Loading...
Agenda 04/13/2021 Item #16D5 (ITB #20-7816 w/Forestry Resources, LLC)16.D.5 04/13/2021 EXECUTIVE SUMMARY Recommendation to award Invitation to Bid #20-7816, "Parks Mulch and Pine Straw," to Forestry Resources, LLC, and Site One Landscape Supply, LLC, per line item on a Primary/Secondary basis for the purchase of mulch and pine straw. OBJECTIVE: To secure a vendor for the purchase of mulch and pine straw for County parks and playgrounds. CONSIDERATIONS: The Collier County Parks and Recreation Division requires a vendor to purchase mulch and pine straw for County parks and playgrounds in order to provide weed control, moisture retention, and improvement of aesthetics. On October 19, 2020, the Procurement Services Division released notices for Invitation to Bid (ITB) #20- 7816 Parks Mulch and Pine Straw. Two thousand one hundred forty-nine (2,149) notifications were sent, forty-one (41) vendors viewed and two (2) proposals were submitted on December 4, 2020. Respondents: Company Name City County State Bid Amount / Award Responsive/ Responsible Forestry Resources, Fort Myers Lee FL See Bid Tabulation; Yes/Yes LLC Primary: Lines 4-9; Secondary: Line 10 Site One Landscape Cleveland Cuyahog OH See Bid Tabulation; Yes/Yes Supply, LLC a Primary: Line 10; Secondary: Lines 8-9 The award is being recommended to the lowest responsive and responsible bidders, Forestry Resources, LLC and Site One Landscape Supply, LLC, per line item, on a Primary/Secondary basis, as shown above. The Parks and Recreation Division requested samples for Category A. Chocolate Mulch, Line Items 1 - 3, from both bidders and deemed the samples unsatisfactory for not meeting the specifications in the solicitation. Lines 1-3 are therefore not being awarded and the County will solicit separately for those items. A Purchase Order, with the County's standards terms and conditions, will be issued for this award. The award is for three (3) years with two (2) one (1) year renewal options and prices shall remain firm for the first year of the award. FISCAL IMPACT: Funds are available in the Parks and Recreation Division operating budget in the General Fund (001), Unincorporated Area General Fund (111) and Golden Gate Community Center Fund (130). Park & Recreation's planned annual on mulch is $175,000. Actual utilization may differ. GROWTH MANAGEMENT IMPACT: There is no Growth Management impact associated with this Executive Summary. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. -SAA RECOMMENDATION: To approve the award of Invitation to Bid #20-7816, "Parks Mulch and Pine Packet Pg. 1074 16.D.5 04/13/2021 Straw," to Forestry Resources, LLC and Site One Landscape Supply, LLC per line item on a Primary/Secondary basis for the purchase of mulch and pine straw, and authorize staff to issue a standard County Purchase Order for the procurement as set forth above. Prepared By: Matthew Catoe, Contract Administration Specialist, Public Services Department ATTACHMENT(S) 1.20-7816 NORA (PDF) 2.20-7816 Bid Tabulation (PDF) 3.20-7816 Solicitation (PDF) 4. Forestry Resources Proposal (PDF) 5. (linked) SiteOne Landscape Supply, LLC Proposal (PDF) 6. Addendum 1-5 (PDF) 7.20-7816 Forestry_Insurance_GLandAuto (PDF) 8.20-7816 Forestry_Insurance_WC (PDF) 9.20-7816_SiteOne_COI (PDF) Packet Pg. 1075 16.D.5 04/13/2021 COLLIER COUNTY Board of County Commissioners Item Number: 16.13.5 Doe ID: 15166 Item Summary: Recommendation to award Invitation to Bid #20-7816, "Parks Mulch and Pine Straw," to Forestry Resources, LLC, and Site One Landscape Supply, LLC, per line item on a Primary/Secondary basis for the purchase of mulch and pine straw. Meeting Date: 04/13/2021 Prepared by: Title: Operations Analyst — Parks & Recreation Name: Matthew Catoe 03/03/2021 11:33 AM Submitted by: Title: Division Director - Parks & Recreation — Parks & Recreation Name: Barry Williams 03/03/2021 11:33 AM Approved By: Review: Parks & Recreation Ilonka Washburn Additional Reviewer Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Procurement Services Deborah McCormick Additional Reviewer Parks & Recreation Barry Williams Additional Reviewer Procurement Services Sue Zimmerman Additional Reviewer Procurement Services Sandra Herrera Additional Reviewer Procurement Services Evelyn Colon Additional Reviewer Operations & Veteran Services Kimberley Grant Additional Reviewer Public Services Department Todd Henry Public Services Deapartment Public Services Department James C French PSD Dept Head Review County Attorney's Office Sally Ashkar Level 2 Attorney Review Office of Management and Budget Debra Windsor Level 3 OMB Gatekeeper Review County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Budget and Management Office Ed Finn Additional Reviewer County Manager's Office Dan Rodriguez Level 4 County Manager Review Board of County Commissioners MaryJo Brock Meeting Pending Completed 03/03/2021 11:36 AM Completed 03/03/2021 12:06 PM Completed 03/03/2021 3:46 PM Completed 03/04/2021 2:03 PM Completed 03/05/2021 3:16 PM Completed 03/05/2021 3:39 PM Completed 03/09/2021 2:55 PM Completed 03/11/2021 12:13 PM Completed 03/12/2021 7:32 AM Completed 03/15/2021 1:26 PM Completed 03/23/2021 4:01 PM Completed 03/23/2021 5:00 PM Completed 03/25/2021 10:00 AM Completed 04/02/2021 10:43 AM Completed 04/02/2021 2:39 PM 04/13/2021 9:00 AM Packet Pg. 1076 16.D.5.a DocuSign Envelope ID: 72D0737D-AB13-4D2D-95E3-F2CC7F048D10 I- Copley ounty Administrative Services Department Procurement Services Division Notice of Recommended Award Solicitation: 20-7816 Title: Parks Mulch and Pine Straw Due Date and Time: 'December 4, 2020 at 10: 00 a.m. est. Respondents: Company Name City County State Bid Amount Responsive/Responsible Forestry Resources, LLC Fort Myers Lee FL See Bid Tabulation Yes/Yes Site One Landscape Supply, L.L., �_ Cleveland Cuyahoga OH See Bid Tabulation Yes/Yes &1/xt �&W\ Utilized Local Vendor Preference: Yes= No n Recommended Vendors) For Award: On October 19, 2020 the Procurement Services Division released notices for Invitation to Bid # 20-7816 Parks Mulch and Pine Straw. Two thousand one hundred forty-nine (2,149) notifications were sent, forty-one (41) vendors viewed and two (2) proposals were submitted on December 4, 2020.. Award is being recommended to the lowest responsive and responsible bidders Forestry Resources, LLC and Site One Landscape Supply per line item on a Primary/Secondary basis, according to the bid tabulation attached. The Parks and Recreation Division requested that Category A., Chocolate Mulch, line items 1-3 on the bid tabulation not be awarded. Samples of the mulch for were requested from both bidders and deemed unsatisfactory, for not meeting the specifications in the solicitation. Contract Driven = Purchase Order Driven Required Signatures by: Project Manager: 11V f'W1W (,a &I 2/3/2u21 7D0sosah• /�Ia(i *rK414^ 2/3/2021 Procurement Strategist: 6jqwA9X Services Director: 5"44 c Ntn404 2/ 3/ 2 0 21 Sandra Herrera Date Packet Pg. 1077 DocuSign Envelope ID: 72D0737D-AB13-4D2D-95E3-F2CC7F048D10 Project Manager: Matthew Catoe TABULATION NO. 20-7816 MULCH AND PINE STRAW Procurement Strategist: Deborah McCormick ITEM I DESCRIPTION 16.D.5.a Notifications Sent: 2,149 Downloaded: 41 Submissions: 2 SiteOne Landscape Forestry Resources, LLC Supply Unit of UNIT PRICE I EQUAL UNIT PRICE EQUAL Measure __..-.____. ., . _, ., 2 2 GubieFeet Bag Price C.,untY44ek-Up- Each $ 2.09 2.15 $ 3 2 Cubie Feet Bag n.:,,., Delivered- £seh $ $-2.39 -$2.13 $— LCE1 4 1rL'ivi.A'.uernucu E1Jllvt Cubic Yard Price - Delivered ..., Each $ $ $ 5 2 Cubic Foot Bag Price - County Pick Up Each $ $ $ 6 2 Cubic Foot Bag Price - Delivered Each $ $ $ Category C. Play Safe Plus Mulch (No CCA, IPEMA Certified, ASTM) 7 Cubic Yard Price -Delivered Each $ N/A 3.2 $ 8 2 Cubic Foot Bag Price - County Pick Up Each $ $ $ 9 2 Cubic Foot Bag Price - Delivered Each $ 14"x16"x30" 10 Bale 14" X 16" X30") Price- Delivered Each 11 Extended Duration Trailer Charge (per thirty EACH REQUIRED FORMS AND DOCUMENTS Form 1: Vendor Declaration Statement Form 2: Conflict of Interest Certification Affidavit Form 3: Immigration Affidavit Certification Form 4: Vendor Submittal — Local Vendor Preference Affidavit Form 5: Reference Questionnaire (Not applicable) Form 6: Grant Forms (Not applicable) Insurance and Bonding Requirements E-Verify Sunbiz Page Vendor W-9 Addendum Opened / Date: Deborah McCormick 12/4/2020 Witness / Date: Patrick Boyle 12/4/2020 sa= $ $ $ $ $ YES/NO YES/NO yes yes yes yes yes yes yes yes n/a n/a n/a n/a yes yes yes yes yes yes yes yes yes yes 3 L d C 'IL C M t c� 7 to Y M IL co oo O N m H to c� rA Q O Z to 00 r- O N C d E t t� R r Q Packet Pg. 1078 Project Manager: Matthew Catoe TABULATION NO. 20-7816 MULCH AND PINE STRAW Notifications Sent: Procurement Strategist: Deborah McCormick Downloaded: 41 Submissions: 2 PRIMARY SECONDARY ma Forestry Resources, LLC SiteOne Landscape Supply ITEM DESCRIPTION Unit of Measure UNIT PRICE EQUAL UNIT PRICE EQUAL UANTITY QUANTITY Category A. Chocolate Mulch Q Q Q 2 Eaeh $ $2.09 $ 2.15 $ 3 lyaeh $ $ 2.39 $ 2 5 �- Category B. F1oriMulch Play -Safe Playground Surface (No CCA IPEMA Certified ASTM 4 Cubic Yard Price - Delivered Each $ 20.75 $ - $ $ 5 2 Cubic Foot Bag Price - County Pick Up Each 1.69 $ $ $ 6 2 Cubic Foot Bag Price - Delivered Each 1.95 $ $ $ Category C. Play Safe Plus Mulch (No CCA, IPEMA Certified, ASTM) 7 Cubic Yard Price - Delivered Each $ 22.89 $ N/A 3.2 $ 8 2 Cubic Foot Bag Price - County Pick Up Each $ 2.00 $ $ 3.20 $ 9 2 Cubic Foot Bag Price - Delivered Each $ 2.29 $ $ 3.20 $ Category D. Pine Straw Mulch Bale, approximate bale size: 14"xl6"x30" 10 Bale (14" X 16" X30") Price- Delivered Each $ $ $ 3.75 $ 11 Extended Duration Trailer Charge (per thirty (30) day increment) EACH $ $ - $ - $ REQUIRED FORMS AND DOCUMENTS Form 1: Vendor Declaration Statement Form 2: Conflict of Interest Certification Affidavit Form 3: Immigration Affidavit Certification Form 4: Vendor Submittal — Local Vendor Preference Affidavit Form 5: Reference Questionnaire (Not applicable) Form 6: Grant Forms (Not applicable) Insurance and Bonding Requirements E-Verify Sunbiz Page Vendor W-9 Addendum Opened / Date: Deborah McCormick 12/4/2020 Witness / Date: Patrick Boyle 12/4/2020 YES/NO YES/NO yes yes yes yes yes yes yes yes n/a n/a n/a n/a yes yes yes yes yes yes yes yes yes yes Packet Pg. 1079 Project Manager: Matthew Catoe TABULATION NO. 20-7816 MULCH AND PINE STRAW Procurement Strategist: Deborah McCormick Notifications Sent: Downloaded: 41 Submissions: 2 "Samples of the mulch for were requested from both bidders and deemed unsatisfactory, for not meeting the specifications in the solicitation. 3 r Q Packet Pg. 1080 16.D.5.c Collier County Administrative Services Department Procurement Services Division COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS INVITATION TO BID (ITB) FOR PARKS MULCH AND PINE STRAW SOLICITATION NO.: 20-7816 DEBORAH MCCORMICK, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-4270 Deborah.McCormick@colliercountyfl.gov (Email) This solicitation document is prepared in a Microsoft Word format. Any alterations to this document made by the Bidder may be grounds for rejection of the bid, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. Packet Pg. 1081 16.D.5.c SOLICITATION PUBLIC NOTICE INVITATION TO BID (ITB) NUMBER: 20-7816 PROJECT TITLE: PARKS MULCH AND PINE STRAW PRE- BID MEETING: N/A LOCATION: PROCUREMENT SERVICES DIVISION, CONFERENCE ROOM A, 3295 TAMIAMI TRAIL EAST, BLDG C-2, NAPLES, FLORIDA 34112 DUE DATE: Noveinber 192020 6 10100 Est. Novem„er25, 2020 (& 1 n.nn am a.m. est. December 4, 2020 a.m, est PLACE OF BID OPENING: PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FL 34112 All bids shall be submitted online via the Collier County Procurement Services Division Online Bidding System: https://www.bidsyne.com/bidsyne-cas/ INTRODUCTION As requested by the Parks and Recreation Division (hereinafter, the "Division or Department"), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, "County") has issued this Invitation to Bid (hereinafter, "ITB") with the intent of obtaining bid submittals from interested and qualified vendors in accordance with the terms, conditions and specifications stated or attached. The vendor, at a minimum, must achieve the requirements of the Specifications 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 $175,000.00; however, this may not be indicative of future buying patterns. BACKGROUND The products/services requested in this solicitation is for the furnishing of all labor, equipment materials and services necessary for the purchase, delivery and/or off-loading of mulch for the Parks and Recreation Division. 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 option. Prices shall remain firm for the first year of this contract. Requests for consideration and approval of a price adjustment shall be made in writing to Parks and Recreation Division Director, or designee, prior to any changes in pricing. Price adjustments are dependent upon proof of manufacturer increase in supply cost, the :^^ index (CPI) Producer Price Index (PPI) over the past twelve (12) months, or budget availability. Price Escalation/De-Escalation — Bids are submitted with the understanding that no price increases will be authorized for 365 calendar days after the effective date of contract. Upward price adjustment may be permitted only at the end of this period and only where verified to the satisfaction of the Parks and Recreation Division Director, or designee, as provided herein. Price decreases shall be immediately conveyed to the County. 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 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. All goods are FOB destination and must be suitably packed and prepared to secure the lowest transportation rates and to comply with all carrier regulations. Risk of loss of any goods sold hereunder shall transfer to the COUNTY at the time and place of delivery; provided that risk of loss prior to actual receipt of the goods by the COUNTY nonetheless remain with VENDOR. 3 07 d c 'a c z N Y IL 0 T oo 1 0 N m H to 0 0 c� 0 07 0 0 1- 6 N _ 0 E t U 2 .r .r Q Packet Pg. 1082 16.D.5.c 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. ➢ 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 price, lowest discount, or criteria established in the solicitation as outlined below: • Lowest Price Per Line Item ➢ Collier County reserves the right to select one, or more than one suppliers, award on a line item basis, establish a pool for quoting, or other options that represents the best value to the County; however, it is the intent to: • Primary, Secondary, Tertiary ➢ The County reserves the right to issue a formal contract or standard County Purchase Order for the award of this solicitation. d c 'a DETAILED SCOPE OF WORK c M MINIMUM REQUIREMENTS 1. SCOPE OF WORK 2 N Collier County Divisions may submit orders to the Contractor to purchase mulch and pine straw that the County will pick or have L the Contractor deliver on an "as needed basis." a co 2. CERTIFICATIONS oo No Chromated Copper Arsenate (CCA), International Play Equipment Manufacturers Association (IPEMA) Certified, American o Society for Testing and Materials (ASTM) N m H 3. BID SCHEDULE The bid schedule structured into categories for varies mulch and pine straw. Each category is identified with a letter, and within W each category are two (2) sections: Cubic Yard and 2 Cubic Foot Bag. Pine Straw is Bale price. i r Unit Price or Quantity: Contractor prices for cubic yard, two (2) cubic foot bag purchases (pick-up and delivery). Delivered pricing is c inclusive of all fees to have the product delivered. Extended Duration Trailer: If the County requires a trailer storage longer than thirty (30) days, the Contractor will provide a quote for charges to be in thirty (30) day increments. .2 Cn Equivalent: Contractors may submit for the County's consideration equivalents to the products that are listed. Contractor(s) offering an equivalent to the product must provide a sample of the product with specifications before Notice of Recommended ti Award. The County will determine if the product sample and specifications are equivalent. Contractors submitting an equal shall N input an "X" into the "EQUAL" cell. Mulch Samples: Interested vendors must supply mulch samples.; c m 4. PRODUCT SPECIFICATIONS E Acronyms listed in categories below are for the following: Engineered Wood Fiber (EWF); American Society for Testing 5 Materials (ASTM); International Play Equipment Manufacturers Association (IPEMA), and Americans with Disabilities Act Q (ADA). Cubic foot bag packaging materials shall 2.75 mil bag thickness No Chromated Copper Arsenate (CCA). A. Category A: Chocolate Mulch — Color GL 513 Mocha It must contain only natural wood fibers, contaminated free, and cured to eliminate see germination of invasive plants or weeds. Shredded to a size no larger than three and one-half inches (31/2"), and not too thin that it degrades rapidly. Mulch pieces exceeding 3-1/2 inches must be removed. B. Category B: F1oriMulch Play -Safe Mulch Specialty mulch for playgrounds. Include product test data with bid submission Mulch shall be made entirely from the above -ground portion of wood and bark of the Malaleuca Quinquenervia Tree. It shall not contain more the 10% (by volume) bark and shall not contain roots, or root pieces. Shreds and chips shall not be larger than 3/4 diameter and 1-1/2 inch in length. Mulch shall be free of weed seeds, soil and other organic or inorganic material, and free of CCA treatments. Packet Pg. 1083 16.D.5.c Prior to its final processing, mulch will have been inspected and certified by the Florida Department of Agriculture and Consumer Services, Division of Plant Industry, as free of burrowing nematodes. All proofs of delivery shall bear the official State of Florida stamp of inspection and verification. Contractor shall provide test results for impact attenuation to show compliance with ASTM F1292 Standard Specification for Impact Attenuation for Surface Systems Under and Around Playground Equipment. Contractor shall provide test results for the EWF in accordance with ASTM F2075 Specification for EWF for surfacing shall be certified by the Florida Department of Agriculture to be Burrowing Nematode Free. This shall be evidenced by the official certification number being stamped on all delivery documents and invoices. A non -toxic, biodegradable colorant shall be utilized on the colored Play -Safe Plus material. Safety Data Sheets (formerly: MSDS) specifications sheets shall be presented upon request. Surfacing shall pass evaluation for Shock Absorbing Properties in accordance with the procedures outlined in ASTM F1292Standard Specifications for Impact Attenuation of Surface Systems Under and Around Playground Equipment. C. Category C: Play Safe Plus Mulch a playground mulch that is not treated with (CCA). Include product test data with bid submission. .. Surfacing shall be IPEMA-Certified Engineered Wood Fiber. Standard wood chips, bark mulch, or material in from recycled pallets are not acceptable. Cn Surfacing shall be manufactured from virgin wood fibers and shall comply with the sizing requirements outlined in accordance with the procedures outlined in ASTM F2075. Engineered wood fiber shall not contain twigs, bark, leaf debris or 'a other organic or inorganic material incorporated within such as soil, sand or gravel. Supplier shall provide test results for impact attenuation to show compliance with ASTM F1292 Standard Specification for Impact Attenuation for Surface Systems Under and Around Playground Equipment. D. Category D: Pine Straw Mulch Bale is 100% Pine Straw, relatively free of sticks, leaves, and debris. Bale size: minimum 2 14" x 16" x 30" or equal, twine tied, which will cover approximately 50 to 60 square feet at a two-inch (2") depth. Y L E. Category E: Extended Duration Trailer Charge applies if the Count requires a trailer storage longer than thirty 30 days, �. � pp Y q g g Y( ) Y� M a � the Contractor will provide a quote for charges to be in thirty (30) day increments. oo 5. ORDERS N County Divisions requiring products and services will place orders directly with the Contractor (s) on an "as needed" basis. m Vendor Account Representative(s) Contractor shall assign account representatives for order placements, order resolutions, billing, and other related account activities. Contractor shall provide account representative names, phone numbers, and Ln emails upon contract execution. V Order Placements the Division representative shall email orders to the Contractor's assigned point -of -contact for the County c or place orders via a website portal, if available. Order Confirmation shall include, but not limited: line item number, item description, unit of measure, quantity, unit cost, and M extended cost for each item ordered. Order Processing shall be within two (2) business days, and order delivery shall occur within five (5) business days from G Cn receipt of order, complete, and ready to use. W • If the Contractor is unable to process the order within five (5) business days, the County representative may ti use the next lowest Contractor for the item being requested. c • If the next lowest Contractor's price is significantly higher than the lowest bidder, the County representative N can request a price quote from a vendor off -contract following Collier County Procurement Ordinance. Backorders shall be communicated by the Contractor to the County representative immediately at order placement or as E soon as the Contractor is made aware. The County reserves the right to cancel the backorder and order from the next lowest bidder. If there is no other Contractor to supply the mulch under the resultant agreement, the County may request quotes M following Collier County Procurement Ordinance. Q 6. DELIVERY Deliveries shall be Free on Board (FOB) Destination. Delivery hours are Monday through Friday from 7:00 a.m. to 3:00 p.m. EST. There will be no deliveries after 3:00 p.m. EST, or on (11) County observed holidays which County offices are closed: New Year's Day, Martin Luther King Jr. Day, President's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Eve, and Christmas day. The Contractor shall contact the County representative that placed the order, no less than 24 hours in advance, to coordinate or notify them of the delivery. The Division receiving an order has final authority as to the quality and acceptability of any products. Any product delivery found to be defective or incorrect (order errors on behalf of the Contractor) shall be returned to the Contractor at the Contractor's expense. The Contractor shall correct the issue and expedite the delivery within one (1) business with the Packet Pg. 1084 16.D.5.c correct product at no additional cost to the County. Delivery locations are throughout Collier County at no additional cost. VENDOR CHECKLIST ***Vendor should check off each of the following items as the necessary action is completed (please see, Vendor Check List)*** Packet Pg. 1085 Collier County Solicita 16.D.5.d Collier Comity Adminrstrab re Sefvices Department ' Mren•ent $er ces _ • s Vendor Check List INIPORTANT: Please review carefully and submit with your Proposal!Hid. kil applicable documents shall be submitted electronically through BidSync. Vendor should checkoff each of the following items: General Bid Instructions has been acknowledged and -accepted. Collier County Purchase Order Teams and Conditions have been ackno% lcdged and accepted. 