38
RFP #14-003 AUTOMOTIVE COLLISION REPAIR SERVICES RFP #14-003 AUTOMOTIVE COLLISION REPAIR SERVICES Release date: April 21, 2014 CONTACTS: MELISSA PEARSON, CPPB SR. BUYER JENNIFER ESPINOSA, CPPB BUYER II PURCHASING DEPARTMENT MAIN: 239.252.9040 FAX: 239.252.9099 EMAIL: [email protected] WEBSITE: www.colliersheriff.org PROPOSAL DUE DATE, TIME AND DELIVERY LOCATION: Due Date: May 23, 2014 by 5:00 P.M. EST Collier County Sheriff’s Office Purchasing Department 2885 County Barn Road Naples, FL 34112 Collier County Sheriff’s Office

Collier County Sheriff’s Office · F. Proposal Submission Due Date Proposals shall be received at the Purchasing Department of the Collier County Sheriff's Office located at 2885

  • Upload
    others

  • View
    0

  • Download
    0

Embed Size (px)

Citation preview

  • RFP #14-003 AUTOMOTIVE COLLISION REPAIR SERVICES

    RFP #14-003 AUTOMOTIVE COLLISION REPAIR SERVICES

    Release date: April 21, 2014

    CONTACTS: MELISSA PEARSON, CPPB SR. BUYER

    JENNIFER ESPINOSA, CPPB BUYER II PURCHASING DEPARTMENT MAIN: 239.252.9040 FAX: 239.252.9099 EMAIL: [email protected] WEBSITE: www.colliersheriff.org

    PROPOSAL DUE DATE, TIME AND DELIVERY LOCATION:

    • Due Date: May 23, 2014 by 5:00 P.M. EST • Collier County Sheriff’s Office

    Purchasing Department 2885 County Barn Road Naples, FL 34112

    Collier County Sheriff’s Office

    mailto:[email protected]://www.colliersheriff.org/

  • RFP #14-003 AUTOMOTIVE COLLISION REPAIR SERVICES

    Table of Contents 1. INTRODUCTION ....................................................................................................................................... 1

    A. Intent ................................................................................................................................................... 1 B. Schedule of Events .............................................................................................................................. 1 C. Contact Information............................................................................................................................ 1 D. Questions ............................................................................................................................................. 2 E. Questions Deadline ............................................................................................................................. 2 F. Proposal Submission Due Date .......................................................................................................... 2 G. Public Bid Opening .............................................................................................................................. 2 H. Proposal Submission Format ........................................................................................................... 2-5

    2. EVALUATION......................................................................................................................................... 5-6 3. PROPOSAL QUALIFICATIONS & DISQUALIFICATIONS.......................................................................... 6

    A. Qualifications ............................................................................................................................ 6-7 B. Disqualifications ...........................................................................................................................7

    4. CONTRACT AWARD ................................................................................................................................. 8 5. PROTEST ............................................................................................................................................... 8-9 6. TERMS AND CONDITIONS ....................................................................................................................... 9

    A. Definitions .................................................................................................................................... 9 B. Liabilities .................................................................................................................................. 9-11

    1. Indemnification ..................................................................................................................... 9 2. OSHA Compliance ............................................................................................................... 10

    3. Independent Contractor ..................................................................................................... 10 4. Personnel ............................................................................................................................ 10

    5. Litigation Costs.................................................................................................................... 10 6. Confidentiality of Information ........................................................................................... 10

    7. Venue ................................................................................................................................... 10 8. Assignment ..................................................................................................................... 10-11

    9. Disclaimer ............................................................................................................................. 11 C. Insurance .............................................................................................................................. 11

    7. ADJUSTMENTS/MODIFICATIONS/AMENDMENT .............................................................................. 11-12 8. SCOPE OF WORK (SOW) .................................................................................................................... 12-15 9. CONTRACT TERM ................................................................................................................................... 15 10. CONTRACT TERMINATION ................................................................................................................ 15-16 11. INVOICES ................................................................................................................................................. 16 12. PROHIBITION OF GIFTS TO CCSO EMPLOYEE ...................................................................................... 16 13. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES .................................................................. 17 14. ATTACHMENTS ....................................................................................................................................... 17

    TAB D. SCOPE OF WORK TAB E. EXCEPTIONS TO SPECIFICATIONS TAB G. DRUG FREE WORPLACE TAB I. EQUAL RIGHTS ACT STATEMENTS TAB J. REFERENCES TAB L. ADDENDUM EXHIBIT A. PRICE PROPOSAL

  • Page 1 of 17

    1. INTRODUCTION

    A. Intent The Collier County Sheriff’s Office (“CCSO”) Fleet Management Bureau has issued this Request for Proposal for a local qualified contractor for automotive collision repair services. To establish a firm fixed priced contract for automotive and truck collision repair services. An award will be based on Contractor’s response this solicitation. The proposed solution shall perform in accordance with the Scope of Work and it must be in compliance and meet all local, state and Federal laws, guidelines, standards, and regulations.

    B. Schedule of Events Important Note: The table below lists the activities relevant to this process. CCSO reserves the

    right to change the dates and it is the responsibility of the Contractors to check the CCSO website periodically to review the schedule for changes. If changes do occur, addenda/ addendum shall be posted to the website.

    Note: Schedule changes and/or amendments for this solicitation will be issued addenda/addendum and shall be posted to our website at: www.colliersheriff.org , the “How do I” tab or at the link: http://www2.colliersheriff.org/aboutus/purchasing/ITB1.asp

    C. Contact Information

    a. Please use the provided CCSO Purchasing Department contact information for all

    correspondence listed in this section.

    All correspondence shall be directed to the CCSO Purchasing Department: Melissa Pearson, CPPB Senior Buyer Jennifer Espinosa, CPPB Buyer II

    Direct: 239/252-9040

    Fax: 239/252-9099 Email: [email protected]

    b. Contractors shall not communicate with any members of the CCSO during the process

    unless authorized by the Purchasing Department.

    c. Contractors who fail to communicate through the Purchasing Department and solicit or lobby information during this process either directly or indirectly to CCSO members or other sources may result in proposal rejection and disqualification.

