Loading...
Agenda 12/11/2012 Item #16E 112/11 /2012 Item 16-E.1. EXE,�IJTIVE SUMMARY Recommendation to award Request for Proposal (RFP) #12-5812 Fire Sprinkler Alarm Testing and Installation to Cintas Corporation No. 2 d/b/a Cintas Fire Protection. OBJECTIVE: To provide fire sprinkler, alarm testing and installation services for the safety and protection of the community and facilities. CONSIDER ONS: The Department of Facilities Management is responsible for the maintenance and repair of County facilities, Facilities Management utilizes a contractor to provide the proper testing, maintenance, and new installations of fire extinguishers, building alarms, backflow preventers, fire panel monitoring, suppression and sprinkler systems. Other County departments utilize this service for vehicle fire extinguisher inspections and maintenance. RFP #12- 5812 was posted on March 6, 2012. Three hundred (300) notices of the RFP were sent out and four proposals were received by the due date of March 29, 2012. The Selection Committee chose by consensus, Cintas Corporation No. 2 . d/b /a Cintas Fire Protection, to perform fire sprinkler and alarm testing, inspection, maintenance, and installation for an initial two (2) years with two additional one (1) year renewal periods at the County's discretion. Cintas Fire Protection had this contract for the previous four years and performed satisfactorily. A formula has been agreed upon for buildings and parts not specifically listed on the exhibits. Each schedule has a per device cost that will be used to determine additional buildings and services in the future. FISCAL IMPACT: Averaged historical expenditures for these services have been approximately $370,500. Funds for FY13 are budgeted in Facilities Management (001- 122240) and other user department cost centers. LEGAL CQNSI ZUTIONS: This item has been reviewed and approved by the County Attorney's Office, is legally sufficient for Board action and only requires a majority vote for approval =SRT. GROWTH MANAGEMENT IMPACTS There is no growth management impact associated with this Executive Summary. RECOMM MATION: That the Board of County Commissioners approves the award of Request for Proposal (RFP) #12 -5812 Fire Sprinkler Alarm Testing and Installation to Cintas Corporation No. 2 d/b /a Cintas Fire Protection and authorizes the Chairman to execute the attached Agreement after final ,review by the- County Attorney. Prepared By: Dennis Linguidi, Facilities Manager, Department of Facilities Management Attachments: • RFP Fire Sprinkler Alarm Testing Installation • Agreement 12 -5812 Packet Page -3713- 12/11/2012 Item 16.E.1. COLLIER COUNTY Board of County Commissioners Item Number: 16.E.1. Item Summary: Recommendation to award Request for Proposal (RFP.) #12 -5812 Fire Sprinkler Alarm Testing and Installation to Cintas Corporation No.2, DBA Cintas Fire Protection and authorize the Chairman to execute the County's standard agreement. Meeting Date: 12/11/2012 Prepared By Name: LinguidiDennis Title: Manager - Facilities,Facilities Management 10/25/2012 11:50:36 AM Submitted by Title: Manager - Facilities,Facilities Management �o Name: LinguidiDennis 10/25/2012 11:50:38 AM Approved By Name: CampSkip Title: Director - Facilities Management,Facilities Manage Date: 10/26/2012 11:04:43 AM Name: MarkiewiczJoanne Title: Manager - Purchasing Acquisition,Purchasing & Gene Date: 11/8/2012 1:06:02 PM Name: pochopinpat Title: Administrative Assistant,Facilities Management Date: 11/9/2012 2:13:08 PM Name: JohnsonScott Title: Purchasing Agent,Purchasing & General Services Date: 11/13/2012 2:29:58 PM Packet Page -3714- 12/11/2012 Item 16.E.1. Name: WardKelsey Title: Manager - Contracts Administration,Purchasing & Ge Date: 11/13/2012 3:57:30 PM Name: TeachScott Title: Deputy County Attorney,County Attorney Date: 11/27/2012 7:59:55 AM Name: PriceLen Title: Administrator, Administrative Services Date: 11/29/2012 2:36:55 PM Name: TeachScott Title: Deputy County Attorney,County Attorney Date: 12/3/2012 11:15:56 AM Name: PryorCheryl Title: Management/ Budget Analyst, Senior,Office of Manag Date: 12/3/2012 12:56:58 PM Name: KlatzkowJeff Title: County Attorney Date: 12/3/2012 1:23:29 PM Name: OchsLeo Title: County Manager Date: 12/3/2012 3:53:45 PM Packet Page -3715- 12/11 /2012 Item 16.E.1 REQUEST FOR PROPOSAL C& coumy Adavnisbabve Services Dvisicin Purchasing COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS Solicitation RFP# 12 -5812 — "Fire Sprinkler Alarm Testing and Installation" Jack Curran 239 - 252 -6098 (Telephone) 239 - 252 -6596 (Fax) JackCurran @colliergov.net (Email) This proposal solicitation document is prepared in a Microsoft Word format. Any alterations to this document made by the Vendor may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. Pond ,isi»p l )epar?nw i• 3327 Tam!ami Thais East - Naples, Florida 34`12 -4901 • mwool iergov.net'purdnasing Packet Page -3716- 12/11/2012 Item 16.E.1. Table of Contents LEGALNOTICE ................................................................................................................................... ............................... 3 EXHIBIT I: SCOPE OF WORK, SPECIFICATIONS AND RESPONSE FORMAT ............................................ ............................... 4 EXHIBIT II: GENERAL RFP INSTRUCTIONS ............................................................................................ .............................17 EXHIBIT III: COLLIER COUNTY PURCHASE ORDER TERMS AND CONDITIONS ....................................... .............................21 EXHIBIT IV: ADDITIONAL TERMS AND CONDITIONS FOR RFP .............................................................. .............................25 ATTACHMENT 1: VENDOR'S NON - RESPONSE STATEMENT .................................................................. .............................33 ATTACHMENT 2: VENDOR CHECK LIST ................................................................................................ .............................34 ATTACHMENT 3: CONFLICT OF INTEREST AFFIDAVIT ........................................................................... .............................35 ATTACHMENT 4: VENDOR DECLARATION STATEMENT ....................................................................... .............................36 ATTACHMENT 5: AFFIDAVIT FOR CLAIMING STATUS AS A LOCAL BUSINESS ....................................... .............................38 ATTACHMENT 6: IMMIGRATION AFFIDAVIT CERTIFICATION .............................................................. .............................39 ATTACHMENT 7: VENDOR SUBSTITUTE W — 9 .................................................................................... .............................40 ATTACHMENT 8: INSURANCE AND BONDING REQUIREMENTS ........................................................... .............................41 ATTACHMENT 9: REFERENCE QUESTIONNAIRE ................................................................................... .............................43 RFP12 -5812 "Fire Sprinkler Testing & Installation" 2 Packet Page -3717- 12/11/2012 Item 16.E.1. co er county AcIrrinisbative Service Division urchaincg Legal Notice Sealed Proposals to provide Fire Sprinkler Alarm Testing and Installation will be received until 3:00 pm Naples local time, on January 20th, 2012 at the Collier County Government, Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112. Solicitation RFP #12 -5812 — "Fire Sprinkler Alarm Testing and Installation" Services to be provided shall include, but not be limited to the following scope of service and locations. A non - mandatory pre - proposal conference will be held on January 7th, 2012, commencing promptly at 10:00am, and will be held in the Purchasing Department Conference Room, Collier County Government, Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112.. If this pre - proposal conference is denoted as "mandatory", prospective Vendors must be present in order to submit a proposal response. All statements shall be made upon the official proposal form which may be obtained on the Collier County Purchasing Department E- Procurement website: www.colliergov.net /bid. 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/ Stephen Y. Carnell, C.P.M. Purchasing & General Services Director This Public Notice was posted on the Collier County Purchasing Department website: www.colliergov.net/purchasing and in the Lobby of Purchasing Building "G, Collier County Government Center on December 22th, 2011. 3301 's amen Tail East- Naples, FiC°.`Oa ,44112 - mm, RFP12 -5812 "Fire Sprinkler Testing & Installation" Packet Page -3718- 12/11/2012 Item 16.E.1. Exhibit I: Scope of Work, Specifications and Response Format As requested by the Collier County Facilities Management Department (hereinafter, the "Division or Department'), the Collier County Board of County Commissioners Purchasing Department (hereinafter, "County ") has issued this Request for Proposal (hereinafter, "RFP ") with the intent of obtaining proposals 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 Specifications or Scope of Work stated herein. Brief Description of Purchase This Request for Proposal (RFP) is issued for the purpose of establishing a contract with a firm capable of providing professional Fire Sprinkler Testing, Inspection, Maintenance and Installation for Collier County Background This Request for Proposal (RFP) is issued for the purpose of establishing a contract with a firm capable of providing professional Fire Sprinkler Testing, Inspection, Maintenance and Installation for Collier County. Detailed Scope of Work The Contractor, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated herein. Additionally, Proposers may also propose alternate solutions to achieve the requirements of the Scope of Work. LIST OF EQUIPMENT TO BE Installed, Inspected, Certified, Tested and Maintained 1. Fire Alarm Panel and Dialer 2. Alarm Initiating Devices • Pull Stations • Ion • Photo (Smoke Detector) • Heat Sensors • Duct Sensors 3. Switches • Water flow • Supervisory • Other Packet Page -3719- RFP12 -5812 "Fire Sprinkler Testing & Installation" 4 12/11/2012 Item 16.E.1. 4. Alarm Indicating Appliances n • Strobes • Horns • Bells • Speakers • Chimes • Mini -Horns • Horn /Strobe Combinations 5. System Power Supplies 6. Batteries • Sealed Acid Batteries • Shall be dated and Numbered and noted on report 7. Remote Enunciators 8. Addressable analog heat detectors 9. Air Handling systems shutdown controls 11-*•, 10. Elevator shut downs 11. Strobes on outside of building at main entrances 12. Wireless systems and /or and new technologies available that has not be described above. IN47_11: &'1=1:,LT /1.3 NOTE: All repairs under $1,500 found during inspection shall be completed same -day if parts are immediately available. If parts are not immediately available, parts shall be ordered and require overnight delivery, and repair work shall be done immediately after delivery of parts. The Contractor shall provide written "not to exceed" estimates on all repair projects over $1,500, including a schedule for completion of the repair. Upon written acceptance of the estimate by the County, the Contractor shall order any parts that are not stocked, and schedule work for within 48 hours of part delivery. If any repair is deemed an emergency, then all parts must be shipped overnight and repairs are to start immediate upon the part arriving. 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 Packet Page -3720- RFP12 -5812 "Fire Sprinkler Testing & Installation" 5 12/11 /2012 Item 16.E.1. 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. The County reserves the right to bid any job. All work performed shall be guaranteed for a minimum of one (1) year from completion date. The Contractor shall maintain a satisfactory inventory of common repair and replacement parts used for repairs for a period of seven (7) years or until contract is revised or system is replaced whichever comes first. EMERGENCY WORK The Contractor shall 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, 365 days per year for such emergency work. The Contractor shall provide the County with an on -call telephone number for emergency service. The Contractor shall have available an adequate staff of approved technicians to provide service taking into account vacation and other leaves. The Contractor shall respond on -site within one (1) hour for all emergency repairs in Naples and Marco Island area, and shall respond within ninety (90) minutes for the Immokalee and Everglades City area. Collier County will determine what is an emergency. INSTALLATION /NEW WORK The Contractor shall provide written "not to exceed" estimates on all installation projects over $1,500. 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. The County reserves the right to bid any job. 'New Work" is defined as any new installation, service request, and /or new equipment needed to address any concern with the fire system. This include the installation of any updated or new technologies. EQUIPMENT LOCATIONS Note: Collier County reserves the right to add or delete from this list during contract period. The inspection /maintenance /testing price for each additional location shall be mutually negotiated between the County and the Contractor at the time of the addition of said location. A full listing of equipment for each facility is available from the Facilities Manager or Master Fire Technician upon written request. RFP12 -5812 "Fire Sprinkler Testing & Installation" 6 Packet Page -3721- MAIN COMPLEX 12/11/2012 Item 16.E.1. 1. Harmon Turner Administration Building "F" 3299 East Tamiami Trail Naples, FL 34112 2. Health /Community Services, Building "H" 3339 East Tamiami Trail Naples, FL 34112 3. Courthouse, Building "L" 3315 East Tamiami Trail Naples, FL 34112 4. Jail /Sheriff's Operations, Building "J" 3319 East Tamiami Trail Naples, FL 34112 5. Facilities Management, Building "W" 3335 East Tamiami Trail Naples, FL 34112 LIBRARIES 1. Collier North Regional Library 2385 Orange Blossom Trail Naples, FL 34109 -8840 n 2. Collier Central Library 650 Central Avenue Naples, FL 34102 -6027 3. Vanderbilt Library 788 Vanderbilt Beach Road Naples, FL 34108 -8707 4. Golden Gate Branch Library 4398 Coronado Parkway Naples, FL 34116 PARKS 1. East Naples Community Center 3500 Thomason Drive Naples, FL 34112 -6642 2. Golden Gate Community Center 4701 Golden Gate Parkway Naples, FL 34116 3. Immokalee Community Center 321 North 1st Street Immokalee, FL 34142 -3149 RFP12 -5812 "Fire Sprinkler Testing & Installation" 7 Packet Page -3722- 4. Max Hasse 3390 Golden Gate Blvd Naples, FL 34120 5. Vineyard's Community Park 6231 Arbor Blvd Naples, FL 34119 12/11/2012 Item 16.E.1. 