3 L Form I: Vendor Declaration Statement Cl) ai c Form 2: Conflict of Interest Certification a Proof of status from Division of Corporations -Florida Department of State (If work performed in the State) - � bun:/Alos.mvilorida.com sunbii should be attached with. your submittal. U 3 Vendor MUST he enrolled in the F:-Verify - https:::rwww.a-%eri fy.go%, at the time of submission of the propusal.'bid. � Y Form 3: Immigration Affidavit Certification MUST be signed and attached with your submittal or you MAY be DEEM ED a VON -RESPONSIVE rp w r` F-Verify Memorandum of Understanding or Company Prolilc pa=c tltould be attached with your submittal. c N Form 4: Certification for Claiming Status as a Local Business, if applicahle, has been executed and returned. Collier or m Lee County Business Tix Receipt should he attached with your -submittal to he considered. {�1 Form 5: Reference Questionnaires form must he utilized fiir each requested reference and included with your suMnittal, id U3 �V applicable to the solicitation �a N� N Form h: Grant Provisions and Assurances package in its entirely, if applicable, are executed and should be included with O your submittal. All forms must be executed, or you MAY be UIkEAII✓U NON -RESPONSIVE. o a rn Vendor W-9 Form. d Vendor acknowledges Insurance Requirements and is prepared to produce the required insurance certificate(s) "ithin live (5) days of the C'ountv's issuance of Notice of Recommend Award. The Bid Schedule has been completed and attached with your submittal. applicable to bids. Copies ol'all requested licenses and/or certifications to complete the requirements of the project. All addenda have been signed and attached, or you MAY be DEEMED NON -RESPONSIVE, ] County's IT Technical Architecture Requirements has been acknowledged and accepted, ifapplicable. VWAny and all supplemental requirements and terms has been acknowledged and accepted, il•applicable. 1012012020 10:16 A1VI Packet Pg. 1086 Collier County Coiiier County Administrative Servia:s Department h 1XUIE97lel11 Se'. ce. D% 9U[1 Form 1: Vendor Declaration Statement BOARD OF COUNTY C'OMMISSIONFRS Collier County Government Complex Napics, Florida 341 t 2 Dear Commissioners; Solicita 16.D.5.d 3 The undersigned. as Vendor declares that this response 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 hereby declares the instructions, Co purchase order terns and conditions, requirements. and speciCcationti'scope of work of this solicitation have been fully examined c and accepted. d c The Vendor agrees, if this solicitation submittal is accepted by Collier County. to accept a Purchase Order as a Form of a Formal f° contract or to execute a Collier County formal contract for purpose~ of establishing a contractual relationship between the Vendor and Collier County, for the performance of all requirements to which this Solicitation pertains. The Vendor states that the submitted is based upon the documents listed by the above referenced solicitation. 'file Vendor agrees to comply with the 0 requirements in accordance with the terms, conditions and specifications denoted herein and according to the pricing submitted as a E cc part of the Vendor'~ bids. a co ao r*- Further, the Vendor agrees that if awarded a contract for these goods andlor services, the Vendor will not be eligible to 6 compete, submit a proposal, he awarded, or perform as a sub -vendor for any future associated work that is a result of this N awarded contract. m n IN WITNESS WI IEREOF, WE have hereunto subscribed our names on [his ti day of�l 20&n the County of to in the State of Finn's Legal Name: �v�es (� � �`t'� �L j N 0 Address' 35,3 f�� L � 0 a rn City. State, Lip Code: L Florida Certiticac of Authority Document Number Federal Tax Identification Number *CCR 9 or CAGE Code *Only il'Grani Funded Telephone: Email: Signature by: (Typed and written) Title: �9 f a y3�01 vLc,p mulchgolvo - Uml 1012012020 to:is ann Packet Pg. 1087 Collier County Additional Contact Information Send payments to: S �� A ay-yc" (required if different from Company name above) Contact name: Title: Address: ,) 3 City, State, ZIP navee i GLG V, Solicit 16.D.5.d Telephone: L Cn Email: J�(,P ` Sp 13- l// + Office servicing Collier t 2 County to place orders (required if different from rn above) L Contact name: a Title.- � � Ir Ir Address: 0 City, State, 'LIP I'elepttone: LO Email: �a O !Z O L IL V L O NN� L O LL rt+ I_ L Q Packet Pg. 1088 1012012020 10:16 AM 16.D.5.d - --- , r ;;0WA ?%wfj1S. r ;, C - Lky-uwy-Now ? Detail by Entity Name Foreign Limited Liability Company FORESTRY RESOURCES, LLC EII 91afnrrtm aw Document Number FEUEIN Number Date Filed State Status Lest Event Event Date Filed Event Effective Date EdaWAW AddLtu 4353 Michigan Link Fort Myers, FL 33916 Changed: 03/05/2020 MaftgAddmu 4353 Michigan Link Fort Myers, FL 33916 M17000005730 59-2438601 07106/2017 DE ACTIVE LC NAME CHANGE 08/16/2017 NONE Changed: 03/05/2020 �9tstscSd.A9e�t�ld�.�.a C T CORPORATION SYSTEM 1200 SOUTH PINE ISLAND ROAD PLANTATION, FL 33324 stJpAtag Name $ Address Title MGR West, Mark The Mulch and Sail Company d'1F.'3 Mb-,hinwn I ink Packet Pg. 108971 Fort Myers, FL 33916 Annupj R RMU Report Year Filed Date 2019 02107/2019 2019 02/15/2019 2020 03IM2020 DRQMMaLlmgn f�EPQK- 'f ?rLC 'law it If, PnF &"mA" view i0fto in PF)F forrnf --ANN I View 1migi) in PDF format Viaw imaget fii ('Dr ill ..... Vi"w:n'aq0 in PDF formal Pof: folmat I Packet Pg. 109071 16.D.5.d r n C 2 r 0 z c i I� 3 Packet Pg. 1 171 Collier County ofrer County Administralivc Services Department =SuGirrerr_enl `srrs�ces _: Form 2: Conflict of Interest Certification Affidavit solicit 16.D.5.d The Vendor certifies that. to the best of its knowledge Lind belief. the past and current work on any Collier County project affiliated with this solicitation does not pose an organizational conflict as described by one of the three categories below: Biased ground rules —The firin has not set the "ground rules" for affiliated past or current Collier County project identified above (e.g., writing a procurement's statement of work, specifications, or performing systems engineering and technical direction for the procurement) which appears to skew the competition in favor of my firm. Impaired objectivity — The firm has not performed work on an affiliated past or current Collier County project identified above to evaluate proposals f past performance ol'itself or a competitor. which calls into question the contractor's ability to render impartial advice to the government. Unequal access to information — The Finn has not had access to nonpublic information as part of its performance of a Collier County project identified above which may have provided the contractor (or an affiliate) with an unfair competitive advantage in cutTent or future solicitations and contracts. In addition to this sip-ned affidavit, the contractor vendor must provide the following: 1. All documents produced as a result o; t;ic work conipleted in the past or currently bein,IT worked on far the above -mentioned project; and, 2. Indicate if the information produced was obtained as a matter of public record (in the "sunsaine") or through non-public (not in the "sunshine") conversation (s), mectur,(s), document(s) and or other ineans. Failure to disclose all material or having an orpanivational conflict in one or more of the three categories above be identified, may result in the disqualification for future solicitations affiliated with the above referenced preylcct(s). By the signatw•e below, the firm (cmployecs, officers andlor agent,) certifies, and hcrchy discloses, that, to the hest of their knowledge and belicr; all relevant facts concerning past, present. or currently planned interest or activity (financial, contractual, organizational, or otherwise) which relates to the project identified above has been fully disclosed and does not posse an organizational conflict. State of Countv of The R f this ling instrument was acknowledged before the day of XC,F+ J (month), 2U _(year) acknowledging). Personally Known R Produced Identification Company : ame Signature CJ -ems_ Print Name and Title co mwl�—A by means of piysical presence or ❑ online notarization, by i v name of person 6Signalurc of Notary Public - State of Florida) (Print. Type. i CeoMeV=f7f N ary Public) • ;Asian Go 343703 c Extmss pgr111YG23 3 Q Type of Identification Produced Packet Pg. 1092 10120/2020 10:16 AM Collier County solicita 16.D.5.d Colder County Administratr4e Setvices Dopon-ier* Form 3: immigration Affidavit Certification This Affidavit is required and should be signal, by an authorized principal of the fine aitd submitted with formal solicitation submittals, Further, Vendors are required to be enrolled in the E-Verify program (hugs: www.v-verify.gov , at the time of the submission of the Vendor's proposalfbid. Acceptable evidence of your enrollment consists of a copy of the properly completed F- Verify Company Profile page or a copy of the hilly executed 17-Verify Memorandum of Understanding for the company which 11>111 ht, produced at the lime of the submission of the Ycndor's proposal/hid or withinfive., (5) (1aY gfthe Corn r 's Marice of'Reconauend .41tiY1r (1. FAILURE TO EXECUTE THIS AFFIDAVIT CERTiFICATION AND SUBMIT WITH VENDOR'S PROPOSAIJBID MAY DEEM THE. VENDOR'S AS NUN -RESPONSIVE. Collier County will not intentionally award County contracts to any Vendor who knowingly employs unauthorized alien workers, constituting a violation of the eniploymcnt provision contained in S U.S.C. Section 1324 a(e) Section 274A(e) of the hmnigration and Nationality Act ("INA" ). Collier County may consider the employment by any Vendor of unauthori/ed aliens a violation of Section 274A (e) of the IN,A, Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be ground~ for unilateral termination of the contract by Col lier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 hmnigration Act and subsequent Amendment(~)) and agrees to comply with the provisions of tlic 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 ofsubmission ofthc Vendor's proposal 'bid. State of County of YA-P, The lore ping instrument was this day of �� acknowledging). kS0W LL( Company Name mav,k_ 0 Signature �rts�h'0eu __. I Tint \ame and Title ��- gmicp acknowledged before me by means n physical presence or © online notarization, (month), � (year), by ` t (name of person Personally Known Produced Identification Type of Identification Produced tgnauu'e o Notary a ie - Slate cif Florida (Print. Type, or Stamp Commiss'o a rile of'Notary Public) Notary Public Sts" of 00*1' W cos fi 343703 Expim 06111 r=3 a 3 to Cl) (V C_ d c to t 3 N Y a coo oo rr 0 N m H co CD i �a rn 0 a 0 ti to (u 0 m as L 0 u_ (u t to Q Packet Pg. 1093 1012012020 10:16 AM Collier County Solicit 16.D.5.d COffler Couvtty Adni nistrative Seances Nparrrtent %xrueu art Ser _ ra .�t w Form 4: Vendor Submittal Local Vendor Preference Certification (Check Appropriate Boxes Below) State of Florida (Select County if Vendor is described as a Local Business) gIYJ ollier Countv cc County Vendor affirms that it is a local business as defined by the Procurement Ordinance of the Collier County Board of County 3 Commissioners and the Rcgulations Thercto. As defined in Section Fifteen of the Collier County Procurement Ordinance: rn Local business means the vendor has a current Business Tax Receipt issued by the Collier County Tax Collector prior to bid c or proposal submission to do business within Collier County, and that identifies the business with a permanent physical a business address located within tite limits of Collier County From which the vendor's staff operates and performs business in = an area zoned for the conduct of such business. A Post Office Box or a facility that receives mail, or a non -permanent structure such as a construction trailer, storage slied, or other non-perrnanent sinrcture shall not be used for the purpose of establishing said physical address. In addition to the foregoing. a vendor shall not he considered a "local business" unless it contributes to the economic development and well-being or Collier County in a verifiable and measurable way. This may rn include, but not be limited to, the retention and expansion of employment opportunities, support and increase to the County s tax base, and residency of employees and principals of the business within Collier County_ Vendors shall affirm in writing a their compliance with the foregoing at the time ofsubmitting their bid or proposal to be eligible for consideration as a "'ocal to business" under this ,ection. A vendor who misrepresents the Local Preferencc atatus of its firm in a proposal or bid ti submitted to the County will lose the privilege to claim Local Preference status for a period ol' up to one year under this N section. m H Vendor must complete the Ibllowing information: to Yctt[' Bu,sinc,; Established in [ ()Mier County cu- L�Lcc County: T Number of Employees (including Owner(s) or Corporate Officers): to O CL Number of Employees Living in [Collier County or (Including Owner(s) or Corporate Olficcrs):_ a 11' requested by the County, Vendor will be required to provide dOCUrnentatlon substantiating the information given in this certilicit( ion. failure to do so will result in vendor's submission heing deemed not applicable. 3 O Sign and Date Certification: Under penalties ol'pei urv, 1 certify that the information shown on this: fin -in is eorreo to ruts knoscledge y L Company Name: Date:. 2-' d `l. acl2oILL Ij Address in Collicr or Lee C'ouniv: tr�� � m E Signature: ,� Title: 0 0i2012020 10: s Ann Packet Pg. 1094 Collier County Solicit 16.D.5.d Coder COuVIlty Administrative 5erAces DepartmEnt 'r=ir�-ment .tier es s Form 5 Reference Questionnaire rNE ONE FORIW FOR EACH R EO AIRED RF_FI:RI;NC'F_ Solicitation: Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference hiCormation) Name: (Evaluator completing reference questionnaire) Email: FAX: Company: (Evaluator's Company completing reference) Telephone: Collier County has itrtplemented a process that collects reference information on Grins and their key personnel to be used in thi selection of firms to perform this project, The Name of the Company listed in the Subject above has listed you as a client for whirl they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of I to 10, %vith 10 representing that you were very satisifed (and would hire the firth/individual again) and 1 representing that yot were very unsatisfied (and would never hire the Grtn/indivdival again), If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or fcn•rn mill be scored "0." Project Description: Project Budget: Completion Date: Project Number of Days: _ Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complctc on -time or early). 3 Quality of work. 4 Quality of consuhadve advice provided on the project. 5 Professionalism and ability to manage personncl. 6 Project administration (completed documents, final invoice, final product turnoNer; invoices; manuals or going lorward documentation, ctc.) 7 Ability to verbally communicate and document in IN-niation clearly and succinctly- 8 Abiltity to manage risks and unexpected project circumstance's- 9 Ability to lollow contract dOCUlncrim policies, praccdures, rules, regulation,, t,tc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS 3 ;a U) W c a c R t 3 rn Y R IL 00 Ir 0 N m H co u3 �a rn 0 OM 0 L a W W U 3 0 to m ry L 0 U- c a� E to Q Packet Pg. 1095 10120I2020 10:16 AM Collier County Insurance / Bond Type Required limits 1. ® Worker's Compensation Statutory Limits of Florida Statutes. Chapter 440 and all Federal Government Statutory Limits and Requirements Evidence of Workers' Compensation coverage or a Certificate of Exemption issued by the State of Florida is required. Entities that arc formed as Sole Proprietorships shall not be required to provide a proof of exemption. An application for exemption can be obtained online at harts.__apps.fldfs.com/boccxcmpt/ 2. ® Employer's Liability $�500,000 single limit per occurrence 3. ® Commercial General Bodily Injury and Property Damage Liability (Occurrence Forni) patterned after the current $_I,000,000single limit per Occurrence. $2,000,000 aggregate for Bodily ISO form Injury liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors: Prexlncts and Completed Operations and Contractual Liability. 4. ® Indern nification To the maximum extent permitted by Florida law. the Contractor Vendor shall defend, indemnify and hold harniless Collier Cbunty, its officers and employees from any and all liabilities, damages. losses and costs, including, but not limited to, reasonable attorneys' Ices and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor Vendor or anyone employed or utilized by the Contractor: Vendor in the performance of this Agreement. 5. ® Automobile Liability $�11000,000 Fach Occurrence; 13odifv injury & Properly Damage Owned/Non-owned:I fired; Au10tmbile Included 6. E] Other insurance as noted: ❑ Watercrall $ Per Occurrence. ❑ United States Longshoreman's and llarborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage (Jones Act) shall he maintained where applicable to the completion of the work. $ Per Occurrence ❑ Aircrall Liability coverage shall he carried in limits of not less than S5,000,000 each occurrence if applicable to the completion ofthe Services under this Agreement. S Per Occurrence ❑ Pollution $ Per Occurrence ❑ Professional Liabilitv $ _ Per claim & in the aggregate ❑ Project Professional Liability $ Per Occurrence ❑ Valuable Papers Insurance $ Per Occurrence ❑ Cyber Liability $ Per Occurrence ❑ Technology Error; & Omissions $ Per Occurrence 7. ❑ Bid bond Shall be submitted with proposal response in the liorm of certified funds_ cashiers' check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a suns equal to 5°'u 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. 10/20/2020 10:16 AM Packet Pg. 1096 Col. ier County Solicit 16.D.5.d 8. ❑ Performance and Payment For projects in excess of $200,000, bonds shall be submitted with the executed Bonds contract by Proposers reeci%-ing award, and written for 1001a 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 shah not exceed 5N. of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Hest Company, Inc. of 75 Fulton Street. New York. New York 10038. 9. ® Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to ineet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 3 is 10. ® Collier County must be named as "ADDITiONAL INSURED" on the Insurance Certificate for Commercial General y Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained c by, or available for the benefit of. the Additional Insured and die Vendor', policy shall be endorsed accordingly. a 11. ® The Certificate Holder shall be named as Collier County Hoard of County Commissioners, OR. Board of Count) 2 Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must stag � the Contract Number, or Project Number. or specific Project description. or must read: For any and all work performed or 3 belial f of Collier County. to Y 12. ® On all certificates, the Certificate Holder inust read: Collier County Hoard Of County C'tilnillLSsioner,;, 3295 I'amiarn ti "frail fast, Naples, FI. 34112 to T- oo 13. ®"thirty (30) Days Cancellation Notice required. � 0 N 14. Collier County shall procure and maintain Builders Risk Insurance on all conAruction projects where it is deemed necessary. m Such coverage shall he endorsed to cover the interests of Collicr County as well as the Contractor. Premiums shall he billed tt the project and the Contractor shall not include Builders Risk preiniums in its project proposal or project billings. All question! regarding Builder's Risk Insurance will be addressed by the Collier County Risk Management Division. 