as it deems necessary, conduct discussions with responsible bidders determined to be in contention for being selected for award for the purpose of clarification to assure full understanding of, and responsiveness to solicitation requirements. 13. Immigration Affidavit Certification Statutes and executive orders require employers to abide by the immigration laws of the United States and to employ only individuals who are eligible to work in the United States. The Employment Eligibility Verification System (E-Verify) operated by the Department of Homeland Security (DHS) in partnership with the Social Security Administration (SSA), provides an Internet-based means of verifying employment eligibility of workers in the United States; it is not a substitute for any other employment eligibility verification requirements. The program will be 16.E.6.a Packet Pg. 861 Attachment: 16-6686R Overhead Doors and Automatic Gates v3 (2) (2636 : Rejection of ITB 16-6686R Overhead Doors and Automatic Gates) #16-6686R Overhead Doors and Automatic Gates ITB Template_06132016 20 used for Collier County formal Invitations to Bid (ITB) and Request for Proposals (RFP) including professional services and construction services. Exceptions to the program:  Commodity based procurement where no services are provided.  Where the requirement for the affidavit is waived by the Board of County Commissioners Vendors / Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor’s/bidder’s proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Vendors are also required to provide the Collier County Procurement Services Division an executed affidavit certifying they shall comply with the E-Verify Program. The affidavit is attached to the solicitation documents. If the Bidder/Vendor does not comply with providing both the acceptable E- Verify evidence and the executed affidavit the bidder’s / vendor’s proposal may be deemed non-responsive. Additionally, vendors shall require all subcontracted vendors to use the E-Verify system for all purchases not covered under the “Exceptions to the program” clause above. For additional information regarding the Employment Eligibility Verification System (E-Verify) program visit the following website: http://www.dhs.gov/E-Verify. It shall be the vendor’s responsibility to familiarize themselves with all rules and regulations governing this program. Vendor acknowledges, and without exception or stipulation, any firm(s) receiving an award shall be fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended and with the provisions contained within this affidavit. Failure by the awarded firm(s) to comply with the laws referenced herein or the provisions of this affidavit shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. 14. Lobbying All firms are hereby placed on NOTICE that the County Commission does not wish to be lobbied either individually or collectively about a project for which a firm has submitted a bid. Firms and their agents are not to contact members of the County Commission for such purposes as meetings of introduction, luncheons, dinners, etc. During the bidding process, from bid opening to final Board approval, no firm or its agent shall contact any other employee of Collier County with the exception of the Procurement Services Division. 15. Certificate of Authority to Conduct Business in the State of Florida (Florida Statute 607.1501) In order to be considered for award, firms must be registered with the Florida Department of State Divisions of Corporations in accordance with the requirements of Florida Statute 607.1501 and provide a certificate of authority (www.sunbiz.org/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.E.6.a Packet Pg. 862 Attachment: 16-6686R Overhead Doors and Automatic Gates v3 (2) (2636 : Rejection of ITB 16-6686R Overhead Doors and Automatic Gates) #16-6686R Overhead Doors and Automatic Gates ITB Template_06132016 21 16. General Information When it is deemed by the County that a bid cannot be awarded as originally intended, the County reserves the right to award this bid through an approach which is the best interest of the County. Alternate bids will not be considered unless authorized by the ITB. In case of identical bids tying as low bid, the County shall ask vendors to submit certification that they have a drug-free workplace in accordance with Section 287.087 Florida Statutes. Should all vendors provide said certification; the County will give local vendor preference. 17. Bid Award Process Award of contract will be made by the Board of County Commissioners in public session. Award shall be made in a manner consistent with the County’s 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 prior to the County Commission meetings. Any actual or prospective respondent who desires to formally protest the recommended contract award must file a notice of intent to protest with the Procurement Director within two (2) calendar days (excluding weekends and County holidays) of the date that the recommended award is posted. Upon filing of said notice, the protesting party will have five (5) days to file a formal protest and will be given instructions as to the form and content requirements of the formal protest. A copy of the “Protest Policy” is available at the office of the Procurement Director. 16.E.6.a Packet Pg. 863 Attachment: 16-6686R Overhead Doors and Automatic Gates v3 (2) (2636 : Rejection of ITB 16-6686R Overhead Doors and Automatic Gates) #16-6686R Overhead Doors and Automatic Gates ITB Template_06132016 22 Exhibit III: Standard Purchase Order Terms and Conditions 1. Offer This offer is subject to cancellation by the COUNTY without notice if not accepted by VENDOR within fourteen (14) days of issuance. 2. Acceptance and Confirmation This Purchase Order (including all documents attached to or referenced therein) constitutes the entire agreement between the parties, unless otherwise specifically noted by the COUNTY on the face of this Purchase Order. Each delivery of goods and/or services received by the COUNTY from VENDOR shall be deemed to be upon the terms and conditions contained in this Purchase Order. No additional terms may be added and Purchase Order may not be changed except by written instrument executed by the COUNTY. VENDOR is deemed to be on notice that the COUNTY objects to any additional or different terms and conditions contained in any acknowledgment, invoice or other communication from VENDOR, notwithstanding the COUNTY’S acceptance or payment for any delivery of goods and/or services, or any similar act by VENDOR. 3. Inspection All goods and/or services delivered hereunder shall be received subject to the COUNTY’S inspection and approval and payment therefore shall not constitute acceptance. All payments are subject to adjustment for shortage or rejection. All defective or nonconforming goods will be returned pursuant to VENDOR'S instruction at VENDOR’S expense. To the extent that a purchase order requires a series of performances by VENDOR, the COUNTY prospectively reserves the right to cancel the entire remainder of the Purchase Order if goods and/or services provided early in the term of the Purchase Order are non-conforming or otherwise rejected by the COUNTY. 