Loading...
Agenda 09/24/2013 Item #16E 5n 9/24/2013 16.E.5. EXECUTIVE SUMMARY Recommendation to award Bid No. 12- 5959r2, "Alarm Monitoring Services" to CT Fire Protection, Inc. and authorize staff to continue using the incumbent vendor, D.A. Systems, Inc. d/b /a Dehart Alarm Systems until the transition is complete. OBJECTIVE: To continue the 24 -hour monitoring of Collier County fire and burglar alarms CONSIDERATIONS: The Department of Facilities Management is responsible for the fire alarm and security systems in County facilities. In order to meet Collier County and State of Florida fire codes, many of the fire alarm systems require monitoring by a licensed, UL- listed monitoring company. In an effort to provide competitive contracted monitoring services, a formal bid was posted on June 17, 2013. Four hundred forty-eight (448) notices were sent to vendors, thirty -nine (39) bid packages downloaded and ten (10) responsive bids submitted. Staff reviewed the bid responses and recommends awarding the bid to the lowest qualified responsive bidder CT Fire Protection, Inc., who provided the lowest total cost over a four year period. The contract term is for one year with the opportunity for three one year renewals. Due of the vital need to protect Collier County personnel and property, staff requests the authorization to continue using the incumbent service provider, D.A. Systems, Inc. d/b /a Dehart Alarm Systems, until all permits and system configurations can be completed by the newly awarded, CT Fire Protection Inc. The transition process shall be finished by March 24, 2014. FISCAL IMPACT: Historically the County spends roughly $33,000 annually on alarm monitoring services. Funds are budgeted in Facilities Management Cost Center 122240. GROWTH MANAGEMENT IMPACT: No growth management impact will result from this action. LEGAL CONSIDERATION: This item has been approved as to form and legality and requires a majority vote for approval. - CMG RECOMMENDATION: Recommendation that the Board of County Commissioners awards Bid No. 12- 5959r2, "Alarm Monitoring Services," to CT Fire Protection, Inc., and authorize staff to continue using the incumbent vendor, D.A. Systems, Inc., d/b /a Dehart Alarm Systems, until the transition is complete. PREPARED BY: Dennis Linguidi, CFM, Department of Facilities Management Attachments: 12- 5959x2 Alarm Monitoring Services ITB 12- 5959r2 Bid Tabulation 12- 5959r2 CT Fire Protection Proposal 12- 5959x2 Cost Comparison Packet Page -2182- 9/24/2013 16.E.5. COLLIER COUNTY Board of County Commissioners Item Number: 16.16.E.16.E.5. Item Summary: Recommendation to award Bid No. 12- 5959r2, "Alarm Monitoring Services" to CT Fire Protection, Inc. and authorize staff to continue using the incumbent vendor, D.A. Systems, Inc. d /b /a Dehart Alarm Systems until the transition is complete. Meeting Date: 9/24/2013 Prepared By Name: LinguidiDennis Title: Manager - Facilities,Facilities Management 9/9/2013 6:26:14 PM Submitted by Title: Manager - Facilities,Facilities Management Name: LinguidiDennis 9/9/2013 6:26:15 PM Approved By Name: CampSkip Title: Director - Facilities Management,Facilities Manage Date: 9/9/2013 6:46:44 PM Name: NorthrupAdam Title: Procurement Strategist, Purchasing Date: 9/10/2013 10:51:49 AM Name: pochopinpat Title: Administrative Assistant,Facilities Management Date: 9/10/2013 3:05:18 PM Name: JohnsonScott Title: Purchasing Agent,Purchasing & General Services Date: 9/10/2013 3:40:32 PM Packet Page -2183- Name: MarkiewiczToanne 9/24/2013 16.E.5. Title: Manager - Purchasing Acquisition,Purchasing & Gene Date: 9/12/2013 4:11:40 PM Name: PriceLen Title: Administrator, Administrative Services Date: 9/13/2013 2:46:15 PM Name: GreeneColleen Title: Assistant County Attomey,County Attorney Date: 9/16/2013 8:51:20 AM Name: KlatzkowJeff Title: County Attorney Date: 9/16/2013 9:17:15 AM Name: PryorCheryl Title: Management/ Budget Analyst, Senior,Office of Manag Date: 9/16/2013 10:07:51 AM Name: IsacksonMark Title: Director -Corp Financial and Mgmt Svs,CMO Date: 9/16/2013 10:45:55 AM Packet Page -2184- CO a a C c N U s a N 00 C C � O « 2 E J (� m Q N M M u1 N .-I 01 a � E L U 0 O — Z a E Y � m Q c c 'o 0 c` a` a °o C? 0O EuNivNin n 1.4 N t/1 VI. to ' 4^ V1 x X X X X X goo. o..° p Ln o0 0 Ln in N N x x X X X X X O' N. mm N M N OI 1-1 l A w Ln G) N ~ p VF x x x x X X 0 � u u Cn p a p, m u* W X1 00 00 0 w °o Ln fN N 6 0 Ln 0 t46 06 Ln C; .4 .- ti O W H H N _..:r t0 t4 V� in V) x x x x x x 0 d H �n-I .^-1 f" 00 '-I N x x x X X X 00 0 S- 00 � O - u1 C 0 CU . eq N r•4 N , N :, 00 N G v> Vr Vf ,._ 401. ut Vt X1 X X1 xi X1 X1 I yO O O O! Ln o 0 y 00 00 ui N O O N rl N 0 1-4 rn x x x x x x x \° Ln 14 e O VL Vf N �' N V$. X1 Xi X1 Xi Xi x +�� 4�..LM oc� 00 v> n ur � � � x x x x x x a U C a+ � C y G1 •> > � _ Ew D C Cu CL a o != X ¢ CO v v a�i U a 'O O CCu v a " o w m u o E c o Y a `o a> 00 la N E w C z u E M o _N N .... Cu : - 0 7 M. ob C > [� J E C p E m =o m ao E c c E a }' = —M CL E E E E E a E a a o` f0 o u u u u u u C a o '. a am+ am.. m M M c >LLs m a��n aaaaaaa .� N m a '.; un I. n a � 0 0 0 0 m � m 0 rq N O \O N � O � 3 y Ym > o w z „ E ° f0 C a Q m v QU m m � N a Cu C Q. Y o � Packet Page -2185- 9/24/2013 16.E.5. d 8s s O O tG M O4 C' e-1 H C1 N N E N N ul M Cf to V? 1/► 8 O S O W O O I O CL E N 4n vLi Ci .mi m — 14 <n 14 rn an d o o`no 0 m Lo L» H N !n N n u an +n H yr v� vN► N 0 d u c f- f6 c C R c Ln et ri M b V LT In ~ yNy� W H .�-/ ~ O. y VY O O Ln Ln Ln Ln Ln W Q N 00 G d �+ •ui-� i/f e4i to Q� C VY 4n °0. °0, S tOO L0 0 Co "'L Lh CO Ln lD m rL M d O C C N y C1 O C1 CCoo w N s+ C an Ln T Ln in V} N O O o Ln ad p Ln a; ELn c Co .Q1i> rn n' Lq V CO 0 N LL d. W C1 of l0 of H n N v N t4 to r c r o c � o -- o E v @ o '° °' N " m CL a` ., LL CO O O LL m to r. m Lo rl N 0 ° Co N O L!1 M N O O N C1 L: 0 N M W x N 01 O Ln v N !/1 O .-1 W LA N in 8 Ln N O O Ln N to 8 N W Ln 00 n N Packet Page -2186- 9/24/2013 16.E.5. m a� � Q L C a ao C .r 0 .0 0 0 L Cu N d w N �N r� 10 d � V � LL m Packet Page -2187- 9/24/2013 16.E.5. Packet Page -2188- 9/24/2013 16.E.5. 9/24/2013 16.E.5. o W �o, � m Z �_ . o o z d m CL w; e» eat N .� N 4A ., m Q N o V4 Go. t2 .-i �i ri .-i .; ni v� to M v `i '" I -v C 4�ir 4i► 4n o :d.' u c r LO o O C Rt 0, LO C o ro 00 O N N N O 0 r 4 ONO -1 Ln � n- u1 O I­ .-I Ln N O en " Co Ln Il: tr; a' eri 1� L t6 t4 t4 V} V>• V>• V>• V} V} a,. N C t0O O O O O� tCD O O C l^D O N rr q 00 e-1 Ln 00 C CO N. L C, N ri Ln N ON1 O c eh 00 Ln 1l- Ln I* m Il to M r-I ri ri N N N M M M Vt V> VIP to V). (1 V} 4-11. V7 } 00 C. 0) C O O 0 eV O C C C N O rq Co rN-1 Ln Co O n NO' N Lr Lri N 01 D N` M r-I 00 rq Ln ri P, N to N � N t n M 1� m M Ln M d A6 AD' w An rl 4^ 44^ L � +i'."2,., i -'Sv`4. ii ""'� n fit 't?4r #•. O O O 0 O O O O d O O O O O O O O W Ln Ln r1l '^ 1� O V). Ct O in 00 ri 01 ri I� mt. O0 O to 00 14 Ln lD M - LD M V► V? V} V) r-I V} V? L � eO d } O O O O O O O O O y O O O O O O O O O W O O C N O O V) M N 0 0) O u1 u1 O N -01 M "4 N N M IqT a� V> w a a N OO .0 C O O O O N O O O L 0 O O O d 01 tD O O a0+ M N N tD 14 N tD O 00 O N Ln O n r-I-I Ln N 01 O en' 00 V1 Il. Ln Kr M I� Ln .4 ri r-I r-e N N N M M M d } U. E t: L '�° H ° a E v 01 d W m P era ` Packet Page - 2189 -N 9/24/2013 16.E.5. INVITATION TO BID Date: 06/17/2013 From: Adam Northrup, Procurement Strategist (239) 252 -6098 (Telephone) (239) 252 -6302 (FAX) adamnorthrup @colliergov.net (Email) To: Prospective Vendors Subject: Solicitation: 12 -6959r2 - Alarm Monitoring Services As requested by the Department of Facilities Management, 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.coiliergov.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: Kelly Campbell #12- 5959x2 Alarm Monitoring Services Padam Depa rune • 3327 Tamiami Trail East • NaDles. Florida 34112 -4901 - www.cadliergov.nettporchasing Packet Page -2190- Invitation to Bid Index PublicNotice ................................................................... ............................... Exhibit I: Scope of Work, Specifications and Response Format ................... Exhibit II: General Bid Instructions ................................. ............................... Exhibit III: Standard Purchase Order Terms and Conditions ......................... Exhibit IV: Additional ITB Terms and Conditions ............ ............................... Attachment 1: Vendor Submittal - Vendor's Non - Response Statement......... Attachment 2: Vendor's Check List ................................ ............................... Attachment 3: Vendor Submittal - Bid Response Form .. ............................... Attachment 4: Vendor Submittal — Local Vendor Preference Affidavit ............ Attachment 5: Vendor Submittal — Immigration Affidavit .. ............................... Attachment 6: Vendor Substitute W — 9 ........................... ............................... Attachment 7: Vendor Submittal - Insurance and Bonding Requirements ..... #12- 5959r2 Alarm Monitoring Services Packet Page -2191- 9/24/2013 16.E.5. ......................... 3 ......................... 4 ......................... 