1019120 - CC .. �a rn _ o Vendor's Insurance Statement We understand the insurance requirements of these specifications rind that [lie c4 idence of insurability may be required within live (5) day, ol'the award of-lliis solicit,iiion. The insurance submitted niust provide coverage for a I1linlIll Lull of six ( 6 ) months from the date of award. Name of Firm Vendor Signattu•c Print Name Insurance Agency Agent Name fDate _ Cie t -11 12- 0 Z-2,u r4a) t,,), -'I Telephone Number t -TTvve pv-"/j " Kfjn Cvl occ_li Phi#- g 13 • �Sy • �2ao 2-03 Cos3.31 Packet Pg. 1097 1012012020 10:16 AM BID SCHEDULE NO. 20-7816 MULCH AND PINE STRAW 16.D.5.d : Bidder will enter unit prices for cubic yard, cubic bags, and bale for FOB nation. Bidders submitting an equivalent item to the product being requested must submit samples for staff review and before Notice of Recommended Award. If you are submitting an equal input an "X" in the "EQUAL" cell. PRIMARY SECONDARY TERTIARY Bidder: Forestry Resources, LLC ITEM DESCRIPTION Unit of Measure UNIT PRICE EQUAL QUANTITY Collier Category A. Chocolate Mulch County Brown I Cubic Yard Price - Delivered Each $ - n/a 2 2 Cubic Foot Bag Price - County Pick Up Each $ - $ 2.09 3 2 Cubic Foot Bag Price - Delivered Each $ - $ 2.39 Category B. FloriMulch Play -Safe Playground Surface (No CCA IPEMA Certified ASTM 4 Cubic Yard Price - Delivered Each $ 20.75 $ - 5 2 Cubic Foot Bag Price - County Pick Up Each $ 1.69 $ - 6 2 Cubic Foot Bag Price - Delivered Each $ 1.95 $ - Category C. Play Safe Plus Mulch (No CCA, IPEMA Certified, ASTM) 7 Cubic Yard Price - Delivered Each $ 22.89 $ - 8 2 Cubic Foot Bag Price - County Pick Up Each $ 2.00 $ - 9 2 Cubic Foot Bag Price - Delivered Each $ 2.29 $ - Category D. Pine Straw Mulch Bale, approximate bale size: 14%16"00" 10 Bale (14" X 16" X30") Price- Delivered Each $ 4.25 $ - I l Extended Duration Trailer Charge (per thirty (30) day increment) EACH $ - $ - REQUIRED FORMS AND DOCUMENTS Form 1: Vendor Declaration Statement Form 2: Conflict of Interest Certification Affidavit Form 3: Immigration Affidavit Certification Form 4: Vendor Submittal Local Vendor Preference Affidavit Form 5: Reference Questionnaire Form 6: Grant Forms (Not applicable) Insurance and Bonding Requirements E-Verify Sunbiz Page Vendor W-9 YES/NO YES YES YES YES NO NO YES YES YES YES Packet Pg. T098 Collier County Solicit 1li.D.5.d Coder COUVILty Adtrnntstrabve Services Dimsia i Pmarrerrent Service Date: October 20, 2020 Email: Dcborah.McCormick -'a collicrcauntyll.gov Telephone: 239-252-4270 Addendum 1 From: Deborah McCormick, Procurenicnt Strategist To: Interested Bidders Subject: Addendum # l Solicitation 4 20-; 816 Title: PARKS MULCH AND PINT: STRAW The following clarifications are issued as an addendum identifying the following clarification to the scope ol')A-ork, changes, deletions, or additions to the original solicitation document for the referenced solicitation: Change 1. 20-7816 Bid Schedule If you require additional information please post a question on our Bid Sync (w%k%.btdstine,com) bidding platform under the solicitation for this project. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. 2�2i 1 (Signature) Date Ftv,-cs-L-yi-iRe5ojyce s , LL . (Name of Firm) 1012012020 10:16 AM Packet Pg. 1099 Collier County solicit 16.D.5.d Question and Answers for Solicitation #20-7816 - Parks Mulch and Pine Straw Question 1 please post the last tabulation sheet received from all vendor last time this project was advertised. Please post copy of the current contract. (submitted: Oct 20, 20,2011:45:18 AM EDT) Answer - We are currently piggybacking off of Lee County contract #RFB #B-150271 (Answered: Oct 20. 202012.15:06 PM EDT) Question Deadline: Nov 1Z 2020 4:30:00 PM EST 10/20/2020 10:16 AM Packet Pg. 1100 16.D.5.d Co ler County Adrninistrafive Senmces Division Procurement Service - Date: November 12, 2020 Email: Deborah.McConnick -rr.colhercount) fl gov Telephone: 239-252-4270 Addendum 2 From: Deborah McCormick, Procurement Strategist To: Interested Bidders Subject: Addendum # 2 Solicitation # 20-7816 Title: PARKS MULCH AND PINE STRAW The following clarifications are issued as an addendum identiA. ing the following clarification to the scope of work, changes, deletions; or additions to the original solicitation document for the referenced solicitation: Change 2. Terms of the Contract Price adjustments are dependent upon proof of manufacturer increase in supply cost, the i• 1 Producer Price Index (PPI) over the past twelve (12) months, or budget availability If you require additional information please post a question on our Bid Sync (x�NNi%.bids%nc ct'm) bidding platform under the solicitation for this project. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) (Name of Firm) Date Packet Pg. 110171 16.D.5.d caller County Administra5ve Services Diwsim Procfirement Services Date: November 18, 2020 Email: Deborah.McConmick 'a;colliercountyfl.gov Telephone: 239-252-4270 Addendum 3 From: Deborah McCormick. Procurement Strategist To: Interested Bidders Subject: Addendum # 3 Solicitation # 20-7816 Title: PARKS MULCH AND PINE STRAW The following clarifications are issued as an addendum identifi-ing the following clarification to the scope of work, changes, deletions; or additions to the original solicitation document for the referenced solicitation: Change 3. DUE DATE: DUE DATE: . November 25. 2020 ii. 10-00 a.m. est. If you require additional information please post a question on our Bid Sync bids%nc.com) bidding platform under the solicitation for this project. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) FOY (Name of Firm) Date Packet Pg. 1102 16.D.5.d CO Tier CO-9411ly Administrafive Services D)Asion Procurement :services Date: November 18, 2020 Email: Deborah.McCornick , colliercountyfl.gov Telephone: 2 3 9-25 2-42 70 Addendum 4 From: Deborah McCormick. Procurement Strategist To: Interested Bidders Subject: Addendum # 4 Solicitation # 20-7816 Title: PARKS MULCH AND PINE STRAW The follow-°ing clarifications are issued as an addendum identifying the following clarification to the scope of work. changes, deletions. or additions to the original solicitation document for the referenced solicitation: Change 4. DUE DATE: If %,ou require additional information please post a question on our Bid Sync (NNN\NN bids nc,com) bidding platform under the solicitation for this project. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. dCG (Name of Firm) 12l0 zo2fi Date Packet Pg. 1103 16.D.5.d Co fer C01411ty Adminisb'ative Services Division Procurement Services Date: November 24, 2020 Email: Deborah. McCormick -«:colliercountyfl.gov Telephone: 239-25 2-4270 Addendum 5 From: Deborah McCormick. Procurement Strategist To: Interested Bidders Subject: Addendum 4 5 Solicitation 9 20-7816 Title- PARKS MULCH AND PINE STRAW The following clarifications are issued as an addendum identiA ing the following clarification to the scope of work, changes, deletions, or additions to the original solicitation document for the referenced solicitation - Change 5. CLARIFICATION TO BID SCHEDULE. - Line item: I I, Extended Duration Trailer Charge applies only to line item. 10. Pine Straw Mulch Bale These items will be awarded together. If you require additional inforniation please post a question on our Bid Sync (�\NNw.bidsm nc.com) bidding platform under the solicitation for this project. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. 61J'v'Kfi /Zfo2-�26 (Signature) FWDate (Name of Firm) Packet Pg. 1104 16.D.5.d ��rr- Request for Taxpayer Give Form to the Form ■ ■ (Rev.Novemt)er2017) identification Number and Certification requester. Do not neparimenl ul 0,e T reasury Send to the IRS. Internal Revers re Service ► Go to www,irs.gov/FormW9 for lnstructfons and the latest information. tFName (as shown on your income tax return) Name is required on this line; do not leave this line blank. ORESTRY RESOURCES LLC M � u o c � 'G U U eD e: rn a rn 2 Business name(disregarded entity name, if different from above The Mulch and Soil Corn ap try LLC 3 cherk appropriate box for federal lax classil cation of the parson whose name is enterod on :.ne I Check only one of the Wowing seven boxes. ❑ In(lrviduaVsole proprietor or ❑ C Corporal on ❑ S Corporal,on ,' Partnership L] Trusl/eslate single-inember LLC Limited habilily. company. Enter the tax classification tCxC corporation, S- ; corporation P= Partnership) ► P Note: Check the appropriate box in the line above for the tax classification of the single-membe( owner. 0o not check LLC it the LLC is classified as a single -member LLC that i ; disregarded from the owner unless the owner of the LLC is another LLC Thal is not disregarded from the owner for U.S federal tax purposes Otherwise, a single -member LLC Thai LS disregarded from the owner should check the appropriate box for the lax classification of its owner. Other (seeinstructions) ► 5 Address (number, street, and apt or suite no ) 5ce instnrctons slate. and ZIP code: FORT MYERS. FL. 33916 7 LiM account nvinoer(s) here (optional) A Exemptions (codes apply only to certain entities. nor inc,viduals- see instructions on page 31 Exempt payee code fit any) Exemption from FATCA reporting code (if any) (ADPWJ 0 aecw,xsrwnrsmerr nwsnru me u s, Requester's name and address (optional) Taxpayer Identification Number TIN _ Enter your l IN in the appropriate box. 'rhe't IN provided must match the name given on line 1 to avoid Social security number backup withholding. for individua s, this is generally your social security number (S5N. However, fora �--� _ m _ CIZ�J resident alien, sole proprietor, or d'sreyarded entity, see the instructions for Part I, later- For other endues, it is your employer identification number (FIN). If you do not have a number, see Flow to get a TIN, liter. or Note: II the account r5 in more than one name• see the instructions for tune I Number 7b (five the Requester for guidelines on whose number to enter Certifications' Under penalties of perjury, I certify that: 1 The number shown ors this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report al' interest or dividends, or (c) the IRS has notified me that I ann no longer subject to backup withholding; and 3- 1 am a t1 S. citizen or other U S person (defined below); and The FATCA code(s) entered on this form (d any) mdicaF,nq that I ant exernpi from FATCA reporting is correct. Ccrlificntion instructions, You must cross out item 2 above it you have been noLtred by the I11S that you are currently .Subject to backup wdhh�,lding because YOU have tailed to report all interest rind dividends on your fax return. F or real estate transactions, item 2 does not apply. For mortgage interest I;aid. Acquisition or abandonment of seolued properly, caninellalion of debt, contributions to an individual retirement arrangement (IRA), and generally, payment'. other than interest and dividends, yo are no required to sign the ceitfication, but you ntusl provide your correct TIN. See the instructions for Part II, later. Sign Signature of Here U.S. person ri1-- � Date ►— General instructions Y eclion references are 10 the Internal Revenue Code unless otherwise noled- t'uture developments. For the; lale.t information about development, efgalerl to Form W.9 and ils iwanrcliong, such as leg station enacted alter they warn; pubnisherj, go to www.irs.gov/rarrrltN9, Purpose of Form An Individual or entity (form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SSN), individual taxpayer identification number (ITIN), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an information return. Fxamples of information return;; include, but are not limiled lo. the following • r onn 1099-INT (in(erest earned or paic.1) • Form 1099-OIV (dividends, including those from Stocks or mutual funds) • 1-orm 1099-MISC (various types of income, prizes, awards, or gross proceeds) • F om! 1099-8 (stock or mutual fund gales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1098-F (student loan interest) 1098 (tuition) • I-orm 1099-C (canceled debt) • I• orrn 1099-A (acquisition or abandonment of secured property) Use: Form W•9 only if you are a U-S. person (including a resident afien), to prbvi(le your correct T 1N. If you do rSof return Form W-9 to the requester with a T114, you rttr(1ht be serbiert to $ackup withholding. See What is backup wilhholding, later. 3 Q Cal No. 10231X --� . !�� i �F Packet Pg. 1105 16.D.5.d 121 =20 Verify Wrlcome Judith Schad Company Information Company Name Forestry Resources LLC Company ID Number 1466769 Doing Business As (DBA) Name The Mulch & Sod Co DUNS Number Physical Location Address 1 4353 Michigan Link Address 2 City Fort Myers State FL Zip Code 33916 County LEE Mailing Address Address 1 Address 2 city State Zip Code Additional I nforimation Employer Identification Number 592438601 Total Number of Employees 100 to 499 Parent Organization Administrator Organization Designation hops.+le-verify.uscis govAveblEmployerWiizard aspx E-Verify. Employer Wizard - Company Information - MENU 1i2 Packet Pg. 1106 12/2/2020 E-Verify. Employer Wizard - Company Information 16.D.5.d Employer Category None of these categories apply View! Edit NAICS Code 321 - WOOD PRODUCT MANUFACTURING View! Edit Total Hiring Sites 1 View !Edit Total Points of Contact 3 View! Edit View Original MOU Template Last Login: 11/30/2020 04:22 PM ''Ii111115,{ U S Department of Homeland Security U.S. Citizenship and +mmigration Services Enable Permanent Toollips Accessibility Download Viewers https:lle-verity.uscis.gov/weblE mployerWizard .aspx Packet Pg. 1107 16.D.5.f 00fler c4mmty Administrative SeNces Division Procurement Services Date: October 20, 2020 Email: Deborah.McCormick @colliercountyfl.gov Telephone: 239-252-4270 Addendum 1 From: Deborah McCormick, Procurement Strategist To: Interested Bidders Subject: Addendum # I Solicitation # 20-7816 Title: PARKS MULCH AND PINE STRAW The following clarifications are issued as an addendum identifying the following clarification to the scope of work, changes, deletions, or additions to the original solicitation document for the referenced solicitation: Change 1. 20-7816 Bid Schedule If you require additional information please post a question on our Bid Sync (www.bidsync.com) bidding platform under the solicitation for this project. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) (Name of Firm) Date Packet Pg. 1108 16.D.5.f 00fler c4mmty Administrative Services Division Procurement Services Date: November 12, 2020 Email: Deborah.McCormick @colliercountyfl.gov Telephone: 239-252-4270 Addendum 2 From: Deborah McCormick, Procurement Strategist To: Interested Bidders Subject: Addendum # 2 Solicitation # 20-7816 Title: PARKS MULCH AND PINE STRAW The following clarifications are issued as an addendum identifying the following clarification to the scope of work, changes, deletions, or additions to the original solicitation document for the referenced solicitation: Change 2. Terms of the Contract Price adjustments are dependent upon proof of manufacturer increase in supply cost, the index (GPI) Producer Price Index (PPI) over the past twelve (12) months, or budget availability. If you require additional information please post a question on our Bid Sync (www.bidsygc.com) bidding platform under the solicitation for this project. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) (Name of Firm) Date Packet Pg. 1109 16.D.5.f 00fler c4mmty Administrative Services Division Procurement Services Date: November 18, 2020 Email: Deborah.McCormick @colliercountyfl.gov Telephone: 239-252-4270 Addendum 3 From: Deborah McCormick, Procurement Strategist To: Interested Bidders Subject: Addendum # 3 Solicitation # 20-7816 Title: PARKS MULCH AND PINE STRAW The following clarifications are issued as an addendum identifying the following clarification to the scope of work, changes, deletions, or additions to the original solicitation document for the referenced solicitation: Change 3. DUE DATE: DUE DATE: November- - 1 n, 2mn @ i 0!00 .,m Est November 25, 2020 @ 10:00 a.m. est. If you require additional information please post a question on our Bid Sync (www.bidsync.com) bidding platform under the solicitation for this project. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) Date (Name of Firm) Packet Pg. 1110 16.D.5.f 00fler c4mmty Administrative Services Division Procurement Services Date: November 18, 2020 Email: Deborah.McCormick @colliercountyfl.gov Telephone: 239-252-4270 Addendum 4 From: Deborah McCormick, Procurement Strategist To: Interested Bidders Subject: Addendum # 4 Solicitation # 20-7816 Title: PARKS MULCH AND PINE STRAW The following clarifications are issued as an addendum identifying the following clarification to the scope of work, changes, deletions, or additions to the original solicitation document for the referenced solicitation: Change 4. DUE DATE: ■ ■ . . � � � � � ■ . Telr.Ti7.TiTn � � � If you require additional information please post a question on our Bid Sync (www.bidsync.com) bidding platform under the solicitation for this project. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) Date (Name of Firm) Packet Pg. 1111 16.D.5.f 00fler c4mmty Administrative Services Division Procurement Services Date: November 24, 2020 Email: Deborah.McCormick @colliercountyfl.gov Telephone: 239-252-4270 Addendum 5 From: Deborah McCormick, Procurement Strategist To: Interested Bidders Subject: Addendum # 5 Solicitation # 20-7816 Title: PARKS MULCH AND PINE STRAW The following clarifications are issued as an addendum identifying the following clarification to the scope of work, changes, deletions, or additions to the original solicitation document for the referenced solicitation: Change 5. CLARIFICATION TO BID SCHEDULE: Line item: 11, Extended Duration Trailer Charge applies only to line item: 10, Pine Straw Mulch Bale. These items will be awarded together. If you require additional information please post a question on our Bid Sync (www.bidsync.com) bidding platform under the solicitation for this project. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) (Name of Firm) Date Packet Pg. 1112 AI CERTIFICATE OF LIABILITY INSURANCE 16.D.5.g DATE( 03/02/2021 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THI: CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIE! BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZE[ 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 endorsec If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement of this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Willis Towers Watson Certificate Center NAME: Willis Towers Watson Northeast, Inc. c/o 26 Century Blvd PHONE 1-877-995-7378 FAX 1-888-467-2378 AIC No Ext : A X No P.O. Box 305191 ADDRESS: certificates@willis.com Nashville, TN 372305191 USA INSURER(S) AFFORDING COVERAGE NAIC # INSURERA: Hartford Underwriters Insurance Company 30104 INSURED INSURERB: Hartford Insurance Company of the Midwest 37478 Forestry Resources LLC 4353 Michigan Link INSURER C : Fort Myers, FL 33916 INSURER D : INSURER E : COVERAGES CERTIFICATE NUMBER: W20245413 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIO[ INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THI; CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERM EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICYNUMBER POLICY EFF MM/DDIYYYY POLICY EXP MM/DDIYYYY LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000, CLAIMS -MADE � OCCUR ( a oDAMAGE TO Ncur RENTED PREMISES)$ 300, MED EXP (Any one person) $ 10, A Y 10 UEN DF3628 06/01/2020 06/01/2021 PERSONAL & ADV INJURY $ 1,000, GEML AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000, POLICY ❑PRO- ❑ LOC JECT PRODUCTS - COMP/OPAGG $ 2,000, $ OTHER: AUTOMOBILE LIABILITY COMBINEDSINGLELIMIT Ea accident $ 1,000, X BODILY INJURY (Per person) $ ANY AUTO B OWNED SCHEDULED AUTOS ONLY AUTOS Y 10 UEN DF3628 06/01/2020 06/01/2021 BODILY INJURY (Per accident) $ PROPERTY DAMAGE Per accident $ HIRED NON -OWNED AUTOS ONLY AUTOS ONLY UMBRELLA LIAB OCCUR EACH OCCURRENCE $ AGGREGATE $ EXCESS LIAB CLAIMS -MADE DED RETENTION $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N PER OTH- STATUTE ER ANYPROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? ❑ N/A (Mandatory in NH) E.L. DISEASE - EA EMPLOYEE $ If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Bid # 20-7816 "PARKS MULCH AND PINE STRAW" Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County are included as Additional Insureds as respects to General Liability and Auto Liabilit, as per written contract. Includes for ongoing and completed operations. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORI THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED II ACCORDANCE WITH THE POLICY PROVISIONS. Collier County Board of County Commissioners AUTHORIZED REPRESENTATIVE 3295 Tamiami Trail East �%� Naples, FL 34112 3 t4 L N C d Z3 C ttS t V N Y L d to O O N m I— to to T_ ©1988-2016 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD Packet Pg. 1113 SR xn: 20796267 BATCH: 2004280 AGENCY CUSTOMER ID: LOC #: 16.D.5.g ACORO ADDITIONAL REMARKS SCHEDULE Page 2 of AGENCY NAMED INSURED Willis Towers Watson Northeast, Inc. Forestry Resources LLC 4353 Michigan Link POLICY NUMBER Fort Myers, FL 33916 See Page 1 CARRIER NAIC CODE See Page 1 See Page 1 EFFECTIVE DATE: See Page 1 ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance General Liability and Auto Liability policies shall be Primary and Non -Contributory with any other insurance in forc for or which may be purchased by Additional Insureds as per written contract. d C R L V 3 N Y L r oo 0 N m i— r Ln ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Packet Pg. 1114 SR ID: 20796267 BATCH:2004280 CERT: W20245413 I 16.D.5.h I ACCOR E CERTIFICATE OF LIABILITY INSURANCE I DATE 3/2/2021 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THI: CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIE! BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZE[ 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 endorsec If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement of this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Cheryl Nevins BKS Partners PHONE FAX 5216 Summerlin Commons Blvd AIC No Ext: 239-931-3037 AIC No:239-931-5604 Suite 200 ADDRESS: cheryl.nevins@bks-partners.com Fort Myers FL 33907-2139 INSURER(S) AFFORDING COVERAGE NAIC # I icanca#- I nnR71F INSURERA: Bridaefield Casualtv Ins. Co. 10335 INSURED FORERES-01 Forestry Resources LLC And THE MULCH and SOIL COMPANY, LLC 4353 Michigan Link Fort Myers FL 33916 INSURER B : INSURERC: INSURERD: INSURER E: INSURER F : COVERAGES CERTIFICATE NUMBER: 1220786472 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOI INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THI; CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERM EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY EFF MM/DDIYYYY POLICY EXP MM/DDIYYYY LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ CLAIMS-MADE1:1 OCCUR DAMAGE TO PREMISES( a oNcur ence)$ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ POLICY ❑ PRO- ❑ LOC JECT PRODUCTS - COMP/OP AGG $ $ OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident $ BODILY INJURY (Per person) $ ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY (Per accident) $ PROPERTY DAMAGE Per accident $ HIRED NON -OWNED AUTOS ONLY AUTOS ONLY L $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ AGGREGATE $ EXCESS LIAB CLAIMS -MADE DED RETENTION $ $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N N 0196-46693 7/10/2020 7/10/2021 X PER OTH- STATUTE ER ANYPROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? ❑ NIA E.L. DISEASE - EA EMPLOYEE $ 1,000,000 (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Bid # 20-7816 "PARKS MULCH AND PINE STRAW" CERTIFICATE HOLDER CANCELLATION Collier County Board of County Commisioners 3295 Tamiami Trial E Naples FL 34112 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORI THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED II ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE 3 L a� c d C t y 3 to <Q IL CO oo ti O N m H O O r U I N v C R L 7 fn C I N d L O ILL O O 1` O N C N E t v R r r Q ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD Packet Pg. 1115 oizo® CERTIFICATE OF LIABILITY INSURANCE 16.D.5A DATE (r 02/18/2021 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THR CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIE! BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZE[ 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 of this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT MARSH USA, INC. NAME: N TWO ALLIANCE CENTER (A/C, No, Ext : FAX No), 3560 LENOX ROAD, SUITE 2400 E-MAIL ATLANTA, GA 30326 ADDRESS: Attn: Michelle.W.Robles@marsh.com INSURER(S) AFFORDING COVERAGE NAIC # CN117936603--GAW-20-21 INSURERA: Liberty Mutual Fire Insurance Company 23035 INSURED SiteOne Landscape Supply, Inc. INSURER B : Liberty Insurance Corporation 42404 & its subsidiaries INSURER C : 300 Colonial Center Parkway, Suite 600 INSURER D : Roswell, GA 30076 INSURER E : COVERAGES CERTIFICATE NUMBER: ATL-005213701-01 REVISION NUMBER: 2 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIO[ INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THI: 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. INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY EFF MM/DD/YYYY POLICY EXP MM/DD/YYYY LIMITS A X COMMERCIAL GENERAL LIABILITY EB2-651-292547-020 12/23/2020 12/23/2021 EACH OCCURRENCE $ 2,000 CLAIMS -MADE � OCCUR DA AGE To TED PREMIS lccurrrence)$ SES (E. occurrence) 1,000 X MED EXP (Any one person) $ 10 SIR: $100,000 PERSONAL & ADV INJURY $ 2,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 4,000 POLICY1XI jE [K LOC PRODUCTS - COMP/OP AGG $ 4,000 $ OTHER: A AUTOMOBILE LIABILITY AS2-651-292547-030 12/23/2020 12/23/2021 COMBINED SINGLE LIMIT Ea accident $ 3,000 BODILY INJURY (Per person) $ X ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY (Per accident) $ PROPERTY DAMAGE Per accident $ HIRED NON -OWNED AUTOS ONLY AUTOS ONLY L $ UMBRELLALIAB OCCUR EACH OCCURRENCE $ AGGREGATE $ EXCESS LIAB CLAIMS -MADE DED RETENTION $ $ B B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANYPROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? ❑N/A (Mandatory in NH) WA7-65D-292547-010 (AOS) WC7-651-292547-050 (W) 12/23/2020 12/2312020 12/23/2021 12/2312021 X PER oTH- STATUTE ER E.L. EACH ACCIDENT $ 1,000 E.L. DISEASE - EA EMPLOYEE $ 1,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 1,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: Award Bid #20-7816 Parks Mulch & Pine Straw Account #1037195 Br. 26 Naples, FL. For any and all work performed on behalf of Collier County Collier County Board of County Commissioners is/are included as Additional Insured as required by written contract subject to the policy terms and conditions with respect to General Liability and Auto Liability. This insurance is primary and non-contributory over any existing insurance and limited to liability arising out of the operations of the named insured subject to policy terms and conditions. CERTIFICATE HOLDER CANCELLATION Collier County Board of County Commissioners 3295 Tamiami Trail East Naples, FL 34112 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORI THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED It ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE of Marsh USA Inc. Stanton Reid fi�_ � 3 to r d C IL C t t) 3 N Y R d r 00 ti O N m to Lr� r O U I d C 0 d I to oo ti CD N C N E L U to Q @ 1988-2016 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD Packet Pg. 1116 Policy Number: AS2-651-292547-030 Issued By: Liberty Mutual Fire Insurance Co. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION TO THIRD PARTIES This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE PART MOTOR CARRIER COVERAGE PART GARAGE COVERAGE PART TRUCKERS COVERAGE PART EXCESS AUTOMOBILE LIABILITY INDEMNITY COVERAGE PART SELF -INSURED TRUCKER EXCESS LIABILITY COVERAGE PART COMMERCIAL GENERAL LIABILITY COVERAGE PART EXCESS COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART Schedule Name of Other Person(s)I Organization(s): Email Address or mailing address: Number Days Notice: Per Schedule on file with the Company 60 A. If we cancel this policy for any reason other than nonpayment of premium, we will notify the persons or organizations shown in the Schedule above. We will send notice to the email or mailing address listed above at least 10 days, or the number of days listed above, if any, before the cancellation becomes effective. In no event does the notice to the third party exceed the notice to the first named insured. B. This advance notification of a pending cancellation of coverage is intended as a courtesy only. Our failure to provide such advance notification will not extend the policy cancellation date nor negate cancellation of the policy. All other terms and conditions of this policy remain unchanged. LIM 99 01 05 11 O 2011, Liberty Mutual Group of Companies. All rights reserved. Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc. with its permission. Packet Pg. 1117 Policy Number EB2-651-292547-020 Issued by Liberty Mutual Fire Insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION TO THIRD PARTIES This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE PART MOTOR CARRIER COVERAGE PART GARAGE COVERAGE PART TRUCKERS COVERAGE PART EXCESS AUTOMOBILE LIABILITY INDEMNITY COVERAGE PART SELF -INSURED TRUCKER EXCESS LIABILITY COVERAGE PART COMMERCIAL GENERAL LIABILITY COVERAGE PART EXCESS COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART COMMERCIAL LIABILITY— UMBRELLA COVERAGE FORM Schedule Name of Other Person(s) 1 Or anization s : Email Address or mailing address: Number Days Notice: Per schedule on file with company Per schedule on file with company A. If we cancel this policy for any reason other than nonpayment of premium, we will notify the persons or organizations shown in the Schedule above. We will send notice to the email or mailing address listed above at least 10 days, or the number of days listed above, if any, before the cancellation becomes effective. In n❑ event does the notice to the third party exceed the notice to the first named insured. B. This advance notification of a pending cancellation of coverage is intended as a courtesy only. Our failure to provide such advance notification will not extend the policy cancellation date nor negate cancellation of the policy. All other terms and conditions of this policy remain unchanged. LIM 99 01 05 11 © 2011 Liberty Mutual Group of Companies. All rights reserved. Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Packet Pg. 1118 NOTICE OF CANCELLATION TO THIRD PARTIES A. If we cancel this policy for any reason other than nonpayment of premium, we will notify the persons or organizations shown in the Schedule below. We will send notice to the email or mailing address listed below at least 10 days, or the number of days listed below, if any, before cancellation becomes effective. In no event does the notice to the third party exceed the notice to the first named insured. S. This advance notification of a pending cancellation of coverage is intended as a courtesy only. Our failure to provide such advance notification will not extend the policy cancellation date nor negate cancellation of the policy. Schedule Name of Other Person(s) 1 Email Address or mailing address: Number Days Notice: Organ ization(s): Per Schedule on file with the 30 Company All other terms and conditions of this policy remain unchanged. Issued by Liberty Insurance Corporation 21814 For attachment to Policy No. WA7-65 D-292547-01 0 Effective Date Premium $ Issued to SiteOne Landscape Supply, LLC Endorsement No. WC 99 20 75 © 2016 Liberty Mutual Insurance Page 1 of 1 Ed. 12/01/2016 Packet Pg. 1119 COLLIER COUNTY BUSINESS TAX BUSINESS TAX NUMBER: 091381 COLLIER COUNTY TAX COLLECTOR - 2800 N. HORSESHOE DRIVE - NAPLES FLORIDA 34104 - (239) 252-2477 VISIT OUR WEBSITE AT: www.colliertax.com THIS RECEIPT EXPIRES SEPTEMBER 30, 2021 LOCATION: 3706 PROGRESS AVE ZONED: INDUSTRIAL do* BUSINESS PHONE: 643-3255 LEGAL FORNT � STATE OR COUNTY LIC #: LLC % CLASSIFICATION: WHOLESALE BUSINESS ' O CLASSIFICATION CODE: 04700001 A This document is a business tax only. This is not certification that IicenseTs lified. It does not permit the licensee to violate any existing regulatory zoning laws o4iet Leto �MS nor does it exempt the licensee from any other taxes or permits that may be required by law. DISPLAY AT PLACE OF BUSINESS FOR PUBLIC INSPECTION. FAILURE TO DO SO IS CONTRARY TO LOCAL LAWS SITEONE LANDSCAPE SUPPLY, LLC SITEONE LANDSCAPE SUPPLY, LLC 650 STEPHENSON HIGHWAY TROY, MI 48083 -THIS TAX IS NON -REFUNDABLE - DATE 09/15/2020 AMOUNT 30.00 RECEIPT 500-21-00126445 lk �<Wf --"Pe coin' Tax Co for aQ 4?41 of Dear Business Owner: Local Business Tax Receipt MU000043 3 of 4 in Group 18 Hoq Your 2020-2021 Lee County Local Business Tax Receipt is attached below for account number 8702746. If there is a change in one of the following, refer to the instructions on the back of this receipt. • Business name • Ownership • Physical location ' • Business closed This is not a bill. Detach the bottom portion and display in a public location. I hope you have a successful year. Sincerely, 4-0 County Tax Collector - ---------------------------------------------------------------------------------------------- 2020 - 2021 LEE COUNTY LOCAL BUSINESS TAX RECEIPT Account Number: 8702746 Location: 909 SE 14TH AVE UNIT B CAPE CORAL FL 33990 SITEONE LANDSCAPE SUPPLY LLC SITEONE LANDSCAPE SUPPLY LLC 650 STEPHENSON HWY TROY MI 48083 Account Expires: September 30, 2021 May engage in the business of: DISTRIBUTOR / MOBILE SALES Selling on roadsides is prohibited THIS LOCAL BUSINESS TAX RECEIPT IS NON REGULATORY Payment Information: PAID 564041-35-3 09/14/2020 10:12 AM $50.00 Email: Deborah.McCormick @colliercountyfi.gov Telephone. 239-252-4274 Addendum 3 Date: November 18, 2020 From: Deborah McCormick, Procurement Strategist To: Interested Bidders Subject: Addendum # 3 Solicitation # 20-7816 Title: PARKS MULCH AND PINE STRAW The following clarifications are issued as an addendwn identifying the following clarification to the scope of work, changes, deletions, or additions to the original solicitation document for the referenced solicitation: Change 3. DUE DATE: DUE DATE: . November 25, 2020 Q 10:00 a.m. est. If you require additional information please post a question on our Bid Sync { } bidding platform under the solicitation for this project. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. Landscape Supply (Name of Firm) ull Sao Date BID SCHEDULE NO. 20-7816 MULCH AND PINE STRAW Unit Prices and Minimum Quantities: Bidder will enter unit prices for cubic yard, cubic bags, and bate for FOB destination. Equal: Bidders submitting an equivalent item to the product being requested must submit samples for staff review and approval before Notice of Recommended Award. If you are submitting an equal input an "X" in the "EQUAL" cell. ITEM DESCRIPTION Unit of Measure UNIT PRICE QUANTI TY EQUAL Category A. Chocolate Mulch I Cubic Yard Price - Delivered (only sold by Each $ 2.15 $ 2.15 2 2 Cubic Foot Bag Price - County Pick Up Each $ 2.15 $ 150.50 3 12 Cubic Foot Bag Price - Delivered jEach 1 $ 2.15 1 $ 602.00 Category B. FloriMulch Play -Safe Playground Surface (No CCA, IPEMA Certified, ASTM) 4 Cubic Yard Price - Delivered Each $ - no bid 5 2 Cubic Foot Bag Price - County Pick Up Each $ - no bid 6 2 Cubic Foot Bag Price - Delivered Each $ - no bid Category C. Play Safe Plus Mulch (No CCA, IPEMA Certified, ASTM) 7 f Cubic Yard Price - Delivered (only sold by Each $ 3.20 $ 3.20 8 2 Cubic Foot Bag Price - County Pick Up Each $ 3.20 $ 224.00 9 2 Cubic Foot Bag Price - Delivered Each $ 3.20 $ 896.00 Category D. Pine Straw Mulch Bale, approximate bale size: 14"x%"00" 10 Bale (14" X 16" X30") Price- Delivered jEach $ 3.75 1 $ 375.00 Category E. EXTENDED DURATION TRAILER CHARGE 11 Extended Duration Trailer Charge (per thirty (30) day increment) EACH $ - NoCharge REQUIRED FORMS AND DOCUMENTS Form 1: Vendor Declaration Statement Form 2: Conflict of Interest Certification Affidavit Form 3: Immigration Affidavit Certification Form 4: Vendor Submittal — Local Vendor Preference Affidavit Form 5: Reference Questionnaire Form 6: Grant Forms (Not applicable) Insurance and Bonding Requirements E-Verify Sunbiz Page Vendor W-9 YES/NO X X X X X X X X X ?�COMZLY Ad * iskaM Serkes Division Procurertxrrt Se VkCS Date: November 18, 2420 Email: Deborah.McConnick @colliereountyfl.gov Telephone: 239-252-4274 Addendum 4 From: Deborah McCormick, Procurement Strategist To: interested Bidders Subject: Addendum # 4 Solicitation # 20-781 G Title: PARKS MULCH AND PINE STRAW The following clarifications are issued as an addendum identifying the fallowing clarification to the scope of work, changes, deletions, or additions to the original solicitation document for the referenced solicitation: Change 4. DUE DATE: DUE DATE: . If you require additional information please post a question on our Bid Sync (), my.bidsvnc.com bidding platform under the solicitation for this project. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. 11/24 Date SiteOne Landscape Supply (Name of Firm) Co 7eT �Gy A&Nnis#ahe Services Dhkkn Procuenlent Services Date: November 24, 2020 Email: Deborah.McCormick @colliercountyfl.gov Telephone: 239-252-4270 Addendum 5 From: Deborah McCormick, Procurement Strategist To: Interested Bidders Subject: Addendum # 5 Solicitation # 20-7816 Title: PARKS MULCH AND PINE STRAW The following clarifications are issued as an addendum identifying the following clarification to the scope of work, changes, deletions, or additions to the original solicitation document for the referenced solicitation: Change 5. CLARIFICATION TO BID SCHEDULE: Line item: 11, Extended Duration Trailer Charge applies only to line item: 10, Pine Straw Mulch Bale. These items will be awarded together. If you require additional information please post a question on our Bid Sync (www.hidsvnc.corn) bidding platform under the solicitation for this project. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. 11 /24/20 Date SiteOne Landscape Supply (Name of Firm) Collier County Solicitation 20-7816 ►C 1EY C01411ty Administrative Services Department Procurement Services Division COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS INVITATION TO BID (ITB) FOR PARKS MULCH AND PINE STRAW SOLICITATION NO.: 20-7816 DEBORAH MCCORMICK, PROCURE DIVI STRATEGIST PROCUREMENT SERVICE 3295 TAMIAMI TRAIL EAST, BLDG G2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-4270 Deborah.McCormick@colliercountyfl.gov (Email) to this This solicitation document is prepared in Microsoft for eject onformat. Any of the bid cancellation of any document made by the Bidder may grounds subsequent award, or any other legal remedies available to the Collier County Government. p. 4 10/20/2020 10:16 AM Collier County Solicitation 20-7816 SOLICITATION PUBLIC NOTICE INVITATION TO BID (ITB) NUMBER: 20-7816 PROJECT TITLE: PARKS MULCH AND PINE STRAW PRE- BID MEETING: N/A LOCATION: PROCUREMENT SERVICES DIVISION, CONFERENCE ROOM A, 3295 TAMIAMI TRAIL EAST, BLDG C-2, NAPLES, FLORIDA 34112 DUE DATE; November 19, 2020 (ij 10:00 am Est. PLACE OF BID OPENING: PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FL 34112 All bids shall be submitted online via the Collier County Procurement Services Division Online Bidding System: htti)s://www.bidsvnc.com/bidsvnc-cas/ INTRODUCTION As requested by the Parks and Recreation Division (hereinafter, the "Division or Department"), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, "County") has issued this Invitation to Bid (hereinafter, "ITB") with the intent of obtaining bid submittals from interested and qualified vendors in accordance with the terms, conditions and specifications stated or attached. The vendor, at a minimum, must achieve the requirements of the Specifications 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 $175,000.00; however, this may not be indicative of future buying patterns. BACKGROUND The products/services requested in this solicitation is for the furnishing of all labor, equipment materials and services necessary for the purchase, delivery and/or off-loading of mulch for the Parks and Recreation Division. 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 option. Prices shall remain firm for the first year of this contract. Requests for consideration and approval of a price adjustment shall be made in writing to Parks and Recreation Division Director, or designee, prior to any changes in pricing. Price adjustments are dependent upon proof of manufacturer increase in supply cost, the consumer price index (CPI) over the past twelve (12) months, or budget availability. Price Escalation/De-Escalation — Bids are submitted with the understanding that no price increases will be authorized for 365 calendar days after the effective date of contract. Upward price adjustment may be permitted only at the end of this period and only where verified to the satisfaction of the Parks and Recreation Division Director, or designee, as provided herein. Price decreases shall be immediately conveyed to the County. 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 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. All Zoods are FOB destination and must be suitably packed and prepared to secure the lowest transportation rates and to comply with all carrier reizulations. Risk of loss of any goods sold hereunder shall transfer to the COUNTY at the time and lace of delivery; Provided that risk of loss rior to actual receipt of the goods by the COUNTY nonetheless remain with VENDOR P. 5 10/20/2020 10:16 AM Collier County Solicitation 20-7816 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. ➢ 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 price, lowest discount, or criteria established in the solicitation as outlined below: • Lowest Price Per Line Item ➢ Collier County reserves the right to select one, or more than one suppliers, award on a line item basis, establish a pool for quoting, or other options that represents the best value to the County; however, it is the intent to: • Primary, Secondary, Tertiary ➢ The County reserves the right to issue a formal contractor standard County Purchase Order for the award of this solicitation. DETAILED SCOPE OF WORK MINIMUM REQUIREMENTS 1. SCOPE OF WORK Collier County Divisions may submit orders to the Contractor to purchase mulch and pine straw that the County will pick or have the Contractor deliver on an "as needed basis." 2. CERTIFICATIONS No Chromated Copper Arsenate (CCA), International Play Equipment Manufacturers Association (IPEMA) Certified, American Society for Testing and Materials (ASTM) 3. BID SCHEDULE The bid schedule structured into categories for varies mulch and pine straw. Each category is identified with a letter, and within each category are two (2) sections: Cubic Yard and 2 Cubic Foot Bag. Pine Straw is Bale price. Unit Price or Quantity: Contractor prices for cubic yard, two (2) cubic foot bag purchases (pick-up and delivery). Delivered pricing is inclusive of all fees to have the product delivered. Extended Duration Trailer: If the County requires a trailer storage longer than thirty (30) days, the Contractor will provide a quote for charges to be in thirty (30) day increments. Equivalent: Contractors may submit for the County's consideration equivalents to the products that are listed. Contractor(s) offering an equivalent to the product must provide a sample of the product with specifications before Notice of Recommended Award. The County will determine if the product sample and specifications are equivalent. Contractors submitting an equal shall input an "V into the "EQUAL" cell. Mulch Samples: Interested vendors must supply mulch samples. 