6. Veteran's Park Community Center, North Naples 1900 Immokalee Road Naples, FL 34110 -1411 7. Frank E. Mackie Community Park, Marco Island 1361 Andalusia Terrace Marco Island, FL 34145 -4629 8. Golden Gate Park & Aquatic Center 3300 Santa Barbara Blvd. Naples, FL 34116 9. Clam Pass Recreation Center 475 Seagate Drive Naples, FL 34103 10. Eagle Lakes Community Park 11565 East Tamiami Trail Naples, FL 34112 EMERGENCY SERVICES 1. Golden Gate Emergency Services Center 4741 Golden Gate Parkway Naples, FL 34116 -6901 2. North Naples Emergency Services Center 776 Vanderbilt Beach Road Naples, FL 34108 -8707 3. East Naples Emergency Services Center 11121 East Tamiami Trail Naples, FL 34113 -7753 4. Immokalee Emergency Services Center 106 South 1St Street Immokalee, FL 34142 -3900 RFP12 -5812 "Fire Sprinkler Testing & Installation" 8 Packet Page -3723- n 5. EMS Heliport 2375 Tower Drive Naples, FL 34104 6. Collier County Sheriff Office 990 N. Barfield Drive Marco Island, FL 34145 VARIED OPERATIONS 1. Community Development and Environmental Services 2800 -2802 Horseshoe Drive North Naples, FL 34104 -6998 2. University Extension Services 14700 Immokalee Road Naples, FL 34120 -1468 3. Immokalee D.R.I.L.L. Academy 323 Stockade Road Immokalee, FL 34142 4. Medical Examiner's Building 3838 Domestic Avenue Naples, FL 34104 5. Golden Gate Government Center 4707 Golden Gate Parkway Naples, FL 34116 6. Sheriff's CID Building 2373 Horseshoe Drive Naples, FL 34104 7. Collier County Tax Collector (GG) 4715 Golden Gate Parkway Naples FL, 34116 8. Department of Motor Vehicles 725 Airport Road South Naples, FL 34112 Packet Page -3724- 12/11/2012 Item 16.E.1. RFP12 -5812 "Fire Sprinkler Testing & Installation" 9 12/11/2012 Item 16.E.1. 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 p6ci g structure. Projected Solicitation Timetable The following projected timetable should be used as a working guide for planning purposes only. The County reserves the right to adjust this timetable as required during the course of the RFP process. Event Date Issue Solicitation Notice 12/22/12 Last Date for Receipt of Written Questions 1/13/12, 12pm, Naples Local Time Mandatory or Non - mandatory pre - solicitation meeting 1/7/12, 10:00am, Naples Local Time and Locations Addendum Issued Resulting from Written Questions or Pre- Proposal Conference If applicable 1/16/12 Solicitation Deadline Date and Time 1/20/12, 3:00pm, Naples Local Time Anticipated Evaluation of Submittals 2/1/12 Vendor Presentations if Required TBD Anticipated Completion of Contract Negotiations TBD Anticipated Board of County Commissioner's Contract Approval Date March /April 2012 Response Format The Vendor understands and agrees to abide by all of the RFP specifications, provisions, terms and conditions of same, and all ordinances and policies of Collier County. The Vendor further agrees that if it is awarded a contract, the work will be performed in accordance with the provisions, terms and conditions of the contract. To facilitate the fair evaluation and comparison of proposals, all proposals must conform to the guidelines set forth in this RFP. Any portions of the proposal that do not comply with these guidelines must be so noted and explained in the Acceptance of Conditions section of the proposal. However, any proposal that contains such variances may be considered non - responsive. RFP12 -5812 "Fire Sprinkler Testing & Installation" 10 Packet Page -3725- 12/11/2012 Item 16.E.1. Proposals should be prepared simply and economically, providing a straightforward concise �. description of the Vendor's approach and ability to meet the County's needs, as stated in this RFP. All proposals should be presented as described in this RFP in PDF or Microsoft Word format with Tabs clearly marked. If outlined in this RFP, the utilization of recycled paper for proposal submission is strongly encouraged. The items listed below shall be submitted with each proposal and should be submitted in the order shown. Each section should be clearly labeled, with pages numbered and separated by tabs. Failure by a Vendor to include all listed items may result in the rejection of its proposal. Tab I. Cover Letter / Management Summary Provide a cover letter, signed by an authorized officer of the firm, indicating the underlying philosophy of the firm in providing the services stated herein. Include the name(s), telephone number(s) and email(s) of the authorized contact person(s) concerning proposal. Submission of a signed Proposal is Vendor's certification that the Vendor will accept any awards as a result of this RFP. List all proposed subcontractors who will participate on the team. 2. Tab II, Business Plan (Maximum 10 points and not to exceed 3 pages in Aria] 11 pitch font or equivalent) In this tab, include: A detailed plan of approach to how the vendor will provide a comprehensive and state of the art Fire Sprinkler Alarm Testing and Installation program to the County. • Provide a recommended plan to help the County lower its Fire Sprinkler Testing and Installation costs. 3. Tab III. Cost of Services to the County (Maximum 25 points) In an effort to assess the cost of services presented to the County, please complete the charts below. For any vendors who do not complete the entire table with an hourly rate, the County shall review all proposals submitted under this tab. The highest vendor's price for the specific item plus $1.00, will be assigned as the value for any missing data in Tab III. Contractor shall provide all labor, materials, tools, equipment, hardware, consumables, and supervision as required to perform scheduled inspections and /or certifications, testing, maintenance, as specified herein. Contractor shall also provide hourly rates ($ /man -hour) and material mark -up rates for performing repairs to these systems. All trip charges, mileage, vehicle charges, and travel time are to be included in the hourly rate, and will not be invoiced to Collier County. RFP12 -5812 "Fire Sprinkler Testing & Installation" 11 Packet Page -3726- 12/11/2012 Item 16.E.1. 1. Section 1 (Weighted 15 out of 25 points) 2. Cost per year for inspection services to all listed locations. (express d as .xx 2. Small mark -up /profit percentage for parts $ per year 3. Cost per year for testing services for all listed locations. $ TOTAL (add #1 - #2 for a TOTAL Cost of per year TOTAL (add 1 plus 2 for TOTAL price of services per year). $ 3. Helper /apprentice per year 2. Section 2 (Weighted 5 out of 25 points) Provide the hourly rate and job description for the following positions (these hourly rate shall remain firm for the initial contract term.) Cost per hour per skilled worker for business hours - Monday through Friday 8 a.m. to 5 p.m. 1. Service technician (express d as .xx 2. Small mark -up /profit percentage for parts $ per hour 2. Journeyman (expressed as .xx TOTAL (add #1 - #2 for a TOTAL Cost of $ per hour 3. Helper /apprentice (TOTAL of percentages 1 — 2 expressed as .xx $ per hour 4. General laborer $ per hour TOTAL (add #1 - #4 for a TOTAL Cost of Services to the County) $ TOTAL of all hourly rates 1 - 8 3. Section 3: Small mark -up /profit on parts and subcontractors (Weighted 5 our of 25 points) Provide the vendor's small mark -up /profit on parts and subcontractors (these markups /profits shall remain firm for the initial contract term.) 1. Small mark -up /profit percentage for use of subcontractors (express d as .xx 2. Small mark -up /profit percentage for parts provided (expressed as .xx TOTAL (add #1 - #2 for a TOTAL Cost of Services of mark -up /profit to the County) (TOTAL of percentages 1 — 2 expressed as .xx Prior to the Selection Committee reviewing proposals, the following methodology will be applied to each vendor's information provided for the Section 1: • The highest number of points (15) will be awarded to the vendor who has the lowest hourly TOTAL rate. RFP12 -5812 "Fire Sprinkler Testing & Installation" 12 Packet Page -3727- n 12/11/2012 Item 16.E.1. • Each remaining vendor's hourly TOTAL rate will be divided by the lowest vendor's hourly TOTAL rate then multiplied by 15 points to determine the vendor's points awarded. Each subsequent vendor's score will be calculated in the same manner. • Points awarded will be extended to the first decimal point (per Microsoft Excel). Prior to the Selection Committee reviewing proposals, the following methodology will be applied to each vendor's information provided for the Section 2: • The highest number of points (5) will be awarded to the vendor who has the lowest TOTAL for the miscellaneous positions. • Each remaining vendor's TOTAL will be divided by the lowest vendor's TOTAL then multiplied by 5 points to determine the vendor's points awarded. Each subsequent vendor's score will be calculated in the same manner. • Points awarded will be extended to the first decimal point (per Microsoft Excel). Prior to the Selection Committee reviewing proposals, the following methodology will be applied to each vendor's information provided for the Section 3 responses: • The highest number of points (5) will be awarded to the vendor who has the lowest TOTAL for the small mark -up /profits. • Each remaining vendor's TOTAL will be divided by the lowest vendor's TOTAL then multiplied by 5 points to determine the vendor's points awarded. Each subsequent vendor's score will be calculated in the same manner. • Points awarded will be extended to the first decimal point (per Microsoft Excel). For illustrative purposes only, see chart for an example of how these points would be distributed among the five proposers. Vendor Name Service Rep Hourly Rate Criteria Points Awarded Misc Tota! Criteria Points Awarded Mark- up /Profit Total Criteria Points Awarded TOTAL (Criteria Points ABC 25 15.0 425 0.5 .01 1.0 16.5 DEF 25 15.0 400 1.1 .05 2.0 18.1 HIJ 45 8.3 198 5.0 .05 2.0 ` 15.3 KLM 48 7.8 525 0.2 .02 5.0 13 NOP 69 5.4 332 2.2 .025 4.0 11.6 QRS 78 4.8 269 3.7 .0725 1.4 9.9 The Points Awarded by vendor will be distributed to the Selection Committee prior to their evaluation of the proposals. The Selection Committee will review the vendor's proposal to ensure consistency and completion of all tasks in the RFP, and review the Points Awarded per vendor. The Selection Committee may, at their sole discretion, contact references and /or modify the reference points assigned after a thorough review of the proposal and prior to ranking of the final Selection Committee. 4. Tab IV, Experience, Capacity and Expertise of Firm (Maximum 20 points) In an effort to assess the vendor's experience, capacity and specialized expertise, please provide the following information: 1. Identify the number of years of experience the firm has working with the Pegasys and IFI software. Packet Page -3728- RFP12 -5812 "Fire sprinkler Testing & Installation" 13 12/11/2012 Item 16.E.1. 2. Identify the number of years of experience the Experience, ;Capacity and;. Specialized Expertise TOTAL firm has working with IFI software. Vendor ABC 3. Number of years the company has been in the 20.0 "Fire Sprinkler Alarm Testing and Installation" 125 business in the State of Florida. Vendor GHI 4. Number of available "emergency" technicians 16.7 within the hour response time. 110 5. Provide the number of governmental and similar Vendor MNO sized Fire Sprinkler Alarm testing and Installation 14 Programs that the vendor is, or has, managed the past five years 1/1/07- 12/31/11 . 10.9 TOTAL (add #1 - #5 for a TOTAL of Experience, Capacity and Specialized Expertise) Prior to the Selection Committee reviewing proposals, the following methodology will be applied to each vendor's information provided in this area: • The highest number of points (25) will be awarded to the vendor who has the greatest TOTAL (by adding #1 - #5 together). • All remaining vendor's TOTAL will be divided by the highest vendor's TOTAL which will then be multiplied by 25 points to determine the vendor's points awarded. Each subsequent vendor's score will be calculated in the same manner. • Points awarded will be extended to the first decimal point (per Microsoft Excel). For illustrative purposes only, see chart for an example of how these points would be distributed among the five proposers. Vendor Name Experience, ;Capacity and;. Specialized Expertise TOTAL Points Awarded Vendor ABC 150 20.0 Vendor DEF 125 16.7 Vendor GHI 125 16.7 Vendor JKL 110 14.7 Vendor MNO 105 14 Vendor PQR 82 10.9 5. Tab V. Team Members Specialized Expertise (Maximum 20 points) In an effort to assess the specialized expertise of the team members, please provide the following information: 1. Number of employees that are " Pegasys & IFI certified" that will respond to the Collier County account. 2. Number of years of experience that the employees in item #1 have with the Pegasys & IFI Systems. 3. Number of employees that are "IFI Systems factory trained technician" that will respond to the RFP12 -5812 "Fire Sprinkler Testing & Installation" 14 Packet Page -3729- n 12/11/2012 Item 16.E.1. Collier County account. Experience, Capacity and Specialized Expertise TOTAL 4. Number of years of experience that the Vendor ABC employees in item #3 have as IFI & Pegasys 20.0 factory trained technicians. 125 5. Number of employees that may be assigned to Vendor GHI the Collier County account. 16.7 (provide a brief resume on each employee 110 assigned to this account Vendor MNO TOTAL (add #1 - #5 for a TOTAL of Team Members 14 Specialized Expertise) 82 Prior to the Selection Committee reviewing proposals, the following methodology will be applied to each vendor's information provided in this area: • The highest number of points (25) will be awarded to the vendor who has the greatest TOTAL (by adding #1 - #5 together). • All remaining vendor's TOTAL will be divided by the highest vendor's TOTAL which will then be multiplied by 25 points to determine the vendor's points awarded. Each subsequent vendor's score will be calculated in the same manner. • Points awarded will be extended to the first decimal point (per Microsoft Excel). For illustrative purposes only, see chart for an example of how these points would be distributed among the five proposers. Vendor Name Experience, Capacity and Specialized Expertise TOTAL Points Awarded' Vendor ABC 150 20.0 Vendor DEF 125 16.7 Vendor GHI 125 16.7 Vendor JKL 110 14.7 Vendor MNO 105 14 Vendor PQR 82 10.9 The Points Awarded by vendor will be distributed to the Selection Committee prior to their evaluation of the proposals. The Selection Committee will review the vendor's proposal to ensure consistency and completion of all tasks in the RFP, and review the Points Awarded per vendor. The Selection Committee may, at their sole discretion, contact references and /or modify the reference points assigned after a thorough review of the proposal and prior to ranking of the final Selection Committee. 