Loading...
Agenda 11/14/2017 Item #16D 811/14/2017 EXECUTIVE SUMMARY Recommendation to award Bid #17-7195 Purchase and Installation of Bus Wraps to Bella Signs and Designs, Inc. OBJECTIVE: To purchase and install bus wraps and decals for the transit buses and paratransit vehicles. CONSIDERATIONS: On August 17, 2017, the Procurement Division sent out 514 notices for the “Purchase and Installation of Bus Wraps.” The Invitation to Bid (ITB) #17 -7195 was specifically for the purchase and installation of the existing designed wrap on the buses and decals on the paratransit vehicles. The County has ownership (copyright and title) of the current wrap design, having unlimited, indefinite, and royalty-free use of the design upon payment of all fees to provide the design. The County received three (3) bids on September 27, 2017. Upon reviewing the bids, staff determined all were responsive. Staff recommends awarding the ITB #17-7195 to the lowest, qualified, and responsive bidder (Bella Signs and Designs, Inc.) based on the total base bid. The price also includes a five-year (5) warranty. The ITB #17-7195, bid tabulation summary, and vendor’s proposal are attached. A Purchase Order, with the County’s standards terms and conditions, will be issued for this award. The award is for three (3) years with two (2) one (1) year renewal options, and prices shall remain firm for the initial term of the award. Description Bella Signs and Designs, Inc. ABC Bus, Inc. Tigo, Inc. dba Expose Yourself USA Full Bus Wrap w/out windows/Full Bus Wrap w/out windows (Remove old vinyl) 30’ Bus $4,250.00/$4,550.00 $4,903.00/$5,673.60 $5,650.00/$7,050.00 35’ Bus $4,795.00/$5,095.00 $5,315.00/$6,085.00 $6,400.00/$7,900.00 40’ Bus $5,150.00/$5,450.00 $5,793.00/$6,563.00 $7,100.00/$8,700.00 22-28’ Paratransit Bus $695.00/$895.00 $4,180.00/$4,950.00 $4,800.00/$5,700.00 Decals on Paratransit Buses 23-24-foot Cutaway Bus $1,095.00 $2,365.00 $4,500.00 Wrap Repair, with removal and installation Panel Size 10’x5’ $630.00 $687.00 $600.00 Whole Front $675.00 $727.00 $600.00 Whole Back $573.00 $1,195.00 $1,000.00 Whole Driver Side 30’ $1,755.00 $1,674.00 $2,800.00 Whole Driver Side 35’ $2,050.00 $1,952.00 $3,200.00 Whole Driver Side 40’ $2,340.00 $2,351.00 $3,500.00 Whole Passenger/Door Side 30’ $2,270.00 $1,794.00 $2,800.00 Whole Passenger/Door Side 35’ $2,646.00 $2,072.00 $3,200.00 Whole Passenger/Door Side 40’ $3,024.00 $2,471.00 $3,500.00 TOTAL BASE BID: $47,938.00 $60,750.00 $79,000.00 16.D.8 Packet Pg. 1044 11/14/2017 FISCAL IMPACT: Historically, Federal Transit Administration (FTA) grant funds have been used for the purchase and installation of bus wraps as new buses are purchased. Currently, FTA funding in the amount of $36,250 has been appropriated in the FTA 5307 FY15 Grant in Fund (424) Project 33441 for the purchase and installation of bus wraps. Orders for service will be in the form of a standard County Purchase Order and will not exceed available budget. Funding for additional bus wraps will be appropriated as needed and as additional grant funds become available. LEGAL CONSIDERATIONS: This item is approved as to form and legality, and requires majority vote for Board approval. -SRT GROWTH MANAGEMENT IMPACT: There is no Growth Management impact. RECOMMENDATION: To approve and authorize the Board Award Bid #17-7195 Purchase and Installation of Bus Wraps to Bella Signs and Designs, Inc. Services will be initiated through the issuance of a standard County Purchase Order establishing the terms and conditions of this procurement. Prepared By: Yousi Cardeso, Operations Analyst, Public Transit & Neighborhood Enhancement Division ATTACHMENT(S) 1. 17-7195 Bid Tab (PDF) 2. 17-7195 Solicitation (PDF) 3. 17-7195 Bella Signs Proposal (PDF) 4. 17-7195 NORA (PDF) 16.D.8 Packet Pg. 1045 11/14/2017 COLLIER COUNTY Board of County Commissioners Item Number: 16.D.8 Doc ID: 3916 Item Summary: Recommendation to award Bid #17-7195 Purchase and Installation of Bus Wraps to Bella Signs and Designs, Inc. Meeting Date: 11/14/2017 Prepared by: Title: Operations Analyst – Public Transit & Neighborhood Enhancement Name: Yousi Cardeso 10/10/2017 3:45 PM Submitted by: Title: Division Director - Pub Tran & Nbrhd Enh – Public Transit & Neighborhood Enhancement Name: Michelle Arnold 10/10/2017 3:45 PM Approved By: Review: Public Transit & Neighborhood Enhancement Matthew Liveringhouse Additional Reviewer Completed 10/10/2017 3:48 PM Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 10/11/2017 8:27 AM Public Transit & Neighborhood Enhancement Michelle Arnold Additional Reviewer Completed 10/11/2017 4:01 PM Public Transit & Neighborhood Enhancement Caroline Soto Additional Reviewer Completed 10/11/2017 4:11 PM Procurement Services Ted Coyman Additional Reviewer Completed 10/18/2017 4:08 PM Procurement Services Brenda Brilhart Additional Reviewer Completed 10/19/2017 11:08 AM Procurement Services Swainson Hall Additional Reviewer Completed 10/20/2017 10:49 AM Operations & Veteran Services Sean Callahan Additional Reviewer Completed 10/23/2017 8:13 AM Procurement Services Sandra Herrera Additional Reviewer Completed 10/23/2017 1:33 PM Public Services Department Joshua Hammond Level 1 Division Reviewer Completed 10/23/2017 4:19 PM Public Services Department Steve Carnell Level 2 Division Administrator Review Completed 10/25/2017 11:35 AM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 10/26/2017 11:15 AM Grants Kimberly Lingar Additional Reviewer Completed 10/26/2017 1:44 PM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 10/26/2017 2:10 PM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 10/26/2017 3:19 PM Grants Therese Stanley Additional Reviewer Completed 10/27/2017 3:53 PM County Manager's Office Leo E. Ochs Level 4 County Manager Review Completed 11/01/2017 2:44 PM 16.D.8 Packet Pg. 1046 11/14/2017 Board of County Commissioners MaryJo Brock Meeting Pending 11/14/2017 9:00 AM 16.D.8 Packet Pg. 1047 PM: Yousi Cardeso PS: Brenda Brilhart ITB 17-7195 Purchase and Installation of Bus Wraps Notices: 512 Pkgs Downloaded: 25 Bids: 3 ABC Bus, Inc. Description Quantity Notes Unit Price Notes Unit Price Notes Unit Price A) Full trolley bus wrap without windows on a new bus, with installation Material: 3MIJ3555, 3M180C-10 or equal to superior quality. 1 30-foot Gillig 1 4,250.00$ 4,903.00$ 5,650.00$ 2 35-foot Gillig 1 4,795.00$ 5,315.00$ 6,400.00$ 3 40-foot Gillig 1 5,150.00$ 5,793.00$ 7,100.00$ 4 22 - 28 foot Paratransit Bus 1 695.00$ 4,180.00$ 4,800.00$ Specify Material Used 3M 180C-10 Printed 3M-180C-10 with 8518 gloss laminate 3Mij180CV3 Warranty Period: 1 Year Installation/5 year Product 7 Years 5 Years B) Full trolley bus wrap without windows with removal of old vinyl and new installation 5 30-foot Gillig 1 4,550.00$ 5,673.00$ 7,050.00$ 6 35-foot Gillig 1 5,095.00$ 6,085.00$ 7,900.00$ 7 40-foot Gillig 1 5,450.00$ 6,563.00$ 8,700.00$ 8 22 - 28 foot Paratransit Bus 1 895.00$ 4,950.00$ 5,700.00$ Specify Material Used 3M 180C-10 Printed 3M-180C-10 with 8518 gloss laminate 3Mij180CV3 Warranty Period: 1 Year Installation/5 year Product 7 Years 5 Years C) Trolley Decals for a new paratransit bus, with installation Material: 3MIJ3555, 3M180C-10 or equal to superior quality. 