Loading...
Agenda 03/28/2017 Item #16D 503/28/2017 EXECUTIVE SUMMARY Recommendation to award ITB # 17-7053 Vending Machine Services, to Complete Vending Inc., and authorize the Chair to execute the attached Agreement. OBJECTIVE: To provide, install, and operate vending machine services throughout County facilities and parks. CONSIDERATIONS: It is the intent of Collier County Parks and Recreation Division to provide automatic dispensing vending machines that provide a high-quality product throughout the County’s facilities and parks locations. On December 28, 2016, the Procurement Services Division publicly advertised ITB # 17-7053 Vending Machine Services. Email notices were sent to one hundred forty-nine (149) firms with twenty-one (21) firms requesting full solicitation packages. Two (2) responses were received by the January 31, 2017 due date. The bidders were asked to bid the highest commission percentage to be remitted to the County for providing the vending services identified in the solicitation criteria. The bid results are as follows: Vendor Commission Offered Complete Vending 36%/41% G.W. Services 27% The staff is recommending the Board approve an Agreement with Complete Vending, Inc., the bidder offering the highest commission and who staff deemed responsible and responsive. Complete Vending, Inc. is offering the County thirty-six percent (36%) of all its monthly gross revenues from the proceeds of all vending machines, except for the machines vending twelve (12) ounce drinks. For the machines selling twelve (12) ounce drinks, the vendor is offering to remit to the County forty-one percent (41%) of all monthly gross revenues. The recommended Vendor is a local company and is under contract with the County under the existing vending agreement. FISCAL IMPACT: Based on historical sales, the commission offered by the vendor under this contract is estimated to be $30,000. GROWTH MANAGEMENT IMPACT: There is no Growth Management impact. LEGAL CONSIDERATIONS: This item is approved as to form and legality, and requires majority vote for Board approval.-SRT RECOMMENDATION: To award ITB #17-7053 “Vending Machine Services” to Complete Vending Inc. and authorize the Chair to sign the attached agreement. Prepared by: Matt Catoe, Operations Analyst, Parks and Recreation Division ATTACHMENT(S) 1. 17-7053 Tab_Sheet (XLS) 2. 17-7053 Vending Machine Services_Solicitation (PDF) 3. 17-7053 VendMachineServ_ Agreement_CAO_VendSign (PDF) 03/28/2017 COLLIER COUNTY Board of County Commissioners Item Number: 16.D.5 Doc ID: 2861 Item Summary: Recommendation to award ITB # 17-7053 Vending Machine Services, to Complete Vending Inc., and authorize the Chair to execute the attached Agreement. Meeting Date: 03/28/2017 Prepared by: Title: Operations Analyst – Public Services Department Name: Hailey Margarita Alonso 03/08/2017 8:44 AM Submitted by: Title: Division Director - Parks & Recreation – Parks & Recreation Name: Barry Williams 03/08/2017 8:44 AM Approved By: Review: Parks & Recreation Ilonka Washburn Additional Reviewer Completed 03/08/2017 9:52 AM Procurement Services Lissett DeLaRosa Level 1 Purchasing Gatekeeper Completed 03/08/2017 11:37 AM Procurement Services Sandra Herrera Additional Reviewer Completed 03/08/2017 2:27 PM Procurement Services Ted Coyman Additional Reviewer Completed 03/08/2017 4:11 PM Public Services Department Joshua Hammond Additional Reviewer Completed 03/09/2017 7:58 AM Public Services Department Hailey Margarita Alonso Level 1 Division Reviewer Completed 03/09/2017 3:48 PM Parks & Recreation Barry Williams Additional Reviewer Completed 03/09/2017 4:10 PM Public Services Department Steve Carnell Level 2 Division Administrator Review Completed 03/09/2017 4:41 PM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 03/10/2017 2:02 PM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 03/14/2017 1:11 PM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 03/15/2017 10:22 AM Budget and Management Office Ed Finn Additional Reviewer Completed 03/20/2017 2:53 PM County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 03/20/2017 9:43 PM Board of County Commissioners MaryJo Brock Meeting Pending 03/28/2017 9:00 AM Project Manager: Ilonka Washburn Procurement: Matt Catoe Bid Tabulation 17-7053 Vending Machine Services Notifications Sent: 149 Downloaded: 21 Submissions: 2 Description Complete Vending G.W. Services % of Total Gross Sales to the County 36/41%27% Attachment 2: Vendor's Checklist Yes Yes Attachment 3: Bid Response Form Yes Yes Attachment 4: LVP Yes Yes Attachment 5: Immigration Affidavit Yes Yes Attachment 6: W-9 Yes Yes Attachment 7: Insurance Yes Yes Sunbiz Yes Yes E-Verify Yes No Addendum #1 Yes Yes References Yes Yes Opened / Date: Matt Catoe, 1/31/2017 Witness / Date: Evelyn Colon, 1/31/2017 1 of 1 17-7053 Vending Machine Services ITB Template_11032016 1 INVITATION TO BID Date: December 28, 2016 From: Matthew Catoe, Procurement Strategist (239) 252-8929 (Telephone) (239) 252-6421 (FAX) matthewcatoe@colliergov.net (Email) To: Prospective Vendors Subject: Solicitation: 17-7053 Vending Machine Services As requested by the Parks and Recreation 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: Natali Betancur 17-7053 Vending Machine Services ITB Template_11032016 2 Invitation to Bid Index Public Notice .............................................................................................................................. 3 Exhibit I: Scope of Work, Specifications and Response Format ............................................... 4 Exhibit II: General Bid Instructions ............................................................................................ 9 Exhibit III: Standard Purchase Order Terms and Conditions ....................................................15 Exhibit IV: Additional ITB Terms and Conditions ......................................................................18 Attachment 1: Vendor Submittal - Vendor’s Non-Response Statement ....................................25 Attachment 2: Vendor’s Check List ..........................................................................................26 Attachment 3: Vendor Submittal - Bid Response Form ............................................................27 Attachment 4: Vendor Submittal – Local Vendor Preference Affidavit .......................................29 Attachment 5: Vendor Submittal – Immigration Affidavit ............................................................30 Attachment 6: Vendor Substitute W – 9 .....................................................................................31 Attachment 7: Vendor Submittal - Insurance and Bonding Requirements ................................32 17-7053 Vending Machine Services ITB Template_11032016 3 Public Notice Sealed bid responses for Solicitation 17-7053 Vending Machine Services, will be received electronically only at the Collier County Government, Procurement Services Division, 3327 Tamiami Trail E, Naples, FL 34112 until 3:00 PM, Collier County local time on January 31, 2017. Solicitation responses received after the stated time and date will not be accepted. Solicitation 17-7053 Vending Machine Services A non-mandatory pre-bid conference will be held on January 11, 2017, commencing promptly at 4:00 PM, and held at Collier County Government, Procurement Services Division, 3327 Tamiami Trail E, Naples, FL 34112. 