9 ........................15 ........................18 ........................24 ........................25 ........................26 ........................28 ........................29 ........................30 ........................31 9/24/2013 16.E.5. Public Notice Sealed bid responses for Solicitation 12 -5959 – Alarm Monitoring Services, will be received electronically, at the Collier County on -line bidding website at www.colliergov.net /bid until 3:OOPM Collier County local time on July 3rd, 2013. Solicitation responses received after the stated time and date will not be accepted. Solicitation 12 -5959 – Alarm Monitoring Services All questions regarding this ITB must be submitted online on the Collier County Purchasing Department E- Procurement website: www.coiliergov.net /bid. All responses to questions will be posted on the website with electronic notification to all prospective vendors. All solicitation responses must be made on the official ITB response form included and only available for download from the Collier County 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/ Joanne Markiewicz Interim 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 06/17/2013. 11—N #12- 5959x2 Alarm Monitoring Services Packet Page -2192- 9/24/2013 16.E.5. n Exhibit I: Scope of Work, Specifications and Response Format As requested by the Collier County Department of Facilities Management (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 The County seeks bids by qualified firms for the monitoring of Burglar and Fire Alarms at county owned facilities. A qualified bidder will install and service new equipment, as well as service and maintain existing equipment. Detailed Scope of Work This ITB is for the service of monitoring alarm systems. Monitoring is to be done 24 hours a day, 7 days a week, for the term of the contract. The Contractor shall provide flat monthly pricing per site, for the following systems: ^ Fire Protection Burglar Alarm Upon award, the Account Manager and the Facilities Manager, or his designee shall meet to set up building stipulations, call lists, site lists, etc. The Facilities Manager or his designee reserves the right to at any time, add, delete or modify sites without penalty. In addition, the contractor shall provide pricing for the following Hourly Labor Rate — Labor rate for miscellaneous repair, new installation or inspection. After Hours Labor Rate - Labor rate for miscellaneous repair, new installation or inspection after normal business hours. Material Markup - Necessary Materials include, but are not limited to the following; • Key pads • Motion Detectors • Door contacts • Window contacts • Horns • Alarm Panels • Dialers • Wiring #12- 5959r2 Alarm Monitoring Services Packet Page -2193- 9/24/2013 16.E.5. Setup and Permitting Fees — Lump sum per site fee to acquire all permits and setup existing dialers. Please include all labor, material and permit fees into ^ this number. Additional Specifications Field Visit All prospective bidders are invited to visit the job site to verify all field conditions and familiarize themselves with the specified equipment. Inspections can be scheduled by calling Kelly Campbell, Facilities Management (239) 252 -8380. Site List A list of alarm sites is available upon email request to adamnorthrup0collieraov.net or by calling 239- 252 -6098. Experience and References Contractor's company shall have a minimum of ten (10) years experience in fire and burglar alarm systems monitoring as specified herein. Contractor shall provide with their bid a list of minimally three (3) references, including contact person and telephone number, for inspection and testing services that they are presently providing. One of the contractor's references must be Underwriters' Laboratories (UL). Code Requirements All required Collier County permits must be obtained before any maintenance or new installation commences. All inspections must be passed, and all permits will be completed. Failure to do so will result in a two hundred fifty ($250.00) dollar fine. ^ Monthly Reports /Records A written "Monthly Report" shall be delivered to the Facilities Manager or his designee no later than the seventh (7th) calendar day of each calendar month. The report shall contain copies of all records and incidents of alarms or troubles, but not limited to inspection and testing results, all maintenance items performed, and any additional work performed under the contract. The report shall be neat, legible and in a typed format. False Alarm Charges The Contractor shall be liable for any fines or citations received by Collier County for any false alarms that were caused by system error, monitoring service /employee error, or a dispatching error other than the criteria set by Collier County for each facility with the Account Manager in addition to a fine of two hundred fifty ($250.00) dollars. The Contractor is to procure all permits, licenses, and certificates, or any such approvals of plans or specifications as may be required by federal, state and local laws, ordinances, rules, and regulations, for the proper execution and completion of the work under this Agreement. Any false alarms caused by Collier County employees shall be the responsibility of the County. On -Call Repair /Emergency Work The Contractor may be required to do emergency repairs at times other than normal working hours. The Contractor shall be in a position to be available on a twenty-four (24) hour basis, three hundred #12- 5959r2 Alarm Monitoring Services Packet Page -2194- 9/24/2013 16.E.5. sixty -five (365) days per year for such emergency work. The Contractor shall provide the County with r1 an on -call telephone number for emergency service. The Contractor shall employ an adequate staff of approved technicians to provide service, taking into account vacation and other leaves. For on -call repairs, the Contractor shall be on -site and begin repairs within one (1) hour of the initial call being placed for sites located in Greater Naples area and two (2) hours for rural sites. New Work/Estimates The Contractor shall provide written, "Not to Exceed" estimates on all projects except on emergencies and on -call repairs. This estimate shall include the estimated number of hours, hourly rate, number and types of employees required, estimated material cost and number of calendar days required for project completion. Contractor shall respond to requests for estimates for non - emergency work within two (2) days and provide written estimates within five (5) days. It shall be the Contractor's responsibility to ensure they have all information to prepare accurate estimates. All work will be ordered by the issuance of a numbered Purchase Order. Employee Identification All employees must wear Collier County Government identification badges at all times while performing services on County facilities. 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. • Award will be on the lowest aggregate total of the BASE BID (line 4 Total). • It is the intent of Collier County to award to the lowest, qualified and responsive vendors) in accordance with the following methodology: BASE BID 1. Monthly Fire Alarm Monitoring $ per site x 12 months = $ 2. Monthly Burglar Alarm Monitoring $ per site x 12 months = $ 3. Hourly Labor Rate $ x 2 hours = $ 4. Total ALTERNATE BID #12- 5959x2 Alarm Monitoring Services Packet Page -2195- 9/24/2013 16.E.5. 5. After Hours Labor Rate (per hour) $ 6. Material Markup Percentage (percentage over list) % 7. Setup and Permitting Fees (lump sum per site) $ The following is an example of how the award methodology is used. The example below is shown with the assumption that Fire Monitoring is $20 per site, Burglar Monitoring is $25 per site, hourly labor rates are $70 per hour and Material markups are 21 %. The following methodology is only for example purposes. Monthly Fire Alarm Monitoring $ 20.00 x 12 months = Monthly Burglar Alarm Monitoring 25.00 x 12 months = Hourly Labor Rate 70.00 x 2 hours = Total Alternate After Hours Labor Rate (per hour) Material Markup Percentage (percentage) Setup and Permitting Fees (per site) $ 240.00 $ 300.00 $ 140.00 $ 680.00 $65 12 % $100 • Collier County reserves the right to select one, or more than one suppliers, however, it is the intent to select a single awardee. • The contract will be in the form of a standard County Purchase Order. Term of Contract The contract term, if an award(s) is /are made is intended to be for one (1) year with three (3) one year renewal options. Prices shall remain firm for the initial term of this contract. Requests for consideration of a price adjustment must be made 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. Projected Timetable Event Date Issue Solicitation Notice 06/17/2013 Last Date for Receipt of Written Questions 06/28/2013, 3:OOPM Solicitation Deadline Date and Time 07/03/2013, 3:OOPM Anticipated Evaluation of Submittals Week of Jul 8"', 2013 #12- 5959x2 Alarm Monitoring Services Packet Page -2196- n Anticipated Board of County Commissioner's Contract 09/10/2013 Approval Date Vendor Required Documents • Attachment 1: Vendor's Non Response Statement • Attachment 2: Vendor's Check List • Attachment 3: Vendor Bid Response Form • Attachment 4: Local Vendor Preference • Attachment 4: Immigration Law Affidavit • Attachment 5: Vendor Substitute W -9 • Attachment 6: Insurance and Bonding Requirement #12- 5959r2 Alarm Monitoring Services Packet Page -2197- 9/24/2013 16.E.5. Exhibit II: General Bid Instructions 1. Purpose /Objective 9/24/2013 16.E.5. 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. After award by the Board of County Commissioners, prices may only be adjusted as outlined in Exhibit I: Term of Contract. I 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. #12- 5959r2 Alarm Monitoring Services Packet Page -2198- 9/24/2013 16.E.5. 