6. Tab VI, References (Maximum 15 points) In order for the vendor to be awarded any points for this tab, the County requests that the vendor submits five (5) completed reference forms from clients whose projects are of a similar nature to this solicitation as a part of their proposal. The County will only use the methodology calculations for the first five (5) references (only) submitted by the vendor in their proposal. Prior to the Selection Committee reviewing proposals, the following methodology will be applied to each vendor's information provided in this area: Packet Page -3730- RFP12 -5812 "Fire sprinkler Testing & Installation" 15 12/11/2012 Item 16.E.1. • The County shall total each of the vendor's five reference questionaires and create a ranking from highest number of points to lowest number of points. References marked with an N/A (or similar notation will be given the score of zero (0)). Vendors who do not turn in reference forms will be counted as zero (0). • The greatest number of points allowed in this criterion will be awarded to the vendor who has the highest score. • The next highest vendor's number of points will be divided by the highest vendor's points which will then be multiplied by criteria points to determine the vendor's points awarded. Each subsequent vendor's point score will be calculated in the same manner. • Points awarded will be extended to the first decimal point (per Microsoft Excel). For illustrative purposes only, see chart for an example of how these points would be distributed among the five proposers. Vendor Name Vendor Total Reference score Points Awarded Vendor ABC 445 15 Vendor DEF 435 14.7 Vendor GHI 425 14.3 Vendor JKL 385 13.0 Vendor MNO 385 13.0 Vendor PQR 250 8.4 Note: Sample chart reflects a 20 point reference criterion. The points awarded by vendor will be distributed to the Selection Committee prior to their evaluation of the proposals. The Selection Committee will review the vendor's proposal to ensure consistency and completion of all tasks in the RFP, and review the Points Awarded per vendor. The Selection Committee may, at their sole discretion, contact references, and /or modify the reference points assigned after a thorough review of the proposal and prior to final ranking by the final Selection Committee. 7. Tab VIII, Required Form Submittals • Attachment 2: Vendor Check List • Attachment 3: Conflict of Interest Affidavit • Attachment 4: Vendor Declaration Statement • Attachment 5: Affidavit for Claiming Status as a Local Business • Attachment 6: Immigration Affidavit Certification • Attachment 7: Vendor Substitute W -9 • Attachment 8: Insurance and Bonding Requirements • Attachment 9: Reference Questionnaire • Other: Packet Page -3731- RFP12 -5812 "Fire Sprinkler Testing & Installation" 16 n Exhibit II: General RFP Instructions 1. Questions 12/11/2012 Item 16.E.1. Direct questions related to this RFP to the Collier County Purchasing Department E- Procurement website: www.colliergov.net/bid. 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 noted on the cover page. 2. Pre - Proposal Conference The purpose of the pre - proposal conference is to allow an open forum for discussion and questioning with County staff regarding this RFP with all prospective Vendors having an equal opportunity to hear and participate. Oral questions will receive oral responses, neither of which will be official, nor become part of the RFP. Only written responses to written questions will be considered official, and will be included as part of this RFP as an addendum. All prospective Vendors are strongly encouraged to attend, as, this will usually be the only pre - proposal conference for this solicitation. If this pre - proposal conference is denoted as "mandatory", prospective Vendors must be present in order to submit a proposal response. 3. Compliance with the RFP Proposals must be in strict compliance with this RFP. Failure to comply with all provisions of the RFP may result in disqualification. 4. Ambiguity, Conflict, or Other Errors in the RFP It is the sole responsibility of the Vendor if the Vendor discovers any ambiguity, conflict, discrepancy, omission or other error in the RFP, to immediately notify the Procurement Strategist, noted herein, of such error in writing and request modification or clarification of the document prior to submitting the proposal. The Procurement Strategist will make modifications by issuing a written revision and will give written notice to all parties who have received this RFP from the Purchasing Department. 5. Proposal, Presentation, and Protest Costs The County will not be liable in any way for any costs incurred by any Vendor in the preparation of its proposal in response to this RFP, nor for the presentation of its proposal and /or participation in any discussions, negotiations, or, if applicable, any protest procedures. Packet Page -3732- RFP12 -5812 "Fire Sprinkler Testing & Installation" 17 12/11/2012 Item 16.E.1. 6. Delivery of Proposals All proposals are to be delivered before 3:00 PM, Naples local time, on or before January 20, 2012 to: Collier County Government Purchasing Department 3327 Tamiami Trail E Naples FL 34112 Attn: Jack Curran, Procurement Strategist The County shall not bear the responsibility for proposals delivered to the Purchasing Department past the stated date and /or time indicated, or to an incorrect address by Vendor's personnel or by the Vendor's outside carrier. However, the Purchasing /General Services Director, or designee, shall reserve the right to accept proposals received after the posted close time under the following conditions: • The tardy submission of the proposal is due to the following circumstances, which shall include but not be limited to: late delivery by commercial carrier such as Fed Ex, UPS or courier where delivery was scheduled before the deadline. • The acceptance of said proposal does not afford any competing firm an unfair advantage in the selection process. Vendors must submit a paper copies clearly labeled "Master." and seven (7) compact disk(CD's) /or flash drives with one copy of the proposal on each CD in Word Excel or PDF. List the Solicitation Number and Title on the outside of the box or envelope and on each CD. 7. Validity of Proposals No proposal can be withdrawn after it is filed unless the Vendor makes their request in writing to the County prior to the time set for the closing of Proposals. All proposals shall be valid for a period of one hundred eighty (180) days from the submission date to accommodate evaluation and selection process. 8. Method of Source Selection The County is using the Competitive Sealed Proposals methodology of source selection for this procurement, as authorized by Ordinance Number 87 -25, and Collier County Resolution Number 2006 -268 establishing and adopting the Collier County Purchasing Policy. The County may, as it deems necessary, conduct discussions with qualified 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. 9. Evaluation of Proposals The County's procedure for selecting is as follows: 1. The County Manager shall appoint a Selection Committee to review all proposals submitted. 2. Request for Proposals issued. 3. Subsequent to the closing of proposals, the Procurement Strategist and Project Manager shall review the proposals received and verify whether each proposal appears to be minimally responsive to the requirements of the published RFP. RFP12 -5812 "Fire Sprinkler Testing & Installation" 18 Packet Page -3733- 12/11/2012 Item 16.E.1. 4. Meetings shall be open to the public and the Procurement Strategist shalt publicly post prior notice of such meeting in the lobby of the Purchasing Building at least one (1) day in advance of all such meetings. 5. The committee members shall review each Proposal individually and score each proposal based on the evaluation criteria stated herein. 6. Prior to the first meeting of the selection committee, the Procurement Strategist will post a notice announcing the date, time and place of the first committee meeting. Said notice shall be posted in the lobby of the Purchasing Building not less than three (3) working days prior to the meeting. The Procurement Strategist shall also post prior notice of all subsequent committee meetings and shall endeavor to post such notices at least one (1) day in advance of all subsequent meetings. 7. The committee will compile individual rankings, based on the evaluation criteria as stated herein, for each proposal to determine committee recommendations. The committee may at their discretion, schedule presentations or demonstrations from the top- ranked firm(s), make site visits, and obtain guidance from third party subject matter experts. The final recommendation will be decided based on review of scores and consensus of committee. The County reserves the right to withdraw this RFP at any time and for any reason, and to issue such clarifications, modifications, and /or amendments as it may deem appropriate. Receipt of a proposal by the County or a submission of a proposal to the County offers no rights upon the Vendor nor obligates the County in any manner. Acceptance of the proposal does not guarantee issuance of any other governmental approvals. Proposals which include provisions requiring the granting of zoning variances shall not be considered. 10. References The County reserves the right to contact any and all references pertaining to this solicitation and related proposal. 11. Proposal Selection Committee and Evaluation Factors The County Manager shall appoint a Selection Committee to review all proposals submitted. The factors to be considered in the evaluation of proposal responses are listed below. Business Plan 10 Cost of Services to the County 25 Experience and Capacity of the Firm 20 Specialized Expertise of Team Members 20 Customer and Reference Listing 15 Local Vendor Preference 10 TOTAL 100 RFP12 -5812 "Fire Sprinkler Testing & Installation" 19 Packet Page -3734- 12/11/2012 Item 16.E.1. Tie Breaker: In the event of a tie, both in individual scoring and in final ranking, the firm with the lowest paid dollars by Collier County to the vendor (as obtained from the County's financial system) within the last five (5) years will receive the higher individual ranking. If there is a multiple firm tie in either individual scoring or final ranking, the firm with the lowest volume of work shall receive the higher ranking, the firm with the next lowest volume of work shall receive the next highest ranking and so on. 12. Acceptance or Rejection of Proposals The right is reserved by the County to waive any irregularities in any proposal, to reject any or all proposals, to re- solicit for proposals, if desired, and upon recommendation and justification by Collier County to accept the proposal which in the judgment of the County is deemed the most advantageous for the public and the County of Collier. Any proposal which is incomplete, conditional, obscure or which contains irregularities of any kind, may be cause for rejection. In the event of default of the successful Vendor, or their refusal to enter into the Collier County contract, the County reserves the right to accept the proposal of any other Vendor or to re- advertise using the same or revised documentation, at its sole discretion. RFP12 -5812 "Fire Sprinkler Testing & Installation" 20 Packet Page -3735- n 12/11/2012 Item 16.E.1. Exhibit III: Collier County Purchase Order Terms and Conditions 1. Offer and to comply with all carrier This offer is subject to cancellation by the regulations. Risk of loss of any goods COUNTY without notice if not accepted by sold hereunder shall transfer to the VENDOR within fourteen (14) days of COUNTY at the time and place of issuance. delivery; provided that risk of loss prior to actual receipt of the goods by the 2. Acceptance and Confirmation COUNTY nonetheless remain with This Purchase Order (including all VENDOR. documents attached to or referenced b) No charges will be paid by the COUNTY therein) constitutes the entire agreement for packing, crating or cartage unless between the parties, unless otherwise otherwise specifically stated in this specifically noted by the COUNTY on the Purchase Order. Unless otherwise face of this Purchase Order. Each delivery provided in Purchase Order, no invoices of goods and /or services received by the shall be issued nor payments made COUNTY from VENDOR shall be deemed to prior to delivery. Unless freight and be upon the terms and conditions contained other charges are itemized, any in this Purchase Order. discount will be taken on the full amount of invoice. No additional terms may be added and c) All shipments of goods scheduled on the Purchase Order may not be changed except same day via the same route must be by written instrument executed by the consolidated. Each shipping container COUNTY. VENDOR is deemed to be on must be consecutively numbered and notice that the COUNTY objects to any marked to show this Purchase Order additional or different terms and conditions number. The container and Purchase contained in any acknowledgment, invoice Order numbers must be indicated on bill or other communication from VENDOR, of lading. Packing slips must show notwithstanding the COUNTY'S acceptance Purchase Order number and must be or payment for any delivery of goods and /or included on each package of less than services, or any similar act by VENDOR. container load (LCL) shipments and /or with each car load of equipment. The 3. Inspection COUNTY reserves the right to refuse or All goods and /or services delivered return any shipment or equipment at hereunder shall be received subject to the VENDOR'S expense that is not marked COUNTY'S inspection and approval and with Purchase Order numbers. payment therefore shall not constitute VENDOR agrees to declare to the acceptance. All payments are subject to carrier the value of any shipment made adjustment for shortage or rejection. All under this Purchase Order and the full defective or nonconforming goods will be invoice value of such shipment. returned pursuant to VENDOR'S instruction d) All invoices must contain the Purchase at VENDOR'S expense. Order number and any other specific information as identified on the To the extent that a purchase order requires Purchase Order. Discounts of prompt a series of performances by VENDOR, the payment will be computed from the date COUNTY prospectively reserves the right to of receipt of goods or from date of cancel the entire remainder of the Purchase receipt of invoices, whichever is later. Order if goods and /or services provided Payment will be made upon receipt of a early in the term of the Purchase Order are proper invoice and in compliance with non - conforming or otherwise rejected by the Chapter 218, Fla. Stats., otherwise COUNTY. known as the "Local Government 4. Shipping and Invoices Prompt Payment Act," and, pursuant to a) All goods are FOB destination and must the Board of County Commissioners be suitably packed and prepared to Purchasing Policy. secure the lowest transportation rates RFP12 -5812 "Fire Sprinkler Testing & Installation" 21 Packet Page -3736- 12/11/2012 Item 16.E.1. 