9 23-24 foot Cutaway Bus 1 1,095.00$ 2,365.00$ 4,500.00$ Specify Material Used 3M 180C-10 Printed 3M-180C-10 with 8518 gloss laminate 3Mij180CV3 Warranty Period: 1 Year Installation/5 year Product 7 Years 5 Years C) Wrap repair, with removal and installation 10 Panel size 10' x 5' for Gillig bus 1 630.00$ 687.00$ 600.00$ 11 Panel size 35 ft 1 11a Panel size 40 ft 1 12 Whole Front of the bus 1 675.00$ 727.00$ 600.00$ 13 Whole Back of the bus 1 573.00$ 1,195.00$ 1,000.00$ 14a Whole driver side of bus for 30' Gillig 1 1,755.00$ 1,674.00$ 2,800.00$ 14b Whole driver side of bus for 35' Gillig 1 2,050.00$ 1,952.00$ 3,200.00$ 14c Whole driver side of bus for 40' Gillig 1 2,340.00$ 2,351.00$ 3,500.00$ 15a Whole passenger/door side of bus 30' Gillig 1 2,270.00$ 1,794.00$ 2,800.00$ 15b Whole passenger/door side of bus 35' Gillig 1 2,646.00$ 2,072.00$ 3,200.00$ 15c Whole passenger/door side of bus 40' Gillig 1 3,024.00$ 2,471.00$ 3,500.00$ Specify Material Used 3M 180C-10 3Mij180CV3 Warranty Period: 1 Year Installation/5 year Product 5 Years TOTAL BASE BID 47,938.00$ 60,750.00$ 79,000.00$ Required Bid Forms:Yes/No Yes/No -Form 2: Vendor Checklist Yes Yes Yes/No -Form 3: Conflict of Interest Yes Yes Yes -Form 4: Vendor Declaration Statement Yes Yes Yes -Form 5: Immigration Affidavit Certification & MOU or Profile Page Yes/Yes Yes/Yes Yes/No? -Form: W-9 Yes Yes Yes -Form 7: Insurance Requirements Yes Yes Yes -Form 8: Reference Questionnaire Difficulty pre-hurricane getting responses No 2 No Grant Requirements: -Debarment / Suspension Yes Yes -Lobbying Yes Yes Yes -Anticipated DBE MBE Yes Yes Yes -Bid Opportunities List Yes Yes Yes -Acknowledgement o grant Terms and Conditions Yes Brenda Brilhart, Procurement Strategist 9/27/2017 Viviana Giarimoustas, Witness Tigo, Inc. dba Expose Yourself USABella Signs and Designs, Inc. For all vinyl, material must be 3MIJ3555, 3M180C-10 or equal to superior quality. Installer must be 3M certified Prices are all inclusive, including shipping 16.D.8.a Packet Pg. 1048 Attachment: 17-7195 Bid Tab (3916 : 17-7195 Bus Wrap Bid Award) COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS INVITATION TO BID (ITB) FOR PURCHASE AND INSTALLATION OF BUS WRAPS GRANT FUNDED SOLICITATION NO.: 17-7195 BRENDA BRILHART, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8446 brendabrilhart@colliergov.net (Email) This proposal solicitation document is prepared in a Microsoft Word format (Rev 8/2/2017). Any alterations to this document made by the Vendor may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. 16.D.8.b Packet Pg. 1049 Attachment: 17-7195 Solicitation (3916 : 17-7195 Bus Wrap Bid Award) ITB #17-7195 Purchase and Installation of Bus Wraps 2 TABLE OF CONTENTS ITEM DESCRIPTION ...................................................................................................................................................... 1. Introduction 2. Background 3. Term of Contract 4. Award Criteria General Bid Instructions 5. Purpose/Objective 6. Pricing 7. Alternate Bid Pricing 8. Equal Product 9. Discount 10. Addenda 11. Bid Submission 12. Questions 13. Protests 14. Immigration Affidavit Certification 15. Lobbying 16. Certificate of Authority to Conduct Business in the State of Florida (Florida Statute 607.1501) 17. General Information 18. Bid Award Process 19. Reserved Rights 20. Collier County Purchase Order Terms and Conditions Additional Terms and Conditions 21. Insurance and Bonding Requirements 22. Additional items and/or Service 23. Vendor Performance Evaluation 24. Additional Terms and Conditions of Contract 25. Public Records Compliance 26. Payment Method 27. Environmental Health and Safety 28. Licenses 29. Survivability 30. Relation of County 31. Termination 32. Public Entity Crime 33. Security and Background Checks 34. Conflict of Interest 35. Prohibition of Gifts to County Employees 36. Deduction for Non-Performance 37. Offer Extended to Other Governmental Entities 38. Florida Wood Products 39. Standards of Conduct 40. Protection of Property 41. Collier County Information Technology Requirements 42. Maintenance of Traffic Policy 43. Debris 44. Direct Material Purchase 45. Grant Compliance 46. Equipment Attachments A: Scope of Services B: Required ITB Forms C: Grant Provisions D: Grant Forms E: Bid Schedule 16.D.8.b Packet Pg. 1050 Attachment: 17-7195 Solicitation (3916 : 17-7195 Bus Wrap Bid Award) ADDENDUM 1 Memorandum Date: August 17, 2017 From: Brenda Brilhart, Procurement Strategist To: Interested Bidders Subject: Addendum # 1 RFP 17-7195 – Purchase & Installation of Bus Wraps The following clarifications are issued as an addendum identifying the following change (s) for the referenced solicitation: ADD:  Bus Wrap Design  Para Transit Bus Photo If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. Email: brendabrilhart@colliergov.net Telephone: (239) 252-8446 16.D.8.b Packet Pg. 1051 Attachment: 17-7195 Solicitation (3916 : 17-7195 Bus Wrap Bid Award) ADDENDUM 2 Memorandum Date: August 17, 2017 From: Brenda Brilhart, Procurement Strategist To: Interested Bidders Subject: Addendum # 2 RFP 17-7195 – Purchase & Installation of Bus Wraps The following clarifications are issued as an addendum identifying the following change (s) for the referenced solicitation: ADD:  A non-mandatory site visit has been scheduled for August 29, 2017 at 9:00 am -- Meet Yousi Cardeso in the lobby of the CAT Transit facility at 8300 Radio Road, Naples, Florida 34104. If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. Email: brendabrilhart@colliergov.net Telephone: (239) 252-8446 16.D.8.b Packet Pg. 1052 Attachment: 17-7195 Solicitation (3916 : 17-7195 Bus Wrap Bid Award) ADDENDUM 3 Memorandum Date: August 24, 2017 From: Brenda Brilhart, Procurement Strategist To: Interested Bidders Subject: Addendum # 3 RFP 17-7195 – Purchase & Installation of Bus Wraps The following clarifications are issued as an addendum identifying the following change (s) for the referenced solicitation: ADD:  The material used on the current full wraps are 3M 180C. As for the time that it has been applied you can see on the attached spreadsheet for the Fixed route buses. For the paratransit vehicles is a complete new design and the current fleet has only decals. If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. Enc: 1 Email: brendabrilhart@colliergov.net Telephone: (239) 252-8446 16.D.8.b Packet Pg. 1053 Attachment: 17-7195 Solicitation (3916 : 17-7195 Bus Wrap Bid Award) Fixed Route Vehicles  Asset # Year Make Model Wrap Year Notes CC2‐240 2007 GILLIG 30' bus Jul‐17 CC2‐242 2007 GILLIG 30' bus Jul‐17 CC2‐241 2007 GILLIG 30' bus Jul‐17 CC2‐243 2007 GILLIG 30' bus Jul‐17 CC2‐497 2010 GILLIG 35' bus Jul‐17 CC2‐498 2010 GILLIG 35' bus Jul‐17 CC2‐499 2010 GILLIG 35' bus Jul‐17 CC2‐513 2010 GILLIG 35' bus CC2‐514 2010 GILLIG 35' bus Jun‐10 this bus has decals not a full wrap Jun‐10 this bus has decals not a full wrap CC2‐619 2012 GILLIG 35' bus Jul‐14 CC2‐620 2012 GILLIG 35' bus Jul‐14 CC2‐621 2012 GILLIG 35' bus Jul‐14 CC2‐659 2012 GILLIG 35' bus CC2‐660 2012 GILLIG 35' bus Dec‐12 this bus has