Loading...
Agenda 10/08/2019 Item #16E11 (ITB #19-7636 w/Collier Tire & Auto Repair)10/08/2019 EXECUTIVE SUMMARY Recommendation to award Invitation to Bid (ITB) No. 19-7636 “Tire Services” to Collier Tire & Auto Repair. OBJECTIVE: To provide reliable and efficient vehicles and equipment that enhance the County’s capabilities to deliver effective public services. CONSIDERATIONS: The Collier County Fleet Management Division maintains over 2,100 County vehicles and motorized equipment items that require reliable tires and tire services for continuing safe operation. The vendors supplying the tire services must have sufficient service trucks, equipment, and personnel based in Collier County to meet the requirements of the Collier County fleet at any location within the County. The vendors must also be authorized dealers under the Florida Sheriffs Association Tires and Related Service Bid and/or the State of Florida Tires, Tubes, and Services Contract, and make tires available to the County at the prices stated on those contracts. Tire requirements not available on those contracts may be purchased from the awarded vendors at discounts stated on their bid responses or local agreements. Company Name City County State Bid Amount Responsive/Responsible Collier Tires & Auto Repairs, Inc. Fort Myers Lee FL $466.45 Yes/Yes Conlan Tire, LLC Fort Myers Lee FL NO BID On August 20, 2019, the Procurement Services Division released Invitation to Bid No. 19-7636 to 2,323 vendors for “Tire Services.” Interested vendors downloaded thirty-four (34) bid packages and the County received one submittal by the September 10, 2019 deadline from Collier Tires and Auto Repairs, Inc. Conlan Tire submitted a “No Bid.” On the Bid Tabulation, under Tire Mounting Services, the line for “Press On Solid Tires” will not be awarded and is noted with a strikethrough. Staff recommends award to Collier Tires & Auto Repairs, Inc. A Purchase Order with the County’s standard terms and conditions will be issued for this award. FISCAL IMPACT: Funds for Fleet Management service requirements are budgeted annually in the Fleet Management Fund 521 operating budget. Total expenditures under this contract are estimated at $350,000 annually. GROWTH MANAGEMENT IMPACT: No growth management impact is associated with this action. LEGAL CONSIDERATIONS: This item is approved as to form and legality, and requires majority vote for Board approval.-SRT RECOMMENDATION: To award Invitation to Bid (ITB) 19-7636 “Tire Services” to Collier Tires & Auto Repairs, Inc. and authorize issuance of a Purchase Order as provided above. PREPARED BY: Dan Croft, Director, Fleet Management 16.E.11 Packet Pg. 1242 10/08/2019 ATTACHMENT(S) 1. 19-7636 Solicitation (PDF) 2. 19-7636 Bid Tabulation (PDF) 3. Collier_Tire_Proposal (PDF) 4. 19-7636 NORA (PDF) 5. 19-7636 CollierTires_Insurance_9-30-2019 (PDF) 16.E.11 Packet Pg. 1243 10/08/2019 COLLIER COUNTY Board of County Commissioners Item Number: 16.E.11 Doc ID: 10300 Item Summary: Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair Meeting Date: 10/08/2019 Prepared by: Title: Operations Analyst, Senior – Fleet Management Name: Mario Menendez 09/27/2019 3:42 PM Submitted by: Title: Division Director - Fleet Management – Fleet Management Name: Dan Croft 09/27/2019 3:42 PM Approved By: Review: Administrative Services Department Paula Brethauer Level 1 Division Reviewer Completed 09/27/2019 3:54 PM Procurement Services Ana Reynoso Level 1 Purchasing Gatekeeper Completed 09/30/2019 9:39 AM Procurement Services Barbara Lance Additional Reviewer Completed 09/30/2019 10:26 AM Procurement Services Evelyn Colon Additional Reviewer Completed 09/30/2019 3:23 PM Procurement Services Ted Coyman Additional Reviewer Completed 09/30/2019 5:16 PM Procurement Services Priscilla Doria Additional Reviewer Completed 10/01/2019 8:46 AM Grants Erica Robinson Level 2 Grants Review Completed 10/01/2019 9:02 AM Administrative Services Department Len Price Level 2 Division Administrator Review Completed 10/01/2019 9:51 AM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 10/01/2019 10:46 AM Office of Management and Budget Laura Wells Level 3 OMB Gatekeeper Review Completed 10/01/2019 10:50 AM Budget and Management Office Mark Isackson Additional Reviewer Completed 10/01/2019 11:02 AM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 10/01/2019 3:48 PM County Manager's Office Leo E. Ochs Level 4 County Manager Review Completed 10/02/2019 10:58 AM Board of County Commissioners MaryJo Brock Meeting Pending 10/08/2019 9:00 AM 16.E.11 Packet Pg. 1244 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS INVITATION TO BID (ITB) FOR TIRE SERVICES SOLICITATION NO.: 19-7636 BARBARA LANCE, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8998 Barbara.Lance@colliercountyfl.gov (Email) This solicitation document is prepared in a Microsoft Word format. Any alterations to this document made by the Consultant may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. 