4. Shipping and Invoices a) All goods are FOB destination and must be suitably packed and prepared to secure the lowest transportation rates and to comply with all carrier regulations. Risk of loss of any goods sold hereunder shall transfer to the COUNTY at the time and place of delivery; provided that risk of loss prior to actual receipt of the goods by the COUNTY nonetheless remain with VENDOR. b) No charges will be paid by the COUNTY for packing, crating or cartage unless otherwise specifically stated in this Purchase Order. Unless otherwise provided in Purchase Order, no invoices shall be issued nor payments made prior to delivery. Unless freight and other charges are itemized, any discount will be taken on the full amount of invoice. c) All shipments of goods scheduled on the same day via the same route must be consolidated. Each shipping container must be consecutively numbered and marked to show this Purchase Order number. The container and Purchase Order numbers must be indicated on bill of lading. Packing slips must show Purchase Order number and must be included on each package of less than container load (LCL) shipments and/or with each car load of equipment. The COUNTY reserves the right to refuse or return any shipment or equipment at VENDOR’S expense that is not marked with Purchase Order numbers. VENDOR agrees to declare to the carrier the value of any shipment made under this Purchase Order and the full invoice value of such shipment. d) All invoices must contain the Purchase Order number and any other specific information as identified on the Purchase Order. Discounts of prompt payment will be computed from the date of receipt of goods or from date of receipt of invoices, whichever is later. Payment will be made upon receipt of a proper invoice and in compliance with Chapter 218, Fla. Stats., otherwise known as the “Local Government Prompt Payment Act,” and, pursuant to the Board of County Commissioners Purchasing Policy. 5. Time Is Of the Essence Time for delivery of goods or performance of services under this Purchase Order is of the essence. Failure of VENDOR to meet delivery schedules or deliver within a reasonable time, as interpreted by the COUNTY in its sole judgment, shall entitle the COUNTY to seek all remedies available to it at law or in equity. VENDOR agrees to reimburse the COUNTY for any expenses incurred in enforcing its rights. 16.E.6.a Packet Pg. 864 Attachment: 16-6686R Overhead Doors and Automatic Gates v3 (2) (2636 : Rejection of ITB 16-6686R Overhead Doors and Automatic Gates) #16-6686R Overhead Doors and Automatic Gates ITB Template_06132016 23 VENDOR further agrees that undiscovered delivery of nonconforming goods and/or services is not a waiver of the COUNTY’S right to insist upon further compliance with all specifications. 6. Changes The COUNTY may at any time and by written notice make changes to drawings and specifications, shipping instructions, quantities and delivery schedules within the general scope of this Purchase Order. Should any such change increase or decrease the cost of, or the time required for performance of the Purchase Order, an equitable adjustment in the price and/or delivery schedule will be negotiated by the COUNTY and VENDOR. Notwithstanding the foregoing, VENDOR has an affirmative obligation to give notice if the changes will decrease costs. Any claims for adjustment by VENDOR must be made within thirty (30) days from the date the change is ordered or within such additional period of time as may be agreed upon by the parties. 7. Warranties VENDOR expressly warrants that the goods and/or services covered by this Purchase Order will conform to the specifications, drawings, samples or other descriptions furnished or specified by the COUNTY, and will be of satisfactory material and quality production, free from defects and sufficient for the purpose intended. Goods shall be delivered free from any security interest or other lien, encumbrance or claim of any third party. These warranties shall survive inspection, acceptance, passage of title and payment by the COUNTY. 8. Statutory Conformity Goods and services provided pursuant to this Purchase Order, and their production and transportation shall conform to all applicable laws, including but not limited to the Occupational Health and Safety Act, the Federal Transportation Act and the Fair Labor Standards Act, as well as any law or regulation noted on the face of the Purchase Order. 9. Advertising No VENDOR providing goods and services to the COUNTY shall advertise the fact that it has contracted with the COUNTY for goods and/or services, or appropriate or make use of the COUNTY’S name or other identifying marks or property without the prior written consent of the COUNTY’S Purchasing Department. 10. Indemnification VENDOR shall indemnify and hold harmless the COUNTY from any and all claims, including claims of negligence, costs and expenses, including but not limited to attorneys' fees, arising from, caused by or related to the injury or death of any person (including but not limited to employees and agents of VENDOR in the performance of their duties or otherwise), or damage to property (including property of the COUNTY or other persons), which arise out of or are incident to the goods and/or services to be provided hereunder. 11. Warranty of Non-Infringement VENDOR represents and warrants that all goods sold or services performed under this Purchase Order are: a) in compliance with applicable laws; b) do not infringe any patent, trademark, copyright or trade secret; and c) do not constitute unfair competition. VENDOR shall indemnify and hold harmless the COUNTY from and against any and all claims, including claims of negligence, costs and expense, including but not limited to attorneys' fees, which arise from any claim, suit or proceeding alleging that the COUNT Y’S use of the goods and/or services provided under this Purchase Order are inconsistent with VENDOR'S representations and warranties in section 11 (a). If any claim which arises from VENDOR'S breach of section 11 (a) has occurred, or is likely to occur, VENDOR may, at the COUNTY’S option, procure for the COUNTY the right to continue using the goods or services, or replace or modify the goods or services so that they become non-infringing, (without any material degradation in performance, quality, functionality or additional cost to the COUNTY). 12. Insurance Requirements The VENDOR, at its sole expense, shall provide commercial insurance of such type and with such terms and limits as may be reasonably associated with the Purchase Order. Providing and maintaining adequate insurance coverage is a material obligation of the VENDOR. All insurance policies shall be executed through insurers authorized or eligible to write policies in the State of Florida. 13. Compliance with Laws In fulfilling the terms of this Purchase Order, VENDOR agrees that it will comply with all federal, state, and local laws, rules, codes, and ordinances that are applicable to the conduct of its business. By way of non-exhaustive example, this shall include the American with Disabilities Act and all prohibitions against discrimination on 16.E.6.a Packet Pg. 865 Attachment: 16-6686R Overhead Doors and Automatic Gates v3 (2) (2636 : Rejection of ITB 16-6686R Overhead Doors and Automatic Gates) #16-6686R Overhead Doors and Automatic Gates ITB Template_06132016 24 the basis of race, religion, sex creed, national origin, handicap, marital status, or veterans’ status. Further, VENDOR acknowledges and without exception or stipulation shall be fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended. Failure by the awarded firm(s) to comply with the laws referenced herein shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. Any breach of this provision may be regarded by the COUNTY as a material and substantial breach of the contract arising from this Purchase Order. 14. Force Majeure Neither the COUNTY nor VENDOR shall be responsible for any delay or failure in performance resulting from any cause beyond their control, including, but without limitation to war, strikes, civil disturbances and acts of nature. When VENDOR has knowledge of any actual or potential force majeure or other conditions which will delay or threatens to delay timely performance of this Purchase Order, VENDOR shall immediately give notice thereof, including all relevant information with respects to what steps VENDOR is taking to complete delivery of the goods and/or services to the COUNTY. 