decals not a full wrap Dec‐12 this bus has decals not a full wrap CC2‐799 2014 GILLIG 40' bus May‐14 CC2‐800 2014 GILLIG 40' bus May‐14 CC2‐1008 2015 GILLIG 40' bus Sep‐15 CC2‐1122 2016 FREIGHTLINER 30' bus Jul‐16 CC2‐1408 2017 GILLIG 35' bus Jun‐16 CC2‐1409 2017 GILLIG 35' bus Jun‐16 CC2‐1620 2017 GILLIG 30' bus new bus on order CC2‐1621 2017 GILLIG 30' bus new bus on order CC2‐1622 2017 GILLIG 30' bus new bus on order CC2‐1623 2017 GILLIG 30' bus new bus on order Collier Area Transit Vehicle Inventory 16.D.8.b Packet Pg. 1054 Attachment: 17-7195 Solicitation (3916 : 17-7195 Bus Wrap Bid Award) ADDENDUM 4 Memorandum Date: September 13, 2017 From: Brenda Brilhart, Procurement Strategist To: Interested Bidders Subject: Addendum # 4 RFP 17-7195 – Purchase & Installation of Bus Wraps This solicitation will now be due on Friday, September 22,2017 at 9:30 AM. Email: brendabrilhart@colliergov.net Telephone: (239) 252-8446 16.D.8.b Packet Pg. 1055 Attachment: 17-7195 Solicitation (3916 : 17-7195 Bus Wrap Bid Award) ADDENDUM 5 Memorandum Date: September 20, 2017 From: Brenda Brilhart, Procurement Strategist To: Interested Bidders Subject: Addendum # 5 RFP 17-7195 – Purchase & Installation of Bus Wraps CHANGE:  The attached bid schedule has been revised to add bus length and additional lines (10, 11 & 11a) for the wrap repair removal and installation for three bus sizes (30, 35 and 40 feet). If you require additional information, please post a question on the Online Bidding site or contact me using the above contact information. Email: brendabrilhart@colliergov.net Telephone: (239) 252-8446 16.D.8.b Packet Pg. 1056 Attachment: 17-7195 Solicitation (3916 : 17-7195 Bus Wrap Bid Award) PM:  Yousi CardesoPS:  Brenda BrilhartITB 17-7195Purchase and Installation of Bus WrapsDescription Notes Quantity Unit PriceA)  Full trolley bus wrap without windows on a new bus, with installationMaterial: 3MIJ3555, 3M180C‐10 or equal to superior quality.130‐foot Gillig1235‐foot Gillig1340‐foot Gillig 1422 ‐ 28 foot Paratransit Bus1Specify Material UsedWarranty Period: B)   Full trolley bus wrap without windows with removal of old vinyl and new installation530‐foot Gillig 1635‐foot Gillig 1740‐foot Gillig 1822 ‐ 28 foot Paratransit Bus 1Specify Material UsedWarranty Period: C)  Trolley Decals for a new paratransit bus, with installationMaterial: 3MIJ3555, 3M180C‐10 or equal to superior quality.923‐24 foot Cutaway Bus1Specify Material UsedWarranty Period: 10 Panel size  for 30 ft Gillig111 Panel size for 35 ft Gillig111a Panel size for 40 ft Gillig112 Whole Front of the bus 113 Whole Back of the bus 114 Whole driver side of bus 115 Whole passenger/door side of bus1Specify Material UsedWarranty Period: TOTAL BASE BID‐$                          Addendum #5 ChangeRequired Bid Forms:Yes/NoFor all vinyl, material must be 3MIJ3555, 3M180C‐10 or equal to superior quality.Installer must be 3M certifiedPrices are all inclusive, including shippingC)     Wrap repair, with removal and installation 16.D.8.bPacket Pg. 1057Attachment: 17-7195 Solicitation (3916 : 17-7195 Bus Wrap Bid Award) PM:  Yousi CardesoPS:  Brenda BrilhartITB 17-7195Purchase and Installation of Bus Wraps‐Form 2:  Vendor Checklist‐Form 3:  Conflict of Interest‐Form 4:  Vendor Declaration Statement‐Form 5:  Immigration Affidavit Certification & MOU or Profile Page‐Form:  W‐9‐Fomr 7:  Insurance Requirements‐Form 8:  Reference QuestionnaireGrant Requirements:‐Debarment / Suspension‐Lobbying‐Anticipated DBE MBE‐Bid Opportunities List‐Acknowledgement o fGrant Terms and ConditionsSignatureCompany Name16.D.8.bPacket Pg. 1058Attachment: 17-7195 Solicitation (3916 : 17-7195 Bus Wrap Bid Award) ADDENDUM 6 Memorandum Date: September 21, 2017 From: Brenda Brilhart, Procurement Strategist To: Interested Bidders Subject: Addendum # 6 RFP 17-7195 – Purchase & Installation of Bus Wraps CHANGE:  The due date for this solicitation has been extended until September 27, 2017 at 2:30 pm. If you require additional information, please post a question on the Online Bidding site or contact me using the above contact information. Email: brendabrilhart@colliergov.net Telephone: (239) 252-8446 16.D.8.b Packet Pg. 1059 Attachment: 17-7195 Solicitation (3916 : 17-7195 Bus Wrap Bid Award) ADDENDUM 7 Memorandum Date: September 21, 2017 From: Brenda Brilhart, Procurement Strategist To: Interested Bidders Subject: Addendum # 7 RFP 17-7195 – Purchase & Installation of Bus Wraps CHANGE:  The bid schedule has been revised to update line items 10-11a and 14-15. If you require additional information, please post a question on the Online Bidding site or contact me using the above contact information. Email: brendabrilhart@colliergov.net Telephone: (239) 252-8446 16.D.8.b Packet Pg. 1060 Attachment: 17-7195 Solicitation (3916 : 17-7195 Bus Wrap Bid Award) PM:  Yousi CardesoPS:  Brenda BrilhartITB 17-7195Purchase and Installation of Bus WrapsDescription Notes Quantity Unit PriceA)  Full trolley bus wrap without windows on a new bus, with installationMaterial: 3MIJ3555, 3M180C‐10 or equal to superior quality.130‐foot Gillig1235‐foot Gillig1340‐foot Gillig 1422 ‐ 28 foot Paratransit Bus1Specify Material UsedWarranty Period: B)   Full trolley bus wrap without windows with removal of old vinyl and new installation530‐foot Gillig 1635‐foot Gillig 1740‐foot Gillig 1822 ‐ 28 foot Paratransit Bus 1Specify Material UsedWarranty Period: C)  Trolley Decals for a new paratransit bus, with installationMaterial: 3MIJ3555, 3M180C‐10 or equal to superior quality.923‐24 foot Cutaway Bus1Specify Material UsedWarranty Period: 10 Panel size 10' x 5' for Gillig bus111 Panel size 35 ft111a Panel size 40 ft112 Whole Front of the bus 113 Whole Back of the bus 114 Whole driver side of bus for 30' Gillig1Whole driver side of bus for 35' Gillig1Whole driver side of bus for 40' Gillig115 Whole passenger/door side of bus 30' Gillig1Whole passenger/door side of bus 35' Gillig1Whole passenger/door side of bus 40' Gillig1Specify Material UsedWarranty Period: TOTAL BASE BID‐$                          Addendum ChangesC)     Wrap repair, with removal and installation 16.D.8.bPacket Pg. 1061Attachment: 17-7195 Solicitation (3916 : 17-7195 Bus Wrap Bid Award) PM:  Yousi CardesoPS:  Brenda BrilhartITB 17-7195Purchase and Installation of Bus WrapsRequired Bid Forms:Yes/No‐Form 2:  Vendor Checklist‐Form 3:  Conflict of Interest‐Form 4:  Vendor Declaration Statement‐Form 5:  Immigration Affidavit Certification & MOU or Profile Page‐Form:  W‐9‐Fomr 7:  Insurance Requirements‐Form 8:  Reference QuestionnaireGrant Requirements:‐Debarment / Suspension‐Lobbying‐Anticipated DBE MBE‐Bid Opportunities List‐Acknowledgement o fGrant Terms and ConditionsSignatureCompany NameFor all vinyl, material must be 3MIJ3555, 3M180C‐10 or equal to superior quality.Installer must be 3M certifiedPrices are all inclusive, including shipping16.D.8.bPacket Pg. 1062Attachment: 17-7195 Solicitation (3916 : 17-7195 Bus Wrap Bid Award) ITB #17-7195 Purchase and Installation of Bus Wraps 3 SOLICITATION PUBLIC NOTICE INVITATION TO BID (ITB) NUMBER: 17-7195 POSTING DATE: August 17, 2017 PROJECT TITLE: Purchase and Installation of Bus Wraps PRE-BID CONFERENCE: n/a BID OPENING DAY/DATE/TIME: September 14, 2017 at 2:30 PM PLACE OF BID OPENING: PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FL 34112 1. INTRODUCTION As requested by the Public Transit and Neighborhood Enhancement (PTNE) 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 bid submittals from interested and qualified vendors in accordance with the terms, conditions and specifications stated or attached. The vendor, at a minimum, must achieve the requirements of the Specificat ions or Scope of Work stated. The purpose of this Invitation to Bid is for the purchase and installation of a trolley like full bus wrap or decals on the b uses. Historically, County departments have spent approximately $25,000 on an average for the past three FY years; however, this may not be indicative of future buying patterns. 