    Event Time Date Solicitation released N/A April 21, 2014 Legal Notice Ad-Published: Naples Daily News N/A April 20, 2014

    April 27, 2014 Contractor’s Questions Deadline 5 P.M. EST May 1, 2014 Proposal Due 4 P.M. EST May 23, 2014 Proposal Public Bid Opening 10 A.M. EST May 27, 2014 Evaluators Period N/A May 28 – 30, 2014 Contract Award Announcement N/A June 2, 2014 Contract Start N/A June 16, 2014

    http://www.colliersheriff.org/http://www2.colliersheriff.org/aboutus/purchasing/rfp1.aspmailto:[email protected]

  • Page 2 of 17

    D. Questions All questions for this must be emailed to [email protected]. Telephoned or faxed questions shall not be accepted or considered. Contractors shall make reference to the question they are asking by providing the section number and title name, paragraph number (if applicable), and page number.

    E. Questions Deadline

    The deadline to submit questions shall be May 1, 2014 by 5 P.M. EST.

    F. Proposal Submission Due Date Proposals shall be received at the Purchasing Department of the Collier County Sheriff's Office located at 2885 County Barn Road, Naples, Florida 34112 by 4:00:00 P.M. EST on May 23, 2014. Proposal received after the deadline shall not be considered and they will be returned unopened to the return address on the package. Contractors shall be solely responsible for the timely delivery of their proposal regardless of the delivery method used.

    G. Public Bid Opening The Public Bid Opening shall be at the Collier County Sheriff’s Office, Purchasing Department, Conference Room, at 2885 County Barn Road, Naples, FL 34112 on May 27, 2014 10 A.M. EST to reveal the Contractors whom submitted proposals by the advertised deadline. The proposals will then be submitted for evaluation independent review and scoring.

    H. Proposal Submission Format 1. Any Contractor failing to respond in the following manner may be declared non- responsive:

    a. Contractor shall provide a proposal, typed or computer generated, in English, clearly responding to all specifications, requirements, criteria and questions outlined and detail any exception from this request.

    2. Contractor shall submit hardcopies and one electronic copy as follows:

    One (1) original Price Proposal, Exhibit A (Attachment) and electronic copy in separate sealed envelope.

    One (1) original Proposal Two (2) exact copy One (1) electronic format Each binder must be sealed inside separate opaque packages and marked as

    “Original” and “Copy.” Package addressed to: Collier County Sheriff’s Office

    RFP #14-003 Automotive Collision Repair Services Attn: Purchasing Department

    2885 County Barn Road Naples, FL 34112

    3. Contractors must submit proposals in three-ring binders in the following order and format. Tabbed dividers shall separate each section, and the tabs must have typed labels identifying each tabbed section. It is mandatory that all proposals be presented in the following format. Failure to do may result in the proposal being declared non-responsive.

    mailto:[email protected]

  • Page 3 of 17

    Contractor must submit exception(s) if they are unable to provide any of the following information requested below.

    Tab A. Transmittal letter 1. Proposer must draft a letter to the CCSO Purchasing Department to include the following:

    a) Date of letter

    b) Return address of letter shall include the organization name and address of Proposer.

    c) Below return address, CCSO’s address: Collier County Sheriff’s Office, Purchasing Department, 2885 County Barn Road, Naples, FL 34112

    d) In the body of the letter shall be a statement that the proposal is indeed in response to

    this solicitation for “RFP #14-003” Automotive Collision Repair Services. All proposals submitted shall state this is an irrevocable offer by the Proposer for 120 business days from the date of submission.

    e) A closing statement from the person who has the authority level and is authorized to

    commit the organization to the entire proposal and all associated costs. It must include the person’s typed name and title with the original “ink” signature at the letter bottom. Proposals not signed by an authorized officer of the Proposer’s organization will be eliminated.

    f) Point of contacts names, titles, telephone numbers, and email addresses for

    1. Cost proposal 2. Contractual 3. Scope of Work Specifications

    Tab B. Qualifications, Project Experience, Company Brief History, and Past Performance 1. Proposer shall draft a document and submit professional qualifications of the individual(s)

    that will be assigned to CCSO’s account to include owner(s) and manager(s). 2. You must also include the organization’s relevant project experience where similar services

    have been provided.

    3. A brief company history including company’s years in business.

    4. Past performance shall be considered in the evaluation of proposals. Contractor’s that have had past performance issues with CCSO in the past shall provide a detailed explanation how those issues will be corrected [if applicable].

    Tab C. ASE or ICAR Certifications

    Contractor shall submit professional certifications for the Collision Repair Facility and the employees that will perform automotive collision repair services.

  • Page 4 of 17

    Tab D. Scope of Work (Attachment)

    Contractor shall agree or non-agree (make exception) for each corresponding components of the SOW; a detailed explanation must be provided to ensure CCSO has a full understanding of all items that Contractor agrees or non-agrees too.

    Tab E. Exceptions to Specifications (Attachment)

    Contractors taking exception to any part or section of this request shall indicate such exceptions on a separate sheet entitled "EXCEPTIONS TO SPECIFICATIONS". A full explanation to an alternative must be provided outlining the benefit over the listed specification(s). Failure to indicate any exceptions shall be interpreted as the Contractor’s intention that they fully comply with the specifications as written.

    Tab F. Certificate of Insurance Questionnaire (Attachment)

    Include certificate of insurance coverage’s required by this request or fill in questionnaire affirming that all coverage’s and policies are in force or will be in force prior to contract commencement date. Certificate of Insurance shall be presented to the Purchasing Department naming CCSO as the “Additional Insured.”

    Tab G. Drug Free Workplace Policy or Certificate (Attachment) Must maintain it is a drug-free workplace and provide a policy or certificate. Tab H. Unauthorized Alien (Attachment)

    Notarized statement that the Contractor does not employ unauthorized aliens in accordance with Section 274A (e) of the Immigration Nationality Act (8 U.S.C. 1324a), as required in Section 3.0.1.G.