15. Assignment VENDOR may not assign this Purchase Order, nor any money due or to become due without the prior written consent of the COUNTY. Any assignment made without such consent shall be deemed void. 16. Taxes Goods and services procured subject to this Purchase Order are exempt from Florida sales and use tax on real property, transient rental property rented, tangible personal purchased or rented, or services purchased (Florida Statutes, Chapter 212), and from federal excise tax. 17. Annual Appropriations The COUNTY’S performance and obligation to pay under this Purchase Order shall be contingent upon an annual appropriation of funds. 18. Termination This Purchase Order may be terminated at any time by the COUNTY upon 30 days prior written notice to the VENDOR. This Purchase Order may be terminated immediately by the COUNTY for breach by VENDOR of the terms and conditions of this Purchase Order, provided that COUNTY has provided VENDOR with notice of such breach and VENDOR has failed to cure within 10 days of receipt of such notice. 19. General a) This Purchase Order shall be governed by the laws of the State of Florida. The venue for any action brought to specifically enforce any of the terms and conditions of this Purchase Order shall be the Twentieth Judicial Circuit in and for Collier County, Florida b) Failure of the COUNTY to act immediately in response to a breach of this Purchase Order by VENDOR shall not constitute a waiver of breach. Waiver of the COUNTY by any default by VENDOR hereunder shall not be deemed a waiver of any subsequent default by VENDOR. c) All notices under this Purchase Order shall be sent to the respective addresses on the face page by certified mail, return receipt requested, by overnight courier service, or by personal delivery and will be deemed effective upon receipt. Postage, delivery and other charges shall be paid by the sender. A party may change its address for notice by written notice complying with the requirements of this section. d) The Vendor agrees to reimbursement of any travel expenses that may be associated with this Purchase Order in accordance with Florida Statute Chapter 112.061, Per Diem and Travel Expenses for Public Officers, employees and authorized persons. e) In the event of any conflict between or among the terms of any Contract Documents related to this Purchase Order, the terms of the Contract Documents shall take precedence over the terms of the Purchase Order. To the extent any terms and /or conditions of this Purchase Order duplicate or overlap the Terms and Conditions of the Contract Documents, the provisions of the Terms and/or Conditions that are most favorable to the County and/or provide the greatest protection to the County shall govern. 16.E.6.a Packet Pg. 866 Attachment: 16-6686R Overhead Doors and Automatic Gates v3 (2) (2636 : Rejection of ITB 16-6686R Overhead Doors and Automatic Gates) #16-6686R Overhead Doors and Automatic Gates ITB Template_06132016 25 Exhibit IV: Additional ITB Terms and Conditions 1. Additional Items and/or Services During the contract term, Collier County reserves the right to add related items and/or services upon negotiation of a satisfactory price by the Project Manager and Vendor. 2. Conflict of Interest Vendor shall provide a list of any businesses and/or organizations to which the firm has any affiliation or obligations within the past five (5) years; whether paid or donated, which could be construed by the County as a conflict of interest. Disclosure of any potential or actual conflict of interest is subject to County staff review and does not in and of itself disqualify a firm from consideration. These disclosures are intended to identify and or preclude conflict of interest situations during contract selection and execution. 3. Vendor Performance Evaluation Collier County has implemented a Vendor Performance Evaluation System for all contracts awarded in excess of $25,000. To this end, vendors will be evaluated on their performance upon completion/termination of agreement. 4. Deductions for Non-Performance The County reserves the right to deduct a portion of any invoice for goods not delivered, or services not performed in accordance with requirements, including required timeframe. The County may also deduct, or chargeback the Vendor the costs necessary to correct the deficiencies directly related to the Vendor’s non-performance. 5. Termination Should the Contractor be found to have failed to perform services in a manner satisfactory to the County, the County may terminate this Agreement immediately for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be sole judge of non-performance. In the event that the award of this solicitation is made by the Procurement Services Director, the award and any resultant purchase orders may be terminated at any time by the County upon thirty (30) days written notice to the awarded vendor(s) pursuant to the Board’s Procurement Ordinance. 6. Offer Extended to Other Governmental Entities Collier County encourages and agrees to the successful vendor extending the pricing, terms and conditions of this solicitation or resultant contract to other governmental entities at the discretion of the successful vendor. 7. Environmental Health and Safety All Vendors and Sub vendors performing service for Collier County are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Vendors and Sub 16.E.6.a Packet Pg. 867 Attachment: 16-6686R Overhead Doors and Automatic Gates v3 (2) (2636 : Rejection of ITB 16-6686R Overhead Doors and Automatic Gates) #16-6686R Overhead Doors and Automatic Gates ITB Template_06132016 26 vendors shall be responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. All firewall penetrations must be protected in order to meet Fire Codes. Collier County Government has authorized OSHA representatives to enter any Collier County facility, property and/or right-of-way for the purpose of inspection of any Vendor’s work operations. This provision is non-negotiable by any department and/or Vendor. All new electrical installations shall incorporate NFPA 70E Short Circuit Protective Device Coordination and Arc Flash Studies where relevant as determined by the engineer. All electrical installations shall be labeled with appropriate NFPA 70E arch flash boundary and PPE Protective labels. 8. Florida Wood Products The Vendor/Contractor agrees to comply with Florida Statute 255.20 to provide lumber, timber and other forest products produced and manufactured in the State of Florida as long as the price, fitness and quality are equal. 9. Public Records Compliance Florida Public Records Law Chapter 119, including specifically those contractual requirements in 119.0701(2)(a)-(b) as follows: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Communication and Customer Relations Division 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8383 The Contractor must specifically comply with the Florida Public Records Law to: 1. Keep and maintain public records required by the public agency to perform the service. 2. Upon request from the public agency’s custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency’s custodian of public records, in a format that is compatible with the information technology systems of the public agency. 16.E.6.a Packet Pg. 868 Attachment: 16-6686R Overhead Doors and Automatic Gates v3 (2) (2636 : Rejection of ITB 16-6686R Overhead Doors and Automatic Gates) #16-6686R Overhead Doors and Automatic Gates ITB Template_06132016 27 10. Standards of Conduct The Vendor shall employ people to work on County projects who are neat, clean, well-groomed and courteous. Subject to the American with Disabilities Act, Vendor shall supply competent employees who are physically capable of performing their employment duties. The County may require the Vendor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Collier County projects is not in the best interest of the County. 