Loading...
Agenda 04/23/2013 Item #16A144/23/2013 16.A.14. EXECUTIVE SUMMARY Recommendation to increase the annual allocation available for Bid #11 -5760, Traffic Signs and Related Material, awarded to multiple vendors, from an estimated $75,000 in FYII -12 to $150,000 for FY 12 -13 and the subsequent years remaining on the contract. OBJECTIVE: To increase the annual allocation of available funds for traffic signs and related materials under Bid # 11 -5760. CONSIDERATION: The Collier County Traffic Operations Section is responsible for the maintenance, repair and replacement of approximately 20,000 roadway traffic signs throughout the County. On September 27, 2011, the Board of County Commissioners (Board) approved the award of Bid #11-5760, Item 16A8, Traffic Signs and Related Material, to multiple vendors for the purchase of traffic signs and related materials. At that time annual expenditures for traffic signs and related materials were estimated to be $75,000 per year; however, to stay in compliance with Federal requirements, Traffic Operations is planning a more aggressive schedule in pursuing the replacement of existing non - compliant signs. To continue this proactive replacement, it is estimated that the annual expenditures under this bid will be approximately $150,000. Therefore, staff recommends that the annual allowable expenditure under Bid #11 -5760 be increased to $150,000. Bid #11 -5760 is scheduled to be re- solicited in the Fall of 2015. GROWTH MANAGEMENT IMPACT: There is no growth management impact associated with this item. FISCAL IMPACT: Additional funds in the amount of $75,000 are available in Transportation Services Fund 101, Traffic Operations cost center 163630. Source of funds is ad valorem. LEGAL CONSIDERATIONS: This item has been reviewed and approved by the County Attorney's Office, is legally sufficient for Board action and only requires a majority vote for approval —SRT. RECOMMENDATION: That the Board increases the annual expenditures for Bid #11 -5760, Traffic Signs and Related Material, to $150,000 for Fiscal Year 12 -13 and subsequent years remaining on the contract. Prepared by: Nancy Frye, Technician, Growth Management Division, Traffic Engineering Department, Traffic Operations Section Attachments: 1) 2011 Invitation to Bid 11 -5760; 2) 2011 Bid Summary Packet Page -798- 4/23/2013 16.A.14. COLLIER COUNTY Board of County Commissioners Item Number: 16.16.A.16.A.14. Item Summary: Recommendation to increase the awarded amount for Bid #11 -5760, Traffic Signs and Related Material, awarded to multiple vendors, from an estimated $75,000 in FY11 -12 to $150,000 for FY 12 -13 and the subsequent years remaining on the contract. Meeting Date: 4/23/2013 Prepared By Name: FryeNancy Title: Technician,Transportation Engineering & Constructi 3/28/2013 3:16:49 PM Submitted by Title: Technician,Transportation Engineering & Constructi Name: FryeNancy 3/28/2013 3:16:50 PM Approved By Name: BrilhartBrenda Title: Purchasing Agent,Purchasing & General Services Date: 3/29/2013 4:55:43 PM Name: BathonDale Title: Project Manager, Principal,Transportation Engineer Date: 4/1/2013 9:18:52 AM Name: KhawajaAnthony Title: Engineer - Traffic Operations,Transportation Engineering & Construction Management Date: 4/1/2013 12:07:41 PM Name: Tara Castillo Title: Fiscal Technician,Transportation Engineering & Con Date: 4/2/2013 10:03:33 AM Packet Page -799- 4/23/2013 16.A.14. Name: AhmadJay Title: Director - Transportation Engineering,Transportation Engineering & Construction Management Date: 4/2/2013 2:08:00 PM Name: LynchDiane Title: Administrative Assistant Date: 4/2/2013 4:04:29 PM Name: MarkiewiczJoanne Title: Manager - Purchasing Acquisition,Purchasing & Gene Date: 4/3/2013 7:17:25 AM Name: KearnsAllison Date: 4/3/2013 9:57:01 AM Name: WardKelsey Title: Manager - Contracts Administration,Purchasing & Ge Date: 4/3/2013 12:29:10 PM Name: KearnsAllison Date: 4/3/2013 4:51:02 PM Name: TeachScott Title: Deputy County Attorney,County Attorney Date: 4/5/2013 4:34:16 PM Name: MarcellaJeanne Title: Executive Secretary,Transportation Planning Date: 4/10/2013 2:14:22 PM Name: KlatzkowJeff Title: County Attorney Date: 4/10/2013 3:17:29 PM Name: FinnEd Title: Senior Budget Analyst, OMB Date: 4/12/2013 3:18:42 PM Name: OchsLeo Title: County Manager Date: 4/14/2013 9:24:46 PM Packet Page -800- 4/23/2013 16.A.14. tr Coup AcIrr nib services DMsion Purchasing INVITATION TO BID Date: August 23, 2010 From: Brenda Brilhart, Purchasing Agent (239) 252 -8446 (Telephone) (239) 252 -6697 (FAX) BrendaBrilhart@colliergov.net (Email) To: Prospective Vendors Subject: ITB 10 -5573 Traffic Sign Materials & Related Items As requested by the Traffic Operations Department, the Collier County Board of County Commissioners Purchasing Department 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 Purchasing Department E- Procurement 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: Nancy Frye, TECM /Growth Management Division Note: All ITB responses submitted manually must be submitted as one (1) original, and one (1) exact duplicate copy, including any required forms. Pa asrsg 0 r f • 33001 Tamrami Trail East • Navles, Ranch 34112 • ;r vm colliergov nes of rchasing #10 -5573 Packet Page -801- 4/23/2013 16.A.14. Invitation to Bid Index PublicNotice .................................................................................... ............................... 3 Exhibit I: Scope of Work, Specifications and Response Format ...... ..............................4 Exhibit III: Standard Purchase Order Terms and Conditions ......... ............................... 12 Exhibit IV: Additional ITB Terms and Conditions ........................... ............................... 15 Attachment 1: Vendor Submittal - Vendor's Check List ................. ............................... 21 Attachment 2: Vendor Submittal - Bid Response Form ................. ............................... 22 Attachment 3: Vendor Submittal - Insurance and Bonding Requirements .................... 24 Attachment 6: Vendor Submittal - Vendor's Non - Response Statement ....................... 