5. Discounts Any discounts or terms must be shown on the Bid form. Such discounts, if any, may be considered in the award of tie bids. In no instance should payment terms less than fifteen (15) calendar days be offered. 6. Exceptions Vendors taking exception to any part or section of these specifications shall indicate such exceptions on a separate sheet entitled "EXCEPTIONS TO SPECIFICATIONS." Failure to indicate any exceptions to the specifications shall be interpreted as the Vendors intent to fully comply with the specifications as written. The County, at its sole discretion, shall determine if the exceptions are material in nature, and if the Vendor's exceptions may be declared grounds for rejection of bid proposal. 7. Addenda The County reserves the right to formally amend and /or clarify the requirements of the bid specifications where it deems necessary. Any such addendum /clarification shall be in writing and shall be distributed electronically to all parties who received the original bid specifications prior to the deadline for submission of Bids. All changes to this ITB will be conveyed electronically through a notice of addendum or questions and answers to all vendors registered under the applicable commodity code(s) at the time when the original ITB was released, as well as those vendors who downloaded the ITB document. Additionally, all addendums are posted on the Collier County Purchasing Department E- Procurement website: www.collieroov.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. 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 Procurement Strategist 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. 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 Procurement Strategist 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 #12- 5959x2 Alarm Monitoring Services Packet Page -2199- 10 9/24/2013 16.E.5. 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. Rejection and Waiver The County reserves the right to reject any and all bids, to waive defects in the form of bid, also to select the bid that best meets the requirements of the County. Vendors whose bids, past performance or current status do not reflect the capability, integrity or reliability to fully and in good faith perform the requirements denoted may be rejected as non- responsive. Bids that do not meet all necessary requirements of this solicitation or fail to provide all required information, documents or materials may be rejected as non - responsive. 12. Local Vendor Preference (LVP) The County is using the Competitive Sealed Quotation methodology of source selection for this procurement, as authorized by Ordinance Number 87 -25, and Collier County Resolution Number 2008 -181 establishing and adopting the Collier County Purchasing Policy. 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, #12- 5959x2 11 Alarm Monitoring Services Packet Page -2200- 9/24/2013 16.E.5. 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. 13. Immigration Affidavit Certification Statutes and executive orders require employers to abide by the immigration laws of the United States and to employ only individuals who are eligible to work in the United States. The Employment Eligibility Verification System (E- Verify) operated by the Department of Homeland Security (DHS) in partnership with the Social Security Administration (SSA), provides an Internet -based means of verifying employment eligibility of workers in the United States; it is not a substitute for any other employment eligibility verification requirements. The program will be used for Collier County formal Invitations to Bid (ITB) and Request for Proposals (RFP) including professional services and construction services. Exceptions to the program: • Commodity based procurement where no services are provided. • Where the requirement for the affidavit is waived by the Board of County Commissioners Vendors / Bidders are required to enroll in the E- Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor's /bidder's proposal. Acceptable evidence consists of a copy of the properly completed E- Verify Company Profile page or a copy of the fully executed E- Verify Memorandum of Understanding for the company. Vendors are also required to provide the Collier County Purchasing Department 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 providina both the acceptable E- Verifv evidence and the executed affidavit the bidder's / vendor's proposal may be deemed non - responsive. Additionally, vendors shall require all subcontracted vendors to use the E- Verify system for all purchases not covered under the "Exceptions to the program" clause above. For additional information regarding the Employment Eligibility Verification System (E- Verify) program visit the following website: http: / /www.dhs.gov /E- Verify. It shall be the vendor's responsibility to familiarize themselves with all rules and regulations governing this program. #12- 5959x2 12 Alarm Monitoring Services Packet Page -2201- 9/24/2013 16.E.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 seg. and regulations relating thereto, as either may be amended and with the provisions contained within this affidavit. Failure by the awarded firm(s) to comply with the laws referenced herein or the provisions of this affidavit shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. 14. Lobbying All firms are hereby placed on NOTICE that the County Commission does not wish to be lobbied either individually or collectively about a project for which a firm has submitted a bid. Firms and their agents are not to contact members of the County Commission for such purposes as meetings of introduction, luncheons, dinners, etc. During the bidding process, from bid opening to final Board approval, no firm or its agent shall contact any other employee of Collier County with the exception of the Purchasing Department. 15. Certificate of Authority to Conduct Business in the State of Florida (Florida 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 Corporations in accordance with the requirements of Florida Statute 607.1501 (www.sunbiz.org /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. 16. General Information When it is deemed by the County that a bid cannot be awarded as originally intended, the County reserves the right to award this bid through an approach which is the best interest of the County. Alternate bids will not be considered unless authorized by the ITB. In case of identical bids tying as low bid, the County shall ask vendors to submit certification that they have a drug -free workplace in accordance with Section 287.087 Florida Statutes. Should all vendors provide said certification; the County will give local vendor preference. 17. Bid Award Process Award of contract will be made by the Board of County Commissioners in public session. 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 #12- 5959x2 13 Alarm Monitoring Services Packet Page -2202- 9/24/2013 16.E.5. 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. #12- 5959x2 14 Alarm Monitoring Services Packet Page -2203- 9/24/2013 16.E.5. 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. #12- 5959x2 15 Alarm Monitoring Services Packet Page -2204- 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 n specified by the COUNTY, and will be of satisfactory material and quality production, free from defects and sufficient for the purpose intended. Goods shall be delivered free from any security interest or other lien, encumbrance or claim of any third party. These warranties shall survive inspection, acceptance, passage of title and payment by the COUNTY. 8. Statutory Conformity Goods and services provided pursuant to this Purchase Order, and their production and transportation shall conform to all applicable laws, including but not limited to the Occupational Health and Safety Act, the Federal Transportation Act and the Fair Labor Standards Act, as well as any law or regulation noted on the face of the Purchase Order. 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 #12- 5959x2 Alarm Monitoring Services 9/24/2013 16.E.5. 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 16 Packet Page -2205- the basis of race, religion, sex creed, national origin, handicap, marital status, or veterans' status. Further, VENDOR acknowledges and without exception or stipulation shall be fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended. Failure by the awarded firm(s) to comply with the laws referenced herein shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. Any breach of this provision may be regarded by the COUNTY as a material and substantial breach of the contract arising from this Purchase Order. 14. Force Majeure Neither the COUNTY nor VENDOR shall be responsible for any delay or failure in performance resulting from any cause beyond their control, including, but without limitation to war, strikes, civil disturbances and acts of nature. When VENDOR has knowledge of any actual or potential force majeure or other conditions which will delay or threatens to delay timely performance of this Purchase Order, VENDOR shall immediately give notice thereof, including all relevant information with respects to what steps VENDOR is taking to complete delivery of the goods and /or services to the COUNTY. 