    Tab I. Equal Rights Act Statement (Attachment)

    Certifying that the Contractor’s is in accordance with the provisions of Title VII of the 1968 Equal Rights Act as amended by the Equal Employment Opportunity Act of 1972 and Executive Order 11914, the Contractor does not discriminate on the basis of race, color, sex, religion, national origin or disability in its employment practices.

    Tab J. References (Attachment)

    The Contractor must provide three (3) references; one reference must be governmental with Contractor’s proven ability providing similar services as requested in this solicitation.

    Tab K. Public Entity Crime Form (Attachment) Sworn statement Pursuant to Section 287.133(3)(a)F.S. on Entity Crimes

    Tab L. Addendum (if applicable) (Attachment)

    1. Any changes to the schedule of events or the solicitation shall be posted to the CCSO website in an Addenda/Addendum. It shall be the Contractor’s responsibility to check the CCSO website periodically and prior to proposal submission.

  • Page 5 of 17

    2. Any addenda/addendum posted to the website must be printed, acknowledged and included.

    2. EVALUATION

    A. Proposals will be evaluated and scored for completeness and the Contractor’s capabilities to meet

    and/or exceed the requirements in the request.

    B. All proposal(s) shall be scored and an award made to the responsive and responsible Contractor whose proposal is determined to be the most professionally and technically responsive and not necessarily to the lowest priced proposal.

    C. CCSO reserves the right to negotiate further terms and conditions, including price, with the highest ranked Contractor at the end of the evaluation process. If CCSO is unable to reach a mutually beneficial agreement with the first selected Contractor, CCSO reserves the right to enter into negotiations with the next highest ranked Contractor and continue the process until an agreement is reached. Contractors are cautioned to provide their best offer initially. Prior to negotiations with the highest ranked Contractor, Contractors providing additional information requested by CCSO shall not submit in their response any information that will alter or change the terms and conditions of their original proposal.

    1. Evaluation

    a. Proposals shall be initially reviewed that they are responsive and responsible and that they comply with the submission format and qualifications.

    b. Failure to meet the initial review requirements may cause the proposal to be rejected and

    eliminated for further review by the evaluation members.

    c. Evaluation members shall independently review and subjectively score each proposal received in response to this request.

    d. At no time shall the scoring members meet or jointly discuss any of the proposals received in

    response to this request with the exception of any oral presentation requested of the Contractors by the Purchasing Department or attendance at a Protest Hearing should a protest be lodged by one or more unsuccessful Contractors.

    e. During the evaluation process CCSO may request from the Contractor’s representative to

    answer questions regarding their proposal.

    f. Evaluation members shall not disclose any information derived from one proposal to any other Contractor.

    g. Proposal evaluations and the contract award announcement are based on the following criteria

    and scoring weight.

  • Page 6 of 17

    2. Evaluation Weights DESCRIPTION WEIGHT

    Qualifications, Project Experience, Company Brief History, and Past Performance 25% Scope of Work (SOW) 40% Price Proposal 30% References 5%

    3. PROPOSAL QUALIFICATIONS & DISQUALIFICATIONS

    A. Qualifications: 1. Contractor shall be a reputable, qualified, firm that is fully experienced in providing

    collision repair services for vehicles and light, medium, and heavy weight trucks with a minimum of five years’ experience in providing these services.

    2. Contractor shall have a facility with the proper licenses and registrations to perform automotive collision repair services.

    3. Contractor must submit a fully responsive and responsible proposal.

    4. Contractor must provide CCSO a copy of their current Florida Department of Agriculture

    and Consumer Services registration certificate.

    5. The Contractor must provide three (3) references; one reference must be governmental. Must provide the organization names, addresses, contact name, phone number and email address where similar services have been successfully provided.

    6. If the Contractor is an organization it must maintain a drug-free workplace policy or

    certificate and said document must include pre-employment and random drug screening of all employees. The Contractor shall certify at the time of submission of their proposal that such a program is in place and functioning. The Sheriff’s Office reserves the right to periodically request, during the term of the contract, proof that the drug-free workplace is being conscientiously applied.

    7. In accordance with Section 287.133(3)(a), Florida Statutes, prospective bidders must

    complete the attached notarized statement pursuant to Section 287.133(3)(a), Florida Statutes, On Public Entity Crimes concerning convictions of the Contractor for public entity crimes and return it with their proposal.

    8. Contractor must not employ unauthorized aliens in accordance with the provisions of Section 274A (e) of the Immigration and Nationality Act (8 U.S.C. 1324a).

    9. In accordance with the provisions of Title VII of the 1968 Civil Rights Act as amended by

    the Equal Employment Opportunity Act of 1972 and Executive Order 11914, the Contractor

  • Page 7 of 17

    in its employment practices shall not discriminate on the basis of race, color, sex, religion, age, national origin or disability.

    10. CCSO shall conduct a background screening on all contract employees accessing CCSO

    buildings, properties, databases, or documents of the Sheriff. If required, Contractor shall comply with the mandated background screening for those employees, technicians, and/or contractors and sub-contractors.

    B. Disqualifications:

    1. Any of the following reasons may be considered as sufficient cause for disqualification of a Contractor and the rejection of his/her proposal or proposals:

    a. More than one proposal for the same provision of services from and individual, firm

    or corporation under the same or different name.

    b. Evidence that the Contractor has a financial interest in the firm of another Contractor for the provision of the same services.

    c. Evidence of collusion among Contractors. Participants in such collusion shall receive

    no recognition as Contractors for the provision of any services until such participant has been reinstated as a qualified Contractor or a period of five years whichever is greater.

    d. Default under a previous contract for the provision of services or products to CCSO.

    2. Failure of the Contractor to disclose at the time of submission of his/her proposal that any

    member of the CCSO or an immediate family member of a member of the CCSO has more than five percent (5%) interest in the submitting organization.

    3. Contractor has been debarred or suspended from participation in the State of Florida’s

    term contract program or SPURS System.

    4. Employment of unauthorized aliens in violation of Section 274A(e) of the Immigration and Nationality Act (8 U.S.C. 1324a).