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 forms included and only available for download from the Collier County Procurement Services Division Online Bidding System website noted herein. ITB Documents obtained from sources other than Collier County Procurement Services Division may not be accurate or current. Collier County does not discriminate based on age, race, color, sex, religion, national origin, disability or marital status. BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA BY: /s/ Edward F. Coyman, Jr. 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 December 28, 2017. 17-7053 Vending Machine Services ITB Template_11032016 4 Exhibit I: Scope of Work, Specifications and Response Format As requested by the Collier County Parks and Recreation 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, as amended. Brief Description of Purchase The Collier County Parks and Recreation Division is seek ing bids from vendors to install and operate automatic dispensing machines throughout County park facilities. The resulting contract will be available to all County Divisions. Detailed Scope of Work The County is interested in receiving bids for vending machine services. The Division has historically generated approximately $30,000 annually through the vending machine services contract. The following specifications outline expectations for the installation and operation of vending machines. Schedule A provides an overview of current machines and their respective locations. Facilities, Equipment, Merchandise It is the intent of the County to provide a high-quality product in a size that is consistent with products vending elsewhere in the vicinity. The facilities that the County will furnish shall include the space required for setting up the machines and all utilities necessary for their automatic operation. The successful bidder shall furnish, install, equip, maintain, and operate machines for the purpose of automatically vending merchandise dispensed in approved containers and/or wrappings to the general public at the locations listed on Schedule A (or additional locations as approved by the Parks and Recreation Director or designee). Vending machines that accept dollar bills and/or credit cards are preferred. All machines shall be furnished new, and all machines shall be refinished or refurbished as often as may be required or no less than once every twelve (12) months. The cost of furnishing, servicing, and maintaining all machines, together with all merchandise and other required materials or supplies in connection with such operation, except for water and electricity, shall be borne by the successful bidder. Vending machines shall be maintained in a safe and sanitary condition at all times. Each vending machine shall contain only one (1) type of merchandise and any combinations of types of merchandise in any one (1) machine is prohibited. Separate machines can be provided for: a) Healthy options b) Candy; cookies; gum; mints; chips; crackers; c) Hot beverage; d) Cold beverage; 17-7053 Vending Machine Services ITB Template_11032016 5 e) Other items as approved by the Parks & Recreation Division Director or designee. All machine products are to show an expiration date on each package, and the successful bidder shall be responsible for stock rotation. No products are permitted to be sold beyond the expiration date. The successful bidder shall exchange outdated, spoiled, and/or damaged products promptly at no charge. The contractor shall furnish, install, maintain, service, repair and/or replace, and stock the vending machines. The vending machines shall remain the property of the contractor, and the contractor must remove all machines upon expiration/termination/cancellation of the contract. All candy, cookies, gum, chips, etc., are to be standard pre-packaged vending machine products. Bottled water and soft drinks, including fruit juice or iced tea, shall consist of nationally advertised brands only, in twelve (12) ounce cans or plastic bottles not less than ten (10) ounces. Cans must have opening containers in which the tab remains affixed to the container when opened. No removable pull tabs are permitted to be used. All vending machines shall have counters. The transaction counters must be such that a cumulative reading of all transactions and money collected in maintained for each vending machine in which all products are sold. The successful bidder shall agree to provide refunds to patrons who lose monies in the vending machine as per procedures of Parks and Recreation and other divisions that utilize this service. If requested by the County, the contractor shall remove and/or replace any ven ding machines which, in the opinion of the County, have deteriorated to where the machine is not mechanically able to provide reliable service, or where in the opinion of the County, the exterior of the machine has so deteriorated as to the esthetic appearance that it detracts from the decor. Additionally, the contract shall remove and/or add vending machines under circumstances deemed warranted by the County, including repeat vandalism. Product List The bidder shall complete Schedule B and submit as part of his proposal. Schedule B shall include a list of products to be dispensed, including sizes, brand names (if applicable), and prices to be charged. Prices submitted for each product shall be considered as the price to be charged for each item. Neither the prices of each product, the quality or the size of the items shall be changed by the successful bidder without the written approval of the Director of Parks and Recreation Director or designee. Safe and Sanitary Operation It shall be the successful bidder's responsibility to maintain all machines in first class operating condition with respect to cleanliness and mechanical/electrical operations and to correct any defects or problems relative to the vending machines which may prove hazardous or detrimental to the health and safety of the public. It shall further be the successful bidder's responsibility to act immediately upon notification of any safety violation or hazardous condition and correct the violation or hazard within twelve (12) hours of notification. 17-7053 Vending Machine Services ITB Template_11032016 6 The County reserves the right to disconnect any machine from its power source which, in its opinion, represents a safety or health violation or hazard until the necessary corrections are made. Additions, Removals, and Relocations The successful bidder shall have the right to install machines in new locations, under the same terms and conditions, but only with the approval of and at the discretion of the Parks & Recreation Director and other divisions or their designee. The County reserves the right to allow other concessions and concessionaires to operate under the designated premises as may be approved by the Parks & Recreation Director and other divisions or their designee. The County reserves the right to require the successf ul bidder to remove or relocate any vending machine in any location of the County with thirty (30) days notice. Special Event Collier County may require the successful bidder to provide additional machines to be temporarily installed at certain County locations when special events are scheduled that would, in the opinion of the Parks and Recreation Director, require the provision of facilities and/or