2. BACKGROUND Collier Area Transit (CAT) is soliciting for bids for full bus wrap services, which include furnishing and installing, for the fixed route and/or paratransit size buses. 3. TERM OF CONTRACT The contract term, if an award(s) is/are made is intended to be for three (3) years with two (2) one (1) year renewal options . Prices shall remain firm for the initial term of this contract. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. 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 go ods 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. 4. AWARD CRITERIA ITB award criteria are as follows: 4.1 The County’s Procurement Services Division reserves the right to clarify a vendor’s submittal prior to the award of the solicitation. 4.2 It is the intent of Collier County to award to the lowest, responsive and responsible vendor(s) that represents the best value to the County. 4.3 For the purposes of determining the winning bidder, the County will select the vendor with the lowest price as outlined below: • Award will be made to the lowest, responsive and responsible bidder. 4.4 Collier County reserves the right to select one, or more than one suppliers, award on a line item basis, establish a pool for quoting, or other options that represents the best value to the County; however, it is the intent to: • It is the intent of the County to award to one (1) vendor. 4.5 The County reserves the right to issue a formal contract or standard County Purchase Order for the award of this solicitation. 4.6 Provide with bid submittal, three (3) references (Form 8: Reference Questionnaire) for similar scope of work within the past five (5) years. 16.D.8.b Packet Pg. 1063 Attachment: 17-7195 Solicitation (3916 : 17-7195 Bus Wrap Bid Award) ITB #17-7195 Purchase and Installation of Bus Wraps 4 GENERAL BID INSTRUCTIONS 5. PURPOSE/OBJECTIVE As requested by the Collier County departments or divisions identified, 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 forms furnished by the County noted in Attachments of this ITB. Bids may not be considered unless Bid forms are properly executed. 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 subm itted as being rejected as non-responsive. 6. 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 Co mmissioners, prices may only be adjusted as outlined. 7. ALTERNATE BID PRICING In the event that alternate pricing is requested, it is an expressed requirement of the bid to provide pricing for all altern ates as listed. The omission of a response or a no-bid or lack of a submitted price may be the basis for the rejection of the submitted bid response. All bids responses received without pricing for all alternates as listed may be considered technically non- responsive and will not be considered for award. 8. 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 by the County 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, the vendor must contact the Procurement Services Division for instructions on submittal. The County shall be sole judge of equality or similarity, and its decision shall be final in the best interest. 9. DISCOUNT 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. 10. 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 notifications 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. 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 documents provided, 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. 11. BID SUBMISSION All electronic bids shall be submitted online via the Collier County Procurement Services Division Online Bidding System: www.colliergov.net/bid 12. 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 Procureme nt Services Division Internet website: www.colliergov.net/bid. Questions will not be answered after the date and time noted. 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. 16.D.8.b Packet Pg. 1064 Attachment: 17-7195 Solicitation (3916 : 17-7195 Bus Wrap Bid Award) ITB #17-7195 Purchase and Installation of Bus Wraps 5 13. PROTESTS Any prospective vendor/bidder 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 Services Division prior to the time of the bid opening strictly in accordance with the County’s then current Procurement Ordinance and policies. 14. IMMIGRATION AFFIDAVIT CERTIFICATION 14.1 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 (ITB) including professional services and construction services. (1) Exceptions to the program: (a) Commodity based procurement where no services are provided. (b) Where the requirement for the affidavit is waived by the Board of County Commissioners . 14.2 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. 14.3 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. 14.4 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. 14.5 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. 15. LOBBYING After the issuance of any solicitation, no current or prospective vendor or any person acting on their behalf, shall contact, communicate with or discuss any matter relating to the solicitation with any Collier County employee or elected or appointed official, other than the Procurement Services Director or his/her designees. This prohibition ends upon execution of the final contract or upon cancellation of the solicitation. Any current or prospective vendor that lobbies any Collier County employe e or elected or appointed official while a solicitation is open or being recommended for award (i) may be deemed ineligible for award of that solicitation by the Procurement Services Director, and (ii) will be subject to Suspension and Debarment outline d in section Twenty-eight of County Ordinance 2017-08. 16. CERTIFICATE OF AUTHORITY TO CONDUCT BUSINESS IN THE STATE OF FLORIDA (FL 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. 17. 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 t he 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 conduct a random selection (coin toss) by the Procurement Services Director before at least three witnesses. 16.D.8.b Packet Pg. 1065 Attachment: 17-7195 Solicitation (3916 : 17-7195 Bus Wrap Bid Award) ITB #17-7195 Purchase and Installation of Bus Wraps 6 18. BID AWARD PROCESS Award shall be made in a manner consistent with the County’s Procurement Ordinance. Award recommendations will be posted on the Collier County Procurement Services Division website. 