11. Licenses The Vendor is required to possess the correct professional and other licenses, and any other authorizations necessary to perform the required work pursuant to all applicable Federal, State and Local Law, Statute, Ordinances, and rules and regulations of any kind. Additionally, copies of all the required licenses must be submitted with the bid response indicating that the entity bidding, as well as the team assigned to the County account, is properly licensed to perform the activities or work included in the ITB documents. Failure on the part of any vendor to supply this documentation with their bid response may be grounds for deeming vendor non-responsive. A Vendor with an office within Collier County is required to have an occupational license. All State Certified contractors who may need to pull Collier County permits or call in inspections must complete a Collier County Contractor License registration form and submit the required fee. After registering the license/registration will need to be renewed thereafter to remain “active” in Collier County. Questions regarding professional licenses should be directed to Contractor Licensing, Community Development and Environmental Services at (239) 252-2431, 252-2432 or 252-2909. Questions regarding required Business Tax Receipt (formerly known as Occupational Licenses) should be directed to the Tax Collector’s Office at (239) 252-2477. 12. Protection of Property The Vendor shall ensure that the service is performed in such manner as to not damage any property. In the event damage occurs to any property as a direct result of the Vendor or their Sub vendor in the performance of the required service, the Vendor shall repair/replace, to the County’s satisfaction, damaged property at no additional cost to the County. If the damage caused by the Vendor or their Sub vendor has to be repaired/replaced by the County, the cost of such work will be deducted from the monies due the Vendor. The County’s project manager, shall coordinate with the Vendor / Contractor the return of any surplus assets, including materials, supplies, and equipment associated with the scope or work. 13. Prohibition of Gifts to County Employees No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, the current Collier County Ethics Ordinance and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any contract held by the individual and/or firm for cause. 16.E.6.a Packet Pg. 869 Attachment: 16-6686R Overhead Doors and Automatic Gates v3 (2) (2636 : Rejection of ITB 16-6686R Overhead Doors and Automatic Gates) #16-6686R Overhead Doors and Automatic Gates ITB Template_06132016 28 14. Invoice and Payments The County’s project manager reserves the right to establish any one, or a combination of, these industry practices for contracts or purchase orders: Lump Sum (Fixed Price): a firm fixed total price offering for a project; the risks are transferred from the County to the contractor; and, as a business practice there are no hourly or material invoices presented, rather, the contractor must perform to the satisfaction of the County’s project manager before payment for the fixed price contract is authorized. Time and Materials: the County agrees to pay the contractor for the amount of labor time spent by the contractor's employees and subcontractors to perform the work (number of hours times hourly rate), and for materials and equipment used in the project (cost of materials plus the contractor's mark up). This methodology is generally used in projects in which it is not possible to accurately estimate the size of the project, or when it is expected that the project requirements would most likely change. As a general business practice, these contracts include back-up documentation of costs; invoices would include number of hours worked and billing rate by position (and not company (or subcontractor) timekeeping or payroll records), material or equipment invoices, and other reimbursable documentation for the project. Unit Price: the County agrees to pay a firm total fixed price (inclusive of all costs, including labor, materials, equipment, overhead, etc.) for a repetitive product or service delivered (i.e. installation price per ton, delivery price per package or carton, etc.). The invoice must identify the unit price and the number of units received (no contractor inventory or cost verification required). Payments are made in accordance with the Local Government Prompt Payment Act, Chapter 218, Florida Statutes. Vendor’s invoices must include:  Purchase Order Number  Description and quantities of the goods or services provided per instructions on the County’s purchase order or contract. Invoices shall be sent to: Board of County Commissioners Clerk’s Finance Department ATTN: Accounts Payable 3299 Tamiami Trail E Ste 700 Naples FL 34112 Or emailed to: bccapclerk@collierclerk.com. Collier County, in its sole discretion, will determine the method of payment for goods and/or services as part of this agreement. Payment methods include:  Traditional – payment by check, wire transfer or other cash equivalent.  Standard – payment by purchasing card. Collier County’s Purchasing Card Program is supported by standard bank credit suppliers (i.e. VISA and MasterCard), and as such, is cognizant of the Rules for VISA Merchants and MasterCard Merchant Rules. The County may not accept any additional surcharges (credit card transaction fees) as a result of using the County’s credit card for transactions relating to this solicitation. The County will entertain bids clearly stating pricing for standard payment methods. An additional separate 16.E.6.a Packet Pg. 870 Attachment: 16-6686R Overhead Doors and Automatic Gates v3 (2) (2636 : Rejection of ITB 16-6686R Overhead Doors and Automatic Gates) #16-6686R Overhead Doors and Automatic Gates ITB Template_06132016 29 discounted price for traditional payments may be provided at the initial bid submittal if it is clearly marked as an “Additional Cash Discount.” Upon execution of the Contract and completion of each month’s work, payment requests may be submitted to the Project Manager on a monthly basis by the Contractor for services rendered for that prior month. Services beyond sixty (60) days from current monthly invoice will not be considered for payment without prior approval from the Project manager. All invoices should be submitted within the fiscal year the work was performed. (County's fiscal year is October 1 - September 30.) Invoices submitted after the close of the fiscal year will not be accepted (or processed for payment) unless specifically authorized by the Project Manager. Payments will be made for articles and/or services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of contract. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of “laches” as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this agreement. In instances where the successful contractor may owe debts (including, but not limited to taxes or other fees) to Collier County and the contractor has not satisfied nor made arrangement to satisfy these debts, the County reserves the right to off-set the amount owed to the County by applying the amount owed to the vendor or contractor for services performed of for materials delivered in association with a contract. Invoices shall not reflect sales tax. After review and approval, the invoice will be transmitted to the Finance Division for payment. Payment will be made upon receipt of proper invoice and in compliance with Chapter 218 Florida Statutes, otherwise known as the “Local Government Prompt Payment Act.” Collier County reserves the right to withhold and/or reduce an appropriate amount of any payment for work not performed or for unsatisfactory performance of Contractual requirements. 