5. Time Is Of the Essence and transportation shall conform to all Time for delivery of goods or performance of applicable laws, including but not limited to services under this Purchase Order is of the the Occupational Health and Safety Act, the essence. Failure of VENDOR to meet Federal Transportation Act and the Fair delivery schedules or deliver within a Labor Standards Act, as well as any law or reasonable time, as interpreted by the regulation noted on the face of the Purchase COUNTY in its sole judgment, shall entitle Order. the COUNTY to seek all remedies available to it at law or in equity. VENDOR agrees to 9. Advertising reimburse the COUNTY for any expenses No VENDOR providing goods and services incurred in enforcing its rights. VENDOR to the COUNTY shall advertise the fact that further agrees that undiscovered delivery of it has contracted with the COUNTY for nonconforming goods and /or services is not goods and /or services, or appropriate or a waiver of the COUNTY'S right to insist make use of the COUNTY'S name or other upon further compliance with all identifying marks or property without the specifications. prior written consent of the COUNTY'S Purchasing Department. 6. Changes The COUNTY may at any time and by written notice make changes to drawings 10. Indemnification and specifications, shipping instructions, VENDOR shall indemnify and hold harmless quantities and delivery schedules within the the COUNTY from any and all claims, general scope of this Purchase Order. including claims of negligence, costs and Should any such change increase or expenses, including but not limited to decrease the cost of, or the time required for attorneys' fees, arising from, caused by or performance of the Purchase Order, an related to the injury or death of any person equitable adjustment in the price and /or (including but not limited to employees and delivery schedule will be negotiated by the agents of VENDOR in the performance of COUNTY and VENDOR. Notwithstanding their duties or otherwise), or damage to the foregoing, VENDOR has an affirmative property (including property of the COUNTY obligation to give notice if the changes will or other persons), which arise out of or are decrease costs. Any claims for adjustment incident to the goods and /or services to be by VENDOR must be made within thirty (30) provided hereunder. days from the date the change is ordered or within such additional period of time as may 11. Warranty of Non - Infringement be agreed upon by the parties. VENDOR represents and warrants that all goods sold or services performed under this 7. Warranties Purchase Order are: a) in compliance with VENDOR expressly warrants that the goods applicable laws; b) do not infringe any and /or services covered by this Purchase patent, trademark, copyright or trade secret; Order will conform to the specifications, and c) do not constitute unfair competition. drawings, samples or other descriptions furnished or specified by the COUNTY, and VENDOR shall indemnify and hold harmless will be of satisfactory material and quality the COUNTY from and against any and all production, free from defects and sufficient claims, including claims of negligence, costs for the purpose intended. Goods shall be and expense, including but not limited to delivered free from any security interest or attorneys' fees, which arise from any claim, other lien, encumbrance or claim of any third suit or proceeding alleging that the party. These warranties shall survive COUNTY'S use of the goods and /or inspection, acceptance, passage of title and services provided under this Purchase Order payment by the COUNTY. are inconsistent with VENDOR'S representations and warranties in section 11 8. Statutory Conformity (a). Goods and services provided pursuant to this Purchase Order, and their production RFP12 -5812 "Fire Sprinkler Testing & Installation" 22 Packet Page -3737- 12/11/2012 Item 16.E.1. n If any claim which arises from VENDOR'S beyond their control, including, but without breach of section 11 (a) has occurred, or is limitation to war, strikes, civil disturbances likely to occur, VENDOR may, at the and acts of nature. When VENDOR has COUNTY'S option, procure for the COUNTY knowledge of any actual or potential force the right to continue using the goods or majeure or other conditions which will delay services, or replace or modify the goods or or threatens to delay timely performance of services so that they become non - infringing, this Purchase Order, VENDOR shall (without any material degradation in immediately give notice thereof, including all performance, quality, functionality or relevant information with respects to what additional cost to the COUNTY). steps VENDOR is taking to complete delivery of the goods and /or services to the 12. Insurance Requirements COUNTY. The VENDOR, at its sole expense, shall provide commercial insurance of such type 15. Assignment and with such terms and limits as may be VENDOR may not assign this Purchase reasonably associated with the Purchase Order, nor any money due or to become due Order. Providing and maintaining adequate without the prior written consent of the insurance coverage is a material obligation COUNTY. Any assignment made without of the VENDOR. All insurance policies shall such consent shall be deemed void. be executed through insurers authorized or eligible to write policies in the State of 16. Taxes Florida. Goods and services procured subject to this Purchase Order are exempt from Florida 13. Compliance with Laws sales and use tax on real property, transient In fulfilling the terms of this Purchase Order, rental property rented, tangible personal VENDOR agrees that it will comply with all purchased or rented, or services purchased federal, state, and local laws, rules, codes, (Florida Statutes, Chapter 212), and from n and ordinances that are applicable to the federal excise tax. conduct of its business. By way of non - exhaustive example, this shall include the 17. Annual Appropriations American with Disabilities Act and all The COUNTY'S performance and obligation prohibitions against discrimination on the to pay under this Purchase Order shall be basis of race, religion, sex creed, national contingent upon an annual appropriation of origin, handicap, marital status, or veterans' funds. status. Further, VENDOR acknowledges and without exception or stipulation shall be 18. Termination fully responsible for complying with the This Purchase Order may be terminated at provisions of the Immigration Reform and any time by the COUNTY upon 30 days Control Act of 1986 as located at 8 U.S.C. prior written notice to the VENDOR. This 1324, et seq. and regulations relating Purchase Order may be terminated thereto, as either may be amended. Failure immediately by the COUNTY for breach by by the awarded firm(s) to comply with the VENDOR of the terms and conditions of this laws referenced herein shall constitute a Purchase Order, provided that COUNTY has breach of the award agreement and the provided VENDOR with notice of such County shall have the discretion to breach and VENDOR has failed to cure unilaterally terminate said agreement within 10 days of receipt of such notice. immediately. Any breach of this provision may be regarded by the COUNTY as a 19. General material and substantial breach of the a) This Purchase Order shall be governed contract arising from this Purchase Order. by the laws of the State of Florida. The venue for any action brought to 14. Force Majeure specifically enforce any of the terms and Neither the COUNTY nor VENDOR shall be conditions of this Purchase Order shall responsible for any delay or failure in be the Twentieth Judicial Circuit in and performance resulting from any cause for Collier County, Florida RFP12 -5812 "Fire Sprinkler Testing & Installation" 23 Packet Page -3738- b) C) EE 12111/2012 Item 16.E.1. Failure of the COUNTY to act associated with this Purchase Order in ^ immediately in response to a breach of accordance with Florida Statute Chapter this Purchase Order by VENDOR shall 112.061, Per Diem and Travel not constitute a waiver of breach. Expenses for Public Officers, employees Waiver of the COUNTY by any default and authorized persons. by VENDOR hereunder shall not be e) In the event of any conflict between or deemed a waiver of any subsequent among the terms of any Contract default by VENDOR. Documents related to this Purchase All notices under this Purchase Order Order, the terms of the Contract shall be sent to the respective Documents shall take precedence over addresses on the face page by certified the terms of the Purchase Order. To the mail, return receipt requested, by extent any terms and /or conditions of overnight courier service, or by personal this Purchase Order duplicate or overlap delivery and will be deemed effective the Terms and Conditions of the upon receipt. Postage, delivery and Contract Documents, the provisions of other charges shall be paid by the the Terms and /or Conditions that are sender. A party may change its address most favorable to the County and /or for notice by written notice complying provide the greatest protection to the with the requirements of this section. County shall govern. The Vendor agrees to reimbursement of any travel expenses that may be Packet Page -3739- RFP12 -5812 "Fire Sprinkler Testing & Installation" 24 12/11/2012 Item 16.E.1. Exhibit IV: Additional Terms and Conditions for RFP 1. 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 the Insurance and Bonding attachment of this solicitation. The Vendor shall procure and maintain property insurance upon the entire project, if required, to the full insurable value of the scope of work. 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 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 Packet Page -3740- 1:122M. .13F: "Fire Sprinkler Testing & Installation" 25 12/11/2012 Item 16.E.1. hereunder, Vendor shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. Should at any time the Vendor not maintain the insurance coverage(s) required herein, the County may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverage(s) and charge the Vendor for such coverage(s) purchased. If Vendor fails to reimburse the County for such costs within thirty (30) days after demand, the County has the right to offset these costs from any amount due Vendor under this Agreement or any other agreement between the County and Vendor. The County shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverage(s) purchased or the insurance company or companies used. The decision of the County to purchase such insurance coverage(s) shall in no way be construed to be a waiver of any of its rights under the Contract Documents. If the initial or any subsequently issued Certificate of Insurance expires prior to the completion of the scope of work, the Vendor shall furnish to the County renewal or replacement Certificate(s) of Insurance not later than ten (10) calendar days after the expiration date on the certificate. Failure of the Vendor to provide the County with such renewal certificate(s) shall be considered justification for the County to terminate any and all contracts. 2. 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. 3. 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. 5. Use of Subcontractors Bidders on any service related project, including construction, must be qualified and directly responsible for 75% or more of the solicitation amount for said work. County's Right to Inspect The County or its authorized Agent shall have the right to inspect the Vendor's facilities /project site during and after each work assignment the Vendor is performing. Additional Terms and Conditions of Contract Collier County has developed standard contracts /agreements, approved by the Board of County Commissioners (BCC). The selected Vendor shall be required to sign a standard Collier County contract within twenty one (21) days of Notice of Selection for Award. The County reserves the right to include in any contract document such terms and conditions, as it deems necessary for the proper protection of the rights of Collier County. A sample copy of this contract is available upon request. The County will not be obligated to sign any contracts, maintenance and /or service agreements or other documents provided by the Vendor. RFP12 -5812 "Fire Sprinkler Testing & Installation" 26 Packet Page -3741- 12/11/2012 Item 16.E.1. 6. Payment Method n Payments are made in accordance with the Local Government Prompt Payment Act, Chapter 218, Florida Statutes. Vendor's invoices must include: • Purchase Order Number • Description and quantities of the goods or services provided per instructions on the County's purchase order or contract. Invoices shall be sent to: Board of County Commissioners Clerk's Finance Department ATTN: Accounts Payable 3299 Tamiami Trail E Ste 700 Naples FL 34112 Collier County, in its sole discretion, will determine the method of payment for goods and /or services as part of this agreement. Payment methods include: • Traditional — payment by check, wire transfer or other cash equivalent. • Standard — payment by purchasing card. Collier County's Purchasing Card Program is supported by standard bank credit suppliers (i.e. VISA and MasterCard), and as such, is cognizant of the Rules for VISA Merchants and MasterCard Merchant Rules. Collier County cautions vendors to consider both methods of payment when determining pricing as no additional surcharges or fees will be considered (per Rules for VISA Merchants and MasterCard n Merchant Rules). The County will entertain bids clearly stating pricing for standard payment methods. An additional separate discounted price for traditional payments may be provided at the initial bid submittal if it is clearly marked as an "Additional Cash Discount." Upon execution of the Contract and completion of each month's work, payment requests shall be submitted to the Project Manager on a monthly basis by the Contractor for services rendered for that prior month. Services beyond sixty (60) days from current monthly invoice will not be considered for payment without prior approval from the Project manager. All invoices must be submitted within the fiscal year the work was performed. (County's fiscal year is October 1 - September 30.) Invoices submitted after the close of the fiscal year will not be accepted (or processed for payment) unless specifically authorized by the Project Manager. Payments will be made for articles and /or services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of contract. Any untimely submission of invoices beyond the specified deadline period is subject to non- payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this agreement. 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. RFP12 -5812 "Fire Sprinkler Testing & Installation" 27 Packet Page -3742- 12/11/2012 Item 16.E.1. 