19. RESERVED RIGHTS Collier County reserves its right in any solicitation to accept or reject any or all bids, proposals or offers; to waive mino r irregularities and technicalities; or to request resubmission. Also Collier 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 o ne 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 be st interest of the County. Collier County reserves its right to reject any sole response. COLLIER COUNTY PURCHASE ORDER TERMS AND CONDITIONS 20. PURCHASE ORDER TERMS AND CONDITIONS 20.1 Offer 20.1.1 This offer is subject to cancellation by the COUNTY without notice if not accepted by VENDOR within fourteen (14) days of issuance. 20.2 Acceptance and Confirmation 20.2.1 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. 20.2.2 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. 20.3 Inspection 20.3.1 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. 20.3.2 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. 20.4 Shipping and Invoices 20.4.1 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. 20.4.2 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 wil l be taken on the full amount of invoice. 20.4.3 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 s hipment. 20.4.4 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 16.D.8.b Packet Pg. 1066 Attachment: 17-7195 Solicitation (3916 : 17-7195 Bus Wrap Bid Award) ITB #17-7195 Purchase and Installation of Bus Wraps 7 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. 20.5 Time Is Of the Essence 20.5.1 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. 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. 20.6 Changes 20.6.1 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. 20.7 Warranties 20.7.1 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 cl aim of any third party. These warranties shall survive inspection, acceptance, passage of title and payment by the COUNTY. 20.8 Statutory Conformity 20.8.1 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. 20.9 Advertising 20.9.1 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. 20.10 Indemnification 20.10.1 VENDOR shall defend, 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, arisi ng 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. 20.11 Warranty of Non Infringement 20.11.1 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. 20.11.2 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 COUNTY’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). 20.11.3 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). 20.12 Insurance Requirements 20.12.1 The VENDOR, at its sole expense, shall provide commercial insura nce of such type and with such terms and 16.D.8.b Packet Pg. 1067 Attachment: 17-7195 Solicitation (3916 : 17-7195 Bus Wrap Bid Award) ITB #17-7195 Purchase and Installation of Bus Wraps 8 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 insure rs authorized or eligible to write policies in the State of Florida. 20.13 Compliance with Laws 20.13.1 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 the basis of race, religion, sex creed, national origin, handicap, marital sta tus, 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. 20.14 Force Majeure 20.14.1 Neither the COUNTY nor VENDOR shall be responsible for any delay or failure in perfor mance 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. 20.15 Assignment 20.15.1 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. 20.16 Taxes 20.16.1 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. 20.17 Annual Appropriations 20.17.1 The COUNTY’S performance and obligation to pay under this Purchase Order shall be contingent upon an annual appropriation of funds. 20.18 Termination 20.18.1 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. 20.19 General 20.19.1 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 20.19.2 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 sha ll not be deemed a waiver of any subsequent default by VENDOR. 20.19.3 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. 20.19.4 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. 20.19.5 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 16.D.8.b Packet Pg. 1068 Attachment: 17-7195 Solicitation (3916 : 17-7195 Bus Wrap Bid Award) ITB #17-7195 Purchase and Installation of Bus Wraps 9 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. ADDITIONAL TERMS AND CONDITIONS FOR ITB 21. INSURANCE AND BONDING REQUIREMENTS 21.1 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 the Insurance and Bonding 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. 21.2 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. 21.3 Collier County shall be responsible for purchasing and maintaining, its own liability insurance. 21.4 Certificates issued as a result of the award of this solicitation must identify “For any and all work performed on behalf of Collier County.” 21.5 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. 21.6 Collier County Board of County Commissioners shall be named as the Certificate Holder. The Certificat es 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. The "Certificate Holder" should read as follows: Collier County Board of County Commissioners Naples, Florida 21.7 The amounts and types of insurance coverage shall conform to the minimum requirements set forth in Insurance and Bonding 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. 21.8 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. 21.9 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. 21.10 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 insur ance, 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 Contra ct Documents. 21.11 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) calen dar days after the expiration date on the certificate. Failure of the Vendor to provide the County with such renewal certificate(s) shall be considered justification for the County to terminate any and all contracts. 16.D.8.b Packet Pg. 1069 Attachment: 17-7195 Solicitation (3916 : 17-7195 Bus Wrap Bid Award) ITB #17-7195 Purchase and Installation of Bus Wraps 10 22. ADDITIONAL ITEMS AND/OR SERVICES Additional items and/or services may be added to the resultant contract, or purchase order, in compliance with the Procurement Ordinance. 23. VENDOR PERFORMANCE EVALUATION The 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 this Agreement. 24. ADDITIONAL TERMS AND CONDITIONS OF CONTRACT 24.1 The selected Vendor may be required to sign a standard Collier County contract. 24.2 The resultant contract(s) may include purchase or work orders issued by the County’s project manager . 24.3 The County reserves the right to include in any contract document such terms and conditions, as it deems necessary for the proper protection of the rights of Collier County. A sample copy of this contract is available upon request. The County will not be obligated to sign any contracts, maintenance and/or service agreements or other documents provided by the Vendor. 24.4 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. 