15. Assignment VENDOR may not assign this Purchase Order, nor any money due or to become due without the prior written consent of the COUNTY. Any assignment made without such consent shall be deemed void. 16. Taxes Goods and services procured subject to this Purchase Order are exempt from Florida sales and use tax on real property, transient rental property rented, tangible personal purchased or rented, or services purchased (Florida Statutes, Chapter 212), and from federal excise tax. 17. Annual Appropriations The COUNTY'S performance and obligation to pay under this Purchase Order shall be contingent upon an annual appropriation of funds. 18. Termination This Purchase Order may be terminated at any time by the COUNTY upon 30 days prior written notice to the VENDOR. This Purchase Order may be terminated immediately by the COUNTY for breach by VENDOR of the terms and 9/24/2013 16.E.5. 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. #12- 5959r2 17 Alarm Monitoring Services Packet Page -2206- 9/24/2013 16.E.5. Exhibit IV: Additional ITB Terms and Conditions 1. Additional Items and /or Services During the contract term, Collier County reserves the right to add related items and /or services upon negotiation of a satisfactory price by the Project Manager and Vendor. 2. Conflict of Interest Vendor shall provide a list of any businesses and /or organizations to which the firm has any affiliation or obligations within the past five (5) years; whether paid or donated, which could be construed by the County as a conflict of interest. Disclosure of any potential or actual conflict of interest is subject to County staff review and does not in and of itself disqualify a firm from consideration. These disclosures are intended to identify and or preclude conflict of interest situations during contract selection and execution. 3. Vendor Performance Evaluation Collier County has implemented a Vendor Performance Evaluation System for all contracts awarded in excess of $25,000. To this end, vendors will be evaluated on their performance upon completion /termination of agreement. 5. Use of Subcontractors Bidders on any service related project, including construction, must be qualified and directly responsible for 60% 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. 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. #12- 5959r2 18 Alarm Monitoring Services Packet Page -2207- 9/24/2013 16.E.5. 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. 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. 11. 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. 12. 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. • Copy of any Material invoice where markup is applied. Invoices shall be sent to: Board of County Commissioners Clerk's Finance Department ATTN: Accounts Payable 3299 Tamiami Trail E Ste 700 Naples FL 34112 Or, emailed to: bccapclerk(a)-collierclerk.com. Collier County, in its sole discretion, will determine the method of payment for goods and /or services as part of this agreement. #12- 5959x2 19 Alarm Monitoring Services Packet Page -2208- 9/24/2013 16.E.5. Payment methods include: • Traditional — payment by check, wire transfer or other cash equivalent. • Standard — payment by purchasing card. Collier County's Purchasing Card Program is supported by standard bank credit suppliers (i.e. VISA and MasterCard), and as such, is cognizant of the Rules for VISA Merchants and MasterCard Merchant Rules. The County shall not accept any additional surcharges (credit card transaction fees) as a result of using the County's credit card for transactions relating to this solicitation The County will entertain bids clearly stating pricing for standard payment methods. An additional separate discounted price for traditional payments may be provided at the initial bid submittal if it is clearly marked as an "Additional Cash Discount." 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. � In instances where the successful contractor may owe debts (including, but not limited to taxes or other fees) to Collier County and the contractor has not satisfied nor made arrangement to satisfy these debts, the County reserves the right to off -set the amount owed to the County by applying the amount owed to the vendor or contractor for services performed of for materials delivered in association with a contract. Invoices shall not reflect sales tax. After review and approval, the invoice will be transmitted to the Finance Division for payment. Payment will be made upon receipt of proper invoice and in compliance with Chapter 218 Florida Statutes, otherwise known as the "Local Government Prompt Payment Act." Collier County reserves the right to withhold and /or reduce an appropriate amount of any payment for work not performed or for unsatisfactory performance of Contractual requirements. 13. Survivability Bids (ITBs /RFPs): The Consultant /Contractor/Vendor agrees that any Work Order /Purchase Order that extends beyond the expiration date of Solicitation 12 -5959 Alarm Monitoring Services resultant of this solicitation will survive and remain subject to the terms and conditions of that Agreement until the completion or termination of any Work Order /Purchase Order. 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 Insurance and Bonding Requirements Attachment of this solicitation. The Vendor shall procure and maintain property insurance upon the entire project, if required, to the full insurable value of the scope of work. #12- 5959r2 20 Alarm Monitoring Services Packet Page -2209- 9/24/2013 16.E.5. 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 the Insurance and Bonding Requirements Attachment, with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If Vendor has any self - insured retentions or deductibles under any of the below listed minimum required coverage, Vendor must identify on the Certificate of Insurance the nature and amount of such self- insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self - insured retentions or deductibles will be Vendor's sole responsibility. Coverage(s) shall be maintained without interruption from the date of commencement of the Work until the date of completion and acceptance of the scope of work by the County or as specified in this solicitation, whichever is longer. The Vendor and /or its insurance carrier shall provide 30 days written notice to the County of policy cancellation or non - renewal on the part of the insurance carrier or the Vendor. The Vendor shall also notify the County, in a like manner, within twenty -four (24) hours after receipt, of any notices of expiration, cancellation, non - renewal or material change in coverage or limits received by Vendor from its insurer and nothing contained herein shall relieve Vendor of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by Vendor hereunder, Vendor shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. Should at any time the Vendor not maintain the insurance coverage(s) required herein, the County may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverage(s) and charge the Vendor for such coverage(s) purchased. If Vendor fails to reimburse the County for such costs within thirty (30) days after demand, the County has the right to offset these costs from any amount due Vendor under this Agreement or any other agreement between the County and Vendor. The County shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverage(s) purchased or the insurance company or companies used. The decision of the County to purchase such insurance coverage(s) shall in no way be construed to be a waiver of any of its rights under the Contract Documents. #12- 5959x2 21 Alarm Monitoring Services Packet Page -2210- 9/24/2013 16.E.5. 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. 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 access to the County network. Vendors are required to notify the County in writing twenty -four (24) hours in advance as to when access to the network is planned. Included in this request must be a detailed work plan with actions that will be taken at the time of access. The County IT Department has developed a Technical Architecture Requirements Document that is required to be filled out and submitted with your bid response. This document can be found on the Collier County Purchasing Department website: www.colliergov.net/ourchasing. 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. 16. Security and Background Checks If required, Vendor / Contractor / Proposer shall be responsible for the costs of providing background checks by the Collier County Facilities Management Department, and drug testing for all employees that shall provide services to the County under this Agreement. This may include, 100"N' but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four (4) years. 17. 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. 18. Direct Material Purchase The County reserves the right to require Vendor to assign some or all of its agreements with material suppliers directly to the County. Any such goods and /or materials purchased by the County pursuant to such an assignment of a material supply agreement shall be referred to as "County Furnished Materials" and the responsibilities of both the County and the Vendor relating to said materials shall be governed by the terms and conditions of this solicitation. Additionally, the County at its sole option may choose to purchase some or all of the goods and /or materials from other suppliers. In either instance the County may require the following information from the Vendor: • Required quantities of material. • Specifications relating to goods and /or materials required for job including brand and /or model number or type if applicable #12- 5959x2 22 Alarm Monitoring Services Packet Page -2211- 9/24/2013 16.E.5. • Pricing and availability of goods and /or materials provided under Vendor's agreements with material suppliers 19. 