16.E.11.a Packet Pg. 1245 Attachment: 19-7636 Solicitation (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 2 SOLICITATION PUBLIC NOTICE INVITATION TO BID (ITB) NUMBER: 19-7636 PROJECT TITLE: Tire Services PRE- BID MEETING: DATE & TIME LOCATION: PROCUREMENT SERVICES DIVISION, CONFERENCE ROOM A, 3295 TAMIAMI TRAIL EAST, BLDG C-2, NAPLES, FLORIDA 34112 DUE DATE: DATE & TIME PLACE OF BID OPENING: PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FL 34112 All proposals shall be submitted online via the Collier County Procurement Services Division Online Bidding System: https://www.bidsync.com/bidsync-cas/ INTRODUCTION As requested by the Fleet Management Division (hereinafter, the “Division”), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, “County”) has issued this Invitation to Bid (hereinafter, “ITB”) with the intent of obtaining bid submittals from interested and qualified vendors in accordance with the terms, conditions and specifications stated or attached. The vendor, at a minimum, must achieve the requirements of the Specificat ions or Scope of Work stated. The results of this solicitation may be used by other County departments once awarded according to the Board of County Commissioners Procurement Ordinance. Historically, County departments have spent approximately $320,000 dollars annually; however, this may not be indicative of future buying patterns. BACKGROUND This bid establishes an agreement for tire purchases and tire services for all vehicles and wheeled equipment serviced by the Collier County Fleet Management Division. Tire services are expected to exceed $20,000 annually. Tire purchases are expected to exceed $300,000 annually. These figure s are approximate for planning purposes only. During the agreement period, the County reserves the right to purchase tires, tire products, and services in such quantities as may be required, but does not guarantee any minimum or maximum quantities to be ordered du ring said period. Purchases will be covered by purchase orders issued against this bid. TERM OF CONTRACT The contract term, if an award(s) is/are made is intended to be for three (3) years with two (2) one (1) year renewal options Prices shall remain firm for the initial term of this contract. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. The County Manager, or designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred eighty (180) days. The County Manager, or designee, shall give the Contractor written notice o f 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 ef fect. All goods are FOB destination and must be suitably packed and prepared to secure the lowest transportation rates and to compl y with all carrier regulations. Risk of loss of any goods sold hereunder shall transfer to the COUNTY at the time and place of delivery; provided that risk of loss prior to actual receipt of the goods by the COUNTY nonetheless remain with VENDOR. AWARD CRITERIA ITB award criteria are as follows: ➢ The County’s Procurement Services Division reserves the right to clarify a vendor’s submittal prior to the award of the solicitation. 16.E.11.a Packet Pg. 1246 Attachment: 19-7636 Solicitation (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 3 ➢ It is the intent of Collier County to award to the lowest, responsive and responsible vendor(s) that represents the best value to the County. ➢ For the purposes of determining the winning bidder, the County will select the vendor with the lowest total price as outlined below: • Lowest Total Price (Sections A-E) “All lines shall be completed to be deemed responsive.” (Alternate Tire Manufacturers, Retread Tires and Credit for Tire Casings shall be completed but are for “Reference Only”.) ➢ Collier County reserves the right to select one, or more than one supplier, award on a line item basis, establish a pool for quoting, or other options that represents the best value to the County; however, it is the intent to: • Award to Primary and Secondary Vendors ➢ The County reserves the right to issue a formal contract, standard County Purchase Order, or utilize the County Purchasing Card for the award of this solicitation. The contract will be in the form of a standard County Purchase Order. ➢ The Bid Schedule shall serve as a representative sample of the type of items or services the County may purchase and shall be used for the award purpose only. This representative list will be used to determine the vendor(s) who is able to provide the greatest number of lines at the lowest prices. Once an award is made the County may purchase any parts or supplies available from the awarded vendor’s product line. DETAILED SCOPE OF WORK DEFINITIONS Automobiles: Passenger sedans and station wagons. Balancing: Spin