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. 7. Environmental Health and Safety All Vendors and Sub vendors performing service for Collier County are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Vendors and Sub vendors shall be responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. All firewall penetrations must be protected in order to meet Fire Codes. Collier County Government has authorized OSHA representatives to enter any Collier County facility, property and /or right -of -way for the purpose of inspection of any Vendor's work operations. This provision is non - negotiable by any department and /or Vendor. All new electrical installations shall incorporate NFPA 70E Short Circuit Protective Device Coordination and Arc Flash Studies where relevant as determined by the engineer. All electrical installations shall be labeled with appropriate NFPA 70E arch flash boundary and PPE Protective labels. 8. Licenses The Vendor is required to possess the correct Business Tax Receipt, professional license, and any other authorizations necessary to carry out and perform the work required by the project pursuant to all applicable Federal, State and Local Law, Statute, Ordinances, and rules and regulations of any kind. Additionally, copies of the required licenses must be submitted with the proposal response indicating that the entity proposing, as well as the team assigned to the County account, is properly licensed to perform the activities or work included in the contract documents. Failure on the part of any Vendor to submit the required documentation may be grounds to deem Vendor non - responsive. A Vendor, with an office within Collier County is also required to have an occupational license. All State Certified contractors who may need to pull Collier County permits or call in inspections must complete a Collier County Contractor License registration form and submit the required fee. After registering the license /registration will need to be renewed thereafter to remain "active" in Collier County. If you have questions regarding professional licenses contact the Contractor Licensing, Growth Management Division at (239) 252 -2431, 252 -2432 or 252 -2909. Questions regarding required occupational licenses, please contact the Tax Collector's Office at (239) 252 -2477. 9. Principals /Collusion By submission of this Proposal the undersigned, as Vendor, does declare that the only person or persons interested in this Proposal as principal or principals is /are named therein and that no person other than therein mentioned has any interest in this Proposal or in the contract to be entered into; RFP12 -5812 "Fire Sprinkler Testing & Installation" 28 Packet Page -3743- 12/11/2012 Item 16.E.1. that this Proposal is made without connection with any person, company or parties making a Proposal, and that it is in all respects fair and in good faith without collusion or fraud. 10. Relation of County It is the intent of the parties hereto that the Vendor shall be legally considered an independent Vendor, and that neither the Vendor nor their employees shall, under any circumstances, be considered employees or agents of the County, and that the County shall be at no time legally responsible for any negligence on the part of said Vendor, their employees or agents, resulting in either bodily or personal injury or property damage to any individual, firm, or corporation. 11. Termination Should the Vendor be found to have failed to perform his services in a manner satisfactory to the County, the County may terminate this Agreement immediately for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be sole judge of non - performance. 12. Lobbying All firms are hereby placed on NOTICE that the Board of County Commissioners does not wish to be lobbied, either individually or collectively about a project for which a firm has submitted a Proposal. Firms and their agents are not to contact members of the County Commission for such purposes as meeting or introduction, luncheons, dinners, etc. During the process, from Proposal closing to final Board approval, no firm or their agent shall contact any other employee of Collier County in reference to this Proposal, with the exception of the Purchasing Director or his designee(s). Failure to /'IN, abide by this provision may serve as grounds for disqualification for award of this contract to the firm. 13. 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,htmi). 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. 14. Single Proposal Each Vendor must submit, with their proposal, the required forms included in this RFP. Only one proposal from a legal entity as a primary will be considered. A legal entity that submits a proposal as a primary or as part of a partnership or joint venture submitting as primary may not then act as a sub - consultant to any other firm submitting under the same RFP. If a legal entity is not submitting as a primary or as part of a partnership or joint venture as a primary, that legal entity may act as a sub- consultant to any other firm or firms submitting under the same RFP. All submittals in violation of this requirement will be deemed non - responsive and rejected from further consideration. Packet Page -3744- RFP12 -5812 "Fire Sprinkler Testing & Installation" 29 12/11/2012 Item 16.E.1.. In addition, consultants that have participated and/or will participate in the development of scope, background information or oversight functions on this project are precluded from submitting a Proposal as either a prime or sub- consultant. 15. Protest Procedures Any actual or prospective Vendor to a Request for Proposal, who is aggrieved with respect to the former, shall file a written protest with the Purchasing Director rp for to the due date for acceptance of proposals. All such protests must be filed with the Purchasing Director no later than 11:00 a.m. Collier County time on the final published date for the acceptance of the Request for Proposals. The Board of County Commissioners will make award of contract in public session. Award recommendations will be posted outside the offices of the Purchasing Department on Wednesdays and Thursdays. Any actual or prospective respondent who desires to formally protest the recommended contract award must file a notice of intent to protest with the Purchasing Director within two (2) calendar days (excluding weekends and County holidays) of the date that the recommended award is posted. Upon filing of said notice, the protesting party will have five (5) days to file a formal protest and will be given instructions as to the form and content requirements of the formal protest. A copy of the "Protest Policy" is available at the office of the Purchasing Director. 16. Public Entity Crime A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. 17. 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, 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. 18. Conflict of Interest Vendor shall complete the Conflict of Interest Affidavit included as an attachment to this RFP document. Disclosure of any potential or actual conflict of interest is subject to County staff review and does not in and of itself disqualify a firm from consideration. These disclosures are intended to identify and or preclude conflict of interest situations during contract selection and execution. RFP12 -5812 "Fire Sprinkler Testing & Installation" 30 Packet Page -3745- 12/11/2012 Item 16.E.1. 19. 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. 20. 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 providing both the acceptable E- Verify evidence and the executed affidavit the bidder's / vendor's proposal may be deemed non - responsive. Additionally, vendors shall require all subcontracted vendors to use the E- Verify system for all purchases not covered under the "Exceptions to the program" clause above. For additional information regarding the Employment Eligibility Verification System (E- Verify) program visit the following website: httr): / /www.dhs.gov /E- Verify. It shall be the vendor's responsibility to familiarize themselves with all rules and regulations governing this program. Vendor acknowledges, and without exception or stipulation, any firm(s) receiving an award shall be fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended and with the provisions contained within this affidavit. Failure by the awarded firm(s) to comply with the laws referenced herein or the provisions of this affidavit shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. RFP12 -5812 "Fire Sprinkler Testing & Installation" 31 Packet Page -3746- 12/11/2012 Item 16.E.1. 21. Collier County Local Preference Policy Collier County provides an incentive to local business to enhance the opportunities of local ^ businesses in the award of County contracts. In the evaluation of proposals, the County rewards Vendors for being a local business by granting a ten (10) points incentive in the evaluation criterion points. 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. The vendor must complete and submit with their proposal 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 proposal 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 proposal or bid submitted to ^ the County will lose the privilege to claim Local Preference status for a period of up to one year. RFP12 -5812 "Fire Sprinkler Testing & Installation" 32 Packet Page -3747- 12/11/2012 Item 16.E.1. C :6 ter C :art AdmWaM services Dmsbn Purchasing Attachment 1: 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 for prospective Vendors not wishing to respond to this solicitation. If your firm is not responding to this RFP, please indicate the reason(s) by checking the item(s) listed below and return this form via email or fax, noted on the cover page, or mail to Collier County Government, Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112. We are not responding to Solicitation RFP12 -5812 — "Fire Sprinkler Alarm Testing & Installation" for the following reason(s): ❑ Services requested not available through our company. ❑ Our firm could not meet specifications /scope of work. ❑ Specifications /scope of work not clearly understood or applicable (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): Name of Firm: Address: City, State, Zip: Telephone: Email: Representative Signature: Representative Name: n Packet Page -3748- Date RFP12 -5812 "Fire Sprinkler Testing & Installation" 33 12/11/2012 Item 16.E.1. >rr minty Adrr'N&aWe Service Wision Purchasing Attachment 2: Vendor Check List IMPORTANT: THIS SHEET MUST BE SIGNED. Please read carefully, sign in the spaces indicated and return with your Proposal. Vendor should check off each of the following items as the necessary action is completed: ❑ The Proposal has been signed. ❑ All applicable forms have been signed and included, along with licenses to complete the requirements of the project. ❑ Any addenda have been signed and included. ❑ The mailing envelope has been addressed to: Collier County Government Purchasing Department 3327 Tamiami Trail E Naples FL 34112 Attn:Jack Curran, Procurement Strategist ❑ The mailing envelope must be sealed and marked with Solicitation RDP12 -5812 — "Fire Sprinkler Alarm Testing & Installation" and January 20, 2012 @ 3:OOPM. ❑ The Proposal will be mailed or delivered in time to be received no later than the specified due date and time. (Otherwise Proposal cannot be considered.) ALL COURIER - DELIVERED PROPOSALS MUST HAVE THE RFP NUMBER AND TITLE ON THE OUTSIDE OF THE COURIER PACKET. Name of Firm: Address: City, State, Zip: Telephone: Email: Representative Signature: Representative Name: Date RFP12 -5812 "Fire Sprinkler Testing & Installation" 34 Packet Page -3749- 12/11/2012 Item 16.E.1. c qtr minty AdImstallive Servioes Io Purchasing Attachment 3: Conflict of Interest Affidavit By the signature below, the firm (employees, officers and /or agents) certifies, and hereby discioses, that, to the best of their knowledge and belief, all relevant facts concerning past, present, or currently planned interest or activity (financial, contractual, organizational, or otherwise) which relates to the proposed work; and bear on whether the firm (employees, officers and /or agents) has a possible conflict have been fully disclosed. Additionally, the firm (employees, officers and /or agents) agrees to immediately notify in writing the Purchasing /General Services Director, or designee, if any actual or potential conflict of interest arises during the contract and /or project duration. Firm: Signature and Date: Print Name Title of Signatory State of County of SUBSCRIBED AND SWORN to before me this 20 , by identification Notary Public My Commission Expires day of , who is personally known to me to be the for the Firm, OR who produced the following Packet Page -3750- RFP12 -5812 "Fire Sprinkler Testing & Installation" 35 12/11/2012 Item 16.E.1 Coter County AdirriNstabeSeMoesDMsbn Purchasing Attachment 4: Vendor Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 RE: Solicitation: RFP12 -5812 — "Fire Sprinkler Alarm Testing & Installation" Dear Commissioners: The undersigned, as Vendor declares that this proposal is made without connection or arrangement with any other person and this proposal is in every respect fair and made in good faith, without collusion or fraud. The Vendor agrees, if this proposal is accepted, to execute a Collier County document for the purpose of establishing a formal contractual relationship between the firm and Collier County, for the performance of all requirements to which the proposal pertains. The Vendor states that the proposal is based upon the proposal documents listed by Solicitation: RFP12 -5812 — "Fire Sprinkler Alarm Testing & Installation" (Proposal Continued on Next Page) RFP12 -5812 "Fire Sprinkler Testing & Installation" 36 Packet Page -3751- 12/11/2012 Item 16.E.1. RFP 12 -5812 "Fire Sprinkler Testing & Installation" 37 Packet Page -3752- PROPOSAL CONTINUED IN WITNESS WHEREOF, WE have hereunto subscribed our names on this day of , 20 in the County of in the State of Firm's Legal Name: Address: City, State, Zip Code: Florida Certificate of Authority Document Number: Federal Tax Identification Number Telephone: FAX: Signature by: (Typed and written) Title: Additional Contact Information Send payments to: (required if different from above) Company name used as payee Contact name: Title: Address: City, State, ZIP Telephone: FAX: Email Office servicing Collier County to place orders (required if different from above) Contact name: Title: Address: City, State, ZIP Telephone: Email RFP 12 -5812 "Fire Sprinkler Testing & Installation" 37 Packet Page -3752- 12/11/2012 Item 16.E.1. co ter county A S Purchasing Attachment 5: Affidavit for Claiming Status as a Local Business Solicitation: RFP12 -5812 — "Fire Sprinkler Alarm Testing & Installation" (Check Appropriate Boxes Below) State of Florida (Select County if Vendor is