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. 20. 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. 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. All equipment must be new and of current manufacture in production at the time of ITB opening, and carry standard warranties. At the time of delivery, at least two (2) complete shop repair manuals and parts lists must be furnished with each type of equipment. Vendor must service all equipment prior to delivery and /or acceptance by the County. #12- 5959r2 23 Alarm Monitoring Services Packet Page -2212- 9/24/2013 16.E.5. Attachment 1: 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 Procurement Strategist listed on the first page or mail to: Collier County Purchasing Department, 3327 Tamiami Trail East, Naples, Florida 34112. We are not responding to this ITB for the following reason(s): Solicitation: 12 -5959 —Alarm Monitoring Services ❑ Services requested not available through our company. ❑ Our firm could not meet specifications /scope of work. ❑ Specifications /scope of work not clearly understood (too vague, rigid, etc.) ❑ Project is too small. ❑ Insufficient time allowed for preparation of response. ❑ Incorrect address used. Please correct mailing address: ❑ Other reason(s): Firm's Complete Legal Name Address City, State, Zip Telephone Number FAX Number Signature / Title Type Name of Signature #12- 5959x2 Alarm Monitoring Services Packet Page -2213- Date: 24 9/24/2013 16.E.5. Attachment 2: Vendor's Check List IMPORTANT: THIS SHEET MUST BE SIGNED BY VENDOR. Please read carefully, sign in the spaces indicated and return with bid. Vendor should check off each of the following items as the necessary action is completed: 1. The Bid has been signed. 2. The Bid prices offered have been reviewed. 3. The price extensions and totals have been checked. 4. The payment terms have been indicated. 5. Any required drawings, descriptive literature, etc. have been included. 6. Any delivery information required is included. 7. If required, the amount of bid bond has been checked, and the bid bond or cashiers check has been included. 8. Addendum have been signed and included, if applicable. 9. Affidavit for Claiming Status as a Local Business, if applicable. 10. Immigration Affidavit and company's E- Verify profile page or memorandum of understanding. 11. Copies of licenses, equipment lists, subcontractors or any other information as noted in this ITB. 12. The mailing envelope must be addressed to: Purchasing Director Collier County Government Purchasing Department 3327 Tamiami Trail E Naples FL 34112 The mailing envelope must be sealed and marked with: • Solicitation: 12 -5959 —Alarm Monitoring Services • Opening Date: 07/03/2013 13. The bid will be mailed or delivered in time to be received no later than the specified opening date and time. (Otherwise bid cannot be considered.) ALL COURIER DELIVERED BIDS MUST HAVE THE BID NUMBER AND TITLE ON THE OUTSIDE OF THE COURIER PACKET. Company Name Signature & Title Date #12- 5959x2 25 Alarm Monitoring Services Packet Page -2214- 9/24/2013 16.E.5. Attachment 3: Vendor Submittal - Bid Response Form FROM: Board of County Commissioners Collier County Government Center Naples, Florida 34112 RE: Solicitation: Solicitation: 12 -5959 — Alarm Monitoring Services Dear Commissioners: The undersigned, as Vendor, hereby declares that the specifications have been fully examined and the Vendor is fully informed in regard to all conditions pertaining to the work to be performed for as per the scope of work. The Vendor further declares that the only persons, company or parties interested in this Bid or the Contract to be entered into as principals are named herein; that this Bid is made without connection with any other person, company or companies submitting a Bid; and it is all respects fair and in good faith, without collusion or fraud. The Vendor proposes and agrees if this Bid is accepted, to 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: 4. Total $ ALTERNATE 5. Item Uom Unit Price Material Markup Quantity Subtotal 1. Fire Protection Per site x 12 Months 2• Burglar Alarm Per site x 12 Months 3. Hourly Labor Rate Per hour x 3 Hours 4. Total $ ALTERNATE 5. After Hour Labor Rate Per Hour 6. Material Markup Percentage 7. Set up /permitting fee (per site) Lump Sum For an explanation of award methodology see Exhibit I: Scope of Work, Specifications and Response, Award Criteria, page 6. 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 #12- 5959x2 Alarm Monitoring Services Packet Page -2215- 26 9/24/2013 16.E.5. ® Bid Response Form is electronic. Please input your prices online. 1—N 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. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this day of ,20 in the County of , in the State of Firm's Complete Legal Name Address City, State, Zip Florida Certificate of Authority Document Number Federal Tax Identification Number Telephone Number FAX Number Signature / Title Type Name of Signature Date Additional Contact Information Send Payments To: (REQUIRED ONLY if different from above) Firm's Complete Legal Name Address City, State, Zip Contact Name Telephone Number FAX Number Email Address #12- 5959x2 27 Alarm Monitoring Services Packet Page -2216- 9/24/2013 16.E.5. CotTer qty Adrrunisttative services Diuision Purchasing Attachment 4: Vendor Submittal — Local Vendor Preference Affidavit Solicitation: Solicitation: 12 -5959 — Alarm Monitoring Services State of Florida (Select County if Vendor is described as a Local Business (Check Appropriate Boxes Below) ❑ 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. n Vendor must complete the following information: Year Business Established in []Collier County or ❑ Lee County: Number of Employees (Including Owner(s) or Corporate Officers): Number of Employees Living in ❑ Collier County or ❑ Lee (Including Owner(s) or Corporate Officers): If requested by the County, vendor will be required to provide documentation substantiating the information given in this affidavit. Failure to do so will result in vendor's submission being deemed not applicable. Vendor Name: Date: Address in Collier or Lee County: Signature: STATE OF FLORIDA ❑ COLLIER COUNTY ❑ LEE COUNTY Title: Sworn to and Subscribed Before Me, a Notary Public, for the above State and County, on this Day of 20 Notary Public My Commission Expires: (AFFIX OFFICIAL SEAL) #12- 5959r2 28 Alarm Monitoring Services Packet Page -2217- 9/24/2013 16.E.5. C&COWIty aar>Instm" Samosa DYWW Pw:h mng Attachment 5: Vendor Submittal — Immigration Affidavit Solicitation: 12 -5959 — Alarm Monitoring Services This Affidavit is required and should be signed, notarized by an authorized principal of the firm and submitted with formal Invitations to Bid (ITB's) and Request for Proposals (RFP) submittals. Further, Vendors / Bidders are required to enroll in the E- Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor's /bidder's proposal. Acceptable evidence consists of a copy of the properly completed E- Verify Company Profile page or a copy of the fully executed E- Verify Memorandum of Understanding for the company. Failure to include this Affidavit and acceptable evidence of enrollment in the E- Verify program may deem the Vendor / Bidder's proposal as non - responsive. Collier County will not intentionally award County contracts to any vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act ( "INA "). Collier County may consider the employment by any vendor of unauthorized aliens a violation of Section 274A (e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E- Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E- Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor's / Bidder's proposal. Company Name Print Name Title Signature Date State of County of The foregoing instrument was signed and acknowledged before me this day of , 20_, by who has produced (Print or Type Name) Notary Public Signature Printed Name of Notary Public Notary Commission Number /Expiration as identification. (Type of Identification and Number) 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. #12- 5959x2 Alarm Monitoring Services Packet Page -2218- 29 Coffer County AdmirusbaWe Services Division Pumhamng Attachment 6: Vendor Substitute W — 9 Request for Taxpayer Identification Number and Certification 9/24/2013 16.E.5. In accordance with the Internal Revenue Service regulations, Collier County is required to collect the following information for tax reporting purposes from individuals and companies who do business with the County (including social security numbers if used by the individual or company for tax reporting purposes). Florida Statute 119.071(5) require that the county notify you in writing of the reason for collecting this information, which will be used for no other purpose than herein stated. Please complete all information that applies to your business and return with your quote or proposal. 