25. PUBLIC RECORDS COMPLIANCE 25.1Florida Public Records Law Chapter 119, including specifically t hose 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 25.2 The Contractor must specifically comply with the Florida Public Records Law to: 25.2.1 Keep and maintain public records required by the public agency to perform the service. 25.2.2 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. 25.2.3 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. 25.2.4 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. 26. PAYMENT METHOD 26.1 Payments are made in accordance with the Local Government Prompt Payment Act, Chapter 218, Florida Statutes. Vendor’s invoices must include: 26.1.1 Purchase Order Number 16.D.8.b Packet Pg. 1070 Attachment: 17-7195 Solicitation (3916 : 17-7195 Bus Wrap Bid Award) ITB #17-7195 Purchase and Installation of Bus Wraps 11 26.1.2 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 East, Suite 700 Naples FL 34112 Or Emailed to: bccapclerk@collierclerk.com 26.2 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. 26.3 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 de bts, 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. 26.4 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. 27. ENVIRONMENTAL HEALTH AND SAFETY 27.1 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 Code s. 27.2 Collier County Government has authorized OSHA representatives to enter any Collier County facility, property and/or right-of-way for the purpose of inspection of any Vendor’s work operations. This provision is non-negotiable by any department and/or Vendor. 27.3 All new electrical installations shall incorporate NFPA 70E Short Circuit Protective Device Coordination and Arc Flash Studies where relevant as determined by the engineer. 27.4 All electrical installations shall be labeled with appropriate NFPA 70E arch flash boundary and PPE Protective labels. 28. LICENSES 28.1 The Vendor is required to possess the correct Business Tax Receipt, professional license, and any other authorizations necessary to carry out and perform the work required by the project pursuant to all applicable Federal, State and Local Law, Statute, Ordinances, and rules and regulations of any kind. Additionally, copies of the required licenses must be submitted with the proposal response indicating that the entity proposing, as well as the team assigned to the County account, is properly licensed to perform the activities or work included in the contract documents. Failure on the part of any Vendor to submit the required documentation may be grounds to deem Vendor non-responsive. A Vendor, with an office within Collier County is also required to have an occupational license. 28.2 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 w ill need to be renewed thereafter to remain “active” in Collier County. 28.3 If you have questions regarding professional licenses contact the Contractor Licensing, Community Development and Environmental Services at (239) 252-2431, 252-2432 or 252-2909. Questions regarding required occupational licenses, please contact the Tax Collector’s Office at (239) 252 -2477. 29. SURVIVABILITY The Vendor agrees that any Purchase Order that extends beyond the expiration date of the original Solicit ation 17-7195 will survive and remain subject to the terms and conditions of that Agreement until the completion or termination of this Purchase Order. 30. RELATION OF COUNTY It is the intent of the parties hereto that the Vendor shall be legally considered an independent Vendor, and that neither the 16.D.8.b Packet Pg. 1071 Attachment: 17-7195 Solicitation (3916 : 17-7195 Bus Wrap Bid Award) ITB #17-7195 Purchase and Installation of Bus Wraps 12 Vendor nor their employees shall, under any circumstances, be considered employees or agents of the County, and that the County shall be at no time legally responsible for any negligence on the part of said Vendor, their employees or agents, resulting in either bodily or personal injury or property damage to any individual, firm, or corporation. 31. TERMINATION Should the Vendor 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. 32. PUBLIC ENTITY CRIME A person or affiliate who has been placed on the convicted Vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or vendor under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted Vendor list. 33. SECURITY AND BACKGROUND CHECKS 33.1 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 feder al, 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. 33.2 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 na me of the contractor’s business. 33.3 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. 33.4 CCSO requires separate fingerprinting prior to work being pe rformed 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. 34. CONFLICT OF INTEREST Vendor shall complete the Conflict of Interest Affidavit included as an attachment to this ITB document. 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 fr om consideration. These disclosures are intended to identify and or preclude conflict of interest situations during contract selection and execution. 35. 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 othe r 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, ITB, and/or quotes; and, c. immediate termination of any contract held by the individual and/or firm for cause. 36. DEDUCTION 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 ma y also deduct, or chargeback the Vendor the costs necessary to correct the deficiencies directly related to the Vendor’s non-performance. 16.D.8.b Packet Pg. 1072 Attachment: 17-7195 Solicitation (3916 : 17-7195 Bus Wrap Bid Award) ITB #17-7195 Purchase and Installation of Bus Wraps 13 37. 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. 38. 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. 39. STANDARDS OF CONDUCT The Vendor shall employ people to work on County projects who are neat, clean, well -groomed and courteous. Subject to the American with Disabilities Act, Vendor shall supply competent employees who are physically capable of performing their employment duties. The County may require the Vendor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Collier County projects is not in the best interest of the County. 40. 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 t he 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. 41. COLLIER COUNTY INFORMATION TECHNOLOGY REQUIREMENTS All vendor access will be done via VPN access only. All access must comply with current published County Manager Agency (CMA) policies. Current policies that apply are CMAs 5402, 5403 and 5405. These policies will be available upon request from the Information Technology Department. All vendors will be required to adhere to IT policies for acces s to the County network. Vendors are required to notify the County in writing twenty -four (24) hours in advance as to when access to the network is planned. Included in this request must be a detailed work plan with actions that will be taken at the time o f access. The County IT Department has developed a Technical Architecture Requirements Document that is required to be filled out and submitted with your bid response. This document can be found on the Collier County Procurement Services Division website: www.colliergov.net/purchasing. On the left hand side of the menu, click on CC Technical Requirements. If this document is not submitted with your bid response, your bid response may be deemed non -responsive. 