balancing, including weights. Can be done with tire mounted on or off the vehicle. Bidder: Used interchangeably with the term “Vendor”. This refers to all vendors, businesses, and contractors who bid on this contract both before and after award. County: Collier County Board of County Commissioners. Heavy-Duty Trucks: Trucks with GVWR 26,001 pounds and above. Light-Duty Trucks: All vans, sport utility vehicles, crossover vehicles and truc ks with GVWR of 10,000 pounds or less. Medium-Duty Trucks: Trucks with GVWR from 10,001 up to and including 26,000 pounds. Off-Road Vehicles: To include but not limited to, all agricultural tractors, trailers, All -Terrain Vehicles (ATV’s), landscaping, and construction equipment. Balancing: Tire Balancing If off the vehicle 1. Remove wheel from vehicle axle; 2. Inflate new tire to manufacturer’s recommended air pressure, and; 3. Balance tire following balancer manufacturer’s procedures. 4. Reinstall wheel on vehicle; 5. Torque lug nuts to manufacturer’s specifications. 16.E.11.a Packet Pg. 1247 Attachment: 19-7636 Solicitation (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 4 If on the vehicle: 1. Inflate tire to manufacture’s recommended air pressure, and: 2. Balance tire following balancer manufacture’s procedures. Patch Tire Repair: 1. Remove wheel from the vehicle axle; 2. Disassemble tire from wheel rim; 3. Patch tube or repair tire; 4. Reassemble tire onto wheel rim; 5. Inflate tire to manufacturer’s recommended air pressure, and; 6. Reinstall wheel on vehicle. 7. Torque lug nuts to manufacturer’s specifications Plug Tire Repair: A plug tire repair is described as: 1. Locate puncture area of tire; 2. Install plug using plug manufacturer’s procedures, and; 3. Inflate tire to manufacturer’s recommended air pressure. Service Call: Travel by the Vendor, at the request of the County, within a specified response time, to any location away from the Vendor’s normal business facilities (or established vehicle locations) in Collier County to remove and replace tires , repair tires, or perform other related services, for which the Vendor may charge an established fee to the County. Fees shall be based on travel time, in the most direct route from vendor base location, to job location and travel time to return. Service calls shall be on an hourly rate for round-trip travel time only. Time working at the job site shall not be considered part of the service call charge. A one-hour minimum service call charge shall be standard for one hour or less total travel time. Travel exceeding one hour shall be charged in increments of one-quarter hour. Multiple service requirements for the same time and location shall be considered one service call. (New tire deliveries to the Collier County Fleet Management facilities are not considered service calls.) Tire Mounting: Tire mounting is described as: 1. Remove wheel from vehicle axle; 2. Disassemble tire from wheel rim; 3. Install a new tire on the same wheel rim; 4. Install a new valve stem and core of equal structure and quality of that removed; 5. Inflate new tire to manufacturer’s recommended air pressure, and; 6. Reinstall wheel on vehicle; 7. Torque lug nuts to manufacturer’s specifications. Services Service pricing provided under this agreement shall remain consistent through the initial term of the contract. After completion of the initial term, any changes must be agreed upon by both parties. Services may be added to the contract if needs arise, upon agreement of both parties. The vendor shall provide line item pricing on invoices for all services performed. EMERGENCY SERVICES The County retains the option to procure tire services from other sources if the Primary Vendor cannot deliver necessary serv ices within 30 minutes of notification of an emergency or potential emergency which dictates the need for immediate services. In these cases, purchase may be made from Secondary Vendors or from other sources. If an emergency is declared and the Primary Vendor cannot respond, the Vendor shall notify the County immediately. Emergency criteria determination and emergency declaration will be made by the County. 