    5. Evidence that the Contractor discriminates in its employment practices in violation of Title VII of the 1968 Civil Rights Act as amended by the Equal Opportunity Employment Act of 1972 and Executive Order 11914.

    6. Failure of the Contractor to respond as outlined in Proposal Submission Response and

    Scope of Work (SOW) format may disqualify them from the evaluation process and deem the proposal non-responsive.

  • Page 8 of 17

    4. CONTRACT AWARD

    A. It is the desire of the Sheriff that all of the services in this request be provided by a single vendor; however, if it is determined to be in the best interests of the CCSO and the Citizens of Collier County then the contract, in whole or parts, may be awarded to multiple vendors.

    B. The award shall be made to the responsive and responsible Contractor whose proposal is determined to be the most professionally and technically responsive and demonstrates the best capability to fulfill the requirements as specified in the request and not necessarily to the lowest priced proposal. The selection process may include a request for additional information. The Sheriff’s decision is final.

    C. The Sheriff reserves the right to reject any and all, or parts of any and all proposals; re-advertise

    this request; postpone or cancel, at any time, this solicitation process; or waive any irregularities in this solicitation or in the proposal(s) received as a result of this request.

    D. The determination or the criteria and process whereby proposals are evaluated, the decision as

    to who shall receive the contract award, or whether or not an award shall ever be made as a result of this request, shall be at the sole discretion of the Sheriff.

    E. If a sealed proposal contains information that a Contractor does not wish disclosed to the

    public, or used for any purpose other than the evaluation of this offer, all such information must be submitted with indications on each page that the material is "Proprietary", "Confidential" or a "Trade Secret".

    F. All information contained in the proposal shall remain confidential throughout the duration of the evaluation process. However, in accordance with Chapter 119, Florida Statutes and other pertinent laws of the State of Florida, once an award is made to a successful Contractor, all information, in all received proposals shall be available for public review.

    G. Contractors shall provide any and all statements in their sealed proposals that they desire to be included in a final contract for supplying and a web based video visitation system. Any exceptions to any terms and conditions may be made and shall be subject to negotiation. However, the inability to contractually guarantee any statement or specification may result in future elimination.

    5. PROTEST

    A. Protest of an award must be filed 10 business days from the date of the award announcement notification by 5:00 P.M. EST. Protest shall be filed with the Collier County Sheriff’s Office, Purchasing Department Manager, and the following shall be included: • Name, address, and telephone number of protester • Solicitation number of ITB/ITB

  • Page 9 of 17

    • A detailed statement enumerating sections of the proposal and/or the evaluation process that the protestor considers being flawed or unfair.

    • Protestor or its representative’s original signature

    B. Protest review and action shall be considered final with no further formalities being considered.

    C. Contractor’s failure to follow the bid protest guidelines and timeline of 10 business days shall

    constitute a waiver of the Contractor’s right to protest and any resultant claim.

    6. TERMS AND CONDITIONS

    A. Definitions: For the purpose of this article only, the following terms have the meaning indicated.

    1. Request for Proposal (RFP). A solicitation document issued by a procurement office requesting proposals from potential vendors for goods and/or services. Various factors are evaluated for best value with price not being the primary evaluation factor.

    2. CCSO means the Collier County Sheriff's Office, its correctional facilities, its divisions,

    substations, agencies, officials, officers and employees.

    3. Contractor means vendor, and its officers, agents, representatives, and employees.

    4. Successful Contractor means contractor or vendor awarded the contract.

    B. Liabilities 1. Indemnification: Successful Contractor shall indemnify the CCSO against liability for any

    suits, actions, or claims of any character arising from or relating to the Successful Contractor's performance under the awarded contract.

    a. The CCSO has no obligation to provide legal counsel or legal defense to the

    Successful Contractor in the event that a suit, claim, or action of any character is brought by any person not party to the awarded contract against the Successful Contractor as a result of or relating to the Successful Contractor's obligations under the awarded contract.

    b. The CCSO has no obligation for the payment of any judgment or the settlement of

    any claims made against the Successful Contractor as a result of or relating to the Successful Contractor's obligations under the awarded contract.

  • Page 10 of 17

    c. The Successful Contractor shall give immediate notice to the Sheriff or his designated representative of any claim or suit made or filed against the Successful Contractor or any matter pertaining to the awarded contract.

    d. The Successful Contractor shall cooperate, assist and consult with the CCSO in any

    claim, suit or action made or filed against the CCSO or Collier County as a result of or relating to the Successful Contractor's obligations under the awarded contract.

    2. OSHA Compliance: The Successful Contractor expressly agrees that it shall be solely

    responsible for supervising its employees, that it shall comply with all rules, regulations, orders, standards, and interpretations promulgated pursuant to the OSHA Act of 1970, including but not limited to training, recordkeeping, providing personal protective equipment, lockout/tagout procedures, material safety data sheets and labeling as required by the Right to Know Standards, 29 CFR 1910.1200.

    3. Independent Contractor: The CCSO shall expressly acknowledge that the Successful

    Contractor is an independent contractor, and nothing in their Agreement is intended nor shall it be construed to create an agency relationship, and employer/employee relationship, a joint venture relationship, or any other relationship allowing CCSO to exercise control or discretion over the manner or method by which the Successful Contractor performs their obligations under their Agreement.

    4. Personnel: The Successful Contractor certifies that it has, or shall secure at its own

    expense, all personnel required in performing the services under the awarded contract. Such personnel shall not be employees or have any contractual relationship with CCSO.

    a. All of the services required hereunder shall be performed by the Successful

    Contractor or under its supervision and all personnel engaged in the work shall be fully qualified to perform such services.

    5. Litigation Costs: All of the Successful Contractor's litigation costs including reasonable

    attorney fees, arising from disputes under the awarded contract shall be paid by the Successful Contractor.

    6. Confidentiality of Information: The Successful Contractor shall agree that all CCSO files,

    records and electronic communications pertaining to the Successful Contractor’s obligations under the awarded contract, are the exclusive property of CCSO and all information contained therein is confidential and is not to be discussed, copied, published or disseminated to any individual or organization outside of CCSO without the written approval of CCSO.