1. General Information (provide all information) Taxpayer Name (as shown on income tax return) Business Name (if different from taxpayer name) Address City State Telephone Order Information Address FAX City State Zip FAX Email 2. Company Status (check only one) TZ Email Remit / Payment Information Address City State Zip FAX Email _Individual / Sole Proprietor _Corporation _Partnership _Tax Exempt (Federal income tax - exempt entity _ Limited Liability Company under Internal Revenue Service guidelines IRC 501 (c) 3) Enter the tax classification D = Disregarded Entity, C = Corporation, P = Partnership) 3. Taxpayer Identification Number (for tax reporting purposes only) Federal Tax Identification Number (TIN) (Vendors who do not have a TIN, will be required to provide a social security number prior to an award of the contract.) 4. Sign and Date Form Certification: Under penalties of perjury, 1 certify that the information shown on this form is correct to my knowledge. Signature Date Title Phone Number #12- 5959x2 Alarm Monitoring Services Packet Page -2219- 30 9/24/2013 16.E.5. Corer Comvizy Purchasing Attachment 7: Vendor Submittal - Insurance and Bonding Requirements insurance I 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, $2,000,000 aggregate for Bodily Injury ISO form Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. ® Indemnification To the maximum extent permitted by Florida law, the Contractor/Vendor/Consultant shall indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the ContractorNendor /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: #12- 5959x2 Alarm Monitoring Services ❑ United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence ❑ Pollution $ Per Occurrence ❑ Professional Liability $ per claim and in the aggregate • $1,000,000 per claim and in the aggregate • $2,000,000 per claim and in the aggregate Packet Page -2220- 9 9/24/2013 16.E.5. ❑ Project Professional Liability $ Per Occurrence ❑ Valuable Papers Insurance $ Per Occurrence 6. ❑ Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 7. ❑ Performance and For projects in excess of $200,000, bonds shall be submitted with the Payment Bonds executed contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as "A -" or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 8. ® Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 9. ® Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. 10. ® The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 11. ® 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 #12- 5959x2 32 Alarm Monitoring Services Packet Page -2221- 00 M O c ° ° '8 O N O C O 3 .0 m Q to U O z C O 7 M to .a a O. 3 E ` U i > ° z v E Y � Cu Q 00 M c m O1 2 aE, Y ` U 3 (U U O O a a Xo00 a 0 0 00 a` N ni �n of Ln m E N N M - N N RT V) V} -. 0000 V) .. in in X x X X X X 0 0 0 O 1 LM o 0 CL 0 rl M V} N V? M In 00 - VY r4 N -. U) VL X x x x x x X N C1 O a0 n O In a° N O X x X M m 'm 0 X X X r „fN0 O O O Ll w � CL - to X N N p O 0 O Ln 0 H tG tD o0 O Ci C p X1 XI I XI X X1 X Nt0 O ON O O t0D 0 to � � in t4 0 V). : ' . 00 iJ? N V? X X X X X X 00 O O O O O t6 L p ' O u1 O r0-I 000 _ - N IM: V1 V? V1: 40. ,.. V) x X X X x X O O 0yJ O O 0 O O4 O N T N M X x X Xi X1 X X O O p! O O O O E -4� 06 ° °o � � x x x x x x 09 1.0 oo o0 o °o U. ri t.D � O U. VY - An V1 14 X X X X X X 01 U 00 OJ �� v Y C Y 41 Y Y > 'O L L O L r= Co _ d a 7- U LL d< Q -o O v U v O 'O C O C (n C y y a 0 N N o E Q m to C m E� a°Ji a�> Cx CD C >'m -j °.rte ° — — O E �, J N m tri tD I� L r: Y L Q O f�0 ';.. OJ ; y� y Y N Y Cu C Y OCJ Y v Y N Y Cu C E a .�+ O L J m' o M a E E E E E E a i s c0 N a U U U U U c An Y �M Y U N_ Y LL m 2 F Q Q CO Y t/f <1< Y +m+ Q Q Q Q Q M In O n Packet Page -2222- a a 0 O 0 O M M ,.� m \ O pq O � 0 O O CL vi O O) Y Cu O o: z E -° m ° Cu Q m` +j +b+ m m Cu C Cu a " 0 3 9/24/2013 16.E.5. ei O +fi=r Count Admistrativ9e Services i3Msion Purdvarwng Memorandum 9/24/2013 16.E.5. Email: adamnorthrup@colliergov.net Telephone: (239) 252 -6098 FAX: (239) 252 -6302 ADDENDUM #1 Date: July 3, 2013 From: Adam Northrup, Procurement Strategist To: Interested Bidders Subject: Addendum # 1 13- 5959r2 -Alarm Monitoring Services The following change is issued as an addendum identifying the following change(s) for the referenced solicitation: Solicitation due date has been extended to Wednesday July 10, 2013, 3:OOPM, and; Question and answer period has been extended until Monday July 8, 2013, at 3:OOPM If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Bernard Cleary Please sign below and return a copy of this Addendum' solicitation. '� n (� I U"\ •ill t (Signature) { j C.-T, (Name of Firm) Packet Page -2223 - i __ your submittal for the above referenced :G Date. . 13- 5959r2 Alarm Monitoring 1 9/24/2013 16.E.5. C ,Ater Gatlxty Aalnre se►vioe oMSion Purchasing i Attachment 1: 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 Procurement Strategist listed on the first page or mail to: Collier County Purchasing Department, 3327 Tamiami Trail East, Naples, Florida 34112. We are not responding to this ITB for the following reason(s): Solicitation: 12 -5959 —Alarm Monitoring Services ❑ Services requested not available through our company. ❑ Our firm could not meet specifications/scope of work. ❑ Specifications/scope of work not clearly understood (too vague, rigid, etc.) ❑ Project is too small. ❑ Insufficient time allowed for preparation of response. ❑ Incorrect address used. Please correct mailing address: �4 Firm's Cc Address City, State, Zip Telephone Number FAX Number Signature / Title Type Name of Signature #12- 5959r2 Alarm Monitoring Services I Date: Packet Page -2224- 24 9/24/2013 16.E.5. coar co Uint Adrninls,re Pwthn Q Attachment 2: Vendor's Check List IMPORTANT: THIS SHEET MUST BE SIGNED BY VENDOR. Please read carefully, sign in the spaces indicated and return with bid. Vendor should check off each of the following items as the necessary action is completed: 1. The Bid has been signed. 2. The Bid prices offered have been reviewed. 3. The price extensions and totals have been checked. 4. The payment terms have been indicated. 5. Any required drawings, descriptive literature, etc. have been included. 6. Any delivery information required is included. 7. If required, the amount of bid bond has been checked, and the bid bond or cashiers check has been included. 8. Addendum have been signed and included, if applicable. 9. Affidavit for Claiming Status as a Local Business, if applicable. 10. Immigration Affidavit and company's E- Verify profile page or memorandum of understanding. 11. Copies of licenses, equipment lists, subcontractors or any other information as noted in this ITB. 12. The mailing envelope must be addressed to: Purchasing Director Collier County Government Purchasing Department 3327 Tamiami Trail E Naples FL 34112 The mailing envelope must be sealed and marked with: • Solicitation: 12 -5959 — Alarm Monitoring Services • Opening Date: 07/0312013 13. The bid will be mailed or delivered in time to be received no later than the specified opening date and time. (Otherwise bid cannot be considered.) ALL COURIER DELIVERED BIDS MUST HAVE THE BID NUMBER AND TITLE ON THE OUTSIDE OF THE COURIER PACKET. #12- 5959x2 Alarm Monitoring Services CT Fire Protection, Inc Lori DiPersio � C L) OA Service & Inspection Manager 7/09/2013 Packet Page -2225- W. 9/24/2013 16.E.5. om Attachment 3: Vendor Submittal - Bid Response Form FROM: _CT Fire Protection, Inc. Board of County Commissioners Collier County Government Center Naples, Florida 34112 RE: Solicitation: Solicitation: 12 -5959 — Alarm Monitoring Services Dear Commissioners: The undersigned, as Vendor, hereby declares that the specifications have been fully examined and the Vendor is fully informed in regard to all conditions pertaining to the work to be performed for as per the scope of work. The Vendor further declares that the only persons, company or parties interested in this Bid or the Contract to be entered into as principals are named herein; that this Bid is made without connection with any other person, company or companies submitting a Bid; and it is all respects fair and in good faith, without collusion or fraud. The Vendor proposes and agrees if this Bid is accepted, to 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: 4. Total $359.40 ALTERNATE 5. Item Uom Unit Price Material Markup Quantity Subtotal 1• Fire Protection Per site 9.40 x 12 Months 112.80 2. Burglar Alarm Per site 6.80 x 12 Months 81.60 I Hourly Labor Rate Per hour 55.00 x 3 Hours 165.00 4. Total $359.40 ALTERNATE 5. After Hour Labor Rate Per Hour 6. Material Markup Percentage 7. Set up /permitting fee (per site) Lump Sum $70.00 14% cQ �0 �0TUD For an explanation of award methodology see Exhibit I: Scope of Work, Specifications and Response, Award Criteria, page 6. 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: °lo Days; Net _ Days #12- 5959x2 26 Alarm Monitoring Services Packet Page -2226 - n 9/24/2013 16.E.5. ® 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. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this 9th day of July, 2013 in the County of Lee, in the State of Florida. Firm's Complete Legal Name CT Fire Protection, Inc. 3860 Williamson Road Address City, State, Zip Fort Myers, Florida 33905 Florida Certificate of Authority Document Number Federal Tax Identification (� _ -3 (, a C 710 Number Telephone Number 239.694.2490 FAX Number 239.694.2402 Signature / Title Lori DiPersio Service & Inspection Manager Type Name of Signature Lori DiPersio Date 7/09/2013 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 i #12- 5959x2 Alarm Monitoring Services Packet Page -2227- 27 9/24/2013 16.E.5. CAer Co4miy AdrrinWrWm Sw o!