15. Survivability Purchase Orders: The Contractor agrees that any Purchase Order that extends beyond the expiration date of the original Solicitation 16-6686R will survive and remain subject to the terms and conditions of that Agreement until the completion or termination of this Purchase Order. 16. Insurance Requirements The Vendor shall at its own expense, carry and maintain insurance coverage from responsible companies duly authorized to do business in the State of Florida as set forth in Insurance and Bonding Requirements Attachment of this solicitation. The Vendor shall procure and maintain property insurance upon the entire project, if required, to the full insurable value of the scope of work. The County and the Vendor waive against each other and the County’s separate Vendors, Contractors, Design Consultant, Subcontractors agents and employees of each and all of them, all damages covered by property insurance provided herein, except such rights as they may have to the proceeds of such insurance. The Vendor and County shall, where appropriate, require similar waivers of subrogation from the County’s separate Vendors, Design Consultants and Subcontractors and shall require each of them to include similar waivers in their contracts. Collier County shall be responsible for purchasing and maintaining, its own liability insurance. Certificates issued as a result of the award of this solicitation must identif y “For any and all work performed on behalf of Collier County.” 16.E.6.a Packet Pg. 871 Attachment: 16-6686R Overhead Doors and Automatic Gates v3 (2) (2636 : Rejection of ITB 16-6686R Overhead Doors and Automatic Gates) #16-6686R Overhead Doors and Automatic Gates ITB Template_06132016 30 The General Liability Policy provided by Vendor to meet the requirements of this solicitation shall name Collier County, Florida, as an additional insured as to the operations of Vendor under this solicitation and shall contain a severability of interests provisions. Collier County Board of County Commissioners shall be named as the Certificate Holder. The "Certificate Holder" should read as follows: Collier County Board of County Commissioners Naples, Florida The amounts and types of insurance coverage shall conform to the minimum requirements set forth in the Insurance and Bonding Requirements Attachment, with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If Vendor has any self-insured retentions or deductibles under any of the below listed minimum required coverage, Vendor must identify on the Certificate of Insurance the nature and amount of such self- insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self-insured retentions or deductibles will be Vendor’s sole responsibility. Coverage(s) shall be maintained without interruption from the date of commencement of the Work until the date of completion and acceptance of the scope of work by the County or as specified in this solicitation, whichever is longer. The Vendor and/or its insurance carrier shall provide 30 days written notice to the County of policy cancellation or non-renewal on the part of the insurance carrier or the Vendor. The Vendor shall also notify the County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non-renewal or material change in coverage or limits received by Vendor from its insurer and nothing contained herein shall relieve Vendor of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by Vendor hereunder, Vendor shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. Should at any time the Vendor not maintain the insurance coverage(s) required herein, the County may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverage(s) and charge the Vendor for such coverage(s) purchased. If Vendor fails to reimburse the County for such costs within thirty (30) days after demand, the County has the right to offset these costs from any amount due Vendor under this Agreement or any other agreement between the County and Vendor. The County shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverage(s) purchased or the insurance company or companies used. The decision of the County to purchase such insurance coverage(s) shall in no way be construed to be a waiver of any of its rights under the Contract Documents. If the initial or any subsequently issued Certificate of Insurance expires prior to the completion of the scope of work, the Vendor shall furnish to the County renewal or replacement Certificate(s) of Insurance not later than ten (10) calendar days after the expiration date on the certificate. Failure of the Vendor to provide the County with such renewal certificate(s) shall be considered justification for the County to terminate any and all contracts. 17. Collier County Information Technology Requirements All vendor access will be done via VPN access only. All access must comply with current published County Manager Agency (CMA) policies. 16.E.6.a Packet Pg. 872 Attachment: 16-6686R Overhead Doors and Automatic Gates v3 (2) (2636 : Rejection of ITB 16-6686R Overhead Doors and Automatic Gates) #16-6686R Overhead Doors and Automatic Gates ITB Template_06132016 31 Current policies that apply are CMAs 5402, 5403 and 5405. These policies will be available upon request from the Information Technology Department. All vendors will be required to adhere to IT policies for access to the County network. Vendors are required to notify the County in writing twenty-four (24) hours in advance as to when access to the network is planned. Included in this request must be a detailed work plan with actions that will be taken at the time of access. The County IT Department has developed a Technical Architecture Requirements Document that is required to be filled out and submitted with your bid response. This document can be found on the Collier County Procurement Services Division website: www.colliergov.net/purchasing. On the left hand side of the menu, click on CC Technical Requirements. If this document is not submitted with your bid response, your bid response may be deemed non-responsive. 18. Security and Background Checks The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four (4) years. All of Contractor’s employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor’s business. The Contractor shall immediately notify the Collier County Facilities Management Division via e- mail (DL-FMOPS@colliergov.net) whenever an employee assigned to Collier County separates from their employment. This notification is critical to ensure the continued security of Collier County facilities and systems. Failure to notify within four (4) hours of separation may result in a deduction of $500 per incident. CCSO requires separate fingerprinting prior to work being performed in any of their locations. This will be coordinated upon award of the contract. If there are additional fees for this process, the vendor is responsible for all costs. 19. Maintenance of Traffic Policy For all projects that are conducted within a Collier County Right-of-Way, the Vendor shall provide and erect Traffic Control Devices as prescribed in the current edition of the Manual On Uniform Traffic Control Devices (MUTCD), where applicable on local roadways and as prescribed in the Florida Department of Transportation’s Design Standards (DS) on state roadways. These projects shall also comply with Collier County’s Maintenance of Traffic Policy, #5807, incorporated herein by reference. Copies are available through the Risk Management and/or Procurement Services Division and are available on-line at colliergov.net/purchasing. The Vendor will be responsible for obtaining copies of all required manuals, MUTCD, FDOT Roadway & Traffic Design Standards Indexes, or other related documents, so to become familiar with their requirements. Strict adherence to the requirements of the Maintenance of Traffic (“MOT”) policy will be enforced under this Contract. 