4. PRODUCT SPECIFICATIONS Acronyms listed in categories below are for the following: Engineered Wood Fiber (EWF); American Society for Testing Materials (ASTM); International Play Equipment Manufacturers Association (IPEMA), and Americans with Disabilities Act (ADA). Cubic foot bag packaging materials shall 2.75 mil bag thickness No Chromated Copper Arsenate (CCA). A. Category A• Chocolate Mulch — Color GL 513 Mocha It must contain only natural wood fibers, contaminated free, and cured to eliminate see germination of invasive plants or weeds. Shredded to a size no larger than three and one-half inches (31/2"), and not too thin that it degrades rapidly. Mulch pieces exceeding 3-1/2 inches must be removed. B. Category B• F1oriMulch Pin -Safe Mulch Specialty mulch for playgrounds. Include product test data with bid submission Mulch shall be made entirely from the above -ground portion of wood and bark of the Malaleuca Quinquenervia Tree. It shall not contain more the 10% (by volume) bark and shall not contain roots, or root pieces. Shreds and chips shall not be larger than 3/4 diameter and 1-1/2 inch in length. Mulch shall be free of weed seeds, soil and other organic or inorganic material, and free of CCA treatments. P. 6 10/20/2020 10:16 AM Collier County Solicitation 20-7816 Prior to its final processing, mulch will have been inspected and certified by the Florida Department of Agriculture and Consumer Services, Division of Plant Industry, as free of burrowing nematodes. All proofs of delivery shall bear the official State of Florida stamp of inspection and verification. Contractor shall provide test results for impact attenuation to show compliance with ASTM F1292 Standard Specification for Impact Attenuation for Surface Systems Under and Around Playground Equipment. Contractor shall provide test results for the EWF in accordance with ASTM F2075 Specification for EWF for surfacing shall be certified by the Florida Department of Agriculture to be Burrowing Nematode Free. This shall be evidenced by the official certification number being stamped on all delivery documents and invoices. A non -toxic, biodegradable colorant shall be utilized on the colored Play -Safe Plus material. Safety Data Sheets (formerly: MSDS) specifications sheets shall be presented upon request. Surfacing shall pass evaluation for Shock Absorbing Properties in accordance with the procedures outlined in ASTM F1292Standard Specifications for Impact Attenuation of Surface Systems Under and Around Playground Equipment. C. Category C: Play Safe Plus Mulch a playground mulch that is not treated with (CCA). Include product test data with bid submission. Surfacing shall be IPEMA-Certified Engineered Wood Fiber. Standard wood chips, bark mulch, or material manufactured from recycled pallets are not acceptable. Surfacing shall be manufactured from virgin wood fibers and shall comply with the sizing requirements outlined in accordance with the procedures outlined in ASTM F2075. Engineered wood fiber shall not contain twigs, bark, leaf debris or other organic or inorganic material incorporated within such as soil, sand or gravel. Supplier shall provide test results for impact attenuation to show compliance with ASTM F1292 Standard Specification for Impact Attenuation for Surface Systems Under and Around Playground Equipment. D. Category D: Pine Straw Mulch Bale is 100% Pine Straw, relatively free of sticks, leaves, and debris. Bale size: minimum 14" x 16" x 30" or equal, twine tied, which will cover approximately 50 to 60 square feet at a two-inch (2") depth. E. Category E: Extended Duration Trailer Charge applies if the County requires a trailer storage longer than thirty (30) days, the Contractor will provide a quote for charges to be in thirty (30) day increments. 5. ORDERS County Divisions requiring products and services will place orders directly with the Contractor (s) on an "as needed" basis. Vendor Account Representative(s) Contractor shall assign account representatives for order placements, order resolutions, billing, and other related account activities. Contractor shall provide account representative names, phone numbers, and emails upon contract execution. Order Placements the Division representative shall email orders to the Contractor's assigned point -of -contact for the County or place orders via a website portal, if available. Order Confirmation shall include, but not limited: line item number, item description, unit of measure, quantity, unit cost, and extended cost for each item ordered. Order Processing shall be within two (2) business days, and order delivery shall occur within five (5) business days from receipt of order, complete, and ready to use. • If the Contractor is unable to process the order within five (5) business days, the County representative may use the next lowest Contractor for the item being requested. • If the next lowest Contractor's price is significantly higher than the lowest bidder, the County representative can request a price quote from a vendor off -contract following Collier County Procurement Ordinance. Backorders shall be communicated by the Contractor to the County representative immediately at order placement or as soon as the Contractor is made aware. The County reserves the right to cancel the backorder and order from the next lowest bidder. If there is no other Contractor to supply the mulch under the resultant agreement, the County may request quotes following Collier County Procurement Ordinance. 6. DELIVERY Deliveries shall be Free on Board (FOB) Destination. Delivery hours are Monday through Friday from 7:00 a.m. to 3:00 p.m. EST. There will be no deliveries after 3:00 p.m. EST, or on (11) County observed holidays which County offices are closed: New Year's Day, Martin Luther King Jr. Day, President's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Eve, and Christmas day. The Contractor shall contact the County representative that placed the order, no less than 24 hours in advance, to coordinate or notify them of the delivery. The Division receiving an order has final authority as to the quality and acceptability of any products. Any product delivery found to be defective or incorrect (order errors on behalf of the Contractor) shall be returned to the Contractor at the Contractor's expense. The Contractor shall correct the issue and expedite the delivery within one (1) business with the 10/20/2020 10:16 AM p. Collier County Solicitation 20-7816 correct product at no additional cost to the County. Delivery locations are throughout Collier County at no additional cost. VENDORCHECKLIST ***Vendor should check off each of the following items as the necessary action is completed (please see, Vendor Check List)*** 10/20/2020 10:16 AM P. 8 Collier County BID SCHEDULE NO. 20-7816 MULCH AND PINE STRAW Solicitation 20-7816 Unit Prices and Minimum Ouantities: Bidder will enter unit prices for cubic yard, cubic bags, and bale for FOB destination. Equal: Bidders submitting an equivalent item to the product being requested must submit samples for staff review and approval before Notice of Recommended Award. If you are submitting an equal input an "X" in the 'EQUAL" --]I ITEM DESCRIPTION Unit re Measure UNIT PRICE QUANTI TY EQUAL Category A. Chocolate Mulch 1 Cubic Yard Price -Delivered Each $ - 2 2 Cubic Foot Bag Price - County Pick Up Each $ - S - 3 2 Cubic Foot Bag Price - Delivered Each $ - Category B. FloriMulch Play -Safe Playground Surface (No CCA, IPEMA Certified, ASTM) 4 Cubic Yard Price - Delivered Each $ - 5 2 Cubic Foot Bag Price - County Pick Up Each $ - 6 2 Cubic Foot Bag Price - Delivered Each $ - Category C. Play Safe Plus Mulch (No CCA, IPEMA Certified, ASTM) 7 Cubic Yard Price - Delivered Each $ - 8 2 Cubic Foot Bag Price - County Pick Up Each $ - 9 2 Cubic Foot Bag Price - Delivered Each $ - Category D. Pine Straw Mulch Bale, approximate bale size: '14"xl6"x30'1 10 113ale (14"X 16" X30") Price- Delivered jEach I $ - Category E. EXTENDED DURATION TRAILER CHARGE 11 Extended Duration Trailer Charge (per thirty (30) day increment) EACH $ - REQUIRED FORMS AND DOCUMENTS Form 1: Vendor Declaration Statement Form 2: Conflict of Interest Certification Affidavit Form 3: Immigration Affidavit Certification Form 4: Vendor Submittal — Local Vendor Preference Affidavit Form 5: Reference Questionnaire Form 6: Grant Forms (Not applicable) Insurance and Bonding Requirements E-Verify Sunbiz Page Vendor W-9 See attached excel Bid Schedule 10/20/2020 10:16 AM P. 9 Collier County Solicitation 20-7816 INb _� GENERAL BID INSTRUCTIONS ay` �... _ � Man, 1. PURPOSE/OBJECTIVE As requested by the Collier County departments or divisions identified, the Collier County Board of County Commissioners Procurement Services Division (hereinafter, the County) has issued this Invitation to Bid (hereinafter, the "ITB", or "Bid") with the sole purpose and intent of obtaining bid responses from interested and qualified Firms/Vendors/Contractors in accordance with the terms, conditions, and specifications stated and/or attached herein/hereto. The successful Vendor will hereinafter be referred to as the "Vendor". All bids must be submitted on the Bid forms furnished by the County noted in Attachments of this ITB. Bidder may be deemed non -responsive if the Bid forms are not properly executed. Vendor is responsible to read and follow the instructions very carefully, as any misinterpretation or failure to comply with these instructions could lead to the bid submitted as being rejected as non -responsive. 2. QUESTIONS 2.1 Direct questions related to this Bid to the Collier County Procurement Services Division Online Bidding System website: https://www.bidsync.com/bidsync-cas/. 2.2 Bidders must clearly understand that the only official answer or position of the County will be the one stated on the Collier County Procurement Services Division Online Bidding System website. For general questions, please call the referenced Procurement Strategist noted on the cover page. 3. COMPLIANCE WITH THE BID Bidders must be in strict compliance with this ITB. Failure to comply with all provisions of the ITB may result in disqualification. 4. AMBIGUITY, CONFLICT, OR OTHER ERRORS IN THE RFP It is the sole responsibility of the vendor if they discover any ambiguity, conflict, discrepancy, omission or other error in the ITB, to immediately notify the Procurement Professional, noted herein, of such error in writing and request modification or clarification of the document prior to submitting the bid. The Procurement Professional will make modifications by issuing a written revision and will give written notice to all parties who have received this ITB from the Procurement Services Division. 5. PRICING Vendors must provide prices using the unit of measure specified by the County. All prices will remain firm for a period of one hundred and eighty (180) calendar days from date of bid opening. After award by the Board of County Commissioners, prices may only be adjusted as outlined. 6. ALTERNATE BID PRICING In the event that alternate pricing is requested, it is an expressed requirement of the bid to provide pricing for all alternates as listed. The omission of a response or a no -bid or lack of a submitted price may be the basis for the rejection of the submitted bid response. All bids responses received without pricing for all alternates as listed may be considered technically non -responsive. 7. EQUAL PRODUCT Manufacturer's name, brand name and/or model number are used in these specifications for the purpose of establishing minimum requirements of level of quality, standards of performance and/or design required, and is in no way intended to prohibit the bidding of other manufacturer's items of equal or 10/20/2020 10:16 AM P. 10 Collier County Solicitation 20-7816 similar material. An equal or similar product may be bid, provided that the product is found by the County to be equal or similar in quality, standard of performance, design, etc. to the item specified. Where an equal or similar is bid, the Bid must be accompanied with two (2) complete sets of factory information sheets (specifications, brochures, etc.) and test results, if applicable, of unit bid as equal or similar. Equal product samples, if required for evaluation, and at no cost, to the County, the Vendor must contact the Procurement Services Division for instructions on submittal. The County shall be sole judge of equality or similarity, and its decision shall be final in the best interest.' S. DISCOUNT Any discounts or terms must be shown on the Bid form. Such discounts, if any, may be considered in the award of tie bids. In no instance should payment terms less than fifteen (15) calendar, days be offered. 9. ADDENDA The County reserves the right to formally amend and/or clarify the solicitation where it deems necessary. Any such addendum/clarification shall be in writing and notifications shall be distributed electronically to all parties who received the original bid specifications prior to the deadline for submission of Bids. All changes to this ITB will be conveyed electronically through a notice of addendum or questions and answers to all Vendors registered under the applicable commodity code(s) at the time when the original ITB was released, as well as those Vendors, who downloaded the ITB document. All addendums are posted on the Collier County Procurement Services Division Online Bidding System website https://www.bidsync.com/bidsync-cas/. Before submitting a bid response, please make sure that you have read all documents provided, understood clearly and complied completely with any changes stated in the addenda as failure to do so may result in deeming your submittal non -responsive. 10. BID SUBMISSION All electronic bids shall be submitted online via the Collier County Procurement Services Division Online Bidding System: https://www.bidsync.com/bidsync-cas/ 11. QUESTIONS If the Vendor should be of the opinion that the meaning of any part of the Bid Document is doubtful, obscure or contains errors or omissions it should report such opinion to the Procurement Strategist before the bid opening date. Direct questions related to this ITB only to the Collier County Procurement Services Division Internet website: https://www.bidsync.com/bidsync-cas/. Questions will not be answered after the date and time noted. Vendors must clearly understand that the only official answer or position of the County will be the one stated on the Collier County Procurement Services Division Online Bidding System website. For general questions, please call the referenced Procurement Strategist identified in the Public Notice. 12. PROTESTS PROCEDURES 12.1 Any Vendor who alleges to be aggrieved in connection with the solicitation or award of a contract, may protest to the Procurement Services Director, who shall serve as the sole receipt of the any and all notices of intent to protest and all formal protests. 12.2 With respect to a protest of the terms, conditions and specifications contained in a solicitation, including any provisions governing the methods for evaluation of bids, proposals or replies, awarding contracts, reserving rights for further negotiation or modifying or amending any contract, the protesting party shall file a notice of intent to protest within three (3) days, excluding weekends and County holidays, after the first publication, whether by posting or formal advertisement of the solicitation. The formal written protest shall be filed within five (5) 10/20/2020 10:16 AM P. 11 Collier County Solicitation 20-7816 days of the date the notice of intent is filed. Formal protests of the terms, conditions and specifications shall contain all of the information required for the Procurement Services Director, to render a decision on the formal protest and determine whether postponement of the bid opening or proposal/response closing time is appropriate. The Procurement Services Director's decision shall be considered final and conclusive unless the protesting party files an appeal of the Procurement Services Director's decision. 12.3 Any actual proposer or respondent to who desires to protest a recommended contract award shall submit a notice of intent to protest to the Procurement Services Director within three (3) calendar days, excluding weekends and County holidays, from the date of the initial posting of the recommended award. 12.4 All formal protests with respect to a recommended contract award shall be submitted in writing to the Procurement Services Director for a decision. Said protests shall be submitted within five (5) calendar days, excluding weekends and County holidays, from the date that the notice of intent to protest is received by the Procurement Services Director, and accompanied by the required fee. 12.5 Complete instructions for formal protest are set forth in Section 23 of Collier County Procurement Ordinance 2017-08, as amended. The protesting party must have standing as defined by established Florida case law to maintain a protest. 13. IMMIGRATION AFFIDAVIT CERTIFICATION 13.1 Statutes and executive orders require employers to abide by the immigration laws of the United States and to employ only individuals who are eligible to work in the United States. The Employment Eligibility Verification System (E-Verify)'operated by the Department of Homeland Security (DHS) in partnership with the Social Security Administration (SSA), provides an Internet -based means of verifying employment eligibility of workers in the United States; it is not a substitute for any other employment eligibility verification requirements. The program will be used for Collier County formal Invitations to Bid (ITB) and Request for Proposals (ITB) including professional services and construction services. (1) Exceptions to the program: (a) Commodity based procurement where no services are provided. (b) Where the requirement for the affidavit is waived by the Board of County Commissioners. 13.2 Vendors.are required to be enrolled in the E-Verify program at the time of submission of the bid. Acceptable evidence of your enrollment 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 which will be produced at the time of the submission of the Vendor's proposal/bid or within five (5) day of the County's Notice of Recommend Award. FAILURE TO EXECUTE THIS AFFIDAVIT CERTIFICATION AND SUBMIT WITH VENDOR'S PROPOSAL/BID MAY DEEM THE VENDOR'S AS NON -RESPONSIVE. 13.3 Additionally, vendors shall require all subcontracted vendors to use the E-Verify system for all purchases not covered under the "Exceptions to the program" clause above. 13.4 For additional information regarding the Employment Eligibility Verification System (E- Verify) program visit the following website: http://www.dhs.gov/E-Verify. It shall be the vendor's responsibility to familiarize themselves with all rules and regulations governing this program. 10/20/2020 10:16 AM p. 12 Collier County Solicitation 20-7816 13.5 Vendor acknowledges, and without exception or stipulation, any firm(s) receiving an award shall be fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended and with the provisions contained within this affidavit. Failure by the awarded firm(s) to comply with the laws referenced herein or the provisions of this affidavit shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. 14. LOBBYING After the issuance of any solicitation, no current or prospective Vendor or any person acting on their behalf, shall contact, communicate with or discuss any matter relating to the solicitation with any Collier County employee or elected or appointed official, other than the Procurement Services Director or his/her designees. This prohibition ends upon execution of the final contract or upon cancellation of the solicitation. Any current or prospective Vendor that lobbies any Collier County employee or elected or appointed official while a solicitation is open or being recommended for award (i) may be deemed ineligible for award of that solicitation by the Procurement Services Director, and (ii) will be subject to Suspension and Debarment outlined in section Twenty -Eight of Procurement Ordinance 2017-08, as amended. 15. CERTIFICATE OF AUTHORITY TO CONDUCT BUSINESS IN .THE STATE OF FLORIDA (FL STATUTE 607.1501) In order to be considered for award, firms must be registered with the Florida Department of State Divisions of Corporations in accordance with the requirements of Florida Statute 607,1501 and provide a certificate of authority (www.sunbiz.org/search.html) prior to execution of, a contract. A copy of the document should be submitted with the solicitation response and the document number should be identified. Firms who do not provide the certificate of authority at the time of response shall be required to provide same within five (5) days upon notification of selection for award. If the firm cannot provide the document within the referenced timeframe, the County reserves the right to award to another firm. 16. LOCAL VENDOR PREFERENCE (LVP). Any Vendor claiming local vendor preference must complete the required form and submit a Collier or Lee Business Tax receipt with their submission. 