28 #10 -5573 2 Packet Page -802- 4/23/2013 16.A.14. Public Notice Sealed bid responses for ITB 10 -5573 Traffic Sign Materials & Related Items will be received either electronically or manually at the Collier County Purchasing Department Director's Office, 3301 Tamiami Trail East, Building "G ", Naples, Florida 34112 until 2:30 p.m. Collier County local time on September 8, 2010. Solicitation responses received after the stated time and date will not be accepted. ITB 10 -5573 Traffic Sign Materials & Related Items A pre -bid conference will not be held for this solicitation. All questions regarding this ITB must be submitted online on the Collier County Purchasing Department E- Procurement 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 Purchasing Department E- Procurement website noted herein. ITB Documents obtained from sources other than Collier County Purchasing may not be accurate or current. Collier County encourages vendors to utilize recycled paper on all manual bid response submittals. Collier County does not discriminate based on age, race, color, sex, religion, national origin, disability or marital status. BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA BY: /s/ Steve Carnell Steve Carnell, C.P.M. Purchasing /General Services Director Publicly posted on the Collier County Purchasing Department website: www.colliergov.net/ purchasing and in the lobby of the Purchasing Building on August 23, 2010. #10 -5573 Packet Page -803- 4/23/2013 16.A.14. Exhibit I: Scope of Work, Specifications and Response Format As requested by the Collier County the Traffic Operations Department (hereinafter, the "Division or Department "), the Collier County Board of County Commissioners Purchasing Department (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 herein. Brief Description of Purchase General: These specifications are intended to provide the information by which prospective bidders may understand the requirements of Collier County relative to furnishing and traffic sign materials and related supplies. Unless otherwise indicated, all products shall meet the Florida Department of Transportation (FDOT) Qualified Products List (QPL) Specifications. Items listed are dependent upon each other, providing for uniformity of signs. Reflective sheeting material types Ill, IV, Vll and XI shall be classified in accordance with ASTM D -4956 and must be 3M quality or the equivalent. Sign Faces: All faces and pavement markings shall be in conformance with the 2009 Edition of the Manual on Uniform Traffic Control Devices, or most current edition, and the 2009 Standard Highway Signs and Markings (SHSM) Book to include the Interim Releases for New and revised Signs, or most current edition. When the work "BLANK" is used in conjunction with an ordered face, it means that all UNIFORM information shall be included on the blank. The only items to be left off the face shall be changeable items; i.e., Speed Limit (R2 -1). Blanks shall have the border and words SPEED LIMIT with a space provided for Collier County to add the correct numbers indicating speed. Pavement Marking Products: All materials must meet the specifications per the 2009 Edition of the Manual on Uniform Traffic Control Devices, or most current edition, and Florida Department of Transportation "Roadway and Traffic Design Standards." Successful bidders must be able to provide, upon request, documented evidence that the materials to be supplied have been used successfully in a substantial signing and pavement marking program under similar climatic conditions for at least three (3) years. Prefabricated word legends and symbols shall conform to the applicable shapes and sizes outlined in the 2009 edition of the Manual on Uniform Traffic Control Devices, or most current edition. Certification: The successful bidder shall provide at or before the time of delivery, three (3) copies of certification that the material supplied meets or exceeds all the mentioned specifications. #10 -5573 Packet Page -804- Guarantee: All successful bidder charges. 4/23/2013 16.A.14. material not meeting the specification shall be returned to the with no charge to Collier County, including all freight and handling Fabricated Siqns: Faces are to be mounted on .080 gauge aluminum blanks in accordance with Florida Department of Transportation Standards. Sign orders, as required, are to be delivered on pallets weighing no more than eight hundred (800) pounds per pallet. (NOTE: Although every attempt will be made to maximize the number of signs per order, the County reserves the right to order and have delivery of a minimum purchase of one (1) special order sign.) Additionally, at the County's option and for emergency purposes, the County may choose to pick up special signs at the County's cost. Such signs shall be available within twenty -four (24) hours of order. Delivery of Fabricated Signs or Sion Faces : Items shall be received within two (2) weeks from the date the order is placed, FOB Destination. Should delivery be delayed and occur after a period of three (3) weeks, a price reduction of 5% per day per sign may be imposed beginning the first day of the fourth week after an order is placed. Interpretation of Specifications: If the Bidder should be of the opinion that the meaning of any part of the Bid Document is uncertain, obscure, or contains errors or omissions, he should report such opinion to the Purchasing Director no less than ten (10) days prior to the bid opening date. Bids which contain any alteration, addition, condition, limitation, unauthorized alternates or show irregularities of any kind may be rejected by the County as non - responsive or irregular. The County reserves the right to waive any irregularities, technicalities or informalities in any bid and reject any /all bids. Quantities: The quantities listed in the Contract Bid are approximate and are for the purpose of bid evaluation. The County reserves the right to order such quantities as may be required during said period, but does not guarantee any minimum or maximum to be ordered during the period specified. Bid Shall Be Inclusive of All Costs: Bid pricing shall be inclusive of all costs. Payment shall be full compensation for all services, labor, tools, equipment and any other items required for project completion and /or completion of services. Projected Timetable Event Date Issue Solicitation Notice Au ust 23, 2010 Last Date for Receipt of Written Questions Selotember 1, 2010 Addendum Issued By September 4„ 2010 Solicitation Closing Date and Time September 9, 2010 Evaluation of Submittals Within 10 Days Board of County Commissioner's Contract Approval Date Bv October 2010 2. Response Format: Attachment 1: Vendor's Check List Attachment 2: Bid Response Form Attachment 3: Insurance and Bonding Requirements Attachment 4: Local Vendor Preference Affidavit Attachment 5: Immigration Affidavit #10 -5573 Packet Page -805- Exhibit II: General Bid Instructions 1. Purpose /Objective 4/23/2013 16.A.14. As requested by the Collier County departments or divisions identified in Exhibit 1, the Collier County Board of County Commissioners Purchasing Department (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 1, 2, 3, 4, and 5 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. 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. 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. #10 -5573 Packet Page -806- 4/23/2013 16.A.14. 