merchandise listed under the provisions of this contract. The successf ul bidder shall receive at least thirty (30) days notice of any special event requiring this additional equipment. Signs Advertising signs shall not be displayed except f or identif ication signs that have been approved by the Director of the Parks and Recreation and other divisions or their designee. Each machine shall be equipped with a sign or decal, prominently placed in the front of the machine, displaying the successful bidder's company name and telephone number. Vandalism The County assumes no responsibility for protection of such machines against injury or damage or the unauthorized removal of such machines or any parts thereof, or any of the contents thereof. Commission Returned to the County On a monthly basis, the vendor shall be responsible for payment of the Parks and Recreation related Gross Monthly Revenue Fees. Provide the following information: ___________% of Total Gross Sales (COMMISION PAID TO COUNTY) 17-7053 Vending Machine Services ITB Template_11032016 7 THE COUNTY HAS SET A MINIMUM BID OF 25% OF TOTAL GROSS FOR THIS SERVICE, NO BIDS UNDER 25% SHALL BE CONSIDERED. Vendor References At least three (3) business references for which your company has provided same/similar goods or services as those being bid must be submitted. 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.  Collier County reserves the right to select one, or more than one suppliers, however, it is the intent to award to the most responsive and responsible vendor offering the highest revenue percentage to the County.  The County reserves the right to issue a formal contract or standard County Purchase Order for the award of this solicitation. Term of Contract The contract term, if an award(s) is/are made is intended to be for one three (3) year with two (2) one - year renewal options. Revenue percentage shall remain firm for the initial term of this contract. Requests for consid eration of a percentage adjustment must be made prior to the contract anniversary date, in writing, to the Procurement Director. Percentage adjustments may be based upon multiple factors: the consumer price index (CPI) over the past twelve (12) months, market conditions and rate, budget availability and program manager approval, or a combination thereof. 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 December 28, 2016 Last Date for Receipt of Written Questions January 24, 2017, 5:00 PM, EST. Non-mandatory pre-solicitation meeting January 11, 2017, 4:00 PM, EST. Addendum Issued Resulting from Written Questions or Pre- Proposal Conference January 26, 2017 17-7053 Vending Machine Services ITB Template_11032016 8 Solicitation Deadline Date and Time January 31, 2017, 3:00 PM, EST. Anticipated Evaluation of Submittals February 2017 Anticipated Board of County Commissioner’s Contract Approval Date March 2017 Vendor Required Documents  Attachment 2: Vendor’s Check List  Attachment 3: Vendor Bid Response Form  Attachment 4: Local Vendor Preference  Attachment 5: Immigration Law Affidavit  Attachment 6: Vendor Substitute W-9  Attachment 7: Insurance and Bonding Requirement  (3) Business References (include contact person, phone number and email address and brief description of what services were provided and estimated annual revenue. 17-7053 Vending Machine Services ITB Template_11032016 9 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. 17-7053 Vending Machine Services ITB Template_11032016 10 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 Electronic Bids: All electronic bids shall be submitted online via the Collier County Procurement Services Division Online Bidding System website: www.colliergov.net/bid. Vendors who wish to receive copies of bids after the bid opening may view and download same from the Collier County Procurement Services Division Internet bid site. 9. Questions 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 17-7053 Vending Machine Services ITB Template_11032016 11 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. Under this solicitation, bidders desiring to receive local preference will be invited and required to affirm atively state and provide documentation as set forth in the solicitation in support of their status as a local business. Any bidder who fails to submit sufficient documentation with their bid offer shall not be granted local pref erence consideration for the purposes of that specific contract award. Except where f ederal 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 qualif ied and responsive, non-local business submits the lowest price bid, and the bid subm itted by one or more qualif ied and responsive local businesses is within ten percent of the price subm itted 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 17-7053 Vending Machine Services ITB Template_11032016 12 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 requirem ents of Fla. Stat. Sec. 287.087, the Procurement Services Division shall invite the lowest local bidder to submit a matching offer, less one (1) dollar, within five (5) business days thereafter. If the lowest local bidder submits an of fer 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 submit ted to the County will lose the privilege to claim Local Preference status for a period of up to one (1) year. The County may, as it deems necessary, conduct discussions with responsible bidders determined to be in contention for being selected for award for the purpose of clarification to assure full understanding of, and responsiveness to solicitation requirements. 13. Immigration Affidavit Certification Statutes and executive orders require employers to abide by the immigration laws of the United States and to employ only individuals who are eligible to work in the United States. The Employment Eligibility Verification System (E-Verify) operated by the Department of Homeland Security (DHS) in partnership with the Social Security Administration (SSA), provides an Internet-based means of verifying employment eligibility of workers in the United States; it is not a substitute for any other employment eligibility verification requirements. The program will be used for Collier County formal Invitations to Bid (ITB) and Request for Proposals (RFP) including professional services and construction services. Exceptions to the program:  Commodity based procurement where no services are provided.  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. 17-7053 Vending Machine Services ITB Template_11032016 13 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. 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 17-7053 Vending Machine Services ITB Template_11032016 14 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. 18. Reserved Rights Collier County reserves its right in any solicitation to accept or reject any or all bids, proposals or offers; to waive minor irregularities and technicalities; or to request resubmission. Also Co llier County reserves the right to accept all or any part of any bid, proposal, or offer, and to increase or decrease quantities to meet the additional or reduced requirements of Collier County. Collier County reserves its right to cancel, extend or modify any or all bids, proposals or offers; to award to one or more vendors; to award all or part of a solicitation; and to award by individual line items when it is deemed to be in the best interest of the County. Collier County reserves its right to reject any sole response. 