17. GENERAL INFORMATION When it is deemed by the County that a bid cannot be awarded as originally intended, the County reserves the right to award this bid through an approach which is the best interest of the County. Alternate bids will not be considered unless authorized by the ITB. In case of identical bids tying as low bid, the County shall conduct a random selection (coin toss) by the Procurement Services Director before at least three witnesses. 18. BID AWARD PROCESS Award shall be made in a manner consistent with the County's Procurement Ordinance. Award recommendations will be posted on the Collier County Procurement Services Online Bidding system Online Bidding system website: https://www.bidsync.com/bidsync-cas/. 19. RESERVED RIGHTS Collier County reserves its right in any solicitation to accept or reject any or all bids, proposals or offers; to waive minor irregularities and technicalities; or to request resubmission. Also, Collier County reserves the right to accept all or any part of any bid, proposal, or offer, and to increase or decrease quantities to meet the additional or reduced requirements of Collier County. Collier County reserves its right to cancel, extend or modify any or all bids, proposals or offers; to award to one or more vendors; to award 10/20/2020 10:16 AM p. 13 Collier County Solicitation 20-7816 all or part of a solicitation; and to award by individual line items when it is deemed to be in the best interest of the County. Collier County reserves its right to reject any sole response. 20. INSURANCE AND BONDING REQUIREMENTS 20.1 The Vendor shall at its own expense, carry and maintain insurance coverage from responsible companies duly authorized to do business in the State of Florida as set forth in the Insurance and Bonding attachment of this solicitation. The Vendor shall be required to provide the Certificate of Insurance(s) with the limits set forth in the solicitation within five (5) days upon notification of selection for award. If the Vendor cannot provide the document within the referenced timeframe, the County reserves the right to award to another Vendor. The Vendor shall procure and maintain property insurance upon the entire project, if required, to the full insurable value of the scope of work. 20.2 The County and the Vendor waive against each other and the County's separate Vendors, Contractors, Design Consultant, Subcontractors agents and employees of each and all of them, all damages covered by property insurance provided herein, except such rights as they may have to the proceeds of such insurance. The Vendor and County shall, where appropriate, require similar waivers of subrogation from the County's separate Vendors, Design Consultants and Subcontractors and shall require each of them to include similar waivers in their contracts. 20,.3 Collier County shall be responsible for purchasing and maintaining, its own liability insurance. 20.4 Certificates issued as a result of the award of this solicitation must identify "For any and all work performed on behalf of Collier County." 20.5 The General Liability Policy provided by Vendor to meet the requirements of this solicitation shall name Collier County, Florida, as an additional insured as to the, operations of Vendor under this solicitation and shall contain a severability of interests provisions. 20.6 Collier County Board of County Commissioners shall be named as the Certificate Holder, The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. The "Certificate Holder" should read as follows: Collier County Board of County Commissioners Naples, Florida 20.7 The amounts and types of insurance coverage shall conform to the minimum requirements set forth in Insurance and Bonding attachment, with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If Vendor has any self -insured retentions or deductibles under any of the below listed minimum required coverage, Vendor must identify on the Certificate of Insurance the nature and amount of such self- insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self -insured retentions or deductibles will be Vendor's sole responsibility. 20.8 Coverage(s) shall be maintained without interruption from the date of commencement of the Work until the date of completion and acceptance of the scope of work by the County or as specified in this solicitation, whichever is longer. 20.9 The Vendor and/or its insurance carrier shall provide 30 days. written notice to the County of policy cancellation or non -renewal on the part of the insurance carrier or the Vendor. The Vendor shall also notify the County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non -renewal or material change in coverage 10/20/2020 10:16 AM p. 14 Collier County Solicitation 20-7816 or limits received by Vendor from its insurer and nothing contained herein shall relieve Vendor of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by Vendor hereunder, Vendor shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. 20.10 Should at any time the Vendor not maintain the insurance coverage(s) required herein, the County may terminate the Agreement or at its sole discretion. shall be authorized to purchase such coverage(s) and charge the Vendor for such coverage(s) purchased. If Vendor fails to reimburse the County for such costs within thirty (30) days after demand, the County has the right to offset these costs from any amount due Vendor under the 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. 20.11 If the initial or any subsequently issued Certificate of Insurance expires prior to the completion of the scope of work, the Vendor shall furnish to the County renewal or replacement Certificate(s) of Insurance not later than ten (10) 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. 21. ADDITIONAL ITEMS AND/OR SERVICES Additional items and/or services may be added to the resultant contract, or purchase order, in compliance with the Procurement Ordinance. 22. VENDOR PERFORMANCE EVALUATION The County has implemented a Vendor Performance Evaluation System for all contracts awarded in excess of $25,000. The County reserves the right to take into consideration a Vendor's past performance under a prior or current County contract when it is considering the granting of a new contract, the assignment of a work order, or any additional work. 23. ADDITIONAL TERMS AND CONDITIONS OF CONTRACT 23.1 The selected Vendor may be required to sign a standard Collier County contract or accept the County's Purchase Order terms and conditions to serve as a formal contact. 23.2 The resultant contract(s) may include purchase or work orders issued by the County's Project Manager (a/k/a Contract Administrative Agent). 23.3 The County reserves the right to include in any contract document such terms and conditions, as it deems necessary for the proper protection of the rights of Collier County. A sample copy of this contract is available upon request. The County,will not be obligated to sign any contracts, maintenance and/or service agreements other documents or agree to any exceptions to the County's terms and conditions provided by the Vendor. 23.4 The County's Project Manager shall coordinate with the Vendor / Contractor the return of any surplus assets, including materials, supplies, and equipment associated with the scope or work. 24. PUBLIC RECORDS COMPLIANCE 10/20/2020 10:16 AM p. 15 Collier County Solicitation 20-7816 24.1 Florida Public Records Law Chapter 119, including specifically those contractual requirements in 119.0701(2)(a)-(b) as follows: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Communication and Customer Relations Division 3299 Tamiami Trail East Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8383 24.2 The Contractor must specifically comply with the Florida Public Records Law to: 24.2.1 Keep and maintain public records required by the public agency to perform the service 24.2.2 Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 24.2.3 Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 24.2.4 Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. 25. PAYMENT METHOD Payments are made in accordance with the Local Government Prompt Payment Act, Chapter 218, Florida Statutes. Vendor's invoices must include: Purchase Order Number and description and quantities of the goods or services provided per instructions on the County's purchase order or contract. Invoices shall be sent to: Board of County Commissioners Clerk's Finance Department ATTN: Accounts Payable 3299 Tamiami Trail East, Suite 700 Naples FL 34112 Or Emailed to: bccapclerk@collierclerk.com 25.1 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 10/20/2020 10:16 AM P. 16 Collier County Solicitation 20-7816 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 the agreement. 25.2 In instances where the successful Vendor 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. 25.3 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. 26. ENVIRONMENTAL HEALTH AND SAFETY 26.1 All Vendors and Sub Vendors performing service for Collier County are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any .other applicable rules and regulations. Vendors and Sub Vendors shall be responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. All firewall penetrations must be protected in order to meet Fire Codes. 26.2 Collier County Government has authorized OSHA representatives to enter any Collier County facility, property and/or right-of-way for the purpose of inspection of any Vendor's work operations. This provision is non-negotiable by any department and/or Vendor. 26.3 All new electrical installations shall incorporate NFPA 70E Short Circuit Protective Device Coordination and Arc Flash Studies where relevant as determined by the engineer. 26.4 All electrical installations shall be labeled with appropriate NFPA 70E arch flash boundary and PPE Protective labels. 27. LICENSES 27.1 The Vendor is required to possess the correct Business Tax Receipt, professional license, and any Bother 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. 27.2 All State Certified contractors who may need to pull Collier County permits or call in inspections must complete a Collier County Contractor License registration form and submit the required fee. After registering the license/registration will need to be ,renewed thereafter to remain "active" in Collier County. 27.3 If you have questions regarding professional licenses contact the Contractor Licensing, Community Development and Environmental Services at (239) 252-2431, 252-2432 or 252- 10/20/2020 10:16 AM p• 17 Collier County Solicitation 20-7816 2909. Questions regarding required occupational licenses, please contact the Tax Collector's Office at (239) 252-2477. 28. SURVIVABILITY The Vendor agrees that any Purchase Order/Work Order/Solicitation Documents that extends beyond the expiration date of the original Solicitation will survive and remain subject to the terms and conditions of that Agreement until the completion or termination. 29. 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. 30. TERMINATION Should the Vendor be found to have failed to perform services in a manner satisfactory to the County, the County may terminate this Agreement immediately for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be sole judge of non- performance. In the event that the award of this solicitation is made by the Procurement Services Director, the ,award and any resultant purchase orders may be terminated at any time by the County upon thirty (30) days written notice to the awarded vendor(s) pursuant to the Board's Procurement Ordinance. 31. PUBLIC ENTITY CRIME A person or affiliate who has been placed on the convicted Vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or vendor under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287,017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted Vendor list. 32. SECURITY AND BACKGROUND CHECKS 32.1 The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking 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. 32.2 All of Contractor's employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor's business. 10/20/2020 10:16 AM p. 18 Collier County Solicitation 20-7816 32.3 The Contractor shall immediately notify the Collier County Facilities Management Division via e-mail (DL-FMOPS@colliergov.net) whenever an employee assigned to Collier County separates from their employment. This notification is critical to ensure the continued security of Collier County facilities and systems. Failure to notify within four (4) hours of separation may result in a deduction of $500 per incident. 32.4 CCSO requires separate fingerprinting prior to work being performed in any of their locations. This will be coordinated upon award of the contract. If there are additional fees for this process, the vendor is responsible for all costs. 33. CONFLICT OF INTEREST Vendor shall complete the Conflict of Interest Affidavit included as an attachment to this ITB document. Disclosure of any potential or actual conflict of interest is subject to County staff review and does not in and of itself disqualify a Vendor from consideration. These disclosures are intended to identify and or preclude conflict of interest situations during'contract selection and execution. 34. 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, ITB, and/or quotes; and, c. immediate termination of any contract held by the individual and/or firm for cause. 35. DEDUCTION FOR NON-PERFORMANCE The County reserves the right to deduct a portion of any invoice for goods not delivered, or services not performed in accordance with requirements, including required timeframe. The County may also deduct, or chargeback the Vendor the costs necessary to correct the deficiencies directly related to the Vendor's non-performance. 36. 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. 37. FLORIDA WOOD PRODUCTS The Vendor agrees to comply with Florida Statute 255.20 to provide lumber, timber and other forest products produced and manufactured in the State of Florida as long as the price, fitness and quality are equal. 38. STANDARDS OF CONDUCT The Vendor shall employ people to work on County projects who' are neat, clean, well-groomed and courteous. Subject to the American with Disabilities Act, Vendor shall supply competent employees who are physically capable of performing their employment duties. The. County may require the Vendor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Collier County projects is not in the best interest of the County. 39. PROTECTION OF PROPERTY The Vendor shall ensure that the service is performed in such manner as to not damage any property. In the event damage occurs to any property as a direct result of the Vendor or their Sub vendor in the 10/20/2020 10:16 AM P. 19 Collier County Solicitation 20-7816 performance of the required service, the Vendor shall repair/replace, to the County's satisfaction, damaged property at no additional cost to the County. If the damage caused by the Vendor or their Sub vendor has to be repaired/replaced by the County, the cost of such work will be deducted from the monies due the Vendor. The County's project manager shall coordinate with the Vendor the return of any surplus assets, including materials, supplies, and equipment associated with the scope or work. 40. COLLIER COUNTY INFORMATION TECHNOLOGY REQUIREMENTS All vendor access will be done via VPN access only. All access must comply with current published County Manager Agency (CMA) policies. Current policies that apply are CMAs 5402, 5403 and 5405. These policies will be available upon request from the Information Technology Department. All vendors will be required to adhere to IT policies for access to the County network. Vendors are required to notify the County in writing twenty-four (24) hours in advance as to when access to the network is planned. Included in this request must be a detailed work plan with actions that will be taken at the time of access. The County IT Department has developed a Technical Architecture Requirements Document. 41. MAINTENANCE OF TRAFFIC POLICY For all projects that are conducted within a Collier County Right -of -Way, the Vendor shall provide and erect Traffic Control Devices as prescribed in the current edition of the Manual on Uniform Traffic Control Devices (MUTCD), where applicable on local roadways and as prescribed in the Florida Department of Transportation's Design Standards (DS) on state roadways. These projects shall also comply with Collier County's Maintenance of Traffic Policy, #5807, incorporated herein by reference. Copies are available through the Risk Management and/or Procurement Services Division and are available on-line at colliergov.net/purchasing. The Vendor will be responsible for obtaining copies of all required manuals, MUTCD, FDOT Roadway & Traffic Design Standards Indexes, or other related documents, so to become familiar with their requirements. Strict adherence to the requirements of the Maintenance of Traffic ("MOT") policy will be enforced under this Contract. All costs associated with the Maintenance of Traffic shall be included on the line item on the bid page. If MOT is required, MOT is to be provided within ten (10) days of receipt of Notice of Award. 42. DEBRIS Vendor shall be responsible for the removal and disposal of all debris from the site and the cleaning of the affected areas. Vendor shall keep the premises free of debris and unusable materials resulting from their work and as work progresses; or upon the request of the County's representative, shall remove and dispose such debris and materials from the property. The Vendor shall leave all affected areas as they were prior to beginning work. 43. DIRECT MATERIAL PURCHASE 43.1 The County reserves the right to require Vendor to assign some or all of its agreements with material suppliers directly to the County. Any such goods and/or materials purchased by the County pursuant to such an assignment of a material supply agreement shall be referred to as "County Furnished Materials" and the responsibilities of both the County and the Vendor relating to said materials shall be governed by the terms and conditions of this solicitation. Additionally, the County at its sole option may choose to purchase some or all .of the goods and/or materials from other suppliers. In either instance the County may require the following information from the Vendor: 43.1.1 Required quantities of material 10/20/2020 10:16 AM ' p. 20 Collier County Solicitation 20-7816 43.1.2 Specifications relating to goods and/or materials required for job including brand and/or model number or type if applicable 43.1.3 Pricing and availability of goods and/or materials provided under Vendor's agreements. with material suppliers 44. GRANT COMPLIANCE The purchase of any goods and/or services that are funded through Federal Grant Appropriations, the State of Florida, or any other public or private foundations shall be subject to the compliance and reporting requirements of the granting agency. The Vendor agrees include with the bid submission all the completed and fully executed Grant documents provided as an attachment to the solicitation, or you may BE DEEMED NON -RESPONSIVE. 45. EQUIPMENT Vendor shall have available and in good working condition, the necessary equipment to perform the required service. If required by the County, the Vendor shall supply a list of equipment and an hourly rate for each. Hourly rates will commence once equipment arrives at the service site, unless otherwise agreed in writing by the Project Manager. In the .event that additional specialized and/or heavy equipment (backhoe, crane, mudhog, etc.) is needed, the Project Manager must be notified in advance for approval. The reimbursement of additional equipment expense shall be at cost and will commence once equipment arrives at the service site, unless otherwise agreed in writing by the Project Manager. The County reserves the right to request and obtain documentation of the Vendor's cost for time and material projects, and to withhold payments until documentation is provided. All County -purchased equipment must be new and of current manufacture in production at the time of bid opening, and carry industry standard warranties. At the time of delivery, at least two (2) complete shop repair manuals and parts lists must be furnished with each type of equipment. Vendor must service all equipment prior to delivery and/or acceptance by the County. The scope of these specifications is to ensure the delivery of a complete unit ready for operation. Omission of any essential detail from these specifications does not relieve the Vendor from furnishing a complete unit. 46. STORAGE TANK INSTALLATION AND CLOSURE REQUIREMENTS (43-46 where applicable), The contractor shall ensure compliance with all NFPA regulations: specifically, 110 & 30/30A; FDEP chapter 62 regulations: specifically, 761, 762, 777, and 780; 376 & 403 Florida Statutes; and STI, UL, PEI, ASME, NACE, NLPA, NIST & API referenced standards pertaining to the storage of hazardous materials and petroleum products. The contractor shall notify the Solid& Hazardous Waste Management Department (SHWMD) prior to the installation, removal, or maintenance of any storage tank, including day tanks for generators, storing / will be storing petroleum products or hazardous materials. The contractor shall provide a 10 day and 48-hour notice to SHWMD 239-252-2508 prior to commencement. The contractor shall provide the plans pertaining to the storage tank systems containing hazardous materials / petroleum products to the SHWMD prior to plans submittal to a permitting entity and then SHWMD must approve the plans prior to contractor's submittal for permitting. 