described as a Local Business ❑ Collier County ❑ Lee County Vendor affirms that it is a local business as defined by the Purchasing Policy of the Collier County Board of County Commissioners and the Regulations Thereto. As defined in Section XI of the Collier County Purchasing Policy; A "local business" is defined as a business that has a valid occupational license issued by either Collier or Lee County for a minimum of one (1) year prior to a Collier County bid or proposal submission that authorizes the business to provide the commodities or services to be purchased, and a physical business address located within the limits of Collier or Lee Counties from which the vendor operates or performs business. Post Office Boxes are not verifiable and shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well -being of either Collier or Lee County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, the support and increase to either Collier or Lee County's tax base, and residency of employees and principals of the business within Collier or Lee County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. Vendor must complete the following information: Year Business Established in ❑Collier County or ❑ Lee County: Number of Employees (Including Owner(s) or Corporate Officers): Number of Employees Living in ❑ Collier County or ❑ Lee (Including Owner(s) or Corporate Officers): If requested by the County, vendor will be required to provide documentation substantiating the information given in this affidavit. Failure to do so will result in vendor's submission being deemed not applicable. Vendor Name: Collier or Lee County Address: Signature: Date: Title: STATE OF FLORIDA ❑ COLLIER COUNTY ❑ LEE COUNTY Sworn to and Subscribed Before Me, a Notary Public, for the above State and County, on this Day of ,20 Notary Public My Commission Expires: (AFFIX OFFICIAL SEAL) Packet Page -3753- RFP12 -5812 "Fire Sprinkler Testing & Installation" 38 12/11/2012 Item 16.E.1. C&COU11ty �. A&Nnsbave Semms Dv*= PuN Attachment 6: Immigration Affidavit Certification Solicitation: RFP12 -5812 — "Fire Sprinkler Alarm Testing & Installation" 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 Signature State of County of Title Date 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 (Type of Identification and Number) as identification. 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. RFP12 -5812 "Fire Sprinkler Testing & Installation" 39 Packet Page -3754- 12/11/2012 Item 16.E.1. Attachment 7: 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 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 State Telephone City Zip FAX Email Order Information _Corporation Remit / Payment Information Address _ Limited Liability Company Address City State Zip 501 (c) 3) City State , FAX D = Disre arded Entity, C = Corporation, P = Partnership) FAX Email Email 2. Company Status (check only one) Zip _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 = Disre arded 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 Packet Page -3755- 12/11/2012 Item 16.E.1. Packet Page -3756- COT Ner Ca�y AdrnirfistaWe SenAces Dvision Purchasing Attachment 8: Insurance and Bonding Requirements Insurance / Bond Type j 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 $500.000 single limit per occurrence 3. ® Commercial General Bodily Injury and Property Damage Liability (Occurrence Form) patterned after the current $1,000.000 single limit per occurrence ISO form 4. ® Indemnification To the maximum extent permitted by Florida law, the Contractor/Vendor/Consultant shall indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the 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 $ 500,000 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 Occurrence • $ 500,000 each claim and in the aggregate • $1,000,000 each claim and in the aggregate • $2,000,000 each claim and in the aggregate ❑ Project Professional Liability $ Per Occurrence ❑ Valuable Papers Insurance $ Per Occurrence Packet Page -3756- 12111/2012 Item 16.E.1. 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 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 Packet Page -3757- Date Telephone Number EM Attachment 9: Reference Questionnaire (Solicitation: RFP12 -5812 — "Fire Sprinkler Alarm Testing & Installation" Reference Questionnaire for: (Name of Company Requesting Reference Information) of Individuals Requesting Reference Information) Name: Company: (Evaluator completing reference questionnaire) Email: ""N 12/11/2012 Item 16.E.1. (Evaluator's Company completing reference) Telephone: Collier County is implementing a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm /individual again) and 1 representing that you were very unsatisfied (and would never hire the firm /indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: e*�1 Project Budget: Change Orders - Dollars Added : Completion Date: Project Number of Days: Change Orders - Days Added: Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on -time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Close out project process (final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow County policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS Please FAX this completed survey to: Packet Page -3758- By 12/11/2012 Item 16.E.1. Packet Page -3759- 12/11/2012 Item 16.E.1. A G R E E M E N T 12-5812 for Fire Alarm % Sprinkler /Suppression/ExtinLruisher Testing, Inspection Repair, Certification Maintenance & Installation THIS AGREEMENT, made and entered into on this day of 2012, by and between Cintas Corporation No. 2 d/ b/a Cintas Fire Protection, authorized to do business in the State of Florida, whose business address is 12771 Westlinks Drive; Suite 1, Fort Mvers, FL 33913, (the "Contractor ") and Collier County, a political subdivision of the State of Florida, (the "County "): WITNESSETH: 1. COMMENCEMENT. The contract shall be for a one (1) year period, commencing on Board approval date, and terminating one year from that date The County may, at its discretion and with the consent of the Contractor, renew the Agreement under all of the terms and conditions contained in this Agreement for three (3) additional one (1) year periods. The County shall give the Contractor written notice of the County's intention to extend the Agreement term not less than ten (10) days prior to the end of the Agreement term then in effect. 2. STATEMENT OF WORK. The Contractor shall provide :Fire Alarm/ Sprinkler/ Suppression/ Extinguisher Testing, Inspection, Repair, Certification, Maintenance and Installation in accordance with the terms and conditions of RFP #12 -5812 and the Contractors proposal referred to herein and made an. integral part of this agreement. This Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in writing by the Contractor and the County Project or Contract Manager or his designee, in compliance with the County Purchasing Policy and Administrative Procedures in effect at the time such services are authorized. 3. COMPENSATION. The County shall pay the Contractor for the performance of t1-ds Agreement in accordance with Schedule A, Scope of Services, and Exhibits 1 through 8 as listed below, and attached herein: Pa_e i of 10 Packet Page -3760- 12/11/2012 Item 16.E.1. Exhibit 1- Alarms Exhibit 2 - Backflow Exhibit 3 - Clean Agent Suppression Exhibit 4 - Fleet Vehicles Exhibit 5 - Portables Exhibit 6 - Kitchen Suppression Exhibit 7 - Monitoring Fire Panels Exhibit 8 - Sprinklers Any County agency may purchase products and services under this contract, provided sufficient funds are included in their budget(s). Payment will be made upon receipt of a proper invoice and upon approval by the Project Manager or his designee, and in compliance with Chapter 218, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act ". 3.1 Payments will be made for 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. 4. SALES TAX. Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. 5. NOTICES. All notices from the County to the Contractor shall be deemed duly served if mailed or faxed to the Contractor at the following Address: Cintas Corporation No. 2 d /b /a Cintas Fire Protection 12771 Westlink Drive, Suite 1 &2 Fort Myers, FL 33913 Tel: 239 - 693 -8722 Fax: 239 - 693 -8792 All Notices from the Contractor to the County shall be deemed duly served if mailed or faxed to the County to: Collier County Government Center Purchasing Department 3327 Tamiami Trail, East Naples, Florida 34112 Attention: Interim Purchasing & General Services Director Telephone: 239 - 252 -8975 Page 2 of 10 Packet Page -3761- n 12/11/2012 Item 16.E.1. Facsimile: 239 -252 -6480 The Contractor and the County may change the above mailing address at any time upon giving the other party written notification. All notices under this Agreement must be in writing. 6. NO PARTNERSHIP. Nothing herein contained shall create or be construed as creating a partnership between the County and the Contractor or to constitute the Contractor as an agent of the County. 7. PERMITS: LICENSES: TAXES. In compliance with Section 21.8.80, F.S., all permits necessary for the prosecution of the Work shall be obtained by the Contractor. Payment for all such permits issued by the County shall be processed internally by the County. All non - County permits necessary for the prosecution of the Work shall be procured and paid for by the Contractor. The Contractor shall also be solely responsible for payment of any and all taxes levied on the Contractor. In addition, the Contractor shall comply with all rules, regulations and laws of Collier County, the State of Florida, or the U. S. Government now in force or hereafter. adopted. The Contractor agrees to comply with all laws governing the responsibility of an employer with respect to persons employed by the Contractor. 8, NO IMPROPER USE. The Contractor will not use, nor suffer or permit any person to n use in any manner whatsoever, County facilities for any improper, immoral or offensive purpose, or for any purpose in violation of any federal, state, county or municipal ordinance, rule, order or regulation, or of any governmental rule or regulation now in effect or hereafter enacted or adopted. In the event of such violation by the Contractor or if the County or its authorized representative shall deem any conduct on the part of the Contractor to be objectionable or improper, the County shall have the right to suspend the contract of the Contractor. Should the Contractor fail to correct any such violation, conduct, or practice to the satisfaction of the County witl-un twenty -four (24) hours after receiving notice of such violation, conduct, or practice, such suspension to continue until the violation is cured. The Contractor further agrees not to commence operation during the suspension period until the violation has been corrected to the satisfaction of the County. 9. TERMINATION. Should the Contractor be found to have failed to perform his services in a manner satisfactory to the County as per this Agreement, the County may terminate said agreement for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be sole judge of non - performance. In the event that the County terminates this Agreement, Contractor's recovery against the Counts- shall be limited to that portion of the Contract Amount earned through the i-. date of termination. The Contractor shall not be entitled to any other or further recovery against the County, including, but not limited to, any damages or any anticipated profit on portions of the services not performed. Pale 3 of 10 Packet Page -3762- 12/11/2012 Item 16.E.1. 10. NO DISCRIMINATION. The Contractor agrees that there shall be no discrimination as to race, sex, color, creed or national origin. 11. INSURANCE. The Contractor shall provide insurance as follows: A. Commercial General Liability: Coverage shall have minimum limits of $1,000,000 Per Occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. B. Business Auto Liability: Coverage shall have minimum limits of $500,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include: Owned Vehicles, Hired and Non -Owned Vehicles and Employee Non- Ownership. C. Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of $500,000 for each accident. Special Requirements: Collier County Government shall be listed as the Certificate Holder and included as an Additional Insured on the Comprehensive General Liability Policy. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor/ Consultant during the duration of this Agreement. The Contractor shall provide County with certificates of insurance meeting the required insurance provisions. Renewal certificates shall be sent to the County ten (10) days prior to any expiration date. Coverage afforded under the policies will not be canceled or allowed to expire until the greater of: ten (10) days prior written notice, or in accordance with policy provisions. Contractor/ Consultant shall also notify County, in a like manner, within twenty -four (24) hours after receipt, of any notices of expiration, cancellation, non - renewal or material change in coverage or limits received by Consultant from its insurer, and nothing contained herein shall relieve Contractor/ Consultant of this requirement to provide notice. Contractor/ Consultant shall ensure that all subcontractors/ Consultants comply with the same insurance requirements that he is required to meet. 12. INDEMNIFICATION. To the maximum extent permitted by Florida law, the Contractor shall indemnify and hold harmless Collier County, its officers and ^ employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, whether resulting from any Paue 4 of 10 Packet Page -3763- 12/11/2012 Item 16.E.1. claimed breach of this Agreement by Contractor, any statutory or regulatory violations, or from personal injury, ) V, property damage, direct or consequential damages, or economic loss, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor or anyone employed or utilized by the Contractor in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 12.1 The duty to defend under this Article 12 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate Iiability of the Contractor, County and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to Contractor. Contractor's obligation to indemnify and defend under this Article 12 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the County or an inderru-tified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 13. CONTRACT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Facilities Management Department. 14. CONFLICT OF INTEREST: Contractor represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. Contractor further represents that no persons having any such interest shall be employed to perform those services. 15. COMPONENT PARTS OF THIS CONTRACT: This Contract consists of the following component parts, all of which are as fully a part of the contract as if herein set out verbatim: Contractor's Proposal, Insurance Certificate, RFP #12- 5812 - Scope of Services and Addenda, and Exhibits 1 through 8. 