17-7053 Vending Machine Services ITB Template_11032016 15 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. 17-7053 Vending Machine Services ITB Template_11032016 16 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 part y. 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 17-7053 Vending Machine Services ITB Template_11032016 17 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. 17-7053 Vending Machine Services ITB Template_11032016 18 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 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. 17-7053 Vending Machine Services ITB Template_11032016 19 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. 10. Standards of Conduct 17-7053 Vending Machine Services ITB Template_11032016 20 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. 14. Invoice and Payments 17-7053 Vending Machine Services ITB Template_11032016 21 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 off ering 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 discounted price for traditional payments may be provided at the initial bid submittal if it is clearly marked as an “Additional Cash Discount.” 17-7053 Vending Machine Services ITB Template_11032016 22 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 Bids (ITBs/RFPs): The Consultant/Contractor/Vendor agrees that any Work Order/Purchase Order that extends beyond the expiration date of Solicitation 17-7053 Vending Machine Services resultant of this solicitation will survive and remain subject to the terms and conditions of that Agreement until the completion or termination of any Work Order/Purchase Order. 16. Insurance Requirements The Vendor shall at its own expense, carry and maintain insurance coverage from responsible companies duly authorized to do business in the State of Florida as set forth in Insurance and Bonding Requirements Attachment of this solicitation. The Vendor shall procure and maintain property insurance upon the entire project, if required, to the full insurable value of the scope of work. The County and the Vendor waive against each other and the County’s separate Vendors, Contractors, Design Consultant, Subcontractors agents and employees of each and all of them, all damages covered by property insurance provided herein, except such rights as they may have to the proceeds of such insurance. The Vendor and County shall, where appropriate, require similar waivers of subrogation from the County’s separate Vendors, Design Consultants and Subcontractors and shall require each of them to include similar waivers in their contracts. Collier County shall be responsible for purchasing and maintaining, its own liability insurance. Certificates issued as a result of the award of this solicitation must identify “For any and all work performed on behalf of Collier County.” 17-7053 Vending Machine Services ITB Template_11032016 23 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 consid ered justification for the County to terminate any and all contracts. 17. 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 17-7053 Vending Machine Services ITB Template_11032016 24 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. All costs associated with the Maintenance of Traffic shall be included on the line item on the bid page. If MOT is required, MOT is to be provided within ten (10) days of receipt of Notice of Award. 18. Debris Vendor shall be responsible for the removal and disposal of all debris from the site and the cleaning of the affected areas. Vendor shall keep the premises free of debris and unusable materials resulting from their work and as work progresses; or upon the request of the County’s representative, shall remove and dispose such debris and materials from the property. The Vendor shall leave all affected areas as they were prior to beginning work. 19. Equipment Vendor shall have available and in good working condition, the necessary equipment to perform the required service. 17-7053 Vending Machine Services ITB Template_11032016 25 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: 17-7053 Vending Machine Services 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: ______ 17-7053 Vending Machine Services ITB Template_11032016 26 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. If required, the amount of bid bond has been checked, and the bid bond or cashiers check has been included. 7. Addendum have been signed and included, if applicable. 8. Affidavit for Claiming Status as a Local Business, if applicable. 9. Immigration Affidavit and company’s E-Verify profile page or memorandum of understanding. 10. Copies of licenses, equipment lists, subcontractors or any other information as noted in this ITB. ALL COURIER DELIVERED BIDS MUST HAVE THE BID NUMBER AND TITLE ON THE OUTSIDE OF THE COURIER PACKET. Company Name Signature & Title Date 17-7053 Vending Machine Services ITB Template_11032016 27 Attachment 3: Vendor Submittal - Bid Response Form FROM: __________________________________ Board of County Commissioners Collier County Government Center Naples, Florida 34112 RE: Solicitation: 17-7053 Vending Machine Services 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. Note: 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. 17-7053 Vending Machine Services ITB Template_11032016 28 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 __________________________________________________ 17-7053 Vending Machine Services ITB Template_11032016 29 Attachment 4: Vendor Submittal – Local Vendor Preference Affidavit Solicitation: 17-7053 Vending Machine Services (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 add ress 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) 17-7053 Vending Machine Services ITB Template_11032016 30 Attachment 5: Vendor Submittal – Immigration Affidavit Solicitation: 17-7053 Vending Machine Services 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. 17-7053 Vending Machine Services ITB Template_11032016 31 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 _____________________ 17-7053 Vending Machine Services ITB Template_11032016 32 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 $100,000 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 $ 500,000 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 Pollution $ __________ Per Occurrence Professional Liability $__________ per claim and in the aggregate  $1,000,000 per claim and in the aggregate  $2,000,000 per claim and in the aggregate Project Professional Liability $__________ Per Occurrence Valuable Papers Insurance $__________ Per Occurrence Employee Dishonesty / Crime $__________ Per Occurrence 17-7053 Vending Machine Services ITB Template_11032016 33 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 finan cial 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 12/21/2016 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 _________________ A G RE E ME NT 17-7053 for Vending Machine Services THIS AGREEMENT, made and entered into on this day of 2017, by and between Complete Vending, Inc., authorized to do business in the State of Florida, whose business address is 3504 Magenta Ct., Naples, FL 34112, the "Contractor and Collier County, a political subdivision of the State of Florida, (the "County"): WITNESSETH: AGREEMENT TERM AND COMMENCMENT. The Agreement shall be for a three (3) year period commencing on the Date of Board award and terminating three (3) years from that date. The County may, at its discretion and with the consent of the Contractor, renew the Agreement under all of the terms and conditions contained in this Agreement for two (2) additional one (1) year period. The County shall give the Contractor written notice of the County's intention to renew the Agreement term prior to the end of the Agreement term then in effect. The County Manager, or his designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred and eighty (180) days. The County Manager, or his designee, shall give the Contractor written notice of the County's intention to extend the Agreement term prior to the end of the Agreement term then in effect. 