16.E.6.a Packet Pg. 873 Attachment: 16-6686R Overhead Doors and Automatic Gates v3 (2) (2636 : Rejection of ITB 16-6686R Overhead Doors and Automatic Gates) #16-6686R Overhead Doors and Automatic Gates ITB Template_06132016 32 All costs associated with the Maintenance of Traffic shall be included on the line item on the bid page. If MOT is required, MOT is to be provided within ten (10) days of receipt of Notice of Award. 20. Debris Vendor shall be responsible for the removal and disposal of all debris from the site and the cleaning of the affected areas. Vendor shall keep the premises free of debris and unusable materials resulting from their work and as work progresses; or upon the request of the County’s representative, shall remove and dispose such debris and materials from the property. The Vendor shall leave all affected areas as they were prior to beginning work. 21. Direct Material Purchase The County reserves the right to require Vendor to assign some or all of its agreements with material suppliers directly to the County. Any such goods and/or materials purchased by the County pursuant to such an assignment of a material supply agreement shall be referred to as “County Furnished Materials” and the responsibilities of both the County and the Vendor relating to said materials shall be governed by the terms and conditions of this solicitation. Additionally, the County at its sole option may choose to purchase some or all of the goods and/or materials from other suppliers. In either instance the County may require the following information from the Vendor:  Required quantities of material.  Specifications relating to goods and/or materials required for job including brand and/or model number or type if applicable  Pricing and availability of goods and/or materials provided under Vendor’s agreements with material suppliers 22. Grant Compliance The purchase of any goods and/or services that are funded through Federal Grant Appropriations, the State of Florida, or any other public or private foundations shall be subject to the compliance and reporting requirements of the granting agency. 23. Equipment Vendor shall have available and in good working condition, the necessary equipment to perform the required service. If required by the County, the Vendor shall supply a list of equipment and an hourly rate for each. Hourly rates will commence once equipment arrives at the service site, 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. 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. 16.E.6.a Packet Pg. 874 Attachment: 16-6686R Overhead Doors and Automatic Gates v3 (2) (2636 : Rejection of ITB 16-6686R Overhead Doors and Automatic Gates) #16-6686R Overhead Doors and Automatic Gates ITB Template_06132016 33 The scope of these specifications is to ensure the delivery of a complete unit ready for operation. Omission of any essential detail from these specifications does not relieve the Vendor from furnishing a complete unit. 16.E.6.a Packet Pg. 875 Attachment: 16-6686R Overhead Doors and Automatic Gates v3 (2) (2636 : Rejection of ITB 16-6686R Overhead Doors and Automatic Gates) #16-6686R Overhead Doors and Automatic Gates ITB Template_06132016 34 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: 16-6686R Overhead Doors and Automatic Gates Services requested not available through our company. Our firm could not meet specifications/scope of work. Specifications/scope of work not clearly understood (too vague, rigid, etc.) Project is too small. Insufficient time allowed for preparation of response. Incorrect address used. Please correct mailing address: _____________________________________________________________________ _____________________________________________________________________ _____________________________________________________________________ Other reason(s): _____________________________________________________________________ _____________________________________________________________________ _____________________________________________________________________ Firm’s Complete Legal Name __________________________________________________ Address __________________________________________________ City, State, Zip __________________________________________________ Telephone Number __________________________________________________ FAX Number __________________________________________________ Signature / Title __________________________________________________ Type Name of Signature __________________________________ Date: ______ 16.E.6.a Packet Pg. 876 Attachment: 16-6686R Overhead Doors and Automatic Gates v3 (2) (2636 : Rejection of ITB 16-6686R Overhead Doors and Automatic Gates) #16-6686R Overhead Doors and Automatic Gates ITB Template_06132016 35 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: 16-6686R Overhead Doors and Automatic Gates  Opening Date: October 20, 2016 13. The bid will be mailed or delivered in time to be received no later than the specified opening date and time. (Otherwise bid cannot be considered.) 14. If submitting a manual bid, include any addenda (initialed and dated noting understanding and receipt). If submitting bid electronically, bidder will need to download all related documents on www.colliergov.net/bid. The system will date and time stamp when the addendum files were downloaded ALL COURIER DELIVERED BIDS MUST HAVE THE BID NUMBER AND TITLE ON THE OUTSIDE OF THE COURIER PACKET. Company Name Signature & Title Date 16.E.6.a Packet Pg. 877 Attachment: 16-6686R Overhead Doors and Automatic Gates v3 (2) (2636 : Rejection of ITB 16-6686R Overhead Doors and Automatic Gates) #16-6686R Overhead Doors and Automatic Gates ITB Template_06132016 36 Attachment 3: Vendor Submittal - Bid Response Form FROM: __________________________________ Board of County Commissioners Collier County Government Center Naples, Florida 34112 RE: Solicitation: 16-6686R Overhead Doors and Automatic Gates Dear Commissioners: The undersigned, as Vendor, hereby declares that the specifications have been fully examined and the Vendor is fully informed in regard to all conditions pertaining to the work to be performed for as per the scope of work. The Vendor further declares that the only persons, company or parties interested in this Bid or the Contract to be entered into as principals are named herein; that this Bid is made without connection with any other person, company or companies submitting a Bid; and it is all respects fair and in good faith, without collusion or fraud. The Vendor proposes and agrees if this bid is accepted, to comply with the requirements in full and in accordance with the terms, conditions and specifications denoted herein. The Vendor agrees to provide the following: * * * SEE FOLLOWING PAGES * * * Any discounts or terms must be shown on the Bid Response Form. Such discounts, if any, will be considered and computed in the tabulation of the bids. In no instance should terms for less than fifteen (15) days payment be offered. Prompt Payment Terms: _____% _____ Days; Net Days Bid Response Form is electronic. Please input your prices online. Bid Response is as follows: 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. 