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 rig or 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 Purchasing Department E- Procurement 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 All electronic bids shall be submitted online via the Collier County Purchasing Department e- procurement website: www.coiliergov.net/bid. All paper bids shall be submitted to the County Purchasing Director, Collier County Government Complex, Purchasing Building "G ", Naples, FL 34112, by the date and time as stated in the Legal Notice. The County assumes no responsibility for bid responses received after the due date and time, or at any office or location other than that specified herein, whether due to mail delays, courier mistakes, mishandling, inclement weather or any other reason. Late bid responses shall be returned unopened, and shall not be considered for award. Vendors must submit one paper copies with one copy clearly labeled "Master." and one exact copy (also preferred is one copy of the proposal on each CD in Word, Excel or PDF). List the Solicitation Number and Title on the outside of the box or envelope. All bids sent by courier service must have the bid number and title on the outside of the courier packet. Vendors who wish to receive copies of bids after the bid opening may view and download same from the Collier County Purchasing Department 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 Purchasing Agent before the bid opening date. Direct questions related to this ITB only to the Collier County Purchasing Department Internet website: www.colliergov.net /bid. Questions will not be answered after the date noted on the ITB. #10 -5573 Packet Page -807- 4/23/2013 16.A.14. Vendors must clearly understand that the only official answer or position of the County will be the one stated on the Collier County Purchasing Department E- Procurement website. For general questions, please call the referenced Purchasing Agent identified in the Public Notice. 10. Protests Any actual or prospective respondent to an Invitation to Bid, who has a serious and legitimate issue with the ITB shall file a written protest with the Purchasing Director prior to the opening of the bid or the due date for acceptance of bid. All such protests must be filed with the Purchasing Director no later than 11:00 a.m. Collier County time on the advertised date for the opening of the bid or the acceptance date for the Request for Proposals. 11. 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 Purchasing Department reserves the right to clarify a vendor's proposal prior to the award of the solicitation. o It is the intent of Collier County to award to the lowest, qualified and responsive vendor(s) in accordance with the Method of Source Selection denoted in the terms and conditions in Exhibit II on the basis of: Multiple Awardees basis, and determined by • Per Category I through IV (All items in the Category will be awarded as one) • Miscellaneous category by Item Grouping (Posts, Hardware, Barricades, etc). • If Bid cannot be awarded as noted herein, the Collier County Board of County Commissioners shall make an award that best suits the needs and is in the interest of Collier County. • The contract will be in the form of a standard County Purchase Order. 12. 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. 13. Local Vendor Preference (LVP) The County is using the Competitive Sealed Quotation methodology of source selection for this procurement, as authorized by Ordinance Number 87 -25, and Collier County Resolution Number 2008 -181 establishing and adopting the Collier County Purchasing Policy. #10 -5573 Packet Page -808- 4/23/2013 16.A.14. The Collier County Board of County Commissioners has adopted a Local Preference "Right to Match" policy to enhance the opportunities of local businesses to receive awards of Collier County purchases. A "local business" is defined as a business that has a valid Business Tax Receipt, formerly known as an Occupational License issued by either Collier or Lee County for a minimum of one (1) year prior to a Collier County quote or proposal submission that authorizes the business to provide the commodities or services to be purchased, and a physical business address located within the limits of Collier or Lee Counties from which the vendor operates or performs business. Post Office Boxes are not verifiable and 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 either Collier or Lee County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, the support and increase to either Collier or Lee County's tax base, and residency of employees and principals of the business within Collier or Lee County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their quote or proposal to be eligible for consideration as a "local business" under this section. When a qualified and responsive non -local business submits the lowest price quote, and the quote submitted by one or more qualified and responsive local businesses is within ten percent (10 %) of the price submitted by the non -local business, then the local business with the apparent lowest quote offer (i.e. the lowest local vendor) shall have the opportunity to submit an offer to match the price(s) offered by the overall lowest, qualified and responsive vendor. In such instances, staff shall first verify if the lowest non -local vendor and the lowest local vendor are in fact qualified and responsive vendors. Next, the Purchasing Department shall determine if the lowest local vendor meets the requirements of Section 287.087 F.S. If the lowest local vendor meets the requirements of 287.087, F.S., the Purchasing Department shall invite the lowest local vendor to submit a matching offer to the Purchasing Department which shall be submitted within five (5) business days thereafter. If the lowest local vendor submits an offer that fully matches the lowest quote from the lowest non -local vendor tendered previously, then award shall be made to the local vendor. If the lowest local vendor declines or is unable to match the lowest non local quote price(s), then award will be made to the lowest overall qualified and responsive vendor. If the lowest local vendor does not meet the requirement of Section 287.087 F.S. and the lowest non -local vendor does, award will be made to the vendor that meets the requirements of the referenced state law. Vendor must complete and submit with its quote response the Affidavit for Claiming Status as a Local Business which is included as part of this solicitation. Failure on the part of a Vendor to submit this Affidavit with their quote response will preclude said Vendor from being considered for local preference under this solicitation. A Vendor who misrepresents the Local Preference status of its firm in a quote submitted to the County will lose the privilege to claim Local Preference status for a period of up to one (1) year. The County may, as it deems necessary, conduct discussions with any of the competing vendors 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. 14. 