16. SUBJECT TO APPROPRIATION. It is further understood and agreed by and between the parties herein that this agreement is subject to appropriation by the Board of County Commissioners. 1.7. PROHIBITION OF GIFTS TO COUNTY EMPLOYEES. No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County Ethics Ordinance No. 2004 -05, 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 Page > of 10 Packet Page -3764- 12/11/2012 Item 16.E.1. 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. 18. IMMIGRATION LAW COMPLIANCE. By executing and entering into this agreement, the Contractor is formally acknowledging without exception or stipulation that it is 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 Contractor to comply with the laws referenced herein shall constitute a breach of this agreement and the County shall have the discretion to unilaterally terminate this agreement immediately. 19. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County encourages and agrees to the successful proposer extending the prising, terms and conditions of this solicitation or resultant contract to other governmental entities at the discretion of the successful proposer. 20. AGREEMENT TERMS. If any portion of this Agreement is held to be void, invalid, or otherwise unenforceable, in whole or in part, the remaining portion of this Agreement shall remain in effect. 21. ADDITIONAL ITEMS /SERVICES. Additional items and /or services may be added to this contract in compliance with the Purchasing Policy. ^ 22. DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith. effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of Contractor with full decision - making authority and by County's staff person who would make the presentation of any settlement reached during negotiations to County for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed -upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of Contractor with full decision- making authority and by County's staff person who would make the presentation of any settlement reached at mediation to County's board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat. 23, VENUE. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. 24. CONTRACT STAFFING: The Contractor's personnel and management to be utilized for this project shall be knowledgeable in their areas of expertise. The County reserves Pacre 6 of 10 Packet Page -3765- 12/11/2012 Item 16.E.1. the right to perform investigations as may be deemed necessary= to ensure that competent persons will be utilized in the performance of the contract. The Contractor shall assign as many people as necessary to complete the required services on a timely basis, and each person assigned shall be available for an amount of time adequate to meet the required service delivery dates. 25. ORDER OF PRECEDENCE: In the event of any conflict between or among the terms of any of the Contract Documents, the terms of the Request for Proposal and /or the Contractor's Proposal, the Contract Documents shall take precedence. In the event of any conflict between the terms of the RFP and the Contractor's Proposal, the language in the RFP would take precedence. 26. ASSIGNMENT: Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of the County. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the County's consent, shall be void. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward the County. Remainder of page intentionally Ieft blank. Page 7 of ( 0 Packet Page -3766- 12/11/2012 Item 16.E.1. IN WITNESS WHEREOF, the Contractor and the County, have each, respectively, by an authorized person or agent, hereunder set their hands and seals on the date and year first above written. BOARD OF COUNTY COMMISSIONERS ATTEST: COLLIER COUNTY, FLORIDA Dwight E. Brock, Clerk of Courts By: By: Dated: Fred W. Coyle, Chairman (SEAL) Cintas Corporation No. 2 d /b /a Cintas Fire Protection Contractor By: First Witness Signature TType /print witness nameT Second Witness Typed signature and title TType/ print witness nameT Approved as to form and legal sufficiency: Assistant County Attorney Print Name Page 8 of 10 Packet Page -3767- n 12/11/2012 item 16.E.1. 12 -5812 Fire Alarm /Sprinkler /Suppression /Extinguisher Testing, Inspection, Repair, Certification, Maintenance and Installation Schedule A Scope of Services These services shall be performed in concert with the manufacturer's recommendations and in accordance with NFPA National Fire Alarm Code and NFPA Water -Based Fire Protection Svstems, Current Edition. NFPA codes shall be considered an integral part of this contract and shall serve as the basis for the Scope of Work. Extinguishers: All Maintenance, testing, certification, repair, purchase, and replacement of extinguishers. Parts and Equipment: The Contractor shall be required to purchase parts, at the County's request, required for any additional and /or spare parts for any existing and future fire systems. Repair Service All repairs under one thousand five hundred dollars ($1,500.00) found during inspection shall be completed same -day if parts are immediately available. If parts are not immediately available, parts shall be ordered and require overnight delivery, and repair work shall be done immediately after delivery of parts. The Contractor shall provide written "not to exceed" estimates on all repair projects over one thousand five hundred dollars ($1,500.00), including a schedule for completion of the repair. Upon written acceptance of the estimate by the County, the Contractor shall order any parts that are not stocked, and schedule work for within 48 hours of part delivery. If any repair is deemed an emergency, then all parts must be shipped overnight and repairs are to start immediate upon the part arriving. 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. The County reserves the right to bid any job. All work performed shall be guaranteed for a minimum of one (1) year from completion date. The Contractor shall maintain a satisfactory inventory of common repair and replacement parts used for repairs for a period of seven (7) years or until Contract is revised or system is replaced, whichever comes .first. Pace 9 of 10 Packet Page -3768- 12/11 /2012 Item 16.E.1. Emergency Work The Contractor shall 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, 365 days per year for such emergency work. The Contractor shall provide the County with an on -call telephone number for emergency service. The Contractor shall have available an adequate staff of approved technicians to provide service taking into account vacation and other leaves. The Contractor shall respond on -site within one (1) hour for all emergency repairs in Naples and Marco Island area, and shall respond within ninety (90) minutes for the Immokalee and Everglades City area. Collier County will determine what constitutes an emergency. Installation/New Work The Contractor shall provide written "not to exceed" estimates on all installation projects over one thousand five hundred dollars ($1,500.00). 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. The County reserves the right to bid any job. 'New Work" is defined as any new installation, service request, and /or new equipment needed to address any concern with the fire system. This includes the installation of any updated or new technologies. Integration into third party software and systems may be required. Equipment Locations Note: Collier County reserves the right to add or delete from Exhibits 1 through 8 during contract period. The inspection /maintenance /testing price for each additional location shall be mutually negotiated between the County and the Contractor at the time of the addition of said location. A full listing of equipment for each facility is available from the Facilities Manager or Master Fire Technician upon written request. After hours/ Weekend work After hours and weekend work may be required, at the County's discretion, to avoid any interruption to County business. After hours is defined as anytime outside of 8:00 AM to 5:00 PM Monday through Friday and will be paid at one and one half times the regular rate. Page 10 of 10 Packet Page -3769- �1 12/11/2012 Item 16.E.1. Collier County Government Complex _._.......... .__ ...... .__.__..._....__..._._� Exhibit 1 - ALARM - -- _....._... Annually--- ... - -- kBUILDINGC1/C2 DING B DING D BUILDING F BUILDING G BUILDING H BUILDING J 2ND FLOOR BUILDING K BUILDING L BUILDING W CENTRAL LIBRARY CLAM PASS RECREATION CENTER COCAHATCHEE RIVER PARK COCAHATCHEE RIVER PARK DEVELOPMENT SERVICES PARKING GARAGE DOMESTIC ANIMAL NEW EAST COMMUNITY CENTER EAST NAPLES COMMUNITY CENTER EAST NAPLES EMERGENCY SERVICES 3303 EAST TAMIAMI TRAIL 3291 EAST TAMIAMI TRAIL 3311 EAST TAMIAMI TRAIL 3299 EAST TAMIAMI TRAIL 3327 EAST TAMIAMI TRAIL 3339 EAST TAMIAMI TRAIL 3319 EAST TAMIAMI TRAIL 3323 EAST TAMIAMI TRAIL 3315 EAST TAMIAMI TRAIL 3335 EAST TAMIAMI TRAIL 650 CENTRAL AVENUE 475 SEAGATE DRIVE 13531 VANDERBILT BEACH 13531 VANDERBILT BEACH 12800 HOSESHOE DRIVE 12800 HORSESHOE DRIVE 17610 DAVIS BLVD. 13500 THOMASSON DRIVE 13500 THOMASSON DRIVE 111121 EAST TAMIAMI TRAIL $114.00 $586.00 $384.00 $933.00 $356.00 $1,373.00 $5,821.00 $304.00 $1,778.00 $1,022.00 $455.00 $101.00 $80.00 $80.00 $709.00 $961.00 $389.00 1 $126.00 1 $177.00 $145.00 EMS HELIPORT, NAPLES AIRPORT 12375 TOWER DRIVE $129.00 GOLDEN GATE COMMUNITY CENTER 14701 GOLDEN GATE PARKWAY $335.00 GOLDEN GATE BMX/SKATE PARK 14701 GOLDEN GATE PARKWAY $223.00 GOLDEN GATE EMERGENCY SERVICES 14741 GOLDEN GATE PARKWAY $308.00 GOLDEN GATE ESTATES LIBRARY 11266 GOLDEN GATE BLVD $60.00 GOLDEN GATE CITY LIBRARY 12432 LUCERNE ROAD $214.00 GOLDEN GATE LIBRARY 14898 CORONADO PARKWAY $243.00 IMMOKALEE COMMUNITY CENTER 1321 FIRST STREET NORTH $195.00 IMMOKALEE EMERGENCY SERVICES 112 FIRST STREET SOUTH $328.00 IMMOKALEE HEALTH CENTER 419 NORTH FIRST STREET $388.00 IMMOKALEE JAIL 302 SARGEANT JOE JONES DRIVE $1,399.00 IMMOKALEE JUSTICE CENTER 106 FIRST STREET SOUTH $312.00 MARCO AIRPORT 2005 MAINSAIL DRIVE $376.00 SUPERVISOR OF ELECTIONS 3300 SANTA BARBARA BLVD $141.00 GOLDEN GATE AQUAIC CENTER 3300 SANTA BARBARA BLVD $161.00 MEDICAL EXAMINER BUILDING 13838 DOMESTIC AVENUE $270.00 MUSEUM 3301 EAST TAMIAMI TRAIL $409.00 NN SO 776 VANDERBILT BEACH ROAD $288.00 NORTH NAPLES LIBRARY 788 VANDERBILT BEACH ROAD $238.00 VINEYARDS COMMUNITY CENTER 6231 ARBOR BLVD $216.00 IMMOKALEE AQUATIC CENTER 505 ESCAMBIA SO $185.00 VETEREANS PARKW 1900 IMMOKALEE ROAD $186.00 MAX HASSE COMMUNITY PARK 3390 GOLDEN GATE BLVD $284.00 GOLDEN GATE SO 4707 GOLDEN GATE PARKWAY $158.00 GOLDEN GATE SERVICE CENTER 4715 GOLDEN GATE PARKWAY $187.00 CID SHERIFF'S OFFICE 2373 HORSESHOE DRIVE $430.00 HQ LIBRARY ORANGE BLOSSOM $467.00 SO MARCO ISLAND 990 SOUTH BARFIELD DRIVE $160.00 MAX HASSE FIELD HOUSE 3390 GOLDEN GATE BLVD $127.00 EAGLE LAKES COMMUNITY PARK 11565 EAST TAMIAMI TRAIL $165.00 ROBERTS RANCH 1203 ROBERTS AVENUE $183.00 GREENTREE TAX DRIVERS LICENSE 12376 IMK ROAD $148.00 IMMOKALEE LIBRARY 1417 NORTH FIRST STREET $467.00 EVERGLADES MUSEUM 1105 WEST BROADWAY $266.00 GREY OAKS EMS 12798 AIRPORT ROAD $347.00 EAGLE CREEK TAX COLLECTOR 112668 EAST TAMIAMI TRAIL $107.00 NAPLES DEPOT/ MUSEUM 11051 5TH AVENUE SOUTH $329.00 PARKING GARAGE #2 13355 EAST TAMIAMI TRAIL $961.00 VANDERBILT GARAGE 1100 VANDERBILT BEACH ROAD $264.00 NN SERVICES CENTER 12335 ORANGE BLOSSOM DRIVE $348.00 Packet Page -3770- 12/11/2012 Item 16.E.1. EMS # 75 4590 SANTA BARBARA BLVD $163.00 NORTH COLLIER RECLAIMED WATER 10500 GOODLETTE ROAD $228.00 SO SPECIAL OPERATIONS 250 PATRIOT WAY $958.00 COLLIER AREA TRANSIT FRONT BLDG 8300 RADIO ROAD $854.00 NCRP MAINTENANCE BLDG 115000 LIVINGSTON ROAD $1,759.00 MARCO LIBRARY 201 SOUTH HEATHWOOD DRIVE $677.00 SOUTH WATER PLANT 3851 CITY GATE DRIVE $662.00 FLEET MAINTENANCE 2901 COUNTY BARN ROAD $581.00 PUBLIC UTILITIES EAST 4420 MERCHANTILE AVENUE $628.00 PUBLIC UTILITIES WEST 4370 MERCHANTILE AVENUE $582.00 EAST NAPLES LIBRARY 8787 EAST TAMIAMI TRAIL $265.00 SOUTH REGIONAL LIBRARY 8065 LELY CULTURAL BLVD $270.00 EMERGENCY SERVICES CENTER 8075 LELY CULTURAL BLVD $1,414.00 MARCO RECYCLE 990 CHALMERS DRIVE $137.00 FREEDOM PARK 1515 GOLDEN GATE PARKWAY $208.00 PUMP HOUSE #i4 557 WILSON BLVD $78.00 PUMP HOUSE #25 1797 TABLOS ROAD $78.00 PUMP HOUSE #11 WILSON BLVD $78.00 PUMP HOUSE #6 691 WILSON BLVD $78.00 PUMP HOUSE #18 911 SE 8TH STREET $78.00 PUMP HOUSE #23 11497 TABLOS ROAD $78.00 MARCO ISLAND MUSEUM 1180 SOUTH HEATHERWOOD DRIVE $286.00 Total $38,036.00 Cost per hour per skilled worker for regular hour, Monday through Friday Sam -5pm — Service Technician $70.00 /hr *Journeyman $70.00 /hr 'Helper /Apprentice $50.00 `General Laborer $50.00 /hr Percents a of mark -up over actual cost for parts/ materials: 10% Packet Page -3771- 'INSP INSP N INFH Collier County n ovement Gr Complex . . . . ....... 12/11/2012 Item 16.E.1. Exhibit 2 - BACKFLOW ,_ -_. .......... ...... --- .......... ....... ... . .......... Annually �F INSPECTION, BACK FLOW ear, nn PECTION, BACRFLOW RPZ PECTION, FIRE HYDRANT e*"ON I Cost per hour per skilled worker for re_qular hour, Monday througt ... .......... ..... . . ...... .. Service Technician $70.00/hr .. ......... . *Journeyman $70.00/hr "Helper/Apprentice $50,00 *General LabDgre'r-$50.00/hr 1 Percentage of mark-up over actual -cost —for -P-ar-ts-il----materials: 10--%-' Packet Page -3772- M 12/11/2012 Item 16.E.1. ...... . ... . .. ... ....... ­­ . ....... Collier County Government Complex ........... . .... .. .. ... - Exhibit 3 _Clean Agent Suppression Inspections Semi-Annual Inspections Bldg Name Address Panel Tanks finer en Tanks l Devices Total 1UPS Room Building J 3301 East Tamiami Trail 1 1 6 $ 510.00 jAnnex 4th Floor Evidence Vault 3301 East Tamiami Trail 1 10 13 $ 1.080.00 'Medical Examiner 3838 Domestic Avenue 1 6 11 $ 740.00 [Public Utilities & Operations Server Room 4420 Mercantile Ave 1 1 9 $ 540.00 ITransportation Admin Server 2885 Horeshoe Dr S 1 1 12 $ 570.00 Community Development Services 2800 Horseshoe Drive North 1 2 9 $ 400.00 Sheriff Special Ops East 250 Patriot Way 1 1 9 $ 540.00 Sheriff Special Ops West 250 Patriot Way 9 $ 540.00 .Admin Building-Server Room 15000 Livingston Rd 1 9 $ 540.00 Exhibit Hall-Server Room 15000 Livingston Rd 1 1 9 $ 540,00 Immokalee Fuel Depot 402 Stockade Rd 1 3 7 $ 460.00 Annex 7th Floor IT Room 3301 East Tamiami Trail 1 2 14 $ 450.00 Radio Romm Penthouse Bldg L 3301 East Tamiami Trail 1 1 9 $ 540.00 Building C-1 Computer Room 3301 East Tamiami Trail 1 1 *`"` 16 $ 810.00 EOC EMS IT Room 8075 Lei y Cultural Parkway 1 1 9 $ 540.00 1 EOC 911 Center Computer Room 8075 Lely Cultural Parkway 1 1- 18 $ 630.00 EOC Radio Room 8075 Lely Cultural Parkway 1 1.- 12 $ 770.00 EOC.IT Room 410 8075 Lely Cultural Parkway 1 18 $ 830.00 Marco Island Chalet 520 S Collier Blvd I 1 1 12 $ 570.00 Building F 5th F1 MIS Computer Room 3301 East Tamiami Trail 1 1 25 $ 700.00 Building F 5th F1 New IT Room 3301 East Tamiami Trail I 1.