    7. Venue: The CCSO and the Successful Contractor shall agree that the awarded contract shall

    be a Florida contract to be performed in Florida, and further that any litigation arising thereunder shall be brought and completed in Collier County, Florida and other pertinent Florida courts, and further that neither party shall seek to remove such litigation from

  • Page 11 of 17

    Circuit Courts or Appellate Courts of the State of Florida by application of conflict of laws or any other removal process.

    8. Assignment: Neither the awarded contract nor any of the Successful Contractor’s

    obligations hereunder shall be transferred by the Successful Contractor in whole or part without the expressed written permission of CCSO.

    9. Disclaimer: Due care and diligence has been exercised in the preparation of this

    INVITATION TO BID, and all information contained herein is believed to be substantially correct. Neither the CCSO nor its representatives shall be responsible for any error or omission in this request, nor for the failure on the part of the Contractor to determine the full extent of the exposure.

    C. Insurance

    1. The Successful Contractor shall provide a certificate of insurance indicating that the

    following insurance requirements are in force at the time of contract start date:

    a) Workers Compensation: Statutory benefits with minimum employer's liability of $100,000 each accident.

    b) General Liability: The Successful Contractor shall warrant that it and all of its

    employees shall have general liability insurance coverage with minimum limits of $1,000,000 per occurrence and $2,000,000 in aggregate annually naming the CCSO as additionally insured.

    c) Automobile Liability: Liability insurance covering all owned and hired vehicles used in connection with the Successful Contractor's obligations under the awarded contract, of not less than $500,000 combined single limit per occurrence.

    2. The Successful Contractor shall be solely responsible for the payment for required

    coverage’s and the payment of any deductibles required by said policies. 3. Any cancellation, reduction in value or lapse of insurance coverage shall be considered

    a material breach of the awarded contract. 4. The Successful Contractor shall be responsible in providing valid certificates of insurance

    with the requirements outlined above to CCSO throughout the duration of the contract term.

    7. ADJUSTMENTS/MODIFICATIONS/AMENDMENTS

    1. Should the Collier County Sheriff's Office and the Successful Contractor mutually agree to a change in the scope of the program during the contract term, a mutually agreed to price adjustment shall be allowed.

  • Page 12 of 17

    2. Changes in contractual provisions of services to be furnished under the contract may be made

    only in writing and must be approved mutually by an agent of the Successful Contractor and the Sheriff's Office.

    3. The Successful Contractor shall give full attention to the faithful execution of the contract,

    shall keep the contract under his control, and shall not by power of attorney or otherwise assign the contract to any other party without prior written approval of the Sheriff.

    4. Should laws change requiring additional services or significant changes in costs, the Successful

    Contractor and the Collier County Sheriff's Office shall negotiate an equitable price adjustment.

    5. During the term of the awarded contract, the Successful Contractor shall furnish all of the

    services specified in this request.

    6. The Successful Contractor understands and agrees that the awarded contract is a requirements contract and the Collier County Sheriff's Office shall have no responsibility or obligation to the Successful Contractor in providing contractor’s services.

    7. All notices and requests by the Sheriff's Office or the Successful Contractor shall be in writing

    and shall be delivered by certified mail, return receipt requested, to the correct address of the parties to the contract. Either party may change its address by giving notice of the new address to the other party.

    8. SCOPE OF WORK

    The Collier County Sheriff’s Office (CCSO) Fleet Management Bureau is seeking a qualified Contractor to provide automotive collision repair services for its Fleet Management Bureau. Non-collision automotive mechanical repairs will not be a part of the contract. Work performed must be done in accordance to the agreed upon contract with the Contractor and CCSO. 1. Business Hours

    a) Contractor must provide business hours at minimum Monday – Friday from 8:00 a.m. – 5:00 p.m. (excluding County holidays).

    2. Vehicle Repairs

    a) All parts installed shall be O.E.M. new or used; used parts will need prior approval from the Fleet Manager, Fleet Foreman, or designee.

    b) Vehicles shall be restored to pre-accident condition and the repairs must meet or

    exceed factory specifications.

    c) Contractor shall maintain strict confidentially of CCSO undercover vehicles.

  • Page 13 of 17

    d) Contractor shall be responsible for subcontractor repairs, i.e. glass, graphics, and so forth.

    3. Vehicle Delivery

    a) CCSO Fleet Management will make arrangements for vehicles that are unable to be driven to the Contractor’s location. However, it will be the responsibility of the Contractor to return all repaired vehicles to CCSO Fleet Management Bureau.

    b) Contractor’s will be responsible for pick up and deliver of vehicle to CCSO Fleet Management Facility located at 2885 County Barn Road, Naples, FL 34112.

    4. Inspection & Acceptance a) CCSO Fleet Management reserves the right to inspect the Contractor’s facility where

    the work is being performed during Contractor’s regular business hours.

    a) Approval of inspection and acceptance of vehicle repairs will be provided by CCSO Fleet Manager, Shop Foreman, or designee. Contractor must inform CCSO prior to vehicle delivery to ensure a member is available for inspection and acceptance.

    5. Certifications

    a) Contractor must be an ASE or I-CAR certified repair facility.

    b) Contractor’s technicians must be I-CAR or ASE certified.

    6. Contractor’s Facility a) Contractor’s facility must be equipped with secured fenced area and preferably with a

    surveillance system where CCSO vehicles will be stored.

    b) Contractor’s facility shall have adequate parking.

    c) Contractor’s facility must accommodate all makes, models, and sizes of CCSO owned vehicles to include vehicles, light, medium and heavy weight trucks, vans, and buses. Contractors shall have expertise and facility to successfully repair damages to vehicle factory specifications. If the facility is unable to meet this requirement Contractor can make an exception with an alternative to meet our request.