42. MAINTENANCE OF TRAFFIC POLICY For all projects that are conducted within a Collier County Right -of-Way, the Vendor shall provide and erect Traffic Control Devices as prescribed in the current edition of the Manual On Uniform Traffic Control Devices (MUTCD), where applicable on local roadways and as prescribed in the Florida Department of Transportation’s Design Standards (DS) on state roadways. These projects shall also comply with Collier County’s Maintenance of Traffic Policy, #5807, incorporated herein by reference. Copies are available through the Risk Management and/or Procurement Services Division and are available on -line at colliergov.net/purchasing. The Vendor will be responsible for obtaining copies of all required manuals, MUTCD, FDOT Roadway & Traffic Design Standards Indexes, or other related documents, so to become familiar with their requirements. Strict adherence to the requirements of the Maintenance of Traffic (“MOT”) policy will be enforced under this Contra ct. 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. 43. 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. 44. DIRECT MATERIAL PURCHASE 44.1The County reserves the right to require Vendor to assign some or all of its agree ments with material suppliers directly to the County. Any such goods and/or materials purchased by the County pursuant to such an assignment of a material supply agreement shall be referred to as “County Furnished Materials” and the responsibilities of bo th the County and the Vendor relating to said materials shall be governed by the terms and conditions of this solicitation. Additionally, the 16.D.8.b Packet Pg. 1073 Attachment: 17-7195 Solicitation (3916 : 17-7195 Bus Wrap Bid Award) ITB #17-7195 Purchase and Installation of Bus Wraps 14 County at its sole option may choose to purchase some or all of the goods and/or materials from other suppliers. In either instance the County may require the following information from the Vendor: 44.1.1 Required quantities of material 44.1.2 Specifications relating to goods and/or materials required for job including brand and/or model number or type if applicable 44.1.3 Pricing and availability of goods and/or materials provided under Vendor’s agreements with material suppliers 45. GRANT COMPLIANCE The purchase of any goods and/or services that are funded through Federal Grant Appropriations, the State of Florida, or any other public or private foundations shall be subject to the compliance and reporting requirements of the granting agency. 46. EQUIPMENT Vendor shall have available and in good working condition, the necessary equipment to perform the required service. If required by the County, the Vendor shall supply a list of equipment and an hourly rate for each. Hourly rates will commence once equipment arrives at the service site, unless otherwise agreed in writing by the Project Manager. In the event that additional specialized and/or heavy equipment (backhoe, crane, mudhog, etc.) is needed, the Project Manager must be notified in advance for approval. The reimbursement of additional equipment expense shall be at cost and will commence once equipment arrives at the service site, unless otherwise agreed in writing by the Project Manager. The County reserves the right to request and obtain documentation of the Vendor’s cost for time and material projects, and to withhold payments until documentation is provided. All County-purchased equipment must be new and of current manufacture in production at the time of bid opening, and carry industry standard warranties. At the time of delivery, at least two (2) complete shop repair manuals and parts lists must be furnished with each type of equip ment. Vendor must service all equipment prior to delivery and/or acceptance by the County. The scope of these specifications is to ensure the delivery of a complete unit ready for operation. Omission of any essential detail from these specifications does not relieve the Vendor from furnishing a complete unit. ******* 16.D.8.b Packet Pg. 1074 Attachment: 17-7195 Solicitation (3916 : 17-7195 Bus Wrap Bid Award) COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS INVITATION TO BID (ITB) FOR PURCHASE AND INSTALLATION OF BUS WRAPS SOLICITATION NO.: 17-7195 BRENDA BRILHART, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8446 brendabrilhart@colliergov.net (Email) This solicitation document is prepared in a Microsoft Word format. Any alterations to this document made by the Consultant may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. 16.D.8.b Packet Pg. 1075 Attachment: 17-7195 Solicitation (3916 : 17-7195 Bus Wrap Bid Award) 1 Attachment A - Scope of Work Collier Area Transit (CAT) is soliciting for bids for full bus wrap services for the fixed route and/or paratransit size buses. The purpose of this Invitation to Bid is for the purchase and installation of a trolley like full bus wrap or decals on the buses. This work will be predominantly federally funded and is being bid as Lump Sum. CAT reserves the right to extension options for this agreement. The decision to exercise the option shall be based solely on the selected contractor’s ability to maintain costs at the original contract cost levels. The vendor will be obligated only for the specific quantities of materials and/or services that are authorized by the issuance of a specific Purchase Order. The selected Contractor shall furnish, deliver, and install the specified quantity of bus wraps on an as needed basis. CAT intends to wrap an estimated two to three buses per year starting in 2017. CAT also intends to repair or replace older wrap/vinyl as needed and as funding is available. The quantity of buses to be wrapped may increase or decrease from what has been noted contingent upon available funding. Quality of Work (a) New Materials All materials shall be new and not used. All materials must have an over laminate either luster or matte as a protection. This must be a 3MIJ3555, 3M180C-10 or equal 3M non-reflective graphic film. If you are using an equal product, you must provide testing specifications with your submittals. Materials shall be printed at High Resolution for maximum image quality and have life expectancy of five (5) to seven (7) years. Bids will be accepted with “Equal” products only when accompanied with testing specifications.” The determination whether your materials are of equal quality to the requested materials will be at the sole discretion of Collier County. (b) Commercial Standards The workmanship employed by the Contractor shall be of the best quality and of the highest standard of commercially acceptable practice for the class of work, and shall result in the wrap having a neat, clean and finished appearance. Work To Be Performed by the Contractor The full bus wraps will cover the front, sides, back and a portion of the passenger