47. 62-761.300 APPLICABILITY 47.1 General Requirements: 10/20/2020 10:16 AM p• 21 Collier County Solicitation 20-7816 47.1.1 Underground storage tank systems: The requirements of this Chapter, unless specified otherwise, apply to owners and operators of facilities, or owners and operators of UST systems with individual storage tank capacities greater than 10 gallons that contain or contained: (1) Vehicular fuel, subject to Chapter 17-61, F.A.C., after May 21, 1984 (2) Pollutants or hazardous substances after December 10, 1990; or (3) Regulated substances in unmaintained storage tank systems. 47.1.2 This rule is applicable to non-residential facilities. Under 40 C.F.R. 280, residential tanks greater than 1100 gallons containing motor fuels are subject to Federal UST rules (advisory information only -not required by this Chapter). 48. 62-762.301. F.A.C. APPLICABILITY 48.1 General Requirements: 48.1.1 Aboveground storage tank systems: The requirements.of this chapter, unless specified otherwise, apply to owners and operators of facilities, or owners and operators of aboveground stationary storage tank systems with individual storage tank capacities greater than 550 gallons that contain or contained: Vehicular fuel, subject to Chapter 17-61, F.A.C., after May 21, 1984 (1) Vehicular fuel, subject to Chapter 17-61, F.A.C., after May 21, 1984; (2) Pollutants after March 12, 1991; or (3) Pollutants in unmaintained storage tank systems. 48.1.2 Aboveground compression vessels and hazardous substance storage tank systems: Owners and operators of compression vessels and hazardous substance storage tanks with capacities of greater than 110 gallons containing hazardous substances are only required to comply with subsections 62-762.401(1)-(2), F.A.C. 48.1.3 Aboveground mineral acid storage tank systems: Owners and operators of facilities, or owners and operators of aboveground mineral acid storage tank systems with capacities of greater than 110 gallons containing mineral acids are only required to comply with Rule 62-762.891, F.A.C. 49. POLLUTION PREVENTION The Vendor is required to implement industry relevant pollution prevention and best management practices. Should pollution incidents occur, Collier County Pollution Control must be notified immediately. 50. DEFINITIONS 62-761.200(11) and 62-762.201(16), F.A.C.: "County" means a locally administered program under contract with the Department to perform compliance verification activities at facilities with storage tank systems. 62-761,200(48) and 62-762.201(62), F.A.C.: "Pollutants" includes any "product" as defined in Section 377.19(11), F.S., pesticides, ammonia, chlorine and derivatives thereof, excluding liquefied petroleum gas. 62-761.200(51) and 62-762.201(65), F.A.C.: "Product" as defined in Section 377.19(11), F.S., means any commodity made from oil or gas and includes refined crude oil, crude tops, topped crude, processed 10/20/2020 10:16 AM P• 22 Collier County Solicitation 20-7816 crude petroleum, residue from crude petroleum, cracking stock, uncracked fuel oil, fuel oil, treated crude oil, residuum, gas oil, casing head gasoline, natural gas gasoline, naphtha, distillate, condensate, gasoline, used oil, kerosene, benzene, wash oil, blended gasoline, lubricating oil, blends or mixtures of oil with one or more liquid products or byproducts derived from oil or gas, and blends or mixtures of two or more liquid products or byproducts derived from oil or gas, whether hereinabove enumerated or not. 62-761(73) and 62-762(84), F.A.C.: "Vehicular fuel" means,. a petroleum product used to fuel motor vehicles, including aircraft, watercraft and vehicles used on and off roads and rails. Certification: The Vendor hereby agrees to comply with the instructions above, by submission of a bid/proposal. 10/20/2020 10:16 AM p. 23 OCt e-r 014-11�_' ,r; E nis�rafii M S2: i es ?eparrrst Vendor Check List IMPORTANT: Please review carefully and submit with your Proposal/Bid. All applicable documents shall be submitted electronically through BidSync. Vendor should checkoff each of the following items: [vr General Bid Instructions has been acknowledged and accepted. [' Collier County Purchase Order Terms and Conditions have been acknowledged and accepted. []' Form 1: Vendor Declaration Statement [� Form 2: Conflict of Interest Certification [� Proof of status from Division of Corporations - Florida Department of State (If work performed in the State) - http. dos .nivflorida.com 'stiiihi should be attached with your submittal. [� Vendor MUST be enrolled in the E-Verify - at the time of submission of the proposal/bid. [� Form 3: Immigration Affidavit Certification MUST be signed and attached with your submittal or you MAY be DEEMED NON -RESPONSIVE [A E-Verify Memorandum of Understanding or Company Profile page should be attached with your submittal. Form 4: Certification for Claiming Status as a Local Business, if applicable, has been executed and returned. Collier or Lee County Business Tax Receipt should be attached with your submittal to be considered. Form 5: Reference Questionnaires form must be utilized for each requested reference and included with your submittal, id applicable to the solicitation. Er Form 6: Grant Provisions and Assurances package in its entirety, if applicable, are executed and should be included with your submittal. All forms must be executed, or you MAY be DEEMED NON -RESPONSIVE. [✓� Vendor W-9 Form. Vendor acknowledges Insurance Requirements and is prepared to produce the required insurance certificate(s) within five (5) days of the County's issuance of a Notice of Recommend Award. [� The Bid Schedule has been completed and attached with your submittal, applicable to bids. Copies of all requested licenses and/or certifications to complete the requirements of the project. [v� All addenda have been signed and attached, or you MAY be DEEMED NON -RESPONSIVE. �' ❑ County's IT Technical Architecture Requirements has been acknowledged and accepted, if applicable. [� Any and all supplemental requirements and terms has been acknowledged and accepted, if applicable. Collier County Solicitation 20-7816 Co ler County Administrative Services Department Procurement Services Division Form 1: Vendor Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 Dear Commissioners: The undersigned, as Vendor declares that this response 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 hereby declares the instructions, purchase order terms and conditions, requirements, and specifications/scope of work of this solicitation have been fully examined and accepted. The Vendor agrees, if this solicitation submittal is accepted by Collier County, to accept a Purchase Order as a form of a formal contract or to execute a Collier County formal contract for purposes of establishing a contractual relationship between the Vendor and Collier County, for the performance of all requirements to which this solicitation pertains. The Vendor states that the submitted is based upon the documents listed by the above referenced solicitation. The Vendor agrees to comply with the requirements in accordance with the terms, conditions and specifications denoted herein and according to the pricing submitted as a part of the Vendor's bids. Further, the Vendor agrees that if awarded a contract for these goods and/or services, the Vendor will not be eligible to compete, submit a proposal, be awarded, or perform as a sub -vendor for any future associated work that is a result of thins awarded contract. IN n WITNESS WHEREOF, WE have hereunto subscribed our names on this / day of n/ ®�_m,6f9 , 209_6in the County of 6tt Mdo4 fi , in the State of Odl0 Firm's Legal Name: Address: City, State, Zip Code: Florida Certificate of Authority Document Number Federal Tax Identification Number *CCR # or CAGE Code *Only if Grant Funded Telephone: Email: Signature by: (Typed and written) Title: 3�-�y?5550 A/6. `706. q-�50 �_<A bids@Siteone.co IX yn�w 0A 10/20/2020 10:16 AM p. 25 —UPDATED *UPDATED JANUARY 28, 2020* *` Collier County Solicitation 20-7816 Additional Contact Information Send payments to: sltseOne I Andscape SuppLy (required if different from Company name used as. payee. above) Contact name: Title: 1/ Address: Ml o ��W��f j plau City, State, ZIP Telephone: Email: t+ -'I VA'Bt-6(a�-51-160K6, pP, Office servicing Collier County to place orders (required if different from above) Contact name: Title: Address: SiteOne Landscape Supply City, State, ZIP 13g5 Eact 36th Strppt Cleveland, Ohio 44114 Telephone: At ( - ' o& q A 5 0 wr a, .. Email: b1dsM--SifieAI.r1A - c':nM 10/20/2020 10:16 AM P• 26 ***UPDATED JANUARY 28, 2020*** Collier County Solicitation 20-7816 C o 7e-r Ciourr ay Administrative Services Department Procurement Services Division Form 2: Conflict of Interest Certification Affidavit The Vendor certifies that, to the best of its knowledge and belief, the past and current work on any Collier County project affiliated with this solicitation does not pose an organizational conflict as described by one of the three categories below: Biased ground rules — The firm has not set the "ground rules" for affiliated past or current Collier County project identified above (e.g., writing a procurement's statement of work, specifications, or performing systems engineering and technical direction for the procurement) which appears to skew the competition in favor of my firm. Impaired objectivity — The firm has not performed work on an affiliated past or current Collier County project identified above to evaluate proposals / past performance of itself or a competitor, which calls into question the contractor's ability to render impartial advice to the government. Unequal access to information — The firm has not had access to nonpublic information as part of its performance of a Collier County project identified above which may have provided the contractor (or an affiliate) with an unfair competitive advantage in current or future solicitations and contracts. In addition to this signed affidavit, the contractor / vendor must provide the following: 1. All documents produced as a result of the work completed in the past or currently being worked on for the above -mentioned project; and, 2. Indicate if the information produced was obtained as a matter of public record (in the "sunshine") or through non-public (not in the "sunshine") conversation (s), meeting(s), document(s) and/or other means. Failure to disclose all material or having an organizational conflict in one or more of the three categories above be identified, may result in the disqualification for future solicitations affiliated with the above referenced project(s). By the signature below, the firm (employees, officers and/or agents) certifies, and hereby discloses, 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 project identified above has been fully disclosed and does not pose an organizational conflict. State of 0916 / County ofy hb Rom_ The foregoing instrument was acknowledged before me by means of this day of AL0116`I,8X.' (month), 102-6 (year), by acknowledging). ,,,••�A�Y PVeti,. ...... Personally Kno OR Produced Type of Identification Produced SiteOne Landscape Supply - Co mipahy Name Signature Keith McGinty _D t.yt&�oy Print Name and Title 2/K)KW A.CGfh L ". ❑ online notarization, (name of person (Signa f otar Public - State of-P�) 041& (Print, Type, or Recorded in Cuyahoga Co my My Commission Expires of Notary Public) 10/20/2020 10:16 AM p. 27 ***UPDATED JANUARY 28, 2020*** Collier County Solicitation 20-7816 C0 AEY cotisnty Administrative Services Department Procurement Services Division Form 3: Immigration Affidavit Certification This Affidavit is required and should be signed, by an authorized principal of the firm 'and submitted with formal solicitation submittals. Further, Vendors are required to be enrolled in the E-Verify program (ILttps://www.e-verify.eov/), at the time of the submission of the Vendor's proposal/bid. Acceptable evidence of your enrollment 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 which will be produced at the time of the submission of the Vendor's proposal/bid or within five (5) day of the County's Notice of Recommend Award. FAILURE TO EXECUTE THIS AFFIDAVIT CERTIFICATION AND SUBMIT WITH VENDOR'S PROPOSALBID MAY DEEM THE VENDOR'S 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 proposal/bid. SiteOne Landscape Supply CorripanyName� Signature Keith McGinty Ptletc�dr Print Name and Title State of 6 1-1 i b County of &qgtov The foregoing instrument was acknowledged before me by means of M" hysical resence or ❑ online notarization, this � day of4104 t gee (month), "26 (year), by Kel h Mcinty (name of person acknowledging). y.�Pvea,. • ,���• ���� Soowe ci''. (Signature btary ublic - State of_F4Qr44a)O#/6 GRACE BROWNLEE n :• "'' ''; (Print, Type, of of Notary Public) ersonally Kno OR Prodi%,� �0�•` My Commission Expires %. sue••....• h�.•� Type of Identification Produced 10/20/2020 10:16 AM p. 28 ***UPDATED JANUARY 28, 2020*** Collier County Solicitation 20-7816 10/20/2020 10:16 AM p. 29 TLD'JANUARY 2&,2026*** Collier County Solicitation 20-7816 co ,er county Administrative Services Department Procurement Services Division Form 4: Vendor Submittal —Local Vendor Preference Certification (Check Appropriate Boxes Below) State of Florida (Select County if Vendor is described as a Local Business) Collier County LJ Lee County Vendor affirms that it is a local business as defined by the Procurement Ordinance of the Collier County Board of County Commissioners and the Regulations Thereto. As defined in Section Fifteen of the Collier County Procurement Ordinance: Local business means the vendor has a current Business Tax Receipt issued by the Collier County Tax Collector prior to bid or proposal submission to do business within Collier County, and that identifies the business with a permanent physical business address located within the limits of Collier County from which the vendor's staff operates and performs business in an area zoned for the conduct of such business. A Post Office Box or a facility that receives mail, or a non -permanent structure such as a construction trailer, storage shed, or other non -permanent structure 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 Collier County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, support and increase to the County's tax base, and residency of employees and principals of the business within Collier 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. 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 under this section. Vendor must complete the following information: Year Business Established in uCollier County or ['Lee County: a (� Number of Employees (Including Owner(s) or Corporate Officers): 6 0 D '- Number of Employees Living in gCollier County or [O"Lee (Including Owner(s) or Corporate Officers):P PP /20 Y_ If requested by the County, Vendor will be required to provide documentation substantiating the information given in this certification. Failure to do so will result in vendor's submission being deemed not applicable. Sign and Date Certification: Under penalties ofperiurv, I certify that the information shown on this form is correct to my knowledge. Company Name: siteone Landscape Supply Date: It l M I AO Address in Collier or Lee County:.5%04re55 yt444P/ Signature: � Title: 10/20/2020 10:15 AM P. 30 ***UPDATED JANUARY 28, 2020*** COLLIER COUNTY BUSINESS TAX BUSINESS TAX NUMBER. 091381 26 COLLIER COUNTY TAX COLLECTOR - 2800 K HORSESHOE DRIVE - NAPLES FLORIDA U10 4 - (239) 252.2477 VISIT OUR WEBSiTE AT:vwwx4 liertax cam THIS RECEIPT EXPIRES 5EPT'EMSER 30, 2020 DISPLAY AT PLACE OF BUSINESS FOR PUBLIC INSPECTION, LOCATION: 3706 PROGRESS AVE FAILURE TO DO SO 1S CONTRARY TO LOCAL LAWS. ZONED: INDUSTRIAL , BUSINESS PHONE: 643-3255 F 4 STATE OR COUNTY LIC # LLC %SiTEONE LANDSCAPE SUPPLY, LLC ITEONE LANDSCAPE SUPPLY, LLC I 0 STEPHENSON HIGHWAY 1 i ROY, MI 48083 CLASSIFICATION: WHOLESALE BUSINESS Jp THIS TAX IS NONREFUNDABLE CLASSIFICATION CODE: 04700001 DATE 09/09/2019 AMOUNT 30.00 This document is a business tau enf . This is not certification that RECEIPT 602-20-0011 e657 It does not pemui the Iicensee to violate any existing regulatory zoning .��� �rf A nor does it ox mpt the licensee from any other taxes or permits that may he require 411 V,e Tax Coif roor Of Ft��, Dear Business Owner: Local Business Tax Receipt MU000052 4 of 4 in Group 23 Your 2019-2020 Lee County Local Business Tax Receipt is attached below for account number 9004058. If there is a change in one of the following, refer to the instructions on the back of this receipt. • Business name + Ownership • Physical location • Business closed This is not a bill. Detach the bottom portion and display in a public location. I hope you have a successful year. Sincerely, Lee County Tax Collector 2019 - 2020 LEE COUNTY LOCAL BUSINESS TAX RECEIPT Account Number: 9004058 Location: 12720 METRO PKwY STE 8 FT MYERS FL 33966 SrrEONE LANDSCAPE SUPPI..Y LLC SITEONE LANDSCAPE SUPPLY I LC 650 STEPHENSON HwY TROY MI 48083 Account Expires: September 30, 2020 DISTRIBUTOR f MOBILE SALES Selling on roadsides is prohibited Payment Information: PAID 530665-34-3 091IW201910.20 AM $50.00 er �€i�e � 6epas Farm 3 Refenum Quesdonsire Soticfta+an� . _- Reference Questionnaire foal: SITE ONE LANDSCAPE SUPPLY (Name of Company Requesting Reference lnformation) SITE ONE LANDSCAPE SUPPLY Name. Steve Hall Company Stahlman-England Irrigation, Inc. (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: stevenastahlrnan-en land.com FAX: 239-514-1491-.- jolenhone: 239-514-1200 Collier County has implemented a process that collects references information an mains and their key porsomel to be used in the seleWQn of firms to perform this project. The Name of the Company Me& 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 fiimiindividual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). Ifyou do .not have sufficient knowledge of past pm*rjmaace in a particular area, leave it blank and the item orhm will be scored "0." Project Descrom Vendor for Supplies Completion Date: Past 20 years Project Bu over 1,000,000.00 annually Contiunous dget: Project Number afDays. . Item Criteria: Sere »iusf be ; .. eted 1 Ability to manage the project costs kminimize change orders to scrape): 10 2 Abilityto maintain project schedule {complete ern -tine or early} 10 3 Quality of work. 10 4 Quality of consultative advice provided on the pry. 10 5 Profewonalism and ability to manage personnel. 10 6 Project adminiStCation (completed documents, final Wv__@m find product turnoff invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate aad document information clearly and mwrj icily. 10 9- _ Abi'ty to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overai� comfort level wiwi'th hiring the coinpa w tier f e (eAstumer satis#act ur0 10 TOR —AL SCORE OF ALL ITEMS - Collier County Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCEp awic►tatton: Reference Questionnaire for. -�— 5 �111 (Name of Company Requesting Reference Information) a M,- (Name of Individuals Requesting Reference Information) Name: 9-1 'So (Evaluator completing reference questionnaire) Email: Company: 14,aID s yi-arn S (Evaluator's Company competing references Collier County has implemented 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 i to 10, with I0 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 ywill be scored "0 " Project Description: N v o di � O t Completion Date: ` � Project Budget: d , Z /ti'1= L L 01; A-NMJ,4L oject Number of Days: ( p �Y Item Criteria Score must be com eted)I I Ability to manage the project costs (minimize change orders to scope), 1 I 2 Ability to maintain project schedule (complete on -time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 1 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) b 7 Ability to verbally communicate and document information clearly and succinctly. to 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. i 10 Ovarall comfort level with hiring the company in the fixture (customer satisfaction). 1 TOTAL SCORE OF ALL ITEMS j} —UPDATED JANUARY 28, 2020rss WI—W -1 RIO �,;( Reference Questionnaire for: (Name of Companyr Requesting Reference Informatica) dame: tit a ,'5 . (Evalttatrx compIdting reference 9 ) (Evalumes C,umpauy completing reference) L Tele jhcne.' df Collier County has implemented a process t(iat collects reference infwmatim of 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 On have previously paforuwd 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 vay satisMil (and would hire the firmPmdividual again) and I representing that you were very unsafisfied (and would never hire the f mAWivdival again)_ Ifyou do not have sufficient knowledge ofpast performance in a particular area, leave it blank and the item or form will be seared "&" Protect Number ofDays: item Criteria Score {must be completed)' ._ _ IT Ability to the project caste (minimize change orders to scope)_ 2 Ability to maintain project schedule (complete m-time or early)- 1 Q 3 fj Quality ofemsuitative advice provided on the project. Proftslonalisrr and ability to manage pascasnei. , [ S (�T Pr6)ect admen on (empided doatmests, final invoice. final product turnover, tnvoM=, manuals or going Awwrard dommentatmon, etc.) 7 I ! Ability to verbally canuntaricate and cogent '=&=afton clearly and succinctly. Abif tam e casks and urn —pr dm=-.stmoes.