    7. Licenses, Registrations, and Insurance Contractors shall have current licenses, registrations, and insurance which permit automotive collision repairs. Validity must be current throughout the contract term(s).

    a) Shall provide a current copy of Collier County Occupational License.

    b) Shall provide a current copy of business registration with Florida Department of Agriculture and Consumer Services (FDACS), Florida Motor Vehicle Act.

  • Page 14 of 17

    c) Required insurance coverage’s must be in force and provided with Contractor’s proposal submission.

    8. Warranty

    a) Repair and parts warranty for labor, materials, and parts shall be a minimum of one year.

    b) The warranty period shall begin on the date of vehicle inspection and acceptance by CCSO.

    9. Estimates/Repair Costs a) Contractor must provide immediate tear down for proper estimate with a completion

    repair date (If after business hours, must provide the next business day). Upon acceptance of vehicle repair estimate and a commitment completion date, the commitment timeline will begin 24 hours after approval to proceed with the repairs.

    b) Contractor’s that fail to meet the committed completion deadline shall be penalized 5% of the final invoice costs which Contractor shall deduct from the invoice prior to submission of payment to CCSO.

    c) Contractor must provide a final estimate for the repair(s) within 24 hours from delivery or next business day, if weekend or holiday. All estimates will be based on the awarded contract prices. Estimate paperwork must include the following: ~Contractor’s business name and address ~CCSO vehicle number ~Estimator/Technician printed or typed name ~Vehicle Make/Model/Year ~Estimator/Technician Signature ~Vehicle odometer reading in ~Estimate date ~Vehicle odometer reading out ~Days to Repair (commitment date) ~Work Order number ~Detailed cost breakdown of all parts, labor, and supplies ~CCSO member name ~Detailed costs for lettering and decals (if applicable) approving estimate ~Any discounts applied

    d) Supplemental charges will not be authorized without prior approval of the Fleet Manager or his designee. All mechanical problems or collision repair supplements identified after estimate was provided must be reported to CCSO Fleet Manager, Shop Foreman, or designee prior to work being performed for acceptance and approval. To proceed. Invoices with unauthorized supplemental charges for repairs shall not be paid.

    10. Sublet Repairs a) Contractor shall seek quotes for sublet repairs to ensure CCSO will receive the lowest

    cost possible and invoice CCSO with a percentage markup for those services.

    b) Contractor shall be responsible for all sublet repairs and the coordination of services to have them completed.

  • Page 15 of 17

    c) Contractor shall provide delivery of vehicles for all sublet repairs, if applicable.

    11. Secondary Contractor

    a) CCSO reserves the right to utilize services from the second most responsive and responsible respondent in the event the awarded Contractor is unable services in a timely manner.

    12. Records Audit

    a) Contractor agrees CCSO Fleet Management Bureau reserves the right to audit repair estimates and commitment times during Contractor’s business hours.

    13. Invoices For prompt payment, Contractor shall adhere to the following procedure when submitting invoices for payment.

    a) Pricing shall be in strict accordance with the contract, no exceptions.

    b) Invoices shall itemize all categories for a complete breakdown of work performed including parts, paint, and supplies. Invoices providing only a summary will be delayed in payment until CCSO receives an itemized invoice.

    c) Contractor’s invoice to include the following: Date of approval to proceed with repair Commitment completion date Breakdown of repairs, parts, and supplies CCSO vehicle number Vehicle mileage Signature and date field for CCSO Fleet member accepting completed work.

    9. CONTRACT TERM 1. Unless otherwise mutually agreed by both parties, the awarded contract shall commence June 1,

    2014 and terminate September 30, 2015. 2. Renewal options may be offered with three additional, one year terms.

    10. CONTRACT TERMINATION 1. Termination for Cause: The Collier County Sheriff's Office may terminate the awarded contract at

    any time that the Successful Contractor fails to carry out its provisions or to make substantial progress under the terms specified in the contract.

    a. The Collier County Sheriff's Office shall provide the Successful Contractor with 15 business

    day’s notice of conditions endangering performance. If after such notice the Successful Contractor fails to remedy the condition contained in the notice, the Collier County Sheriff's Office shall issue an order to stop work immediately.

  • Page 16 of 17

    b. The Collier County Sheriff's Office shall be obligated to reimburse the Successful Contractor

    only for those services rendered prior to the date of notice of termination, less any liquidation damages that may be assessed for non-performance.

    2. Termination by Mutual Agreement: With the mutual agreement of both parties upon receipt and

    acceptance of not less than 15 business days written notice, the awarded contract may be terminated on an agreed date prior to the end of the contract period without penalty to either party.

    3. Termination for Special Situations: Either party may terminate the awarded contract immediately

    following 15 business days written notification to the other documenting the occurrence of any of the following:

    a. In the event there is a change in the Office of Sheriff due to an election, resignation or

    death and the Sheriff-elect makes the decision not to continue the awarded contract.

    b. The Successful Contractor or any of its principals are debarred, suspended, proposed for debarment or declared ineligible to participate in the State of Florida SPURS System under the provisions of Section 287.133(3)(a),Florida Statutes or pursuant to Rule 60A-1.006 F.A.C.

    c. Insolvency, bankruptcy or receivership of the Successful Contractor.

    11. INVOICES

    1. CCSO invoice shall be addressed to: Collier County Sheriff’s Office Attn: Fleet Management Bureau 2885 County Barn Road Naples, FL 34112

    12. PROHIBITION OF GIFTS TO CCSO EMPLOYEES 1. 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 CCSO employee, as set forth in Chapter 112, Part III, Florida Statutes. 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 CCSO staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the CCSO for a specified period of time, including but not limited to: submitting bids, ITB, and/or quotes; c. Immediate termination of any contract held by the individual and/or firm for cause.

    13. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES

  • Page 17 of 17

    1. CCSO encourages and agrees that the Successful Contractor extend pricing and terms and conditions of this solicitation or resultant contract to other governmental entities at the discretion of the Successful Contractor.