16.E.11.a Packet Pg. 1248 Attachment: 19-7636 Solicitation (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 5 TIRE PURCHASES/BID SCHEDULE The Vendor(s) shall be an authorized dealer under the current State of Florida Tires, Tubes, and Services Contract (25172500 -19- ACS) or the Florida Sheriffs Association Tires & Related Services Bid and shall make tires, tubes, and related products avail able to the County under those contracts. The Vendor(s) shall state whether an authorized dealer under one or both of the contracts . If the awarded Vendor is an authorized dealer under both contracts, the County shall have the option of purchasing from either or bo th contracts when in the best interest of the County. The Vendor(s) shall charge the County for tires, tubes, and related products in the amount printed on the most current price lists of the contracts , plus any state mandated fees. Upon award, the successful Bidder(s) shall submit an electronic copy of the most current price lists for the State of Florida Tires, Tubes, and Services Contract and/or the Florida Sheriffs Association Tires and Related Services Bid. Thereafter, the Vendor(s) shall supply the County with the most current copies of the price lists as they become available. When tires needed by the County are not provided under the State of Florida Tires, Tubes, and Services Contract or the Florida Sheriffs Association Tires and Tire Services Bid, the County shall have the option of purchasing alternate brand tires and Ba ndag retread tires from the successful Bidd er(s) of this agreement. The Bidder shall provide on the bid schedule, a discount from MSRP for Carlisle, Hankook, Hercules and all other manufacture rs, as well as Bandag retread tires, at discount from Manufacturer’s Suggested Retail Price (MSRP). At a minimum, the vendor shall be an authorized dealer of Bridgestone/Firestone, Continental, Goodyear, and Michelin brand tires and Bandag brand retread tires. If the Vendor is an authorized dealer under the State of Florida Tires, Tubes, and Services Contract only, then Continental and Michelin brand tires must be listed with discount as stated in this paragraph. The Bidder shall provide either electronic or paper copies of each manufacture r’s MSRP to the County. Thereafter, the Bidder shall supply the County the most current MSRP listings, as they become available. The discount from MSRP for each manufacturer shall remain constant for the life of the contract. The County reserves the right to remove any line item for award purposes. Pricing provided shall be all inclusive. TIRE DELIVERIES Tires stocked by the County shall be delivered to the County’s stock location within forty -eight (48) consecutive hours of the County’s request. Tires not stocked by the County that are required for unscheduled tire replacement shall be delivered within six (6) hours of the County’s request. Replacement tires needed for emergency vehicles or equipment shall be delivered within four (4) consecutive hours of the Coun ty’s request. The successful Vendor will keep an adequate number of tires of the appropriate sizes in stock or readily available to meet the above time requirements. If the Vendor cannot deliver the required tires within the prescribed time periods, the Vendor shall notify the County immediately. New tire stock deliveries and used tire pick-up will be made at the following Fleet Management maintenance shop locations: 2901 County Barn Road Naples, FL 34112 4800 Davis Boulevard Naples, FL 34104 8300 Radio Road Naples, FL 34104 402 Sgt. Joe Jones Road Immokalee, FL 34142 TIRE CASINGS The Primary Vendor shall purchase from the County all heavy-duty truck tire casings listed on the bid schedule that are in such condition that they can be recapped, for the prices quoted in this agreement. All casings shall be considered re -capable unless the Vendor can show casing damage or other reason to the County that would be cause for rejection. A rejected casing must be marked by the Vendor with the County’s asset number of the vehicle from which the tire was removed and the date of removal and held at the vendor’s facilities or brought to County’s facilities for inspection by the County. If a County representative finds the casing not to be damaged or if the Vendor disposes of a damaged tire casing prior to County inspection, the Vendor shall issue a casing credit in the amount quoted in the Vendor’s bid for that tire size. The Primary Vendor shall arrange for disposal of all tire casings removed 16.E.11.a Packet Pg. 1249 Attachment: 19-7636 Solicitation (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 6 from County vehicles and equipment, either by the Vendor or by the County, at no cost to the County. The Vendor shall use a State of Florida Registered Waste Tire Collector for tire disposal. The County reserves the right to retain, without credit, any and all tire casings. Tire sizes listed on the Vendor Bid Schedule may not be inclusive of all medium- and heavy-duty tire size requirements; if different or new tire sizes are used during the Agreement period, the amount of credit for those casings will be negotiated b etween the County and Vendor in terms of a written addendum to this Agreement. GUARANTEE 1. All services performed by the Vendor shall be unconditionally guaranteed for ninety (90) days. 2. Every tire furnished to the County by the Vendor(s), shall bear the name and serial number of the manufacturer and shall be guaranteed to be free from defects in workmanship and material, without limit as to time or