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. #10 -5573 Packet Page -809- 4/23/2013 16.A.14. The E- Verify program, 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. Exceptions to the program: • Commodity based procurement where no services are provided. • In exceptional cases, the Purchasing Department may waive the requirement. Vendors are required to enroll in the E- Verify program within thirty (30) calendar days of contract award, and use E- Verify within thirty (30) calendar days thereafter to verify employment eligibility of their employees assigned to the contract at the time of enrollment in E- Verify. Additionally, vendors shall require all subcontracted vendors to flow down the requirement to use E- Verify to subcontractors. If the vendor is already enrolled in E- Verify, they must use E- Verify within thirty (30) calendar days of contract award to verify employment eligibility of their employees assigned to the contract. Following this initial period they must initiate verification of all new hires of the Vendor and of all employees newly assigned to the contract within three (3) business days of their date of hire or date of assignment to the contract. Vendors shall be required to provide the Collier County Purchasing Department an executed affidavit vowing they shall comply with the E- Verify Program for each service /project. The affidavit is attached to the solicitation documents. If the bidderNendor does not comply, they may be deemed non - responsive. 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, that 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. Failure by the awarded firms) 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. 15. 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 Purchasing Department. 16. Certificate of Authority to Conduct Business in the State of Florida (FL Statute 607.1501) In order to be considered for award, firms submitting a response to this solicitation shall be required to provide a certificate of authority from the Florida Department of State Divisions of #10 -5573 10 Packet Page -810- 4/23/2013 16.A.14. Corporations in accordance with the requirements of Florida Statute 607.1501 (www.sunbiz.oro /search.html). A copy of the document shall 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 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. 18. Bid Award Process Award of contract will be made by the Board of County Commissioners in public session. Awards pertaining to the Collier County Airport Authority will generally be made by that agency's approval Board. Award shall be made in a manner consistent with the County's Purchasing Policy. Award recommendations will be posted outside the offices of the Purchasing Department as well as on the Collier County Purchasing Department 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 Purchasing 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 Purchasing Director. #10 -5573 11 Packet Page -811- 4/23/2013 16.A.14. Exhibit III: Standard Purchase Order Terms and Conditions 1. Offer delivery; provided that risk of loss prior to This offer is subject to cancellation by the actual receipt of the goods by the COUNTY COUNTY without notice if not accepted by nonetheless remain with VENDOR. VENDOR within fourteen (14) days of issuance. b) No charges will be paid by the COUNTY for packing, crating or cartage unless otherwise 2. Acceptance and Confirmation specifically stated in this Purchase Order. This Purchase Order (including all documents Unless otherwise provided in Purchase attached to or referenced therein) constitutes Order, no invoices shall be issued nor the entire agreement between the parties, unless payments made prior to delivery. Unless otherwise specifically noted by the COUNTY on freight and other charges are itemized, any the face of this Purchase Order. Each delivery of discount will be taken on the full amount of goods and /or services received by the COUNTY invoice. from VENDOR shall be deemed to be upon the c) All shipments of goods scheduled on the terms and conditions contained in this Purchase same day via the same route must be Order. consolidated. Each shipping container must be consecutively numbered and marked to No additional terms may be added and Purchase show this Purchase Order number. The Order may not be changed except by written container and Purchase Order numbers must instrument executed by the COUNTY. VENDOR be indicated on bill of lading. Packing slips is deemed to be on notice that the COUNTY must show Purchase Order number and objects to any additional or different terms and must be included on each package of less conditions contained in any acknowledgment, than container load (LCL) shipments and /or invoice or other communication from VENDOR, with each car load of equipment. The notwithstanding the COUNTY'S acceptance or COUNTY reserves the right to refuse or payment for any delivery of goods and /or return any shipment or equipment at services, or any similar act by VENDOR. VENDOR'S expense that is not marked with Purchase Order numbers. VENDOR agrees 3. Inspection to declare to the carrier the value of any All goods and /or services delivered hereunder shipment made under this Purchase Order shall be received subject to the COUNTY'S and the full invoice value of such shipment. inspection and approval and payment therefore d) All invoices must contain the Purchase Order shall not constitute acceptance. All payments are number and any other specific information as subject to adjustment for shortage or rejection. identified on the Purchase Order. Discounts All defective or nonconforming goods will be of prompt payment will be computed from the returned pursuant to VENDOR'S instruction at date of receipt of goods or from date of VENDOR'S expense. receipt of invoices, whichever is later. Payment will be made upon receipt of a To the extent that a purchase order requires a proper invoice and in compliance with series of performances by VENDOR, the Chapter 218, Fla. Stats., otherwise known as COUNTY prospectively reserves the right to the "Local Government Prompt Payment cancel the entire remainder of the Purchase Act," and, pursuant to the Board of County Order if goods and /or services provided early in Commissioners Purchasing Policy. the term of the Purchase Order are non - conforming or otherwise rejected by the 5. Time Is Of the Essence COUNTY. Time for delivery of goods or performance of services under this Purchase Order is of the 4. Shipping and Invoices essence. Failure of VENDOR to meet delivery a) All goods are FOB destination and must be schedules or deliver within a reasonable time, as suitably packed and prepared to secure the interpreted by the COUNTY in its sole judgment, lowest transportation rates and to comply shall entitle the COUNTY to seek all remedies with all carrier regulations. Risk of loss of available to it at law or in equity. VENDOR any goods sold hereunder shall transfer to agrees to reimburse the COUNTY for any the COUNTY at the time and place of expenses incurred in enforcing its rights. #10 -5573 12 Packet Page -812- VENDOR further agrees that undiscovered delivery of nonconforming goods and /or services is not a waiver of the COUNTY'S right to insist upon further compliance with all specifications. 