16.E.6.a Packet Pg. 878 Attachment: 16-6686R Overhead Doors and Automatic Gates v3 (2) (2636 : Rejection of ITB 16-6686R Overhead Doors and Automatic Gates) #16-6686R Overhead Doors and Automatic Gates ITB Template_06132016 37 IN WITNESS WHEREOF, WE have hereunto subscribed our names on this _______ day of _______________, 20 in the County of ________________, in the State of ________. Firm’s Complete Legal Name __________________________________________________ Address __________________________________________________ City, State, Zip __________________________________________________ Florida Certificate of Authority Document Number Federal Tax Identification Number CCR # or CAGE Code __________________________________________________ Telephone Number __________________________________________________ FAX Number __________________________________________________ Signature / Title __________________________________________________ Type Name of Signature __________________________________________________ Date __________________________________________________ **************************************************************************************************** Additional Contact Information Send Payments To: (REQUIRED ONLY if different from above) Firm’s Complete Legal Name __________________________________________________ Address __________________________________________________ City, State, Zip __________________________________________________ Contact Name __________________________________________________ Telephone Number __________________________________________________ FAX Number __________________________________________________ Email Address __________________________________________________ 16.E.6.a Packet Pg. 879 Attachment: 16-6686R Overhead Doors and Automatic Gates v3 (2) (2636 : Rejection of ITB 16-6686R Overhead Doors and Automatic Gates) #16-6686R Overhead Doors and Automatic Gates ITB Template_06132016 38 Attachment 4: Vendor Submittal – Local Vendor Preference Affidavit Solicitation: 16-6686R Overhead Doors and Automatic Gates (Check Appropriate Boxes Below) State of Florida (Select County if Vendor is described as a Local Business Collier County Lee County Vendor affirms that it is a local business as defined by the Procurement Ordinance of the Collier County Board of County Commissioners and the Regulations Thereto. As defined in Section XI of the Collier County Procurement Ordinance: Local business means the vendor has a current Business Tax Receipt issued by the Collier County Tax Collector for at least one year prior to bid or proposal submission to do business within Collier County, and that identifies the business with a permanent physical business address located within the limits of Collier County from which the vendor’s staff operates and performs business in an area zoned for the conduct of such business. A Post Office Box or a facility that receives mail, or a non -permanent structure such as a construction trailer, storage shed, or other non-permanent structure shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the econom ic development and well-being of Collier County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, support and increase to the County's tax base, and residency of employees and principals of the business within Collier County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. A vendor who misrepresents the Local Preference status of its firm in a proposal or bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one year under this section. Vendor must complete the following information: Year Business Established in Collier County or Lee County: ________ Number of Employees (Including Owner(s) or Corporate Officers):_________ Number of Employees Living in Collier County or Lee (Including Owner(s) or Corporate Officers):_______ If requested by the County, vendor will be required to provide documentation substantiating the information given in this affidavit. Failure to do so will result in vendor’s submission being deemed not applicable. Vendor Name: _________________________________________ Date: ________________________ Address in Collier or Lee County: _________________________________________________________ Signature: ____________________________________________ Title: ________________________ STATE OF FLORIDA COLLIER COUNTY LEE COUNTY Sworn to and Subscribed Before Me, a Notary Public, for the above State and County, on this __________ Day of ______________, 20_____. _____________________________________________ Notary Public My Commission Expires: ________________________ (AFFIX OFFICIAL SEAL) 16.E.6.a Packet Pg. 880 Attachment: 16-6686R Overhead Doors and Automatic Gates v3 (2) (2636 : Rejection of ITB 16-6686R Overhead Doors and Automatic Gates) #16-6686R Overhead Doors and Automatic Gates ITB Template_06132016 39 Attachment 5: Vendor Submittal – Immigration Affidavit Solicitation: 16-6686R Overhead Doors and Automatic Gates This Affidavit is required and should be signed, notarized by an authorized principal of the firm and submitted with formal Invitations to Bid (ITB’s) and Request for Proposals (RFP) submittals. Further, Vendors / Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor’s/bidder’s proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Failure to include this Affidavit and acceptable evidence of enrollment in the E-Verify program, may deem the Vendor / Bidder’s proposal as non-responsive. Collier County will not intentionally award County contracts to any vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act (“INA”). Collier County may consider the employment by any vendor of unauthorized aliens a violation of Section 274A (e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E- Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E-Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor’s / Bidder’s proposal. Company Name ____________________________________________________________________ Print Name Title _______________________ Signature Date _______________________ State of ___________________ County of _________________ The foregoing instrument was signed and acknowledged before me this ______day of ________________, 20___, by _______________________________ who has produced _____________________________ as identification. (Print or Type Name) (Type of Identification and Number) _____________________________________ Notary Public Signature _____________________________________ Printed Name of Notary Public _____________________________________ Notary Commission Number/Expiration The signee of this Affidavit guarantees, as evidenced by the sworn affidavit required herein, the truth and accuracy of this affidavit to interrogatories hereinafter made. 16.E.6.a Packet Pg. 881 Attachment: 16-6686R Overhead Doors and Automatic Gates v3 (2) (2636 : Rejection of ITB 16-6686R Overhead Doors and Automatic Gates) #16-6686R Overhead Doors and Automatic Gates ITB Template_06132016 40 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 (includin g social security numbers if used by the individual or company for tax reporting purposes). Florida Statute 119.071(5) require that the county notify you in writing of the reason for collecting this information, which will be used for no other purpose than herein stated. Please complete all information that applies to your business and return with your quote or proposal. 1. General Information (provide all information) Taxpayer Name ___________________________________________________________________________________ (as shown on income tax return) Business Name ___________________________________________________________________________________ (if different from taxpayer name) Address ____________________________________ City _______________________________________________ State ______________________________________ Zip ________________________________________________ Telephone __________________ FAX ______________________ Email __________________________________ Order Information Address ___________________________________ Remit / Payment Information Address ____________________________________________ City __________ State ________ Zip ___________ City _____________ State _________ Zip ______________ FAX ______________________________________ Email _____________________________________ FAX ______________________________________________ Email _____________________________________________ 2. Company Status (check only one) Individual / Sole Proprietor Corporation Partnership Tax Exempt (Federal income tax-exempt entity under Internal Revenue Service guidelines IRC 501 (c) 3) Limited Liability Company Enter the tax classification (D = Disregarded Entity, C = Corporation, P = Partnership) 3. Taxpayer Identification Number (for tax reporting purposes only) Federal Tax Identification Number (TIN) _______________________________________________________________ (Vendors who do not have a TIN, will be required to provide a social security number prior to an award of the contract.) 