mileage. If the County’s examination shows such tire has failed under the terms of this guarantee, the Vendor(s) shall make an allowance based on manufacturer’s warranty on the purchase of a new tire. SERVICE CALL RESPONSE TIMES The Vendor shall have the following response times for service calls, measured from the time of notification to the time of a rrival at the repair location. If the Vendor does not arrive at the repair location within these response times, repairs shall be completed by the Vendor, but the County shall not be charged for a service call. Normal Business Hours (6:30 a.m. - 5:00 p.m. Monday through Friday): thirty (30) minutes plus two (2) minutes per mile (measured from the Vendor’s closest place of business to the repair site). In no case will the response time exceed two hours. After Normal Business Hours (5:01 p.m. - 6:29 a.m. Monday through Friday, plus Saturdays, Sundays and County-observed holidays): forty-five (45) minutes plus two (2) minutes per mile (measured from the Vendor’s closest place of business to the repair site). In no case will the response time exceed 2 ¼ hours. VEHICLE TYPES AND QUANTITIES Estimated quantities by categories of vehicles which will be serviced during the contract period are provided below. This data is provided to give bidders information relative to the requirements of this bid. Vehicle Category Approximate Number Automobiles 60 Light-Duty Trucks (including vans & SUV’s) 650 Medium- and Heavy-Duty Trucks 300 Heavy Construction Equipment 60 Off-Road Vehicles and Trailers 800 Total 1870 EQUITABLE ADJUSTMENT The County may, at its sole discretion, make an equitable adjustment in the Contract terms or pricing if pricing or availabil ity of supply is affected by extreme and unforeseen volatility in the marketplace, that by circumstance satis fy all the following criteria: (1) the volatility is due to causes wholly beyond the Vendor’s control, (2) the volatility affects the marketplace or industry, not just the particular Contract source of supply, (3) the effect on pricing or availability of supply is substantial, and (4) the volatility so affects the Vendor that continued performance of the Contract would result in a substantial loss. 16.E.11.a Packet Pg. 1250 Attachment: 19-7636 Solicitation (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 7 TERMINATION Should a Vendor fail to perform services in a satisfactory manner or fail to provide produc ts according to the specifications of this Agreement, the County may terminate this Agreement immediately for cause; further the County may terminate this Agreement for convenience with a seven (7) day written notice. The County shall be the sole judge of non-performance. VENDOR CHECKLIST ***Vendor should check off each of the following items as the necessary action is completed (please see, Form 2: Vendor Check List): The Solicitation Submittal has been signed. The Solicitation Pricing Document (Bid Schedule/Quote Schedule/Proposal Pricing/etc.) has been completed and attached. 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. Division of Corporations - Florida Department of State – http://dos.myflorida.com/sunbiz/ (If work performed in the State). E-Verify/Immigration Affidavit (Memorandum of Understanding). 16.E.11.a Packet Pg. 1251 Attachment: 19-7636 Solicitation (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) Project Manager: Mario Menendez Notices Sent:2,323 Procurement Strategist: Barbara Lance Downloaded:34 Bid Submittals:1 No Bid: 1 Collier Tire X Unit Price $ 15.00 $ 18.00 $ 15.00 $ 20.00 $ 20.00 $ 12.00 $ 15.00 $ 18.00 $ 10.00 $ 2.50 $ - $ 15.00 $ 18.00 $ 25.00 $ 18.00 $ 30.00 $ 1.00 $ 12.95 $ 15.00 $ 2.00 $ 4.00 $ 10.00 $ 75.00 $ 95.00 $ 466.45 Automobile (13" through 16" tire size) Turf, Trailer, and ATV tires (4" through 12" tire size) Truck and Equipment (19" through 24.5" tire size) Light Truck and Equipment (13" through 18" tire size) AUTHORIZED DEALER FOR: (PLACE AN "X" WHERE APPROPRIATE) Press On Solid Tires (ea.) DESCRIPTION OF FIELD SERVICES NOT COVERED in the State of Florida Tires , Tubes, and Services Contract (25172500-19-ACS) or FSA BID 19-TRS21.0 TIRES Agricultural Tractors BID TOTAL (SERVICES A-E) Automobile Tires Buses Light Truck Tires (15" and up tire size) Medium Truck Tires (17" and up tire size) Heavy Truck Tires (20" and up tire size) Truck & Equipment (17" through 24.5" tire size) Turf, Trailer, and ATV tires (4" through 12" tire size) Turf, Trailer, and ATV tires (4" through 12" tire size) Normal Business Hours: Mon-Fri. 6:30 AM-5:00 PM After Normal Business Hours: B. Tire Mounting C. Patch Tire Repair STATE OF FLORIDA TIRES, TUBES AND SERVICES CONTRACT (25172500-19-ACS) FLORIDA SHERIFF'S ASSOCIATION TIRES & RELATED SERVICES (19- TRS21.0 TIRES) A. Balancing BOTH Automobile (13" through 16" tire size) Light Truck & Equipment (13" through 