6. Changes The COUNTY may at any time and by written notice make changes to drawings and specifications, shipping instructions, quantities and delivery schedules within the general scope of this Purchase Order. Should any such change increase or decrease the cost of, or the time required for performance of the Purchase Order, an equitable adjustment in the price and /or delivery schedule will be negotiated by the COUNTY and VENDOR. Notwithstanding the foregoing, VENDOR has an affirmative obligation to give notice if the changes will decrease costs. Any claims for adjustment by VENDOR must be made within thirty (30) days from the date the change is ordered or within such additional period of time as may be agreed upon by the parties. 7. Warranties VENDOR expressly warrants that the goods and /or services covered by this Purchase Order will conform to the specifications, drawings, samples or other descriptions furnished or specified by the COUNTY, and will be of satisfactory material and quality production, free from defects and sufficient for the purpose intended. Goods shall be delivered free from any security interest or other lien, encumbrance or claim of any third party. These warranties shall survive inspection, acceptance, passage of title and payment by the COUNTY. 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 4/23/2013 16.A.14. 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 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). 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 #10 -5573 13 Packet Page -813- 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 4/23/2013 16.A.14. 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. #10 -5573 14 Packet Page -814- Exhibit IV: Additional ITB Terms and Conditions 1. Contract Term 4/23/2013 16.A.14. The contract term, if an award(s) is /are made is intended to be one (1) year with three (3) one (1) year renewal options. Prices shall remain firm for the initial term of this contract. Requests for consideration of a price adjustment must be made on the contract anniversary date, in writing, to the Purchasing Director. Price adjustments are dependent upon budget availability and program manager approval. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. 2. 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. 3. 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. 4. 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. 5. Use of Subcontractors Bidders on any service related project, including construction, must be qualified and directly responsible for 30% or more of the solicitation amount for said work. 6. 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. 7. 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. #10 -5573 15 Packet Page -815- 4/23/2013 16.A.14. 8. 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. 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. 9. 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. 10. 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. 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. 11. Protection of Property The Vendor shall ensure that the service is performed in such manner as to not damage any property. In the event damage occurs to any property as a direct result of the Vendor or their Sub 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. #10 -5573 Packet Page -816- 16 4/23/2013 16.A.14. 12. 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. 13. Invoice and Payments 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 Attn: Accounts Payable Building F, 7th Floor 3301 Tamiami Trail E Naples FL 34112 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. Collier County cautions vendors to consider both methods of payment when determining pricing as no additional surcharges or fees will be considered (per Rules for VISA Merchants and MasterCard Merchant Rules). 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." Upon execution of the Contract and completion of each month's work, payment requests shall 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 must 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. #10 -5573 Packet Page -817- 17 4/23/2013 16.A.14. 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. 14. 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 Attachment 3 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." 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 Attachment 3, 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 #10 -5573 18 Packet Page -818- 4/23/2013 16.A.14. Vendor hereunder, Vendor shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. Should at any time the Vendor not maintain the insurance coverage(s) required herein, the County may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverage(s) and charge the Vendor for such coverage(s) purchased. If Vendor fails to reimburse the County for such costs within thirty (30) days after demand, the County has the right to offset these costs from any amount due Vendor under this Agreement or any other agreement between the County and Vendor. The County shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverage(s) purchased or the insurance company or companies used. The decision of the County to purchase such insurance coverage(s) shall in no way be construed to be a waiver of any of its rights under the Contract Documents. If the initial or any subsequently issued Certificate of Insurance expires prior to the completion of the scope of work, the Vendor shall furnish to the County renewal or replacement Certificate(s) of Insurance not later than ten (10) calendar days after the expiration date on the certificate. Failure of the Vendor to provide the County with such renewal certificate(s) shall be considered justification for the County to terminate any and all contracts. 15. 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 Purchasing Departments and are available on -line at colliergov.net/purchasing. The Vendor will be responsible for obtaining copies of all required manuals, MUTCD, FDOT Roadway & Traffic Design Standards Indexes, or other related documents, so to become familiar with their requirements. Strict adherence to the requirements of the Maintenance of Traffic ( "MOT ") policy will be enforced under this Contract. 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. 16. 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. 