windows on the sides. The decal for the paratransit vehicles (cutaway) covers both sides. The Contractor shall perform the following work: (a) Using provided artwork, produce/print full bus wraps or decals to accommodate specifications of the vehicles dedicated to the wrap. (b) Remove existing wraps or vinyl from the vehicles prior to wrapping (5 to 6-year wrap applied). (c) The contractor will install new full bus wrap on specified vehicles. (d) The contractor will repair bus wrap on specified vehicles. The contractor will specify the site location where the work will be performed and the amount of time needed for removal and/or installation in its proposal. In case the work should be performed off CAT’s site, the vendor will be expected to transport the vehicle. Cost needs to be inclusive of this service. Contractors Requirements/Responsibilities: (a) The contractor shall keep the area of work protected from the public always during the length of the work. (b) The contractor shall be capable of providing design assistance as needed within the contract period. (c) All project meetings, scheduled or unscheduled meetings shall be considered administrative overhead and incidental to contract work, and is to be performed without billing. 16.D.8.b Packet Pg. 1076 Attachment: 17-7195 Solicitation (3916 : 17-7195 Bus Wrap Bid Award) 2 (d) The County reserves the right to undertake any work outlined in these specifications by County forces or by other contracts if such action is in the best interest of the County. (e) The contractor shall be responsible for instructing their employees or subcontractors in all safety measures. (f) All equipment used by the contractor shall be in safe operating condition at all times and free from defects or wear which may in any way constitute a hazard to any person or persons. If work required will be performed on site, the Contractor will be r equired to perform during normal business hours of 8:00 am to 5:00 pm. Prices: Prices quoted shall include all labor cost, insurance, overhead, profit, travel time, mileage and be exclusive of taxes. Prices quoted must be firm for the term of the Contract. Warranty: The Contractor shall warrant all materials and/or services furbished under this quote to be free from defects and fit for the intended use. All materials used shall have a warranty of five (5) to seven (7) years from the date of acceptance by Collier County. County’s Ownership Rights of Design: The County shall own the final wrap design provided by the Contractor and chosen by the County. The Contractor will provide a final design that at the time of the County’s acceptance could be trade or service marked by the County. Ownership (copyright and title) of the final wrap design will become the property of the County, having unlimited, indefinite, and royalty-free use of the design upon payment of all fees to provide the design. Prices must be all inclusive including Shipping 1) Full trolley bus wrap without windows on a new bus, with installation Material: 3MIJ3555, 3M180C-10 or equal to superior quality. Installers must be 3M certified. Prices needed for four models/sizes of bus: 30-foot Gillig $_____________ per bus 35-foot Gillig $_____________ per bus 40-foot Gillig $_____________ per bus 23 - 28 foot paratransit bus $____________ per bus Specify Material Used __________________________________________ Warranty Period _____ Years 2) Full trolley bus wrap without windows, with installation and removal of old vinyl Material: 3MIJ3555, 3M180C-10 or equal to superior quality. Installers must be 3M certified. Prices needed for four models/sizes of bus: 30-foot Gillig $_____________ per bus 35-foot Gillig $_____________ per bus 40-foot Gillig $_____________ per bus 23 - 28 foot paratransit bus $____________ per bus Specify Material Used __________________________________________ Warranty Period _____ Years 16.D.8.b Packet Pg. 1077 Attachment: 17-7195 Solicitation (3916 : 17-7195 Bus Wrap Bid Award) 3 3) Decals for a new paratransit bus, with installation Material: 3MIJ3555, 3M180C-10 or equal to superior quality. Installers must be 3M certified. Prices needed for one models/sizes of bus: 23 to 24 - foot Cutaway bus $_____________ per bus Specify Material Used __________________________________________ Warranty Period _____ Years 4) Trolley wrap repair, with removal and installation Material: 3MIJ3555, 3M180C-10 or equal to superior quality. Installers must be 3M certified. Prices needed for different repairs: Panel size _______ Price $__________ Panel size _______ Price $__________ Whole Front of the bus Price $ __________ Whole Back of the bus Price $ __________ Whole driver side of bus Price $ __________ Whole passenger/door side of bus Price $ __________ Specify Material Used __________________________________________ Warranty Period _____ Years 16.D.8.b Packet Pg. 1078 Attachment: 17-7195 Solicitation (3916 : 17-7195 Bus Wrap Bid Award) 16.D.8.c Packet Pg. 1079 Attachment: 17-7195 Bella Signs Proposal (3916 : 17-7195 Bus Wrap Bid Award) 16.D.8.c Packet Pg. 1080 Attachment: 17-7195 Bella Signs Proposal (3916 : 17-7195 Bus Wrap Bid Award) 16.D.8.c Packet Pg. 1081 Attachment: 17-7195 Bella Signs Proposal (3916 : 17-7195 Bus Wrap Bid Award) 16.D.8.c Packet Pg. 1082 Attachment: 17-7195 Bella Signs Proposal (3916 : 17-7195 Bus Wrap Bid Award) 16.D.8.c Packet Pg. 1083 Attachment: 17-7195 Bella Signs Proposal (3916 : 17-7195 Bus Wrap Bid Award) 16.D.8.c Packet Pg. 1084 Attachment: 17-7195 Bella Signs Proposal (3916 : 17-7195 Bus Wrap Bid Award) 16.D.8.c Packet Pg. 1085 Attachment: 17-7195 Bella Signs Proposal (3916 : 17-7195 Bus Wrap Bid Award) 16.D.8.c Packet Pg. 1086 Attachment: 17-7195 Bella Signs Proposal (3916 : 17-7195 Bus Wrap Bid Award) 16.D.8.c Packet Pg. 1087 Attachment: 17-7195 Bella Signs Proposal (3916 : 17-7195 Bus Wrap Bid Award) 16.D.8.c Packet Pg. 1088 Attachment: 17-7195 Bella Signs Proposal (3916 : 17-7195 Bus Wrap Bid Award) 16.D.8.c Packet Pg. 1089 Attachment: 17-7195 Bella Signs Proposal (3916 : 17-7195 Bus Wrap Bid Award) 16.D.8.c Packet Pg. 1090 Attachment: 17-7195 Bella Signs Proposal (3916 : 17-7195 Bus Wrap Bid Award) 16.D.8.c Packet Pg. 1091 Attachment: 17-7195 Bella Signs Proposal (3916 : 17-7195 Bus Wrap Bid Award) 16.D.8.c Packet Pg. 1092 Attachment: 17-7195 Bella Signs Proposal (3916 : 17-7195 Bus Wrap Bid Award) 16.D.8.c Packet Pg. 1093 Attachment: 17-7195 Bella Signs Proposal (3916 : 17-7195 Bus Wrap Bid Award) 16.D.8.c Packet Pg. 1094 Attachment: 17-7195 Bella Signs Proposal (3916 : 17-7195 Bus Wrap Bid Award) 16.D.8.c Packet Pg. 1095 Attachment: 17-7195 Bella Signs Proposal (3916 : 17-7195 Bus Wrap Bid Award) 16.D.8.c Packet Pg. 1096 Attachment: 17-7195 Bella Signs Proposal (3916 : 17-7195 Bus Wrap Bid Award) 16.D.8.c Packet Pg. 1097 Attachment: 17-7195 Bella Signs Proposal (3916 : 17-7195 Bus Wrap Bid Award) 16.D.8.c Packet Pg. 1098 Attachment: 17-7195 Bella Signs Proposal (3916 : 17-7195 Bus Wrap Bid Award) 16.D.8.c Packet Pg. 1099 Attachment: 17-7195 Bella Signs Proposal (3916 : 17-7195 Bus Wrap Bid Award) 16.D.8.d Packet Pg. 1100 Attachment: 17-7195 NORA (3916 : 17-7195 Bus Wrap Bid Award)