17" tire size) Agricultural Tractors Boots O-Rings Flaps Rubber Valve Stems Metal Valve Stems BID TABULATION 19-7636 TIRE SERVICES E. Service Call--Rate per hour (Read "Service Call" definition before completing this section) D. Plug Tire Repair 1 16.E.11.b Packet Pg. 1252 Attachment: 19-7636 Bid Tabulation (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) FOR REFERENCE ONLY: Collier Tire Discount 10% 0% 10% 0% 0% $ - $ - $ - $ - $ - $ - $ - $ - Collier Tire Yes/No Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Responsive Please complete and include all applicable documents Opened By: Barbara Lance Date: 9/10/19 Form 6: Vendor Substitute W – 9 265/70R19.5 275/70R22.5 315/80R22.5 425/65R22.5 H. Credit For Tire Casings 11R22.5 E-Verify Witnessed By: Sarah Hamilton Date: 9/10/19 F. Alternate Tire Manufacturers (Not on the State of Florida Tires, Tubes and Services Contract (25172500-19-ACS) or Florida Sheriff's Association Contract (19-TRS21.0 TIRES) All discount percentages and casing credits shall be filled in. Manufacturer Name: Carlisle MSRP Discount % Manufacturer Name: Hankook MSRP Discount % Grant Forms (4) SunBiz Addendum(s) Form 2: Vendor Check List Form 3: Conflict of Interest Affidavit Form 4: Vendor Declaration Statement Form 5: Immigration Affidavit Certification Insurance Requirements 12R22.5 225/75R15 225/75R16 MSRP Discount % G. Retread Tires Bandag Retread Tires MSRP Discount % Manufacturer Name: Hercules MSRP Discount % Manufacturer Name: All Other Manufactures 2 16.E.11.b Packet Pg. 1253 Attachment: 19-7636 Bid Tabulation (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1254 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1255 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1256 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1257 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1258 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1259 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1260 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1261 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1262 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1263 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1264 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1265 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1266 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1267 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1268 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1269 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1270 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1271 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1272 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1273 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1274 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1275 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1276 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1277 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1278 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1279 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1280 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1281 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1282 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1283 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1284 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1285 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1286 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1287 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1288 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1289 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1290 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1291 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1292 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1293 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1294 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1295 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1296 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1297 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1298 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1299 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1300 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1301 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1302 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1303 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1304 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1305 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1306 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1307 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1308 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1309 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1310 