    14. ATTACHMENTS

    Tab D. Scope of Work Tab E. Exceptions to Specifications Tab F. Certificate of Insurance Tab G. Drug Free Workplace Tab H. Unauthorized Alien Statement Tab I. Equal Right Act Statement Tab J. References Tab K. Public Entity Crime Form Tab L. Addendum Exhibit A. Price Proposal

  • Page 1 of 9

    TAB D

    Collier County Sheriff's Office RFP #14.003 AUTOMOTIVE COLLISION REPAIR SERVICES

    FOR EACH ITEM BELOW YOU MUST AGREE OR NON-AGREE, IF YOU NON-AGREE YOU MUST MAKE AN EXCEPTION AND DESCRIBE IN DETAIL. ALL EXCEPTIONS MUST BE PLACED IN THE EXCEPTION TABULATION IN THE BINDER. FOR EACH ITEM LISTED A BRIEF DESCRIPTION SHALL BE PROVIDED SO CCSO HAS A FULL UNDERSTANDING OF BUSINESS OPERATIONS. SECTION 8. SCOPE OF WORK (SOW)

    1. Business Hours

    a) Contractor must provide business hours at minimum Monday – Friday from 8:00 a.m. – 5:00 p.m. (excluding County holidays). [Provide business hours]

    2. Vehicle Repairs

    a) All parts installed shall be O.E.M. new or used; used parts will need prior approval from the Fleet Manager, Fleet Foreman, or designee. [Describe approval process]

    b) Vehicles shall be restored to pre-accident condition and the repairs must meet or

    exceed factory specifications. [Brief explanation of process]

  • Page 2 of 9

    c) Contractor shall maintain strict confidentially of CCSO undercover vehicles. [Explain procedure to ensure confidentiality]

    d) Contractor shall be responsible for subcontractor sublet repairs, i.e. glass, graphics,[Describe process for sublet repairs]

    3. Vehicle Delivery a) CCSO Fleet Management will make arrangements for vehicles that are unable to be

    driven to the Contractor’s location. However, it will be the responsibility of the Contractor to return all repaired vehicles to CCSO Fleet Management Bureau, “Out-of-Service” magnetic door decals must be adhered to both front doors for vehicle delivery, transporting vehicle for sublet repairs, and test drives. [Describe process] AGREE ________ NON-AGREE________

    b) Contractor’s will be responsible for pick up and deliver of vehicle to CCSO Fleet Management Facility located at 2885 County Barn Road, Naples, FL 34112. AGREE ________ NON-AGREE________

    4. Inspection & Acceptance

  • Page 3 of 9

    a) CCSO Fleet Management reserves the right to inspect the Contractor’s facility where the work is being performed during Contractor’s regular business hours.

    AGREE ________ NON-AGREE________

    a) Approval of inspection and acceptance of vehicle repairs will be provided by CCSO Fleet

    Manager, Shop Foreman, or designee. Contractor must inform CCSO prior to vehicle delivery to ensure a member is available for inspection and acceptance[Describe procedure].

    AGREE ________ NON-AGREE________

    5. Certifications

    a) Contractor must be an ASE or I-CAR certified repair facility.

    b) Contractor’s technicians must be I-CAR or ASE certified.

    6. Contractor’s Facility

  • Page 4 of 9

    AGREE ________ NON-AGREE________

    a) Contractor’s facility must be equipped with secured fenced area and preferably with surveillance system where CCSO vehicles will be stored at all times. [Describe]

    b) Contractor’s facility shall have adequate parking [Provide number of parking spaces

    within fenced area]

    c) Contractor’s facility must accommodate all makes, models, and sizes of CCSO owned

    vehicles to include vehicles, light, medium and heavy weight trucks, vans, and buses. Contractors shall have expertise and facility to successfully repair damages to vehicle factory specifications. If the facility is unable to meet this requirement Contractor can make an exception with an alternative to meet our request. [Describe facility]

    AGREE ________ NON-AGREE________

    7. Licenses, Registrations, and Insurance

  • Page 5 of 9

    Contractors shall have current licenses, registrations, and insurance which permit automotive collision repairs. Validity must be current throughout the contract term(s).

    a) Shall provide a current copy of Collier County Occupational License. AGREE ________ NON-AGREE________

    b) Shall provide a current copy of business registration with Florida Department of Agriculture and Consumer Services (FDACS), Florida Motor Vehicle Act.

    AGREE ________ NON-AGREE________

    c) Required insurance coverage’s must be in force and provided with Contractor’s proposal submission.

    AGREE ________ NON-AGREE________

    8. Warranty

    a) Repair and parts warranty for labor, materials, and parts shall be a minimum of one year. [Describe warranty or input information if warranties are above one year]. AGREE ________ NON-AGREE________

    b) The warranty period shall begin on the date of vehicle inspection and acceptance by

    CCSO. AGREE ________ NON-AGREE________

    9. Estimates/Repair Costs

  • Page 6 of 9

    a) Contractor must provide immediate tear down for proper estimate with a completion repair date (If after business hours, must provide the next business day). Upon acceptance of vehicle repair estimate and a commitment completion date, the commitment timeline will begin 24 hours after approval to proceed with the repairs. [Describe procedure]

    AGREE ________ NON-AGREE________

    b) Contractor’s that fail to meet the committed completion deadline shall be penalized 5%

    of the final invoice costs which Contractor shall deduct from the invoice prior to submission of payment to CCSO.

    AGREE ________ NON-AGREE________

  • Page 7 of 9

    c) Contractor must provide a final estimate for the repair(s) within 24 hours from delivery or next business day, if weekend or holiday. All estimates will be based on the awarded contract prices. Estimate paperwork must include the following: AGREE ________ NON-AGREE________ ~Contractor’s business name and address ~CCSO vehicle number ~Estimator/Technician printed or typed name ~Vehicle Make/Model/Year ~Estimator/Technician Signature ~Vehicle odometer reading in ~Estimate date ~Vehicle odometer reading out ~Days to Repair (commitment date) ~Work Order number ~Detailed cost breakdown of all parts, labor, and supplies ~CCSO member name ~Detailed costs for lettering and decals (if applicable) approving estimate ~Any discounts applied

    d) Supplemental charges will not be authorized without prior approval of the Fleet Manager or his designee. All mechanical problems or collision repair supplements identified after estimate was provided must be reported to CCSO Fleet Manager, Shop Foreman, or designee prior to work being performed for acceptance and approval. To proceed. Invoices with unauthorized supplemental charges for repairs shall not be paid. [Describe supplemental charges procedure].