2. STATEMENT OF SERVICES. The Contractor shall provide Vending Machine Services in accordance with the terms and conditions of Invitation to Bid (ITB) #17-7053, Exhibit A— Scope of Work, attached hereto, and the Contractor's proposal referred to herein and made an integral part of this Agreement. 2.1 Prices. The Contractor agrees to charge for all products the prices listed in Exhibit B — Product List, attached hereto. Neither the prices of each product, the quality or the size of the items shall be changed by the Contractor without the written approval of the Director of Parks and Recreation Director or designee. 2.2 Additional Services/Products. The Contractor may request in writing to sell additional products at any time during the term of the Agreement. The County reserves the right to accept, or reject, those additional products at its sole discretion. Should the County accept those additional products, the accounting of those sales shall be subject to the same terms and conditions and commission structure as identified in Section 15. The Director of Parks and Recreation or Designee may authorize the Contractor to expand the products, provided such authorization is in writing. This Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in writing by the Parties, Page 1 of 13 #17-7053 Vending Machine Services in compliance with the County's Procurement Ordinance, as amended, and Procurement Procedures in effect at the time such services are authorized. 3. COMPENSATION. The Contractor shall pay the County monthly, thirty-six percent (36%) of all monthly gross revenues from all the vending machines proceeds, except for the machines vending twelve (12) ounces drinks. The Contractor shall pay the County monthly, forty-one percent (41%) of all monthly gross revenues from the all vending machines proceeds selling twelve (12) ounces drinks. The Contractor's monthly payment will be submitted to the Director of Parks and Recreation, or designee, along with a Statement of Gross Receipts. The revenue percentage shall remain firm for the initial term of this Agreement. Any requests for consideration of a percentage adjustment must be made prior to the Agreement anniversary date, in writing, to the Procurement Director for approval. Any requests for percentage adjustments may be approved based upon multiple factors.. the consumer price index (CPI) over the past twelve (12) months, market conditions and rate, budget availability and Program Manager/Director's approval, or a combination thereof. 4. SALES TAX. Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. Collier County, Florida as a political subdivision of the State of Florida, is exempt from the payment of Florida sales tax to its vendors under Chapter 212, Florida Statutes, Certificate of Exemption # 85-8015966531C-2. 5. NOTICES. All notices from the County to the Contractor shall be deemed duly served if mailed or faxed to the Contractor at the following address: Complete Vending, Inc. 3504 Magenta Ct. Naples, FL 34112 Email: comviletevendinaincaol-com Attention: Raymond Scarcella Telephone: 239-877-6040 All Notices from the Contractor to the County shall be deemed duly served if mailed or faxed to the County to: Collier County Government Center Collier County Park and Recreation Division 15000 Livingston Road Naples, Florida 34109 Attention: Barry Williams, Division Director, Parks & Recreation Telephone: 239-252-4035 Facsimile: 239-252-6519 The Contractor and the County may change the above mailing address at any time upon giving the other party written notification. All notices under this Agreement must be in writing. Page 2 of 13 #17-7053 Vending Machine Services 6. NO PARTNERSHIP. Nothing herein contained shall create or be construed as creating a partnership between the County and the Contractor or to constitute the Contractor as an agent of the County. 7. PERMITS: LICENSES: TAXES. In compliance with Section 218.80, F.S., all permits necessary for the prosecution of the Work shall be obtained by the Contractor. The County will not be obligated to pay for any permits obtained by Subcontractors/Subconsultants. Payment for all such permits issued by the County shall be processed internally by the County. All non -County permits necessary for the prosecution of the Work shall be procured and paid for by the Contractor. The Contractor shall also be solely responsible for payment of any and all taxes levied on the Contractor. In addition, the Contractor shall comply with all rules, regulations and laws of Collier County, the State of Florida, or the U. S. Government now in force or hereafter adopted. The Contractor agrees to comply with all laws governing the responsibility of an employer with respect to persons employed by the Contractor. 8. NO IMPROPER USE. The Contractor will not use, nor suffer or permit any person to use in any manner whatsoever, County facilities for any improper, immoral or offensive purpose, or for any purpose in violation of any federal, state, county or municipal ordinance, rule, order or regulation, or of any governmental rule or regulation now in effect or hereafter enacted or adopted. In the event of such violation by the Contractor or if the County or its authorized representative shall deem any conduct on the part of the Contractor to be objectionable or improper, the County shall have the right to suspend the Agreement of the Contractor. Should the Contractor fail to correct any such violation, conduct, or practice to the satisfaction of the County within twenty-four (24) hours after receiving notice of such violation, conduct, or practice, such suspension to continue until the violation is cured. The Contractor further agrees not to commence operation during the suspension period until the violation has been corrected to the satisfaction of the County. 9. TERMINATION. Should the Contractor be found to have failed to perform the services in a manner satisfactory to the County as per this Agreement, the County may terminate said Agreement for cause, further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be sole judge of non- performance. In the event that the County terminates this Agreement, Contractor's recovery against the County shall be limited to that portion of the Agreement Amount earned through the date of termination. The Contractor shall not be entitled to any other or further recovery against the County, including, but not limited to, any damages or any anticipated profit on portions of the services not performed. 