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1311 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1312 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1313 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1314 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1315 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1316 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1317 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1318 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1319 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1320 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1321 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1322 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1323 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1324 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1325 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1326 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1327 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1328 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1329 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1330 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1331 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1332 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1333 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1334 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1335 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1336 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1337 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1338 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1339 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1340 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1341 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1342 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1343 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1344 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1345 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1346 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1347 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1348 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.c Packet Pg. 1349 Attachment: Collier_Tire_Proposal (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.d Packet Pg. 1350 Attachment: 19-7636 NORA (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.e Packet Pg. 1351 Attachment: 19-7636 CollierTires_Insurance_9-30-2019 (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) 16.E.11.e Packet Pg. 1352 Attachment: 19-7636 CollierTires_Insurance_9-30-2019 (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair) ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? INSR ADDL SUBR LTR INSD WVD DATE (MM/DD/YYYY) CONTACT NAME: FAXPHONE (A/C, No):(A/C, No, Ext): E-MAIL ADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY) (MM/DD/YYYY) AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATION AND EMPLOYERS' LIABILITY AUTHORIZED REPRESENTATIVE EACH OCCURRENCE $ DAMAGE TO RENTEDCLAIMS-MADE OCCUR $PREMISES (Ea occurrence) MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE $ PRO-POLICY LOC PRODUCTS - COMP/OP AGG $JECT OTHER:$ COMBINED SINGLE LIMIT $(Ea accident) ANY AUTO BODILY INJURY (Per person) $ OWNED SCHEDULED BODILY INJURY (Per accident) $AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $AUTOS ONLY AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE $ CLAIMS-MADE AGGREGATE $ DED RETENTION $ $ PER OTH- STATUTE ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ If yes, describe under E.L. DISEASE - POLICY LIMIT $DESCRIPTION OF OPERATIONS below INSURER(S) AFFORDING COVERAGE NAIC # COMMERCIAL GENERAL LIABILITY Y / N N / A (Mandatory in NH) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORDACORD 25 (2016/03) CERTIFICATE OF LIABILITY INSURANCE A 09/30/2019 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) ALTERNATE EMPLOYER, COLLIER TIRES & AUTO REPAIRS, INC, IS PROVIDED WORKERS COMPENSATION COVERAGE EFFECTIVE 1/1/2019 ONLY FOR EMPLOYEES LEASED FROM DSK RESOURCING, INC PURSUANT TO THE CLIENT SERVICES AGREEMENT FOR COLLIER TIRES & AUTO REPAIRS, INC AND DSK RESOURCING, INC 30 days' notice of cancellation applies in favor of the Certificate Holder TGW900095700 1/1/2019 1/1/2020 1,000,000 1,000,000 1,000,000 X Collier County Board of Commissioners 3295 Tamiami Trail East Naples FL 34112 DSK RESOURCING, INC 6715 W GROVER CLEVELAND BLVD. HOMOSASSA, FL 34446 STATE NATIONAL INSURANCE COMPANY PRODUCER TEE & GEE UNDERWRITING MANAGERS, LP 8131 LBJ FREEWAY SUITE 750 DALLAS, TX 75251 12831 DELORIS MOREY 352-628-9800 352-628-5455 DMOREY@DSKGROUP.COM 16.E.11.e Packet Pg. 1353 Attachment: 19-7636 CollierTires_Insurance_9-30-2019 (10300 : Recommendation to award ITB #19-7636 to Collier Tire & Auto Repair)