17. Direct Material Purchase The County reserves the right to require Vendor to assign some or all of its agreements with material suppliers directly to the County. Any such goods and /or materials purchased by the County pursuant to such an assignment of a material supply agreement shall be referred to as "County Furnished Materials" and the responsibilities of both the County and the Vendor relating to said materials shall be governed by the terms and conditions of this solicitation. Additionally, the County at its sole option may choose to purchase some or all of the goods and /or materials from other suppliers. In either instance the County may require the following information from the Vendor: #10 -5573 19 Packet Page -819- 4/23/2013 16.A.14. • Required quantities of material. • Specifications relating to goods and /or materials required for job including brand and /or model number or type if applicable • Pricing and availability of goods and /or materials provided under Vendor's agreements with material suppliers 18. 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. 19. Equipment Vendor shall have available and in good working condition, the necessary equipment to perform the required service. Vendor shall supply a list of equipment and an hourly rate for each. Hourly rates will commence once equipment arrives at the service site. 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. The County reserves the right to request and obtain documentation of the Vendor's cost, and to withhold payments until documentation is provided. #10 -5573 20 Packet Page -820- 4/23/2013 16.A.14. Attachment 1: Vendor Submittal - Vendor's Check List IMPORTANT: THIS SHEET MUST BE SIGNED BY VENDOR. Please read carefully, sign in the spaces indicated and return with bid. Vendor should check off each of the following items as the necessary action is completed: 1. The Bid has been signed. 2. The Bid prices offered have been reviewed. 3. The price extensions and totals have been checked. 4. The payment terms have been indicated. 5. Any required drawings, descriptive literature, etc. have been included. 6. Any delivery information required is included. 7. If required, the amount of bid bond has been checked, and the bid bond or cashier's check has been included. 8. Addendum have been signed and included, if applicable. 9. Affidavit for Claiming Status as a Local Business, if applicable. 10. Immigration Affidavit. 11. Copies of licenses, equipment lists, subcontractors or any other information as noted in this ITB. 12. The mailing envelope must be addressed to: Purchasing Director Collier County Government Center Purchasing Building 3301 East Tamiami Trail Naples, Florida 34112 13. The mailing envelope must be sealed and marked with: ITB 10 -5573 Traffic Sign Materials & Related Items and Opening Date 14. The bid will be mailed or delivered in time to be received no later than the specified opening date and time. (Otherwise bid cannot be considered.) ALL COURIER DELIVERED BIDS MUST HAVE THE BID NUMBER AND TITLE ON THE OUTSIDE OF THE COURIER PACKET. Company Name Signature & Title Date #10 -5573 21 Packet Page -821- 4/23/2013 16.A.14. Attachment 2: Vendor Submittal - Bid Response Form FROM: Board of County Commissioners Collier County Government Center Naples, Florida 34112 RE: ITB 10 -5573 Traffic Sign Materials & Related Items 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 contract, either by a County issued purchase order or formal contract, to comply with the requirements in full in accordance with the terms, conditions and specifications denoted herein, according to the following unit prices: * * * 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: If you choose to bid manually, please submit an ORIGINAL and ONE COPY of your bid response pages. The undersigned do agree that should this Bid be accepted, to execute a formal contract, if required, and present the formal contract to the County Purchasing Director for approval within fifteen (15) days after being notified of an award. #10 -5573 22 Packet Page -822- 4/23/2013 16.A.14. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this day of , 2010 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 Telephone Number FAX Number Check one of the following: ❑ Sole Proprietorship ❑ Corp or P.A. State of ❑ Limited Partnership ❑ General Partnership 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 #10 -5573 23 Packet Page -823- 4/23/2013 16.A.14. Attachment 3: Vendor Submittal - Insurance and Bonding Requirements Insurance / Bond Type Required Limits 1. ® Worker's Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Compensation Statutory Limits and Requirements 2. ❑ Employer's Liability $ single limit per occurrence 3. ® Commercial General Bodily Injury and Property Damage Liability (Occurrence Form) patterned after the current $1,000,000 single limit per occurrence ISO form 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. 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. 4. ❑ Automobile Liability $ Each Occurrence; Bodily Injury & Property Damage, Owned /Non- owned /Hired; Automobile Included 5. ❑ Other insurance as ❑ Watercraft $ Per Occurrence noted: ❑ United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence 6. ❑ Bid bond ❑ 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 Occurrence • $ 500,000 each claim and in the aggregate • $1,000,000 each claim and in the aggregate • $2,000,000 each claim and in the aggregate ❑ Project Professional Liability $ Per Occurrence ❑ Valuable Papers Insurance $ Per Occurrence 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 #10 -5573 24 Packet Page -824- 4/23/2013 16.A.14. checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 7. ❑ Performance and For projects in excess of $200,000, bonds shall be submitted with the Payment Bonds executed contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as "A -" or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 8. ® Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 9. ® Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. 10. ® The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. 11. ® Thirty (30) Days Cancellation Notice required. 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 Vendor Signature Print Name Insurance Agency Agent Name Date Telephone Number #10 -5573 25 Packet Page -825- 4/23/2013 16.A.14. 7�f' County Attachment 4 Vendor Submittal — Local Vendor Preference Adnnistafive Services Division Affidavit Purchasing 10 -5573 Traffic Sign Materials & Related Items (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 Purchasing Policy of the Collier County Board of County Commissioners and the Regulations Thereto. As defined in Section XI of the Collier County Purchasing Policy; A "local business" is defined as a business that has a valid occupational license issued by either Collier or Lee County for a minimum of one (1) year prior to a Collier County bid or proposal submission that authorizes the business to provide the commodities or services to be purchased, and a physical business address located within the limits of Collier or Lee Counties from which the vendor operates or performs business. Post Office Boxes are not verifiable and 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 either Collier or Lee County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, the support and increase to either Collier or Lee County's tax base, and residency of employees and principals of the business within Collier or Lee 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. 