4. Sign and Date Form Certification: Under penalties of perjury, I certify that the information shown on this form is correct to my knowledge. Signature ____________________________________________________ Date _____________________________ Title ________________________________________________________ Phone Number _____________________ 16.E.6.a Packet Pg. 882 Attachment: 16-6686R Overhead Doors and Automatic Gates v3 (2) (2636 : Rejection of ITB 16-6686R Overhead Doors and Automatic Gates) #16-6686R Overhead Doors and Automatic Gates ITB Template_06132016 41 Attachment 7: Vendor Submittal - Insurance and Bonding Requirements Insurance / Bond Type Required Limits 1. Worker’s Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements 2. Employer’s Liability $500,000 single limit per occurrence 3. Commercial General Liability (Occurrence Form) patterned after the current ISO form Bodily Injury and Property Damage $1,000,000 single limit per occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 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 $ _1,000,000_ Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included 5. Other insurance as noted: Watercraft $ __________ Per Occurrence 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 Technology Errors & Omissions $ 1,000,000 Per Occurrence Pollution $ __________ Per Occurrence Professional Liability $__________ per claim and in the aggregate  $1,000,000 per claim and in the aggregate  $2,000,000 per claim and in the aggregate 16.E.6.a Packet Pg. 883 Attachment: 16-6686R Overhead Doors and Automatic Gates v3 (2) (2636 : Rejection of ITB 16-6686R Overhead Doors and Automatic Gates) #16-6686R Overhead Doors and Automatic Gates ITB Template_06132016 42 Project Professional Liability $__________ Per Occurrence Valuable Papers Insurance $__________ Per Occurrence 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 Payment Bonds For projects in excess of $200,000, bonds shall be submitted with the executed contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as “A-“ or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders’ surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 8. Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 9. Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. 10. The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 11. Thirty (30) Days Cancellation Notice required. RLC 9/19/2016 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 of this solicitation. Name of Firm _______________________________________ Date ____________________________ Vendor Signature _________________________________________________________________________ Print Name _________________________________________________________________________ Insurance Agency _________________________________________________________________________ Agent Name _______________________________________ Telephone Number _________________ 16.E.6.a Packet Pg. 884 Attachment: 16-6686R Overhead Doors and Automatic Gates v3 (2) (2636 : Rejection of ITB 16-6686R Overhead Doors and Automatic Gates) #16-6686R Overhead Doors and Automatic Gates ITB Template_06132016 43 16.E.6.a Packet Pg. 885 Attachment: 16-6686R Overhead Doors and Automatic Gates v3 (2) (2636 : Rejection of ITB 16-6686R Overhead Doors and Automatic Gates) PM: Miguel Carballo PS: Rhonda Burns Invitation to Bid 16-6686R Overhead Doors and Automatic Gates Solicitations Mailed: 416 Packages Downloaded: 17 Bids Received: 3Hourly Rate for Personnel Categories for Time and Material Requests Category Unit of measure Hourly Rate Afterhours Unit of measure Hourly Rate Afterhours Unit of measure Hourly Rate Afterhours Installer per hour 109.00$ 218.00$ per hour 95.00$ 150.00$ per hour 35.00$ 45.00$ Service Technician per hour 109.00$ 218.00$ per hour 95.00$ 150.00$ per hour 35.00$ 45.00$ Service Apprentice per hour 54.50$ 109.00$ per hour 55.00$ 75.00$ per hour 35.00$ 35.00$ Other Position:_______________per hour -$ $- per hour -$ $- per hour -$ $- Other Position:_______________per hour -$ $- per hour -$ $- per hour -$ $- Other Position:_______________per hour -$ $- per hour -$ $- per hour -$ $- Price for Preventative Maintenance Inspection Services: to be considered for an award, the contractor must enter a price for items 1 - 10 below. Item System Description A Weighted Multiplier B Price per Unit TOTAL (Multiply Column A by Column B) A Weighted Multiplier B Price per Unit TOTAL (Multiply Column A by Column B) A Weighted Multiplier B Price per Unit TOTAL (Multiply Column A by Column B) 1 Overhead Door - 10 feet or less 2%70.00$ 1.40$ 2%50.00$ 1.00$ 2%50.00$ 1.00$ 2 Overhead Door - 11 feet to 20 feet 17%85.00$ 14.45$ 17%65.00$ 11.05$ 17%65.00$ 11.05$ 3 Overhead Door - 21 foot or greater 2%105.00$ 2.10$ 2%65.00$ 1.30$ 2%50.00$ 1.00$ 4 Overhead Door - Aircraft Hangar Doors (slider)2%105.00$ 2.10$ 2%65.00$ 1.30$ 2%50.00$ 1.00$ 5 Overhead Door - Aircraft Hangar Doors (bi-fold)2%105.00$ 2.10$ 2%65.00$ 1.30$ 2%50.00$ 1.00$ 6 Automatic Gate - single opening (slider)15%109.00$ 16.35$ 15%45.00$ 6.75$ 15%50.00$ 7.50$ 7 Automatic Gate - double opening (slider)15%109.00$ 16.35$ 15%50.00$ 7.50$ 15%50.00$ 7.50$ 8 Automatic Gate - single opening (swing)15%109.00$ 16.35$ 15%45.00$ 6.75$ 15%50.00$ 7.50$ 9 Automatic Gate - double opening (swing)15%109.00$ 16.35$ 15%50.00$ 7.50$ 15%50.00$ 7.50$ 10 Off-hours surcharge (limited to Preventative Maintenance work only)15%109.00$ 16.35$ 15%50.00$ 7.50$ 15%50.00$ 7.50$ 11 Enter Line 11 which represents the Preventative Maintenance Inspection Service TOTAL 100%TOTAL 103.90$ 100%TOTAL 51.95$ 100%TOTAL 52.55$ Price for On-call Mechanical Services: to be considered for an award, the contractor Action Automatic Gates Coast to Coast Garage Door Atlas Door 16.E.6.b Packet Pg. 886 Attachment: 16-6686R - Bid Tab (2636 : Rejection of ITB 16-6686R Overhead Doors and Automatic Gates) PM: Miguel Carballo PS: Rhonda Burns Invitation to Bid 16-6686R Overhead Doors and Automatic Gates Solicitations Mailed: 416 Packages Downloaded: 17 Bids Received: 3 Item Evaluation Based on Hourly Rates A Weighted Multiplier B Price per Unit TOTAL (Multiply Column A by Column B) A Weighted Multiplier B Price per Unit TOTAL (Multiply Column A by Column B) A Weighted Multiplier B Price per Unit TOTAL (Multiply Column A by Column B) 12 Installer 50%109.00$ 54.50$ 50%95.00$ 47.50$ 50%35.00$ 17.50$ 13 Service Technician 50%109.00$ 54.50$ 50%95.00$ 47.50$ 50%35.00$ 17.50$ 14 Enter Line 14 which represents the On-Call Mechanical Service TOTAL 100%TOTAL 109.00$ 100%TOTAL 95.00$ 100%TOTAL 35.00$ Category Section Total Weighted TOTAL Section Total Weighted TOTAL Section Total Weighted TOTAL Preventative Maintenance 103.90$ 16%16.62$ 51.95$ 16%8.31$ 52.55$ 16%8.41$ On-call Mechanical Services 109.00$ 84%91.56$ 95.00$ 84%79.80$ 35.00$ 84%29.40$ Totals for final evaluation TOTAL 108.18$ TOTAL 88.11$ TOTAL 37.81$ Attachment 2- Vendor Check List Y Y Y Attachment 3- Bid Response Form Y Y Y Attachment 4- Local Vendor Preference Affidavit Y N N Attachment 5-Immigration Affidavit Y Y Y E-Verify N N N Attachment 6-Subsitute W-9 Y Y Y Attachment 7-Insurance & Bonding Requirements Y Y Y Certificate of Insurance N Y N Provide evidence of three (3)years of primary experience working with overhead doors and automatic gates.N Y N Provide at least three (3)current customer references,including names,addresses,phone numbers and email addresses.N Y Y Opened by: Rhonda Cummings 10/20/2016 Witnessed by: Camille Shim-Marinos 10/20/2016 16.E.6.b Packet Pg. 887 Attachment: 16-6686R - Bid Tab (2636 : Rejection of ITB 16-6686R Overhead Doors and Automatic Gates)