- 24 $ 890 .00 Building F 5091T Room 3301 East Tamiami Trail 1 4 7 $ 540.00 South Water Plant 3851 Utilities Dr 1 1 I 19 rh 570.00 rDevelopment Services New Como Room 2900 Horseshoe Dr N 1 3 14 $ 530.00 I Property Appraisers IT Room 3950 Radio Rd 15 $ 800.00 ITotal $15,830.D0 Inspection Cost/Device IPanel 1$150.00 1 Inergen Tanks -- 1$80.OD !clean JS500.00 ........ ... - ----- ---- . ..... ------ Agent Tanks [clean Ac 1$300.00 ..... ....... . . . ..... ..... - 1 Devices 1$10.00 . ... .... . jCost per hour per skilled worker for regular hour, Monday through Friday Sam -5pm .......... . . ........... . . Service Technician S70.00/hr ........... . . . Journeyman $70.00/hr ...... .... - ......... . . *Helperj4pre-n-fice" $,-5--O*-.DO-, . . . ....... .. .. ....... . . . ........ *General Laborer $50,00/hr . ........ . .... . ............ . . . . . . ....... . . ........ . . .. ... ......... �Pementaqe of mark-up over actual cost for parts/ materials: 10% Packet Page -3773- Collier County Government Complex Exhibit 4 - Fleet Vehicle Suppression Inspections _ .._.........___._..._... - Semi Annual Inspections i INVS INSPECTION VEHICLE SYSTEM $262.50 AX12856 CYLINDER, NITROGEN 10 Cl $69.30 AX14036 LINEAR ACTUATOR $91.30 AX17311 PANEL CP III LEADS BACK $475.75 AX21661 BACKUP BATTERY 14XXX $43.45 SYIND 6 YEAR MAINTENANCE $320.00 INWU INSPECTION, WHEEL UNIT $33.75 JL00830 CABINET, 1023G10 $137.19 K6 RECHARGE, K6 LITER $78.75 RFLSW FRAME & LOCK, 5# WHITE $24.38 SMP10W CABINET, SURFACE MOUNT $42.00 SMPSW CABINET, SURFACE MOUNT $34.50 SNO1020 SIGN FE 4X18 V $9.38 SNO1740 SIGN WARNING FINE 4X4 V $1.77 SPGS ISCORED PLEXIGLASS 5# $13.50 SY 6 YEAR MAINTENANCE $10.00 1 TC3 TAG COVER, ZIPLOCK $2.25 TE00010 CABINET GLASS, 10# $1188 TE00060 COVER, PLEX -N -PULL 5# $12.50 TE00070 ICABINET, SM -5, WH $31.50 TE00110 CABINET, SM10, WH $39.00 TE00150 CABINET, SM -20, WH $78.00 HAL1 AGENT, HALOTRON PER LB $18.75 HST HYDROTEST $12.00 HSTCO2 HYDROTEST, CO2 PORTABLE $14.25 HSTDC HYDROTEST, DC PORTABLE $12.00 H2O2 RECHARGE, H2O 2.5 GAL $21.00 IN INSPECTION, EXTINGUISHER ANNUAL $3.OD FX EXTINGUISHER INSTALLATION $0.00 GB1 GLASS BREAKER, HAMMER $8.00 GB2 GLASS BREAKER, BAR $8.00 EEHOSE EXTINGUISHER HOSE $10.00 EEOR O RING ASSEMBLY $1.00 EEPIN PULL PIN $2.40 EESTRAP EXTINGUISHER HOSE HOLDER $7.28 EEVSC VERIFICATION SVC COLLAR $2.00 EEVSTEM VALVE STEM ASSEMBLY $10.00 EEWHOOK EXTINGUISHER WALL BRACKET $5.63 CO210 RECHARGE, CO2 10# $22.00 CO215 RECHARGE, CO2 15# $27.00 CO220 RECHARGE, CO2 20# $32.00 C0 25 RECHARGE, CO2 5# $17.00 DC10 RECHARGE, 10# DRY CHEMICAL $13.00 DC20 RECHARGE, 20# DRY CHEMICAL $20.00 DC5 RECHARGE, 5# DRY CHEMICAL $10.00 EEBAND HOSE BAND ASSEMBLY $7.43 EECAPR NOZZLE CAP, RUNNER $7.00 Packet Page -3774- 12/11/2012 Item 16.E.1. 12/11/2012 Item 16.E.1. EEGAUGE EXTINGUISHER PRESS GAUGE $9.68 EEHAND EXTINGUISHER CARRY HANDLE $9.00 AX240 EXTINGUISHER, 205 H2O $88.50 AX260 EXTINGUISHER, 6 LITER $166.20 AX270 EXTINGUISHER, 1.75 MIST $172.20 AX322 EXTINGUISHER, 5# CO2 $145.76 AX330 EXTINGUISHER, 10# CO2 $197.33 AX331 EXTINGUISHER, 15# CO2 $219.60 AX332 EXTINGUISHER, 20# CO2 $312.31 AX402 EXTINGUISHER, 5# ABC ALWH $46.00 AX402t EXTINGUISHER. 5# ABC ALVB $46.00 AX411 EXTINGUISHER, 20# ABC AL $95.00 AX413 EXTINGUISHER, 20# PK AL $139.05 AX417 EXTINGUISHER, 2.5# ABC, WALL HK $25.00 AX417t EXTINGUISHER, 2.5# ABC VB $25.00 AX456 EXTINGUISHER, 10# ABC AL $62.00 Packet Page -3775- A*-*N /-`\ Collier County Government Complex Exhibit S - Portables Annually INWU INSPECTION, WHEEL UNIT 33.75 JL00830 CABINET, 1023G10 $137.19 K6 RECHARGE, K6 LITER I $78.75 RFL5W FRAME & LOCK, 5 #WHITE 1 $24,38 CABINET, SURFACE MOUNT 1 $42.00 ISMP10W SMP5W CABINET, SURFACE MOUNT 1 $34.50 SNO1020 SIGN FE 4X18V $9,88 SNO1740 SIGN WARNING FINE 4X4 V $1,77 SPG5 SCORED PLEXIGLASS 5# $13.50 SY 6 YEAR MAINTENANCE $10.00 TAG COVER, ZIPLOCK $2.25 ITC3 TE00010 CABINETGLASS, 10# $13.88 TE00060 COVER, PLEX -N -PULL 5# $12.50 TE00070 CABINET, SM -5,WH $31.50 TE00110 CABINET, SM10,WH $39.00 TE00150 CABINET, SM -20,WH $78.00 HAL1 AGENT, HALOTRON PER LB $18.75 HST HYDROTEST $12.00 HSTCO2 HYDROTEST, CO2 PORTABLE $14.25 HSTDC HYDROTEST, DC PORTABLE $12.00 H2O2 RECHARGE, H2O 2.5 GAL $21.00 IN INSPECTION, EXTINGUISHER ANNUAL $3.00 FX EXTINGUISHER INSTALLATION $0.00 GB1 GLASS BREAKER, HAMMER $8.00 GB2 GLASS BREAKER, BAR $8.00 EEHOSE EXTINGUISHER HOSE $10.00 EE0R 0 RING ASSEMBLY $1.00 EEPIN PULL PIN $2.40 EESTRAP 1EXTINGUISHER HOSE HOLDER $7.28 EEVSC IVERIFICATION SVC COLLAR $2.00 EEVSTEM VALVE STEM ASSEMBLY $10.00 EEWHOOK EXTINGUISHER WALL BRACKET $5.63 CO215 RECHARGE, CO2 15# $27.00 CO220 RECHARGE, CO2 20# $32.00 CO25 RECHARGE, CO2 5# $17.00 DC10 RECHARGE, 10# DRY CHEMICAL $13.00 DC20 RECHARGE, 20# DRY CHEMICAL $20.00 DC5 RECHARGE, 5# DRY CHEMICAL $10.00 EEBAND HOSE BAND ASSEMBLY $7,43 EECAPR NOZZLE CAP, RUBBER $7,00 EEGAUGE EXTINGUISHER PRESS GAUGE $9.68 EEHAND EXTINGUISHER CARRY H ANDLE $9.00 CO210 RECHARGE. CO2 10# $22.00 INWU INSPECTION, WHEEL UNIT $333.75 JL00830 CABINET, 1023G10 $137.19 K6 RECHARGE, K6 LITER $78.75 AX240 EXTINGUISHER, 2.5 H2O $88.50 AX260 EXTINGUISHER, 6 LITER $166.20 AX270 EXTINGUISHER, 1.75 MIST $172.20 AX322 EXTINGUISHER, 5# CO2 $145.76 FA-X330 EXTINGUISHER, 10# CO2 $197.33 1AX331 EXTINGUISHER, 15# CO2 $219.60 AX332 JEXTINGUISHER, 20# CO2 $312,31 AX402 I EXTINGUISHER, 5# ABC ALWH $46.00 AX402T EXTINGUISHER, 5# ABC ALVB $46.00 AX41 i EXTINGUISHER, 20111 ABC AL $95.00 AX413 EXTINGUISHER, 20# PK AL $139.05 IAX417 EXTINGUISHER: 2.5# ABC, WALL HK $25.00 {AX417T EXTINGUISHER. 2.5# ABC VB $25.00 AX456 EXTINGUISHER, 10# ABC AL $62.00 Cost per hour per skilled worker for regular hour, Monday through Friday Sam -5pm Service Technician $70.00 /hr _.... 'Journeyman $70.00 /hr *Helper /Appren frc $ e 50 00 General Laborer $50.00/hr, Percentage of mark -up over actual cost for parts/ mater Dnrlrcr Dnno -2'77r 12/11/2012 Item 16.E.1. 12/11/2012 Item 16.E.1. Collier County Government Complex___ Exhibit 6 - KITCHEN SUPPRESSION _— SEMIANNUAL P551059 CARTRIDGE, CO2 ACT 16GRAM $15.79 P551528 NOZZLE CAP, NL SERIES $7.00 R120021 ADAPTER, NOZZLE SWIVEL $24.19 R97203 CARTRIDGE, CO2 ACT 12 GRAM $12.94 INKS INSPECTIONS KITCHEN SYSTEM $85.00 INKST INSPECTION KITCHEN REMOTE TANK $40.00 EELINK FUSIBLE LINK HEAT DET $10.00 EECAPR NOZZLE CAP, RUBBER $7.00 A79372 ANSULEX, 3 GAL LOW PH $112.73 A24915 BREAK ROD $7.00 A15851 CARTRIDGE, R- 101 -30 $137.10 A181 GASKET, CART RECEIVER $3.98 Cost per hour per skilled worker for regular hour, Monday through Friday 8am -5pm " Service Technician $70.00 /hr *Journeyman $70.00 /hr *Helper /Apprentice $50.00 General Laborer $50.001hr. Percents e o mark -up over actual cast f- or parts/ materials: 10% Packet Page -3777- ?O� Collier County Government Complex . ... . .... . ......... Exhibit 7 - MONITORING Annualiv I UN6A ].MONITORING MONTHLY $25.00 $306:0-01 Cost per hour per skilled worker for regular hour, Monday through Service Technician $7Q-.*0 --- 0-/-h-r--.--­­--'------m- *Journeyman $70.00/hr *Helper/Apprentice *General Laborer $50.00/hr Perce66je­'-o--fmark -up over actual c-o'-s-'-t for 10% Packet Page -3778- 2/11/2012 Item 16.E.1. 12/11/2012 Item 16.E.1. . Collier County Government Complex .......... ......... . ..... .... Exhibit 8 - Sprinkler Weekly/Monthly/Quarterly/Annual Inspections 4 -Week) 'I -Monthly: 3-Quarterly 1- Annual Arthrax Transportation Building Building F- Administration Building H- Health/Community_ Building J- Jail/Sheriffs Op Building L-Courthouse Building W-Human/ General Services Central Library Clam Pass Recreation Center Community Development Services Courthouse Annex (New Building) DMV1Tax Collector (725 Airport Road) E. Naples Comm. Center Elks Club Prop. Appraiser (New Bldg) ,Emergency Service Center (New Bldg) EMS #75 New Building) EMS Heliport Fleet Maintenance (New Building) Golden Gate Emerg. Center 2885 S. Horseshoe Drive 3301 East Tamiami Trail 3301 East-Tamiami Trail 3301 East-TarYiIiami Trail 3301 East Tamiami Trail 3301 East Tamiami Trail 650 Central Avenue 475 Seagate Road 2800 Horseshoe Drive North 3301 East Tamiami Trail 725 Airport Road 3500 Thomasson Drive 3950 Radio Road - 8075 Le ty Cultural Parkway 4590 Santa Barbara Boulevard 2375 Tower Road 2901 County Bam Road 4741 Golden Gate Parkway - $160.00 $160.00 $150.00 $160.00 $25.00 $25.00 $25.00 $25,00 $25.00 $25.00 $25-00 $25-00 $25.00 $25.001 $25.00 $25.00 $25.00 $25.00 $25.00 $25.00, $25.00 $25.00 $79.80 $319.20 $219.45 $478.80 $23940 $115.20 $199.50 $79.80 $159.60 _ $478.80 $79.80 $79.80 $478.80 $478.80 $478.80 $79.80 $478.80 $79.80 Golden Gate City Library (New Bldg) 2432 Lucerne Drive $25.00 $478.80 jGolden Gate Comm. Center 4701 Golden Gate Parkway $25.00 $79.80 [Golden Gate Library 1266 Golden Gate Boulevard $160-00 $25.00 $199.50 Golden Gate Service Center DMV/Tax) 4715 Golden Gate Parkwa $25.00 $79.80 Golden Gate Sheriff Sub Station 4707 Golden Gate Parkway $25.00 $79.80 Golden Gate Skate Park (Wheels) 4701 Golden Gate Parkway $25.00 $79.80 Grey Oaks Emergency Center 2795 Poinciana $25.00 $79.80 Immokalee AG Building (Univ. Eaten.) 14700 Immokalee Road $160.00 $59.85 $159.60 Immokalee Aquatic and Sports Center 505 Escambia Street $59.85 $79.80 Immokalee Comm. Center 321 North 1st Street $25.00 $79.130 Immokalee Emerg. Center 106 South 1st Street $25.00 $79.80 Immokalee Jail (Pre-Action System) 302 Stockade Road $160.00 $25.00 $159.60 Immokalee Jail Tent Center 322 Sgt. Joe Jones Drive $25.00 $79.80 Immokalee South Park 418 School Drive $25.00, $79.80 Marco Transfer (New Building) 990 Chaimers Drive $25.001 $478.80 Max A. Hasse Community Center 3390 Golden Gate Boulevard $25.001 $79.80 Medical Examiner 3838 Domestic Avenue $25.001 $79.80 N. Naples Emerg. Center 776 Vanderbilt Beach Road $25.001 $79.80 North Collier Regional Park (New Bldg) 15000 Livingston Road $25.00 $478.80 North Collier Service Center 2335 Orange Blossom Drive $25.00 $79.80 Parking Garage #1 3301 East Tamiami Trail $25.00 $219.45 Parking Garage #2 (3301 Complex) 3301 East Tamiami Trail $160.00 $25.00 $219.45 Public Utilities & Operations East 4420 Mercantile $25.00 $79.80 Public Utilities & Operations West 4420 Mercantile $25.00 $79.80 Sheriff Fleet Maintenance New Bldg) 2885 County Barn Road $25.00 $478.80 Sheriff Special Ops 250 Patriot Way $25.00 $478.80 Sheriffs CID Building 2373 Horseshoe Drive East $25.00 $79.80 South Regional Library (New Bid) 8065 Lely Cultural Parkway $25.00 $478.80 Vanderbilt (North Naples) Library (HQ) 2385 Drange Blossom Drive $25.00, $;79.80 Vanderbilt Garage (New Building) 100 Vanderbilt Beach Road $25.00 $478.80 Veteran's Park Community Center 1900 Immokalee Road $25.00 $79.80 Vineyards Comm. Center Total 6231 Arbor Boulevard- $1.280.00 $25.00 $1,319.70 $159.60 $10,588.95 437,688.90 Month[ /WeeInspection Fe­ y.k-ly.... - .e Quarterly Inspection Fee: $13,188.65 Annual Inspection Fee: $37,688.90 Cost per hour per skilled worker for regular hour, Monday through Friday, Bam-5pm ............. . . .. ..... Service Technician $70.00/hr - - - - -- *Journeyman $70.00/hr *Hel eriApprentice $50.00 - *General -Ca-borer $50-.00/hr ,Percentage of mark-up over actual cost for parts/ materials: 10% Packet Pa ogre -3779- 12/11/2012 Item 16.E.1. CERTIFICATE OF LIABILITY °"�= " INSURANCE TYPE OF aBnRAMCE THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOLES NOT AFFIRMATIVELY OR NEGATIVELY AMEN, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(Ob AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER � N POLMY NleYmER IMPORTANT: 0 the rreANf)eate holder is an ADDITIONAL INSURED, the poliCy(Iss) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain pOSclas may require an endonsormmL A statement on this certificate doss not confer tights earl §cft holder in Bell of such endorsemmnt(sJ ghts to the LL C Lam PRODUCER Ann Risk Services Northeast, Inc. CIO Client service center 1000 Milwaukee Avenue Glenview IL 60025 USA COWACr S _ N . (866) 283 -7122 (847) 453 -3390 MOREMS: INSURERIeI AFFORDING COVERAGE NAIC e EACH OCCURRENCE 52,000,0D0 P ommabe 53,000,000 IrISilRED cintas corporation and its subsidiaries 6600 cintas Blvd MUMMA: Travelers indemnity Co Of Ct 25682 $1,000,000 Mumma: Travelers Property Cam Co of America 25674 c mERALACORwATe P.O. Box 625737 Cincinnati ON 45262 BSA GENL AGGREGATE UMT APPLIES PER: Polxw M °R6 x L.oC smLmc: Westchester Fire insurance Company 10030 INSURER D: - A AuroRrtmmaeL,iamuY X TINY AUTO ALLOWNED SCHEDULED AUTOS AUTOS X MRED AUTOS x ALITOwION SwNED X CWTOC41 to the HC2E CAP M4651 -32 ADS 7 0 2 NMR=se: comNEISWGLELWR adde t BOOILV WJURY I Par parson) 110\ THIS IS TO CERTIFY THAT THE POLICES OF INSURANCE LISTED BELOW HAVE HEEPN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REOUIREMENT, 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. Limbs shown are as requested TYPE OF aBnRAMCE POLMY NleYmER Lam A GENBRALLUBaIrY X COMMERCIAL .GEWMAt.We0.nY CLAIMS-1,0M ❑X OrAM X Canino"UaENny ELLS T EACH OCCURRENCE 52,000,0D0 P ommabe 53,000,000 RED EXP (Any ale pa°m,) S5 , 000 �ONALaADVOMURY $1,000,000 c mERALACORwATe S2,D00,000 GENL AGGREGATE UMT APPLIES PER: Polxw M °R6 x L.oC PRODUCTS- COW10PAW $1,D00,000 A AuroRrtmmaeL,iamuY X TINY AUTO ALLOWNED SCHEDULED AUTOS AUTOS X MRED AUTOS x ALITOwION SwNED X CWTOC41 to the HC2E CAP M4651 -32 ADS 7 0 2 comNEISWGLELWR adde t BOOILV WJURY I Par parson) S5 :000,ODO BODILYeLARtY(Peraaaden0 fAQOPEfiTYOARNGE C x uMgEa.LALUa EXCESS LaM X OCCUR CLAWAS -MADE 622035277007 SIR applies per policy ter 07/01/2012 as b conditions 07/01/2013 EIUkIOCCURREICe 55,000,000 AGGREGATE $5,000,000 ED I x RETW- B VVCMUMCOP91MTMAND EMPLAYGI9'LMULFFY A PROP WI RETIPARTNERlEXECUTWE YNN 0MICERIMEMBER EXMAXXW N (Miami" In NLE u dasr+ba under OESt�TPrION OF OPERATIONSS bob* NIA HCZ3US472ia470612 wC�A05 0 F75-12 57751721513 x STAB EL. EACHAOCMENr s1,000.000 E1 DMEASEf.A EMPLOYEE $1,0D0,000 E.L.. OISEASEPOLICY La,rr $1,000,000 OESCRtlRaIN OF OPERATIONS I LOCATIONS ttI MM tat. Addmoaal rhm rft Sdied" N roam epees to re**Wl cintas Fire Protection dba Building Systems Evaluations Inc. dba Fire sprinkler systems Co., Inc. is included as a Named Insured. Collier county Administrative Services Division Purchasing are included as Additional Insured on the General Liability policy, but only with respect to work performed under contract between the certificate Holder and the Insured. CERTIFICATE HOLDER CANCELLATION MMW ANY OF THE ABOVE DESCRIBED POUCIES BE CANCdJ10 EEMRE THE SWRATNIM DATE THEREOF. MOnQE MILL BE OtLIYERED IN ACCORDANCE WITH THE POLJCY PFOVAIOKL Collier county Administrative services AUTHORMWRtWRMXEMTATNE Division Purchasing Attn: Stott Johnson-Purchasing `J J17 a De rtleent W c J +✓fi 3327 East Tamiami Trail bee�leiml/ :row Naples FL 34112 USA 01988 -WiD ACORD CORPORATION. All rights reserved. ACORD 25 (20110105} The ACORD name and logo are registered marks of ACORD Packet Page - 3780 - --- -- v 8 Z C °