10. REMOVAL OF PROPERTY. Upon expiration of the term specified in Article 1, if the Contractor has made full payment under this Agreement, and has fully complied with the terms of this Agreement, Contractor may remove personal property from the County premises and shall do so within fifteen (15) days following the expiration of this Agreement, provided such personal property must be removed without damage to the Page 3 of 13 #17-7053 Vending Machine Services premises. On Contractor's failure to do so, the County may cause same to be removed and stored at the cost and expense of the Contractor, and the County shall have a continuing lien thereon in the amount of the cost and expense of such removal and storage until paid, and County may sell such personal property and reimburse itself for such costs and expense, plus all expenses of the sale. 11. NO DISCRIMINATION. The Contractor agrees that there shall be no discrimination as to race, sex, color, creed or national origin. 12. INSURANCE. The Contractor shall provide insurance as follows: A. Commercial General Liability: Coverage shall have minimum limits of $1,000,000 Per Occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. B. Business Auto Liability: Coverage shall have minimum limits of $500,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include: Owned Vehicles, Hired and Non -Owned Vehicles and Employee Non -Ownership. C. Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of $100,000 for each accident. Special Requirements: Collier County Government shall be listed as the Certificate Holder and included as an Additional Insured on the Comprehensive General Liability Policy. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. The Contractor shall provide County with certificates of insurance meeting the required insurance provisions. Renewal certificates shall be sent to the County ten (10) days prior to any expiration date. Coverage afforded under the policies will not be canceled or allowed to expire until the greater of: ten (10) days prior written notice, or in accordance with policy provisions. Contractor shall also notify County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non -renewal or material change in coverage or limits received by Consultant from its insurer, and nothing contained herein shall relieve Contractor of this requirement to provide notice. Contractor shall ensure that all subcontractors comply with the same insurance requirements that the Contractor is required to meet. 13. INDEMNIFICATION. To the maximum extent permitted by Florida law, the Contractor shall indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, whether resulting from any claimed breach of this Page 4 of 13 #17-7053 Vending Machine Services Agreement by Contractor, any statutory or regulatory violations, or from personal injury, property damage, direct or consequential damages, or economic loss, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor or anyone employed or utilized by the Contractor in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 13.1 The duty to defend under this Article 13 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Contractor, County and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to Contractor. Contractor's obligation to indemnify and defend under this Article 13 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the County or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 14. DEFAULT IN PAYMENT. The monthly Statement of Gross Receipts, the payments computed on that amount, must be submitted to the County through the Director of Parks and Recreation or Designee, by the fifteenth (15th) of each month. In the event the Contractor fails to remit the County the monthly gross sales revenue within five (5) days of such due date, there shall be a late charge of ten percent (10%) per day added to the fees due. The County has no duty to notify the Contractor of its failure to remit any such payment or report. 15. FINANCIAL REVIEW, RECORDS, AUDIT. The Contractor agrees to establish and maintain such records as now exist and may hereafter be prescribed by the County in the future to provide evidence that all terms of this Agreement have been and are being observed. The Contractor grants to the County the right and authority to audit all records, documents, and books pertaining to the Contractor's services to the County. Such audit will be conducted at locations and at a frequency determined by the County and communicated to the Contractor. The Contractor agrees to provide materials for the audit at the place designated by the County within three (3) business days after the County's notice to do so is received by Contractor, all at no cost to the County. 16. AGREEMENT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Parks and Recreation Division. 17. CONFLICT OF INTEREST. Contractor represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. Contractor further represents that no persons having any such interest shall be employed to perform those services. 18. COMPONENT PARTS OF THIS AGREEMENT. This Agreement consists of the following component parts, all of which are as fully a part of the Agreement as if herein Page 5 of 13 #17-7053 Vending Machine Services set out verbatim: Contractor's Proposal, Insurance Certificate(s), ITB #17-7053, Exhibit A - Scope of Work, and Exhibit B — Product List. 19. SUBJECT TO APPROPRIATION. It is further understood and agreed by and between the parties herein that this Agreement is subject to appropriation by the Board of County Commissioners. 20. 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, Collier County Ethics Ordinance No. 2004-05, as amended, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any Agreement held by the individual and/or firm for cause. 21. COMPLIANCE WITH LAWS. By executing and entering into this Agreement, the Contractor is formally acknowledging without exception or stipulation that it agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to this Agreement, including but not limited to those dealing with the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended; taxation, workers' compensation, equal employment and safety (including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes, and the Florida Public Records Law Chapter 119, including specifically those contractual requirements at F.S. § 119.0701(2)(a) -(b) as stated as follows: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE 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 Page 6 of 13 #17-7053 Vending Machine Services copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify the County in writing. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this Agreement and the County shall have the discretion to unilaterally terminate this Agreement immediately. 22. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County encourages and agrees to the successful proposer extending the pricing, terms and conditions of this solicitation or resultant Agreement to other governmental entities at the discretion of the successful proposer. 23. AGREEMENT TERMS. If any portion of this Agreement is held to be void, invalid, or otherwise unenforceable, in whole or in part, the remaining portion of this Agreement shall remain in effect. 24. ADDITIONAL ITEMS/SERVICES. Additional items and/or services may be added to this Agreement in compliance with the Procurement Ordinance, as amended, and Procurement Procedures. 25. DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of Contractor with full decision-making authority and by County's staff person who would make the presentation of any settlement reached during negotiations to County for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed-upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of Contractor with full decision-making authority and by County's staff person who would make the presentation of any settlement reached at mediation to County's board for approval. Should either party fail to submit to mediation Page 7 of 13 #17-7053 Vending Machine Services as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat. 26. VENUE. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. 27. AGREEMENT STAFFING. The Contractor's personnel and management to be utilized for this Agreement shall be knowledgeable in their areas of expertise. The County reserves the right to perform investigations as may be deemed necessary to ensure that competent persons will be utilized in the performance of the Agreement. The Contractor's shall assign as many people as necessary to complete required services on a timely basis, and each person assigned shall be available for an amount of time adequate to meet the required service delivery dates. 28. ORDER OF PRECEDENCE. In the event of any conflict between or among the terms of any of the Contract Documents, the terms of the ITB, the Contractor's Proposal, and/or the County's Board approved Executive Summary, this Agreement shall take precedence. 29. ASSIGNMENT. Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of the County. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the County's consent, shall be void. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward the County. 30. SECURITY. The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them 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. Page 8 of 13 #17-7053 Vending Machine Services IN WITNESS WHEREOF, the parties hereto, have each, respectively, by an authorized person or agent, have executed this Agreement on the date and year first written above. ATTEST: Dwight E. Brock, Clerk of Courts Dated - (SEAL) Z2� aness BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA an Penny Taylor, Chairman Complete Vending, Inc. Cont r ctor By: Sign tur TT pe/print v�'itness name T TType/print signature and titleT SecorldWitness ,AI -I�Vv-1 (-A,f'j lGti'Gv 'Type/print witness na e' Approved as to Form and Legality: Assistant County Attorney Print Name Page 9 of 13 #17-7053 Vending Machine Services Exhibit A — Scope of Work The Collier County Parks and Recreation Division is seeking for the Contractor to install and operate automatic dispensing machines throughout County park facilities. This Agreement will be available to all County Divisions. Facilities, Equipment, Merchandise It is the intent of the County to provide a high-quality product in a size that is consistent with products vending elsewhere in the vicinity. The facilities that the County will furnish shall include the space required for setting up the machines and all utilities necessary for their automatic operation. The Contractor shall furnish, install, equip, maintain, and operate machines for the purpose of automatically vending merchandise dispensed in approved containers and/or wrappings to the general public at the locations listed on Schedule A, in the ITB #17-7053 (or additional locations as approved by the Parks and Recreation Director or designee). Vending machines that accept dollar bills and/or credit cards are preferred. All machines shall be furnished new, and all machines shall be refinished or refurbished as often as may be required or no less than once every twelve (12) months. The cost of furnishing, servicing, and maintaining all machines, together with all merchandise and other required materials or supplies in connection with such operation, except for water and electricity, shall be borne by the Contractor. Vending machines shall be maintained in a safe and sanitary condition at all times. Each vending machine shall contain only one (1) type of merchandise and any combinations of types of merchandise in any one (1) machine is prohibited. Separate machines can be provided for: a) Healthy options b) Candy; cookies; gum; mints; chips; crackers; c) Hot beverage; d) Cold beverage; e) Other items as approved by the Parks & Recreation Division Director or designee. All machine products are to show an expiration date on each package, and the Contractor shall be responsible for stock rotation. No products are permitted to be sold beyond the expiration date. The Contractor shall exchange outdated, spoiled, and/or damaged products promptly at no charge. The contractor shall furnish, install, maintain, service, repair and/or replace, and stock the vending machines. The vending machines shall remain the property of the contractor, and the contractor must remove all machines upon expiration/termination/cancellation of the contract. All candy, cookies, gum, chips, etc., are to be standard pre-packaged vending machine products. Bottled water and soft drinks, including fruit juice or iced tea, shall consist of nationally advertised brands only, in twelve (12) ounce cans or plastic bottles not less than ten (10) ounces. Cans must have opening containers in which the tab remains affixed to the container when opened. No removable pull tabs are permitted to be used. All vending machines shall have counters. The transaction counters must be such that a cumulative reading of all transactions and money collected in maintained for each vending machine in which all products are sold. The Contractor shall agree to provide refunds to patrons who lose monies in the Page 10 of 13 #17-7053 Vending Machine Services vending machine as per procedures of Parks and Recreation and other divisions that utilize this service. If requested by the County, the contractor shall remove and/or replace any vending machines which, in the opinion of the County, have deteriorated to where the machine is not mechanically able to provide reliable service, or where in the opinion of the County, the exterior of the machine has so deteriorated as to the esthetic appearance that it detracts from the decor. Additionally, the contract shall remove and/or add vending machines under circumstances deemed warranted by the County, including repeat vandalism. Product List The Contractor agrees to offer all products in Exhibit B — Product List, which includes a list of products to be dispensed, including sizes, brand names (if applicable), and prices to be charged. Prices submitted for each product shall be considered as the price to be charged for each item. Neither the prices of each product, the quality or the size of the items shall be changed by the Contractor without the written approval of the Director of Parks and Recreation Director or designee. Safe and Sanitary Operation It shall be the Contractor's responsibility to maintain all machines in first class operating condition with respect to cleanliness and mechanical/electrical operations and to correct any defects or problems relative to the vending machines which may prove hazardous or detrimental to the health and safety of the public. It shall further be the Contractor's responsibility to act immediately upon notification of any safety violation or hazardous condition and correct the violation or hazard within