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: Address in Collier or Lee County: Signature: STATE OF FLORIDA ❑ COLLIER COUNTY ❑ LEE COUNTY Date: Title: Sworn to and Subscribed Before Me, a Notary Public, for the above State and County, on this Day of 120 Notary Public My Commission Expires: (AFFIX OFFICIAL SEAL) #10 -5573 26 Packet Page -826- er County Adrr nistratave Services Division Purchasing 4/23/2013 16.A.14. Attachment 5 Vendor Submittal — Immigration Affidavit ITI3 10 -5573 Traffic Sign Materials & Related Items 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. Failure to include this Affidavit with proposal will delay in the consideration and reviewing of vendor's proposals and could result in the vendor's proposal being deemed 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 abide by Collier County Employment Eligibility Verification System requirements regarding this solicitation. Company Name Print Name Signature State of Title Date County of The foregoing instrument was signed and acknowledged before me this day of 2010, by who has produced (Print or Type Name) as identification. (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. Collier County reserves the right, at any time, to request supporting documentation as evidence of the vendor's compliance with this sworn affidavit. #10 -5573 27 Packet Page -827- 4/23/2013 16.A.14. Attachment 6: Vendor Submittal - Vendor's Non - Response Statement The sole intent of the Collier County Purchasing Department 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 Purchasing Agent listed on the first page or mail to: Collier County Purchasing Department, 3301 Tamiami Trail East, Naples, Florida 34112. We are not responding to this ITB for the following reason(s): ITB 10 -5573 Traffic Sign Materials & Related Items ❑ 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: #10 -5573 28 Packet Page -828- Project Mgr: Nancy Frye ITB 11 -5760 4/23/2013 16.A.14. Traffic Sign Materials Related Items Downloaded materials: 9 No Bid: 1 Packet Page -829- DESCRIPTION: To be awarded by Line Item Qty Unit Awarded TO COST Sign Faces (Pressure Sensitive), Manual on Uniform Traffic Control Devices (MUTCD) - Minimum Order of 10 Identical Faces 1 ASTM III High- intensity Prismatic Sign Face 1 sf Municipal Supply $1.70 2 ASTM 111 3 -Color High - intensity Prismatic Sign Face 1 sf Municipal Supply $1.94 3 ASTM III 4 -color High - intensity Prismatic Sign Face 1 sf Municipal Supply $2.09 5 ASTM VII Diamond Grade Fluorescent Yellow -Green Sign 1 sf Municipal Supply $3.82 Aluminum Fabricated Signs (.080 Gauge Aluminum); Manual on Uniform Traffic Control Devices MUTCD - Sign Faces Pressure Sensitive Minimum Order of 10 Identical Signs; One Sided With or w/ Holes 6 ASTM III High - Intensity Prismatic Fabricated Sign Custom Products $4.00 1 sf 8 ASTM III 3 -color High - Intensity Prismatic Fabricated Sign Municipal Supply $4.57 1 sf 9 ASTM III 4 -color High - Intensity Prismatic Fabricated Sign Municipal Supply $4.66 1 sf 11 ASTM VII Diamond -Grade Fluorescent Yellow Green Custom Products $5.62 Fabricated Sign 1 sf 12 ASTM VII Diamond -Grade Fluorescent Yellow Green Municipal Supply $4.40 Fabricated Speed Sign Assembly (S4-3P and R2 -1) 1 sf 13 ASTM III High - intensity Prismatic Fabricated School Municipal Supply $4.35 Speed Sign Assembly (S4 -3P and R2 -1) 1 1 sf Aluminum Fabricated Signs (.080 Gauge Aluminum) Manual on Uniform Traffic Control Devices (MUTCD); Minimum Order of 10 Identical Signs; Two Sided With or w/o Holes $5.73 15 ASTM III High- Intensity Prismatic Fab 2 -sided 1 sf Custom Products $6.68 17 ASTM III 3 -color High- Intensity Prismatic Fab 2 -sided 1 sf Municipal Supply $6.80 18 ASTM III 4 -color High - Intensity Prismatic Fab 2 -sided Sign 1 sf Municipal Supply $9.40 19 ASTM VIII 3 -Color Diamond Grade or Equivalent Face 1 sf Custom Products $8.32 20 ASTM VII Diamond -Grade Fluorescent Yellow Green Fab 1 sf Custom Products 2 -sided Sign Aluminum Sign Blanks With or Without Holes. 4.38 25 .125 gauge Alum Blank (per square foot delivered) 1 sf Municipal Supply $1.99 26 .630 gauge Alum Blank (per square foot delivered) 1 sf Municipal Supply All signs and sign blanks based on cost per square foot. Face and size to be designated at time of purchase. ACCESSORY MATERIALS Galvanized Steel Post, Full Length Holes (Minimum order: 25 each) 27 6' U- Channel Delineator post 25 Set Vulcan $7.19 28 8' U- Channel 2# 25 Set Universal $14.40 Packet Page -829- Project Mgr. Nancy Frye ITB 11 -5760 4/23/2013 16.A.14. Traffic Sign Materials Related Items Downloaded materials: 9 No Bid: 1 Packet Page -830- DESCRIPTION: To be awarded by Line Item City Unit Awarded TO COST 29 10' U- Channel 2# 25 Set Municipal Supply $18.00 30 12' U- Channel 2# 25 Set Universal $21.60 31 3'U-Channel 2# 25 Set Municipal Supply $5.64 32 4'U-Channel 2# 25 Set Municipal Supply $7.52 Square Posts Awesome Signs, 33 8' 2 1/2" Sq 12 Ga.Post 25 Set Naples $18.38 34 10' 2 1/2" Sq. 12 Ga. Post 25 Set Allied Tube and $24.30 Conduit 35 12'2 1/2" Sq. 12 Ga. Post 25 Set Allied Tube and $29A9 Conduit 36 14' 2 1/2" Sq. 12 Ga. Post 25 Set Allied Tube and $33.85 Conduit 37 3' 2 1/2" Sq 12 Ga. Sleeve Allied Tube and $7.66 Conduit 38 3' 2 3/4" Sq 12 Ga. Sleeve Allied Tube and $6.98 Conduit 39 "8" multi - directional Slip Base Assembly for 2 Y : :" 12 25 Set Allied Tube and $95.00 Gauge Steel Post complete with Hardware Conduit 40 8'2" square 14 Ga Post 25 Set Allied Tube and $12.46 Conduit 41 10' 2" square 14 Ga. Post 25 Set Allied Tube and $15.82 Conduit 42 12'2" Sq. 14 Ga. Post 25 Set Allied Tube and $18.79 Conduit 43114'2" square 14 Ga. Post 25 Set Allied Tube and $21.66 Conduit Round Aluminum Posts to Included 2 sets of Mounting Hardware Per Post (Minimum Order 5 Each) 44 2 "x12' Rnd Alum Post 5 Set Municipal Supply $21.36 45 2.5 "x12' Rnd Alum Post 5 Set Municipal Supply $26.75 46 3 "x12' Rnd Alum Post 5 Set Municipal Supply $36.18 47 3 "x14' Rnd Alum Post 5 Set Municipal Supply $40.20 48 3.5" x 12' Rnd Alum Post 5 Set Municipal Supply $65.55 49 3.5" x 14" Rnd Alum Post 5 Set Municipal Supply $65.55 Packet Page -830- Project Mgr: Nancy Frye ITB 11 -5760 4/23/2013 16.A.14. Traffic Sign Materials Related Items Downloaded materials: 9 No Bid: 1 Packet Page -831- DESCRIPTION: To be awarded by Line Item Qty Unit Awarded TO COST Hardware: Minimum order of 500 pieces with any combination of bolts, screws, nuts and washers 50 5/16 - 18 x 3 Bolts 50 Set Vulcan $0.19 51 5/16 - 18 x 2 112 Bolts 50 Set Vulcan $0.20 52 5/16 - 18 x 1 1/2 Bolts 50 Set Vulcan $0.15 53 5/16 - 18 x 3/4 Bolts 50 Set Vulcan $0.10 54 5116 - 18 x 1/2 Bolts 50 Set Universal $0.10 55 5/16 - 16 x 1 Bolts 50 Set Vulcan $0.11 Screws (LAG) 56 5116 x 2 LAG Screws 50 Set Vulcan $0.15 Nuts 57 5/16 x 18 Nuts 50 Set Vulcan $0.07 58 5116 x 18 (Stop Nuts with Nylon Inserts) 50 Set Vulcan $0.26 Washers (Flat) 59 5/16 (USS Steel) Flat Washer 50 Set Universal $0.04 60 5/16 (Nylon) 14 Gauge Washer 50 Set Universal $0.05 Brackets 61 Rok -Pruf #1 Sign Bracket for channel posts. 