#. Division Pur�hassinmg ; Attachment 4: Vendor Submittal — Local Vendor Preference Affidavit Solicitation: Solicitation: 12 -5959 — Alarm Monitoring Services State of Florida (Select County if Vendor is described as a Local Business (Check Appropriate Boxes Below) aCollier County ee 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 orloLee County: 2001 Number of Employees (Including Owner(s) or Corporate Officers): 40 Number of Employees Living in ❑ Collier County orox Lee (Including Owner(s) or Corporate Officers): 40 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: Ct Fire Protection, Inc. Date: 7/09/2013 Address in Collier o Lee Coun 3860 Williamson road, Fort Myers, FL 33905 Signature: _Lori Dipersio� Title: Service & Inspection manager STATE OF FLORIDA ❑ COLLIER COUNTY )Q LEE COUNTY Sworn to and Subscribed Before Me, a Notary Public, for the above State and County, on this Day of Q 20 15 _. Notary Public My Commission Expires: 1 t,a - u lq (AFFIX OFFICIAL SEAL) NOTARY PUBLIC-STATE OF FLORIDA Donna Specie #1 2- 5959r2 Z' Commission # EE043482 Alarm Monitoring Services %::,r'••` Expires: NOV. 27, 2014 28 BONDED rKRU ATn.AN -nc r Packet Page -2228- 9/24/2013 16.E.5. Co�er Co +�+tJ' a , n Attachment 5: Vendor Submittal— Immigration Affidavit Solicitation: 12 -5959 — Alarm Monitoring Services This Affidavit is required and should be signed, notarized by an authorized principal of the firm and submitted with formal Invitations to Bid (ITB's) and Request for Proposals (RFP) submittals. Further, Vendors / Bidders are required to enroll in the E- Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor's /bidder's proposal. Acceptable evidence consists of a copy of the properly completed E- Verify Company Profile page or a copy of the fully executed E- Verify Memorandum of Understanding for the company. Failure to include this Affidavit and acceptable evidence of enrollment in the E- Verify Program, may deem the Vendor / Bidder's proposal as non - responsive. Collier County will not intentionally award County contracts to any vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act ( "INA "). Collier County may consider the employment by any vendor of unauthorized aliens a violation of Section 274A (e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E- Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E- Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor's I Bidders proposal. Company Name Ct Fire Protection, Inc Print Name Lori DiP rsio Title: Service & Inspection manager Signature ° ��� Date 7/09/2013 State of Florida County of Lee � The foregoing instrument was signed and acknowledged before me this Q i day of , 20 3 by DV 1 y1 pe rs: n who has produced C]t t'Nwli "-I &L,6 as identification. (Print or Type Name) (Type of Ide tification and Number) - DL� >Mnn�� Notary Public Signa re 'pprsty- �.,pecZ+ Printed Name of Notary Public II �1E �3118a lttal1Iq Notary Commission Number /Expiration NOTARY PUBLIC-STATE OF FLORIDA " Donna Specie Commission # EB043492 Expires; NOV. 27, 2014 soxn€fl nrxv nrr.AT nc aoxr,Ma co., INC The signee of this Affidavit guarantees, as evidenced by the swoim affidavit required herein, the truth and accuracy of this affidavit to interrogatories hereinafter made. #12- 595gr2 Alarm Monitoring Services Packet Page -2229- 1 29 9/24/2013 16.E.5. Admn8ftWS&VMDwsim Attachment 6: Vendor Substitute W — 9 Request for Taxpayer Identification Number and Certification In accordance with the Internal Revenue Service regulations; Collier County is required to collect the following information for tax reporting purposes from individuals and companies who do business with the County (including social security numbers if used by the individual or company for tax reporting purposes). Florida Statute 119.071(5) require that the county notify you in writing of thereason for collecting this information, which will be used for no other purpose than herein stated. Please complete all information that applies to your business and return with your quote or proposal. 1. General Information (provide all information) CT Fire Protection, Inc. CT Fin; Protection, Inc. 3860 Williamson Road Fort Myers, Florida 33905 Telephone: 239.694.2490 FAX: 239.694.2402 Order Information Address 3850 Wiffi—amson Road City Fort Myers State Florida Zip: 33905 FAX 239.694.2402 Email lori@ctfire.net 2. Company Status (check only one) Remit h Payment Information Address some City same State Zip FAX "-,P– Email 5 to m i _Individual / Sole Proprietor X Corporation _Partnership _Tax Exempt (Federal income tax- exempt entity _ Limited Liability Company under Internal Revenue Service guidelines IRC Phone Number 501 (c) 3) Enter the tax classification D = Disregarded Entit , C = Co ration, P = Partnership) 3. Taxpayer Identification Number (for tax reporting purposes only) Federal Tax Identification Number (TIN) -- to (Vendors who do not have a TIN will be required to provide a social security number prior to an award of the contract.) 4. Sign and Date Form Certification: Under penalties of perjury, I certify that the information shown on this form is correct to my knowledge. Signature W al Date —I Title f;e r �A c C Phone Number inCi `j #12- 5959x2 30 Alarm Monitoring Services Packet Page -2230- I oa 9/24/2013 16.E.5. Form Wnhhs ..g Request far Ta payer Give Form to the ° ^' 201 t> identification Number a d Certification requimier. Do not send to the IRS. of,t,e.Traaary instructions on page 4. Sim' sir -b— or J'' lievanue servCe us. peraw P. Date► General Instructio ns Nootte. yourrTIN If a requester gives.you form otter than. Form W-9 to request you must use the requester's form if It is substantially similar . IJantta (ore ahortm:on yore iricorthe rant reth,m) . � : - of a U.S. person. For federal tax purposes,.you are CT FIRE PROTECTION, INC.. , a U.S. person if you are: ni Business namaidwegarded enfrty name, a dirareat from above A person who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) to report, fw • A ip, corporation, company, or association created or example, income paid to you, real estate transactions, mortgage interest orgaiiaed .. you paid, acquisition or abandonment of secured property. cancellation ° Anlestate (other than a toreign estate), or of debt, or conributions you made to an IRA • A �iomestic mist (as defined irr Aegutations seCHon 301.7701 =n. CCheck O . gppropnate box for federal tax classification: �/l ❑ h>drvidteVSole profit. ❑ C Corporation 10 S CorpWatim ❑ F6raherzh:- ❑ TrusVestnie in the United States are genera) y required to pay a withholding a ❑ Limited liability company. Enter the'tax classification (C=C corporation, S =S co a[ion, P- partnership) 11 Exampt pay- 09 ip is required to presume that a partner is a foreign person, y the withholding tax. Therefore, if you are a U.S- person that is a c � a , ❑ Other (see instructions) ► payee. If applicable, you are also certifying that as a U.S. person, your allocable share of arty partnership incomefrom a U.S. trade or business statrls and avoid withholding on your share of partnership income. is Trot subject to the withholding tax on foreign partners' share of Address ( number, street. and apt. or suite no.) Requester's name and address (optior4li) 0 3860 WILLIAMSON ROAD Form W-4 (Rev, 12 -2011) m City, state and.ZIP code FORT MYERS, FL 33905 Ust account number{ here (optional) !' Taxpayer Identification Number (TIN) i Enter your TIN in the appropriate box. The TIN provided must match the name given on the "Name° lime 1Soaid B cult A1M1'ber _ -� re avoid bacltt s withholding. For individuals, this is your social security coons number (SS . However, fora resident alien, sole proprietor, w disregarded entity, see the Patt 1 instructions on p e 3..Fw other entities, It Is your employer identification number (EIN). If you do not have a number see Novo to get. e ; 77N on page 3. i Note. If the account is in more than one nams, see the chart on page 4 for guldelnt- on whom r rncrnber 5 9 M ='3 b 2 11 i 3 0 nurr>ber to enter. ■ig%gU Gar ncairion Under penatdes of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or ► am waiting for a number to be issued to me), and . 2. 1. am not subject to backup withholding . because (a)1 am exempt from backup withholding, or (b) I have. not been notified by the Internal Revenue Service ( IRS) that 1 am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that 1 am no longer subject to backup withholding. and 3. 1 am a U.S. citizen or other U.S. person.