- Ability to follow contract dorauueffis, policnes, prrxzdures, rules, regulations, etc. 1 Overall comfort level with lining the company in the futrtre (cublomea safisiactionj 9 � D 10 TOTAL SCORE OF ALL ITEMS •"I'PAATE:d JAINV ARl' M 2026... Collier County Forth 5 Reference Questionnaire Lf SE ONE FORM FOR EACH REOIM M REFERENCE Reference Questionnaire for: S I� (Name of Company Requesting (Name of Individuals Requesting Information) Name:3C?`wl S, aqt:.ff_ (Evaluator completing reference questionnaire) Ismail: ot, Q1 - -A, i V\ -CPV FAX: /J/% Company- L.i)�\a C f PgxA Cps (Evaluator's Company completing reference) '1 7 6 't s Collier County has implemented 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 I to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and I 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: 0� ;u Project Budget: a�,, Completion Date: (i Cit®�� ) _ _ Project Number of Days: C2" Item Criteria _ Score (roust be completed I I Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on -time or early). > a 3 Quality of work. 4j to Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. — _------___..--__-_�� _ fa Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. i 8 Abiltity to manage risks and unexpected project circumstances. 9 =bilityow contract documents, policies, procedures, rules, regulations, etc. Overall comfort level with hiring the company in the future (customer satisfaction). o 10 TOTAL SCORE OF ALL ITEMS �i **"UPDATED JANUARY 28,1020' Collier County Form 5 Reference Quationnalre WSF ONE M" FOR E4 CH REOUDWD REIERENCE) Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Name: ccLuvron (Evaluator complefing reference questionnaire) LI Email: Cbst�,Cc�cnnn� VO C., C00S)d Loon -+ Atsk (Evaluator's Company completing reference) Collier County has implemented 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 I to 10, with 10 representing that you were very satisifed (and would hire the firmlindividual again) and I representing that you were very unsatisfied (and would never hire the fu7n/indivdival again). If you do not have sufficient knowledge of past peribrmance in a particular area, leave it blank and the item or form will be scored "0." Project Description., Project Budget: Completion Date: Project Number of Days: Item Criteria Score (must be cam geted) I Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on -time or early). 10 3 Quality of work. Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. —10 I ) 0 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 110 7 Ability to verbally communicate and document information clearly and succinctly. - 8 Abiltity to manage risks and unexpected project circumstances_ 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS I Y —)— ***MATM JANUARY 2a, 2020*** Collier County Solicitation 20-7816 FORM 6 IF APPLICABLE GRANT PROVISIONS AND ASSURANCES FORMS ARE PROVIDED IN SEPARATE PACKAGE AND MUST BE COMPLETED AND EXECUTED IN ITS ENTIRTY AND RETURNED WITH THE SUBMISSION OF THE BID/PROPOSAL. FAILURE TO DO SO MAY DEEM YOU NON- RESPONSIVE. 10/20/2020 10:16 AM p. 32 ***UPDATED JANUARY 28, 2020*** Collier County Solicitation 20-7816 CONFIRM ALL REQUIRED LICENSES AND FORMS ARE COMPLETED AND EXECUTED IN ITS ENTIRTY AND RETURNED WITH THE SUBMISSION OF THE BID/PROPOSAL. FAILURE TO DO SO MAY DEEM YOU NON- RESPONSIVE. 10/20/2020 10:16 AM P• 33 'UPDATED JANUARX 28, 2020— Form WMV Request for Taxpayer (Rev. October2018) Identification Number and Certification Give Form to the requester. Do not Department of the Treasury Internal Revenue Service ► Go to www.irs.gov1FormlM9 for instructions and the latest information. send to the IRS. 1 Name (as shown on your income tax return). Name is required on this line; do not leave this line blank. SiteOne Landscape Supply, LLC 2 Business name/disregarded entity name, if different from above 0 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1. Check only one of the 4 Exemptions (codes apply only to following seven boxes. certain entities, not individuals; see a o ElIndividual/sole proprietor or ❑ C Corporation ❑ S Corporation ❑Partnership ❑ Trust/estate instructions on page 3): d o single -member LLC Exempt payee code Cif any) 5 v ❑✓ Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=Partnership) ► C o N Note; Check the appropriate box in the line above for the tax classification of the single -member owner. Do not check Exemption from FATCA reporting = LLC if the LLC is classified as a single -member LLC that is disregarded from the owner unless the owner of the LLC is another LLC that is not disregarded from the owner for U.S. federal tax purposes. Otherwise, a single -member LLC that code Qf any) a o is disregarded from the owner should check the appropriate box for the tax classification of its owner. d ❑ Other (see instructions) ► opplies to accounts maintained outside the U.S.) N 5 Address (number, street, and apt. or suite no.) See instructions. Requester's name and address (optional) m 1385 East 36th Street 6 City, state, and ZIP code Cleveland, OH 44114 7 List account number(s) here (optional) axpayer Identification Number Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid Social security number backup withholding. For individuals, this is generally your social security number (SSN). However, for a - M - resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN, later. or Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and I Employer identification number Number To Give the Requester for guidelines on whose number to enter. F-7"I ©QOMMU©©©U LEM Certification Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. 1 am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. 1 am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part 11, later. Sign Signature of ► Q % I+� Here U.S. person /�,;Zj� Date / / ,3%9/,(/) General Section references are to the Internal Revenue Code unless otherwise noted. Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.irs.gov/FormW9. Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SSN), individual taxpayer identification number (ITIN), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following. • Form 1099-INT (interest earned or paid) • Form 1099-DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-B (stock or mutual fund sales and certain other transactions- by brokers) • Form 1099-3 (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN. If you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding, later. Cat. No. 10231X Form W-9 (Rev. 10-2018) Collier County Solicitation 20-7816 INSURANCE AND BONDING REOUIREMENTS Insurance / Bond Type Required Limits 1. ® Worker's Compensation Statutory Limits of Florida Statutes; Chapter 440 and all Federal Government Statutory Limits and'Requirements Evidence of Workers' Compensation coverage or a Certificate of Exemption issued by the State of Florida is required. Entities that are formed as Sole Proprietorships shall not be required to provide a proof of exemption. An application for exemption can be obtained online at https://apps.fldfs.com/boeexempt/ 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, $2,000,000 aggregate for Bodily ISO form Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. ® Indemnification To the maximum extent permitted by Florida law, the Contractor/Vendor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor/ Vendor or anyone employed or utilized by the Contractor/Vendor in the performance of this Agreement. 5. ® Automobile Liability $_1,000,000_ Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included 6. ❑ Other insurance as noted: ❑ Watercraft $ Per Occurrence ❑ United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence ❑ Pollution $ Per Occurrence ❑ Professional Liability $ Per claim & in the aggregate ❑ Project Professional Liability $ Per Occurrence ❑ Valuable Papers Insurance $ Per Occurrence ❑ Cyber Liability $ Per Occurrence ❑ Technology Errors & Omissions $ Per Occurrence 7. ❑ 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. 10/20/2020 10:16 AM p. 34 Collier County Solicitation 20-7816 8. ❑ Performance and Payment For projects in excess of $200,000, bonds shall be submitted with the executed Bonds 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. ® 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. 10. ® Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Vendor's policy shall be endorsed accordingly. 11. E The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County, The Certificates of Insurance must state the Contract Number, or Project Number, or specific -Project description, or must read: For any and all work performed on behalf of Collier County. 12. ® On all certificates, the Certificate Holder must read: Collier County Board of County Commissioners, 3295 Tamiami Trail East, Naples, FL 34112 13. ® Thirty (30) Days Cancellation Notice required. 14. Collier County shall procure and maintain Builders Risk Insurance on all construction projects where it is deemed necessary. Such coverage shall be endorsed to cover the interests of Collier County as well as the Contractor. Premiums shall be billed to the project and the Contractor shall not include Builders Risk premiums in its project proposal or project billings. All questions regarding Builder's Risk Insurance will be addressed by the Collier County Risk Management Division. 10/9/20 - CC 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. The insurance submitted must provide coverage for a minimum of six (6) months from the date of award. Name of Firm SiteOne Landscape Supply Date ll lla l�o Vendor Signature Print Name eith M�G1i-nt'y Insurance AgencyQ Agent Name Telephone Number 10/20/2020 10:16 AM p. 35 A(Co!rDr CERTIFICATE OF LIABILITY INSURANCE DATE 11ro312o202020 IYYYI) 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 terns 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). PRODUCER MARSH USA, INC. TWO ALLIANCE CENTER 3560 LENOX ROAD, SUITE 2400 ATLANTA, GA 30326 ,► NaME: PHC NE FAX No : L INSURE S AFFORDING COVERAGE NAIC# Attn:Michelle.W.Robles@marsh.com INSURER A: Liberty Mutual Fire Insurance Company 23035 CN117936603--GAWU-19-20 INSURED SiteOne Landscape Supply SURINER B : Liberty Insurance Corporation 42404 INSURER C : 1385 East 36th Street Cleveland, OH 44114 INSURER D INSURER E INSURER F : COVERAGES CERTIFICATE NUMBER: ATL-005177476-01 REVISION NUMRFR• 2 THIS 1S 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. INSR LTR TYPE OF INSURANCE ADDL IBM SUBR WVDPOLICY NUMBER POLICY EFF WOOIYYYY) POLICY EXP (MW13D—NYM LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE M OCCUR SIR: $100,OW EB2-651-292547-029 12/23/2019 12(23/2020 EACH OCCURRENCE $ 2,000,000 REMI ET N PREMISES Fa occurrence _ $ 1 000000 X MED EXP (Anyone person) $ 10,0W PERSONAL &ADV INJURY $ 2,000,OW GEN'L AGGREGATE LtMT APPLIES PER POLICY a E T X] LOC OTHER: GENERAL AGGREGATE $ 4,000,000 PRODUCTS - COMP/OP AGG $ 4,000,000 $ A AUTOMOBILE LIABILITY ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS HIRED NON -OWNED AUTOS ONLY AUTOS ONLY AS2-651-292547-039 1212312019 1212312020 COMBINED SINGLE LIMIT Fa accident $ 3,000,000 X BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTYDAMAGE Per accident $ $ X UMBRELLA UAB EXCESS UAB X OCCUR CLAIMS -MADE TH7-651 292547-049 12123/2019 12/23/2020 EACH OCCURRENCE $ 6,000,000 AGGREGATE $ 5,000,000 DED I X I RETENTION $10 000 $ A A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANYPROPRIETORIPARTNERIEXECUTIVE YIN OFFICERIMEMBEREXCLUDEDT � (Mandatory in NH) Ir yes, describe under DESCRIPTION OF OPERATIONS below NIA A7-65D.292547-019 (AOS) WC7.651-292547-059 ��,000,000 120/2019 171 20 12/23/2020 X PER OTH- STATUTE ER E.L.E.L EACH ACCIDENT $ E.L. DISEASE- EA EMPLOYEE $ 1,000,000 EL. DISEASE - POLICY LIMIT --' 1 $ DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space is required) Evidence of Insurance U t:K I I t' It4A 1 t MULUCK LAn V CL LA uvn SiteOne Landscape Supply, Inc. 300 Colonial Center Parkway Suite 600 ROSM11, GA 30076 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE of Marsh USA Inc. Stanton Reid 91853ZUIO AGUKU GUKPUKA I IUN. All ngnts reserves. ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD Collier County Solicitation 20-7816 leer County Email: Deborah.McCormick Adminis"trafve Services Division @colliercountyfl.gov Procurement Services Telephone: 239-252-4270 Addendum 1 Date: October 20, 2020 From: Deborah McCormick, Procurement Strategist To: Interested Bidders Subject: Addendum # 1 Solicitation # 20-7816 Title: PARKS MULCH AND PINE STRAW The following clarifications are issued as an addendum identifying the following clarification to the scope of work, changes, deletions, or additions to the original solicitation document for the referenced solicitation: Change 1. 20-7816 Bid Schedule If you require additional information please post a question on our Bid Sync (www.bidsync.com) bidding platform under the solicitation for this project. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. Date (Name of Firm) 10/20/2020 10:16 AM p 39 Collier County Solicitation 20-7816 Question and Answers for Solicitation #20-7816 - Parks Mulch and Pine Straw please post the last tabulation sheet received from all vendor last time this project was advertised. Please post copy of the current contract. (submitted: Oct 20, 202011:45:18 AM EDT) Answer -We are currently piggybacking off of Lee County contract #RFB #B-150271 (Answered: Oct 20, 202012:15:06 PM EDT) Question Deadline: Nov 12, 2020 4:30:00 PM EST 10/20/2020 10:16 AM p. 40 CAW COUnty AdmirislratveServoces Dvtsiai Pro=ement Services Date: November 12, 2020 Email: Deborah.McCormick @coiliercountyfl.gov Telephone: 239-252-4270 Addendum 2 From: Deborah McConnick, Procurement Strategist To: Interested Bidders Subject: Addendum #. 2 Solicitation # 20-7816 Title: PARKS MULCH AND PINE STRAW The following clarifications are issued as an addendum identifying the following clarification to the scope of work, changes, deletions, or additions to the original solicitation document for the referenced solicitation: Change 2. Terms of the Contract Price adjustments are dependent upon proof of manufacturer increase in supply cost, the e ;,rF&'I' Producer Price Index (PPI) over the past twelve (12) months, or budget availability. If you require additional information please post a question on our Sid Sync (aN xN ti\,bid-s\ n .coo) bidding platform under the solicitation for this project. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. // 17 Date SiteOne Landscape Supply (Name of Firm) Soft Landing Playground Mulch Make every kid's landing a Soft Landing Kids love to jump and play tough. That's why Jolly Gardener makes Soft Landing playground surfacing to keep them safe under the most rigorous playground conditions. Soft Landing is made from 100% virgin wood at our plants in Maine, Pennsylvania and Rhode Island. Soft Landing playground chips are processed, sized and screened to ensure that they are safe, free of contaminants and completely clean. ASTM Tested and Proven Soft Landing is put through rigorous testing set forth by the U.S. Consumer Products Safety Commission guidelines for fails on playgrounds. Test results prove that Soft Landing meets or exceeds the ASTM standard for Head Injury Criteria (HIC). • Made from 100% virgin wood • Contains no artificial additives or petroleum products • Meets or exceeds U.S. Consumer Products Safety Commission for falls on playground surfaces • Meets The Americans with Disabilities Act (ADA) requirements for handicap accessibility • Sold in packages for home use or in bulk for schools and other institutions 2018 FOREIGN LIMITED LIABILITY COMPANY AMENDED ANNUAL REPORT DOCUMENT# M13000007176 Entity Name: SITEONE LANDSCAPE SUPPLY, LLC Current Principal Place of Business: 300 COLONIAL CENTER PKWY STE. 600 ROSWELL, GA 30076 Current Mailing Address: 300 COLONIAL CENTER PKWY STE. 600 ROSWELL, GA 30076 US FEI Number: 36.4485550 Name and Address of Current Registered Agent: C T CORPORATION SYSTEM 1200 SOUTH PINE ISLAND ROAD PLANTATION, FL 33324 US FILED Jul 09, 2018 Secretary of State CC6486323769 Certificate of Status Desired: No The above named entity submits this statement for the purpose of changing its registered office or registered agent, or both, in the State of Florida. SIGNATURE: JIN SONG 07/09/2018 Electronic Signature of Registered Agent Date Authorized Person(s) Detail : Title MANAGER Title MANAGER Name BLACK, DOUG Name BRISENDINE, BRILEY Address 300 COLONIAL CENTER PKWY STE. Address 300 COLONIAL CENTER PKWY STE, 600 600 City -State -Zip: ROSWELL GA 30076 City -State -Zip: ROSWELL GA 30076 Title MANAGER Title EXECUTIVE VICE PRESIDENT, GENERAL COUNSEL & SECRETARY Name GUTHRIE, JOHN Name BRISENDINE, BRILEY Address 300 COLONIAL CENTER PKWY STE. 600 Address 300 COLONIAL CENTER PKWY STE. City -State -Zip: ROSWELL GA 30076 600 City -State -Zip: ROSWELL GA 30076 Title AUTHORIZED REPRESENTATIVE Title AUTHORIZED REPRESENTATIVE Name MCGINTY, KEITH Name VOROUS, MOLLY Address 300 COLONIAL CENTER PKWY STE. 600 Address 300 COLONIAL CENTER PKWY STE. 600 City -State -Zip: ROSWELL GA 30076 City -State -Zip: ROSWELL GA 30076 I hereby certify that the information indicated on this report or supplemental report is true and accurate and that my electronic signature shall have the same legal effect as if made under oath; that I am a managing member or manager of the limited liability company or the receiver or trustee empowered to execute this report as required by Chapter 605, Florida Statutes; and that my name appears above, or on an attachment with all other like empowered. SIGNATURE: BRILEY BRISENDINE EXECTUIVE VICE 07/09/2018 PRESIDENT, GENERAL COUNSEL & SECRETARY Electronic Signature of Signing Authorized Person(s) Detail Date Company ID Number: 760915 Approved by: Employer SiteOne Landscape Supply, LLC Name (Please Type or Print) Title Kathy E White Signature Date Electronically Signed 03/04/2014 Department of Homeland Security — Verification Division Name (Please Type or Print) Title USCIS Verification Division Signature Date Electronically Signed 03/05/2014 Page 13 of 17 E-Verify MOU for Employers j Revision Date 06/01/13 E-Vermify--- Company ID Number: 760915 Information Required for the E Verify Program Information relating to your Company: Company Name SiteOne Landscape Supply, LLC Company Facility Address 300 Colonial Center Pkwy Ste 600 Roswell, GA 30076 Company Alternate Address County or Parish FULTON Employer Identification Number 364485550 North American Industry Classification Systems Code 424 Parent Company Number of Employees 2,500 to 4,999 Number of Sites Verified for 401 Page 14 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 Company ID Number: 760915 Are you verifying for more than 1 site? if yes, please provide the number of sites verified for in each State: ALABAMA 7 site(s) ARKANSAS 1 site(s) ARIZONA 5 site(s) CALIFORNIA 37 site(s) COLORADO 5 site(s) CONNECTICUT 9 site(s) DELAWARE 2 site(s) FLORIDA 48 site(s) GEORGIA 15 site(s) IOWA 2 site(s) IDAHO 3 site(s) ILLINOIS 13 site(s) INDIANA 10 site(s) KANSAS 5 site(s) KENTUCKY 3 site(s) LOUISIANA 1 site(s) MASSACHUSETTS 19 site(s) MARYLAND 12 site(s) MAINE 1 site(s) MICHIGAN 18 site(s) MINNESOTA 7 site(s) MISSOURI 7 site(s) MISSISSIPPI 1 site(s) NORTH CAROLINA 20 site(s) NEBRASKA 3 site($) NEW HAMPSHIRE 3 site(s) NEW JERSEY 18 site(s) NEW MEXICO 1 site(s) NEVADA 1 site(s) NEW YORK 15 site(s) OHIO 15 site(s) OKLAHOMA 4 site(s) OREGON 4 site(s) PENNSYLVANIA 12 site(s) RHODE ISLAND 1 site(s) SOUTH CAROLINA 12 site(s) SOUTH DAKOTA 1 site(s) TENNESSEE 10 site(s) TEXAS 25 site(s) UTAH 4 site(s) VIRGINIA 11 SRO) WASHINGTON 5 site(s) WISCONSIN 5 site(s) Page 15 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 rimf or Company ID Number: 760915 Information relating to the Program Administrator(s) for your Company on policy questions or operational problems: Name Samantha McCown Phone Number (470) 277 - 7110 Fax Number (770) 740 - 8541 Email Address smcgown@siteone.com Name Kathy E White Phone Number (770) 255 - 2143 Fax Number (770) 740 - 8541 Email Address kewhite@johndeerelandscapes.com Page 16 of 17 E-Verify MOU for Employers i Revision Date 06/01/13 Florida Department of State Department of State / Division of Corporations / Search Records / Search by FEI/EIN Number / Detail by FEI/EIN Number Foreign Limited Liability Company SITEONE LANDSCAPE SUPPLY, LLC Filina Information Document Number M13000007176 FEI/EIN Number 36-4485550 Date Filed 11/07/2013 State DE Status ACTIVE Last Event LC NAME CHANGE Event Date Filed 10/13/2015 Event Effective Date NONE Principal Address 300 Colonial Center Pkwy Ste. 600 Roswell, GA 30076 Changed: 06/28/2020 Mailing Address 300 Colonial Center Pkwy Ste. 600 Roswell, GA 30076 Changed: 05/28/2020 Registered Agent Name & Address C T Corporation System 1200 South Pine Island Road Plantation, FL 33324 Name Changed: 05/04/2016 Address Changed: 05/04/2016 Authorized Person(s) Detail Name & Address Title Manager Guthrie, John DIVISION OF CORPORATIONS 300 Colonial Center Pkwy Ste. 600 Roswell, GA 30076 Title Manager Brisendine, Briley 300 Colonial Center Pkwy Ste. 600 Roswell, GA 30076 Title Manager Black, Doug 300 Colonial Center Pkwy Ste. 600 Roswell, GA 30076 Annual Reports Report Year Filed Date 2018 04/12/2018 2019 03/20/2019 2020 05/28/2020 Document Images 05/28/2020 — ANNUAL REPORT 03/20/2019 --ANNUAL REPORT 07/09/2018 -- AMENDED ANNUAL REPORT 05/31/2018 -- AMENDED ANNUAL REPORT 04/12/2018 -- ANNUAL REPORT 04/28/2017 — ANNUAL REPORT 05/1212016 -- AMENDED ANNUAL REPORT 05/04/2016 -- AMENDED ANNUAL REPORT 03/28/2016 -- ANNUAL REPORT 04/16/2015 — ANNUAL REPORT 11/19/2014 -- LC Amendment 06/12/2014 — ANNUAL REPORT 11/07/2013 -- Foreign Limited Florida Deoartmert of State, Division of Corporations