50 Set Custom Products $2.49 62 Rok -Pruf #2 Sign Bracket for 2 3 /8" round posts. 50 Set Custom Products $2.89 63 Rok -Pruf #3 -90 regular 90 degree cross sign bracket 50 Set Custom Products $2.63 64 Bracket for 4x4 wood posts 50 Set Custom Products $5.29 65 9 -90f. 90- degree cross Bracket, H.D. slot width .160 50 Set Vulcan $3.33 66 BB -832 2 3/8" Round pole. 2 sign bracket 50 Set Vulcan $2.15 67 Back portion only of BB -832 bracket to add second sign 50 Set Custom Products $3.89 68 #457 -F bracket; universal cross 50 Set Vulcan $2.75 Packet Page -831- Project Mgr: Nancy Frye ITB 11 -5760 4/23/2013 16.A.14. Traffic Sign Materials Related Items Downloaded materials: 9 No Bid: 1 Packet Page -832- DESCRIPTION: To be awarded by Line Item Qty Unit Awarded TO COST 69 SNAP - Snap -lock assembly, 40" strap length 50 Set Municipal Supply $3.25 70 12 -volt battery to be used with High Intensity Lights 50 Set Municipal Supply $3.25 71 SS Coil Strapping 3/4 "x 200'x .020 roll 50 Set Municipal Supply $45.98 72 SS Wing strapping seals for SS 3/4" strapping 50 Set Municipal Supply $0.15 73 Stainless Steel Threaded center -hole bracket for use with 3/4" SS Strapping, for poles greater than 4" diameter 50 Set Municipal Supply $0.83 74 91 OF -OL90 sign bracket 50 Set Vulcan $2.90 75 91 OF -NU180 sign bracket 50 Set Vulcan $2.90 76 97SQF flat blade sign bracket for 2" square posts 50 Set Custom Products $3.50 77 #8 Metro wing bracket 50 Set Custom Products $4.59 78 #4 wing bracket 50 Set Vulcan $2.35 79 Interlocking bracket to attach signs to 2" aluminum poles 50 Set Universal or Vulcan $2.50 80 Interlocking bracket to attach signs to 2.5" aluminum poles 50 Set Vulcan $2.50 81 Interlocking bracket to attach signs to 3" aluminum poles 50 Set Vulcan $4.60 82 Comer angle extrusion 8" length 50 Set Universal $2.85 83 Two -bolt D damp, 3 1/2" 50 Set Universal $10.50 84 Two-bolt D damp, 3" 50 Set Universal $9.90 85 Two -bolt D damp, 2 1/2" 50 Set Universal $9.70 86 Two -bolt D damp, 2" 50 Set Universal $9.50 87 Surface mount for 2" square posts 50 Set Universal $35.00 88 #812 Bracket U- Channel cap, 12" slot 50 Set Municipal Supply $9.00 89 Chevron Bracket Secures 2 signs to 1 post 50 Set Vulcan $19.38 Centermounts 90 3" reflectorized centermounts (white, red or yellow, plastic) 50 Set Municipal Supply $0.60 Delineator Rubes (Minimum Order as noted in the Quantity) Packet Page -832- Project Mgr: Nancy Frye ITB 11 -5760 4/23/2013 16.A.14. Traffic Sign Materials Related Items Downloaded materials: 9 No Bid: 1 Packet Page -833- DESCRIPTION: To be awarded by Line Item Qty Unit Awarded TO COST $10.25 91 Pliable delineator tubes (yellow or white, 36" w/ reflective 50 Set New Direction, Ft. tape) Myers $6.80 92 Pliable delineator tubes (yellow or White, 18" w/ reflective 50 Set New Direction, Ft. tape) Myers $5.15 93 Surface mount base for pliable delineator tubes 50 Set New Direction, Ft. Myers $10.68 94 Repair kit for delineator tubes 50 Set Municipal Supply 95 Replacement securing pin for delineator base. 50 Set My Direction, Ft. $1,00 96 Replacement grip slots for delineator base. 50 Set Municipal Supply $19.64 97 Replacement tubular insert 50 Set Municipal Supply $24.26 98 Ground mount for delineator tubes 50 Set New Direction, Ft. Myers $3.75 99 8 "x 8" C130 Butyl pads 50 Set New Direction, Ft. Myers $3.00 100 Roll of Butyl pad (8 "x 20') 1 Ea Municipal Supply $142.45 Sign Decal 4 "X4" PL black on white decal, P/S center score for easy Municipal Supply or 101 application, no border (DECAL - See Attached (Tab 500 Set Universal $0.40 "Dating Decal)) (500 pcs) Z -Bar, Aluminum 1 3/4" Width (Minimum Order: 2) 102 8'Z-Bar (EA) 1 Ea Municipal Supply $22.55 103 12'Z-Bar (EA) 1 Ea Municipal Supply $36.85 Barricades 104 Type 11 25 " x 45" (Plasticade) High Intensity 20 Set Municipal Supply $50.60 105 Type If 25" x 45" (Safetycade) High intensity 20 Set Universal $50.00 106 Panel Type 8" x 45" (Plasticade) High Intensity 20 Set Municipal Supply $49.00 107 Barricade Sheeting (50 Yard Length) 8" High Intensity 1 Ea Universal $188.00 108 Barricade Sheeting (50 Yard Length) 10" 1 Ea Universal $235.00 109 Flashing Light Assembly (Plasticade) LED Lights 5 Set Municipal Supply $18.70 110 Flashing Light Assembly (Safetycade) LED Lights 5 Set Municipal Supply $18.70 Packet Page -833- Project Mgr: Nancy Frye ITB 11 -6760 4/23/2013 16.A.14. Traffic Sign Materials Related Items Downloaded materials: 9 No Bid: 1 Packet Page -834- DESCRIPTION: To be awarded by Line Item City Unit Awarded TO COST 111 12 Volt Batteries 5 Set Universal $3.25 112 Red - Orange Safety Flags with Stabilizer 24" x 24 ", 36" staff 20 Set Municipal Supply $5.23 Mesh Signs 113 48 "x 48" "Mesh Road Work Ahead" w /ribs (EA) 1 Ea Municipal Supply $40.70 114 48 "x 48" Mesh "Left Lane Closed" w /ribs (EA) 1 Ea Municipal Supply $40.70 115 48 "x 48" Mesh 'Right Lane Closed" w /ribs (EA) 1 Ea Municipal Supply $40.70 116 48 "x 48" Mesh "Men Working" Signs w /ribs (EA) 1 Ea Municipal Supply $40.70 117 Galvanized Tripod for above signs (EA) 1 Ea Municipal Supply $34.90 118 Galvanized Push -in- ground Stake (EA) 1 Ea Municipal Supply $31.77 Temporary Marking Tape 119 Pre - formed tape for highway marking. This tape shall be self- adhesive with no additional primers required. Yellow and white reflective. 1 Ea 120 4" x 50 yds. (yellow or white) 1 Ea Swarco Industries, Col $41.35 121 6" x 50 yds. (yellow or white) 1 Ea Swarco Industries, Col $65.14 122 12" x 50 yds. (yellow or white 1 Ea Swarco Industries, Col $130.25 Safety Vests 123 Orange safety vest w /reflective tape 1 Ea Municipal Supply $2.00 124 ANSI Class 2 Orange safety vest w /reflective tape 1 Ea Municipal Supply $9.90 125 ANSI Class 3 Orange safety vest w /reflective tape 1 Ea Municipal Supply $22.00 Packet Page -834- NEW REPAIRED WARNING UP TO $500.00 FINE FOR TAMPERING WITH THIS SIGN FLORIDA STATUTES - CHAPTERS, 316.0775 & 316.655 REPORT SIGN DAMAGE OR THEFT 252 -8260 COLLIER COUNTY TRAFFIC OPERATIONS 11 12 13 14 15 1 2 3 4 5 6 7 8 9 101 11 12 13 141 151 16 171 18 19 20 21 221 23 24 25 261 271 28 291 30 31 4" X 4" Peel Label Black on White Decal P/S Center Score for easy application No Border (Dating Decal) Packet Page -835- 4/23/2013 16.A.14.