(defined below). Certifit abon Ins ruCtiom You must cross out item 2 above if you have been notifibd by the IRS thatyou are currently subject to backup withholding because you have failed to report all interest aria dividends on your tax return. Fw estate transactions, Item 2 does not appty. For. mortgage '000ntrinutions interest paid acquisition or abandonment of secured property, cancellation of debt to an individual.retfrement arrangement QRA). and generally, payments other then Interest and d"rviiends, you are not required to sign pre certification, but you nust'provide your correct TIN. See the instructions on page 4. Sim' sir -b— or J'' Here us. peraw P. Date► General Instructio ns Nootte. yourrTIN If a requester gives.you form otter than. Form W-9 to request you must use the requester's form if It is substantially similar Section reterenoes are to the internal Revenue Code unless otherwise to thhis; Form W-9. noted. Deftition of a U.S. person. For federal tax purposes,.you are Purpose of Form conodered a U.S. person if you are: • An�indrvidual who is a US. citzen or U.S. resident alien, A person who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) to report, fw • A ip, corporation, company, or association created or example, income paid to you, real estate transactions, mortgage interest orgaiiaed in the United States or under the laws of the United States, you paid, acquisition or abandonment of secured property. cancellation ° Anlestate (other than a toreign estate), or of debt, or conributions you made to an IRA • A �iomestic mist (as defined irr Aegutations seCHon 301.7701 =n. Use Form W -9 only if you are a U.S. person (including a resident Spe�tad ratan for parbteratdpa• Partrher$ hips that condtut a trade a alien), to provide your correct TlN to the person requesting if (the business in the United States are genera) y required to pay a withholding requester) and, when applicable, to '� any foreign partners' share of income from such business. 7. CerU that the TIN ou are iv is correct (ar you are wain fora IY Y 9 in9 ng Furt�er, in certain Cases where a Form W -9 has not been received, a . n mnber to be issued), ip is required to presume that a partner is a foreign person, 2. Certify that you are not subject to backup withholding, or and y the withholding tax. Therefore, if you are a U.S- person that is a 3. Claim exemption from backup withholding if you are a U.S. exempt partner States, in a partnership conducting.a trade or business in the United provide Fore W -9 to the partnership to establish. your U.S. payee. If applicable, you are also certifying that as a U.S. person, your allocable share of arty partnership incomefrom a U.S. trade or business statrls and avoid withholding on your share of partnership income. is Trot subject to the withholding tax on foreign partners' share of effectively convnected income Form W-4 (Rev, 12 -2011) Car. No. 10231Xa Packet Page -2231- 1 9/2412013 16.E.5. C -AAle >ty Ads S" Division rurrthas#V i Attachment 7: Vendor Submittal - Insurance and Bonding Requirements insurance / Bond Type quired Limits v 1. ® Worker's Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Compensation Statutory Limits and Requirements 2. ❑ Employer's Liability 3. ® Commercial General Liability (Occurrence Form) patterned after the current ISO form $ single limit per occurrence Bodily Injury and Property Damage $1,000.000 single limit per occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. ® Indemnification To the maximum extent permitiied by Florida law, the ContractorNendor /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 ContractorNendor /Consultant or anyone employed or utilized by the ContractorNendor /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 ❑ Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence ❑ Pollution $ Per Occurrence ❑ Professional Liability $ per claim and in the aggregate • $1,000,000 per claim and ip the aggregate • $2,000,000 per claim and ilh the aggregate #12- 5s5sr2 Alarm Monitoring Services Packet Page -2232- 31 9/24/2013 16.E.5. ❑ Project Professional Liability $ Per Occurrence ❑ Valuable Papers Insurance $ Per Occurrence 6. ❑ Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocat4e letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit iInsurance 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 bome by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the :surety shall be rated as "A -" or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 8. ® Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 9. ® Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. 10. ® The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 11. ® Thirty (30) Days Cancellation Notice required. 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 C" � r'6 YJ �,rG.� i r ►"� Date 'I r 'I— a-� l 3 Vendor Signature Print Name Insurance Agency Agent Name #1 2-5959r2 Alarm Monitoring Services I D Packet Page -2233- ._.. o�CY L,b 1,,� P -,!�)✓) '�' ►'� Telephone Number 32 Atlf- R CERTIFICATE OF LIABILITY INSURANCE 924/2013 16.E.5. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTE* THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT "BETWEEN THE ISSUING INSURER(S), AUTHORIMD REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the csrfifrcate holder is an ADDITIONAL INSURED, the policy(m) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain Policies may require an endorsement. Astatement on this certificate does not confer rights to the certlflcete holder in lieu of such andorsenlent(s). PRODUCER NAME: Joann Soles Work Comp Systems PHONE ifix,mo,em: 863- 438 -2710 (AlC, NO 711 E. Main Street, 5TE #1 ADDRESS: joan@workeompaystems. net Haines City, FL 33844 ,,,,_,,-F, ,_y INSURED C T Fire Protection, Inc. 3860 Williamson Rd. Fort Myers, FL 33905 239 - 694 -2490 INSURERS) AFFORDING COVERAGE INSURER A: Gemini Insurance Company INSURERS: WeBCO Insurance Company INSURER C Century Surety Insurance Company INSURER D: Star Insurance Company INSURER E: Federal Insurance Company INSURER F: COVERAGES CERTIFICATENUMRER• wl= vlclnw wl impr- . 8 -2711 NAICa THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. IrAR TYPE OF INSURANCE ODL AMR POLICY NUMBER U Y EFF MIDD NYYY) POLICY EXP (MMIDWYYYr LIMITS GENERAL LIABILITY EACH OCCURRENCE S 1,0_00,000 X COMMERCIAL GENERAL LIABILITY CLAIMS-MADE CI OCCUR ESUKLNILIJ (Ea oeourslrg) $ 50,000 MED EXP (Any onsperson) $ 5,000 A x Primary & y VFGP001439 05/23/13 5/23/14 PERSONAL aAOV INJURY s 1,000,000 Non — Contributory GENERAL AGGREGATE S 2,000,000 GEWL AGGREGATE LIMIT APPLIES PER: POLICY ][ JET LOC PRODUCTS - COMP/OP AGG S 2,000,0001 Ded. 2 , 500 S B AUTOMOBILE LIABILITY X ANYAUTO X ALLOWNED AUTOS SCHEDULED AUTOS X AUTOS WPP106331501 05/23/13 5/23/14 (Ea COMBIINED SINGLE LIMIT S 1 OOO OO f s BODILY INJURY (Per pwwn) BODILY INJURY (Per accident) s PROPERTY DAMAGE (ParHIRED accideno S X NON -OWNED AUTOS $ $ IUMBRELLA LIAB OCCUR EACH OCCURRENCE S 4,000,000 AGGREGATE $ 4,000,000 C EXCESS UAB CLAIMS -MADE CCPS21228 5/23/13 5/23/14 DEDUCTIBLE S X RETENTION S 10 000 $ D WORKERS COMPENSATION AND EMPLOYERS LIABILITY YIN ANY PROPRIETORIPARTNERIEXECUTIVE OPPICERIMEMBER EXCLUDED? (Mandatory in NH) It yes, describe under DESCRIPTION OF OPERATIONS below NIA WC07326881 5/23/13 5/23/14 WC STATU- OTH- R TORY UMITS I I ER E.L EACH ACCIDENT 1 500,000 E.LDISEASE - EAEMPLOYEE $ 500,000 E.L. DISEASE- POLICY OMIT S 500,000 TIV $96,740 E Inland Marine 45467041 /23/1 /23/1 Rented /Leased - $100,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (AIIadl ACORD 101, Additional Remarks Schedde, it morespeoe is required) Fire Sprinkler Contractor. 30 days written notice in the event of cancellation. Collier County is listed as Additional Insured.with respect to the General Liability policy for any and all work performed on behalf on Collier County. HOLDER Collier County Board of County Commissioners 3299 Tamiami Trail East, STE #303 Naples, FL 34112 -5746 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS 1 ® 1988-2009 ACORD CORPORATION. All rights reserved. ACORD25 (2009/09) The ACORD name and logo are registered marks of ACORD Packet Page -2234- n n 9/24/2013 16.E.5. Packet Page -2235- ol '. P J81f,f}l�rrWi 13UREAu C 9/24/2013 16. E.5. LkllLlt FIZ!,41 IAL OFFICER Ji�liva Brlas Keitit McCarthy j>IVM1gN DIRECTOR i SAI�EIT PROGRAM MANAGER 't F�.O �D!? DE 'A�27'NXEIVT-.0F,i.I,{.4ANCIAL SERVICE y ,r n.. DX' 1810K OP 5 ]VfdR rtIA L' ' 20Q Ess$t;GiuneStreec Tadia�ssa .Flaafdt 32399-0343• :,• t' 'fot'.1t5041 -3644:•�fikASM410 2467 4W ` . ..:.- ,•,.fir_.. .,..- _. ._ . ..'.:.; -;. •.:: .' . > '' : � .,:" .. . "':^" .. .. .. .e t:- �•'%ECTTOIrT •Ines . , • , .:. - • - .. 386tk<Wiliiams Road ort:M ers.'£+N : .390 I 11 iri�ei eiidj,i , OF COMPETENCY H'af•'rl% Na iei Nciy,T.. ;' 1ii1 4 Aye. . •Y?. °h.'v . _iy�dt •N�. °..w?:i "rXy :.,i j :�M T �, i {+ 'N�+ RS .wJ.: ✓A_ x Y riYC .. � X. ' ELI f i1 $ :Qit IZ�, TIONf .;, Pk- OTECTI01st Inc. ' E }; { Cori � for I :is` " '"tei%:ta :the .e edd O of contracts uiiiz� the: abiiity to lay ; f'ftiq te; as a l; i e�t,-alttrtf _a try ��..> t B . waters to �. iep�iz�;'add�eTyrcfet sp�inklet "s ems;, water spray sjrsteciis, #"oam =water spt�nler* s�S`teirx,? A y A. systerng, s s combination k. d 4 6s:.. and sprinkler risers, all pip g.tbat is✓an::Jn al arE tif'the sXsteiil be�uning at1►i�t ofexVice, snklec.tank.heaters,.air lines; thermal systems ttset uii'cancfgn wlfh spzinklers, _ < i nc ;gt s'carinectcdther�to, eze Whig pre - engineered systems, issue 17ate y " 07 /O l 12 7Cype. 07 Class;. �.' l2 �• of ' Time tzer. 5345 0-0601-20D4 a' E uaaii't b'673' aQ4 s .t > C�yie' LAO lcer Packet Page -2236- 9/24/2013 16.E.5. REFERENCES THIS SHEET MUST BE COMPLETED AND RETURNED WITH BID PROVIDE AT LEAST THREE REFERENCES FOR WHOM YOUR COMPANY HAS PROVIDED SAME OR SEHILAR SERVICES WITHIN THE LAST 2 YEARS. COMPANY NAME: 'B O B w -K C.D, me ,r Ci 41. Co Y'OuF ADDRESS: logs 3� ,n i�►2 �} fi"r Z� 3 TELEPHONE: �•3a r�.� �o , -1 `t��, r i CONTACT PERSON: L�)r Mn f -s l�a Tr �, A G CONTACT E -MAIL ADDRESS: A 15 0.� Sp Black COM "CU CL 1 (Voc� COMPANY NAME: I t:' iii Uo L ADDRESS: �a"13 14 ken wto b q7, TELEPHONE: a361. 3 3 g o-1 CONTACT PERSON: pf j IN va ~ F b y' CONTACT E-MAIL ADDRESS: COMPANY NAME: n V E c 4, p ea t T L ADDRESS: vr- v1-- TELEPHONE: CONTACT PERSON: A i C h 14q 5 i-' ►4- \�l 0 u S CONTACT E -MAIL ADDRESS: 4'� 1 C�'1 1� S u SQ-� • C 11 Packet Page -2237-