twelve (12) hours of notification. The County reserves the right to disconnect any machine from its power source which, in its opinion, represents a safety or health violation or hazard until the necessary corrections are made. Additions, Removals, and Relocations The Contractor shall have the right to install machines in new locations, under the same terms and conditions, but only with the approval of and at the discretion of the Parks & Recreation Director and other divisions or their designee. The County reserves the right to allow other concessions and Contractors to operate under the designated premises as may be approved by the Parks & Recreation Director and other divisions or their designee. The County reserves the right to require the Contractor to remove or relocate any vending machine in any location of the County with thirty (30) days notice. Special Event Collier County may require the Contractor to provide additional machines to be temporarily installed at certain County locations when special events are scheduled that would, in the opinion of the Parks and Recreation Director, require the provision of facilities and/or merchandise listed under the provisions of this contract. Page 11 of 13 #17-7053 Vending Machine Services The Contractor shall receive at least thirty (30) days notice of any special event requiring this additional equipment. Signs Advertising signs shall not be displayed except for identification signs that have been approved by the Director of the Parks and Recreation and other divisions or their designee. Each machine shall be equipped with a sign or decal, prominently placed in the front of the machine, displaying the Contractor's company name and telephone number. Vandalism The County assumes no responsibility for protection of such machines against injury or damage or the unauthorized removal of such machines or any parts thereof, or any of the contents thereof. Page 12 of 13 #17-7053 Vending Machine Services Exhibit B — Schedule B Product List (Following this page) Page 13 of 13 #17-7053 Vending Machine Services Schedule B List of Products ;Bidders shall complete the information requested below and submit as part of their bid. Place specify the products to be dispensed, size, brand names (if applicable), and prices to be charged for each item. Product Name Brand name Size Price Lays Potato chips Frito Lay loz $1.00 Ruffles Frito Lay loz $1.00 Doritos Frito Lay loz $1.00 ,Cheetos Regular & Hot Frito Lay loz $1.00 Fritos Frito Lay loz $1.00 *Smart Food Popcorn* Frito Lay loz $1.00 Isunchips Frito Lay loz $1.00 I munchies Cheese mix Frito Lay loz $1.25 JTGIF cheddar&bacon skins Fridays loz $-LO-O *Pretzels* Snyders loz $1.00 Gold Fish Crackers Pepperidge Farm loz $1,00 Combos Pizza or Cracker&Cheese Combos 10Z $1.25 *Chex Mix Original Flavor* General Mills 1.2oz $1.00 Cheeze-Its Sunshine 1.5oz $1.00 *Veggie Chips* Sensable Portions 10Z $1.00 Plantain Chips Lemon LuLu 1.2oz $1.00 Pork skins Southern Recipe loz $1.25 Salsitas Salsa Tortilla Chips El Sabraso 1.5oz $1.25 Grandmas Vanilla Minis Frito Lay 2.Ooz $1.25 Famous Amous Chocolate Chip Famous Amous 2.Ooz $1.25 Sugar Wafers Keebler 2.75oz $1.25 Oreo 6pk Cookie Nabisco 1.8oz $1.25 Lorna Doone Nabisco 1.5oz $1.25 Poptarts Chocolate&Strawberry Kelloggs 2pk $1.25 Vanilla Nekot Lance Crackers 1.5oz $1.00 Chocolate Nekot Lance Crackers 1.5oz $1.00 Peanut Butter Nekot Lance Crackers 1.5oz $1.00 Captain Wafer Cheese Cracker Lance Crackers 1.3oz $1.00 Captain Wafer sour Cream Cracker Lance Crackers 1.3oz $1.00 Toasty Peanut Butter Lance Crackers 1.3oz $1.00 Rice Krispie Treats Kellogs 10Z $1.00 *Sweet & Salty Nut Mix* Kars 2oz $1.00 *Salted Peanuts* Planters 2oz $1.25 Honey Roasted Peanuts Planters 2oz $1.25 Snickers Mars 2oz $1.50 3 Musketeers Mars 1.9oz $1.50 Twix Mars 1.80z $1.50 Kit Kat Mars 1.8oz $1.50 Reeses PB Cup Mars 12oz $1.50 M&M's Plain,Peanut,PeanutButl IMars ---11.7oz $1.50 Schedule B List of Products Bidders shall complete the information requested below and submit as part of their bid. Place specify the ers roducts to be dispensed, size, brand names (if applicable), and prices to be charged for each item. s to products 1Product Name Brand name Size Price Fruit By The Foot Betty Crocker loz $1.00- I Ring Pop Ring Pop loz $1.00 ISkittles Wrigley Co. 1.7oz $1.50 IStarBurst Wrigley Co. 1.7oz $1.50 I Fruit Snacks Welches 2.25oz $1.50 jAirHead Bites Willy Wonka 2oz $1.50 I Sweetart Bites Willy Wonka 2oz $1.50 I Neon Gummi sour worms Squirms 2oz $1.50 Watermelon Sour Gummi Squirms 2oz $1.50 *Fiber One* General mills 10z $1.00 *Oat & Fiber* General mills loz $1.00 Trail Mix Bar General mills loz $1.00 Clif Bar Clif 2oz $2.25 Pure Protien Pure Protien 2oz $2.25 Big Texas Clover Hill 4oz $1.50 Honey Bun Duchess 3oz $1.50 Cupcakes Freshleys 4oz $1.50 Honey BBQ Frito Twist Frito Lay 20Z $1.50 Jalepeno Cheetos Frito Lay 2oz $1.50 Ranch Fritos Frito Lay 2oz $1.50 Peanut Bar Lance 2.2oz $1.00 Bear Claws Variety Clover Hill 4oz $1.50 Chesters Hot Fries Frito Lay 2oz $1.00 All snacks are priced according to wholesale pricing. They may flucuate. * items with this symbol* *Are "Healthier Options" Will be used in all locations* Schedule B List of Products Bidders shall complete the information requested below and submit as part of their bid. Place specify the products to be dispensed, size, brand names (if applicable), and prices to be charged for each item. Product Name Brand name Size Price Coca-Cola Classic Coke 12oz can $0.75 Diet Coke Coke 12oz can $0.75 Sprite Coke 12oz can $0.75 Coke Zero Coke 12oz can $0.75 Barqs Rootbeer Coke 12oz can $0.75 Fuze Iced Tea Coke 12oz can $0.75 Fanta Orange Coke 12oz can $0.75 Fanta Grape Coke 12oz can $0.75 Pepsi Pepsi 12oz can $1.00 Diet Pepsi Pepsi 12oz can $1.00 Dr. Pepper Pepsi 12oz can $1.00 Sierra Mist Pepsi 12oz can $1.00 Brisk Iced Tea Pepsi 12oz can $1.00 Dr. Pepper Pepsi 12oz can $1.00 Diet Dr. Pepper Pepsi 12oz can $1.00 Orange Crush Pepsi 12oz can $1.00 Pepsi Pepsi 20oz bottle $1.50 Diet Pepsi Pepsi 20oz bottle $1.50 Mountain Dew Pepsi 20oz bottle $1.50 Dr.Pepper Pepsi 20oz bottle $1.50 Sierra Mist Pepsi 20oz bottle $1.50 Lipton Peach Iced Tea Pepsi 20oz bottle $1.50 Aqua Fina Water Pepsi 20oz bottle $1.50 Fruit Punch Gatorade 20oz bottle $1.50 Lemon Lime Gatorade 20oz bottle $1.50 Orange Gatorade 20oz bottle $1.50 Cool Blue Gatorade 20oz bottle $1.50 G2 Grape Gatorade 20oz bottle $1.50 G2 Fruit Punch Gatorade 20oz bottle $1.50 Water Zephyrhills 20oz bottle 1.50 Red Bull 'Red Bull $2.50 Monster $2.50 *Energy Drinks will not be for sale in any machines that are accessible to Children under 18yrs of age. . ..... .. Schedule B List of Products Bidders shall complete t1he information requested below and submit as part of their bid. Place specify the products to be dispensed, size, brand names (if applicable), and prices to be charged for each item. Product Name Brand name Size Price Healthier Options used by location request Pure Protien $2.00 Clif Bar $2.25 Kind Bar $2.25 Zone Bar $2.00 Popcorners $1.50 Baked Lays Products 2oz bag $1.50 Pirates Booty White Cheddar Corn loz bag $1.25 Belvita Cookies 3oz bag $1.25 Coconut water 11.5oz can $2.00 coconut aloe water 11.5oz can $2.00 Apple Juice 16oz bottle $2.00 Orange Juice 16oz bottle $2.00 Mango Juice 11.5oz can $1.25 Guava Juice 11.5oz can $1.25 Strawberry Banana Juice 11.5oz can $1.25 Other options available upon request*