    AGREE ________ NON-AGREE________

    10. Sublet Repairs a) Contractor shall seek quotes for sublet repairs to ensure CCSO will receive the lowest

    cost possible and invoice CCSO with a percentage markup for those services [Describe quote process to ensure lowest cost to CCSO].

    AGREE ________ NON-AGREE________

    b) Contractor shall be responsible for all sublet repairs and the coordination of services to

    have them completed [Describe procedure]

  • Page 8 of 9

    AGREE ________ NON-AGREE________

    c) Contractor shall provide delivery of vehicles for all sublet repairs, if applicable. AGREE ________ NON-AGREE________

    11. Secondary Contractor a) CCSO reserves the right to utilize services from the second most responsive and

    responsible respondent in the event the awarded Contractor is unable services in a timely manner.

    AGREE ________ NON-AGREE________

    12. Records Audit a) Contractor agrees CCSO Fleet Management Bureau reserves the right to audit repair

    estimates and commitment times during Contractor’s business hours. AGREE ________ NON-AGREE________

    13. Invoices For prompt payment, Contractor shall adhere to the following procedure when submitting invoices for payment. AGREE ________ NON-AGREE________

    a) Pricing shall be in strict accordance with the contract, no exceptions.

  • Page 9 of 9

    b) Invoices shall itemize all categories for a complete breakdown of work performed including parts, paint, and supplies. Invoices providing only a summary will be delayed in payment until CCSO receives an itemized invoice.

    c) Contractor’s invoice to include the following at minimum: [Submit a sample invoice] Date of approval to proceed with repair Commitment completion date Breakdown of repairs, parts, and supplies CCSO vehicle number Vehicle mileage Signature and date field for CCSO Fleet member accepting completed work.

  • Date: ____________________________ Business Name: _____________________________________________________________________

    Print Business Name By: _______________________________________________________________________________ Company Official Printed Name & Title Note: Contractor shall list all “Exceptions to the Scope of Work.” The bidder must include alternative proposals to all exceptions noted. Failure to note any exceptions will signify the bidder’s agreement to comply with the Scope of Work as requested in this ITB/RFP. Check one that applies to this ITB/RFP below: Contractor has NO “Exceptions” to the ITB/RFP and complies with the Scope of Work. OR Contractor has “Exceptions” to the ITB/RFP and they are listed below: Exceptions – bidder to attach documents. All exceptions must be clearly identified by section then subsection.

    1852Typewritten Text

    1852Typewritten Text

    1852Typewritten TextTAB E.EXCEPTIONS TO SCOPE OF WORK SPECIFICATIONS

    1852Typewritten Text

  • Certificate of Insurance Questionnaire Date: ____________________________ Insurance certificates shall be submitted by the awarded contractor to CCSO Purchasing Department before the contract commencement date. CCSO will be named the “Additional Insured” on the certificates. Mandated Coverage’s: Worker’s Compensation Insurance at statutory limits, including employer’s liability coverage at minimum limits of per occurrence:

    o $100,00 each accident o $100,00 by disease per occurrence o $500,000 aggregate by disease

    Commercial Automobile Liability Insurance – Minimum combined single limits of:

    o $500,000 per occurrence for bodily injury and property damage, including owned, non-owned and hired car coverage.

    General Liability Insurance covering all employees with minimum limits of:

    o $1,000,000 per occurrence o $2,000,000 aggregate annually

    I affirm that ______________________________________________ meets or exceeds the Print Company Name insurance requirements as stated above. I understand I must provide insurance certificates five business days prior to contract commencement. I certify our business meets or exceeds the coverage’s that CCSO mandates. Company representative name: ___________________________________

    Signature: ____________________________________________________

    1852Typewritten Text

    1852Typewritten Text

    1852Typewritten Text

    1852Typewritten Text

    1852Typewritten Text

    1852Typewritten TextTAB F.

    1852Typewritten Text

  • Drug-Free Workplace If the Proposer is an organization it must maintain a drug-free workplace policy or certificate and said document must include pre-employment and random drug screening of all employees. The Proposer shall certify at the time of submission of their proposal that such a program is in place and functioning. The Sheriff’s Office reserves the right to periodically request, during the term of the contract, proof that the drug-free workplace is being conscientiously applied.

    Date: ____________________________________ Organization Name: ________________________________________________________________ Organization Representative’s Name: ___________________________________________________________ Organization Representative’s Title: _____________________________________________________________

    Please select below the type of drug-free workplace that has been established by the organization. MUST ATTACH A CURRENT COPY OF THE SELECTED ITEM: DRUG-FREE WORKPLACE CERTIFICATE and/or DRUG-FREE WORKPLACE POLICY

    1852Typewritten TextTAB G.

    1852Typewritten Text

    1852Typewritten Text

  • TAB H. Unauthorized Alien Statement Statement that the Contractor does not employ unauthorized aliens in accordance with section 274A (e) of the Immigration and Nationality Act (8 U.S.C. 1324a). Unauthorized Alien Statement This statement certifies ____________________________________________________ Print Company Name does not employ unauthorized aliens in accordance with Section 274(e) of the Immigration and Nationality Act (8 U.S.C. 1324a). Our company has employees of employment interest complete Form I-9, Employment Eligibility Verification supplied by the Department of Homeland Security, U.S. Citizenship and Immigration Services prior to employment. Signed By: ____________________________________________________________ Print Name: ____________________________________________________________ Print Title: ____________________________________________________________ Date: ____________________________________________________________ Sworn to an subscribed before me this ________________day of _____________, 19_________________ Personally known ____________________________________________________ OR produced identification _______________________________________________________ (Type of identification) Notary Public - State of ___________________ My commission expires____________________________________________________________________

    (Printed typed or stamped commissioned name of notary public)

  • TAB I.

    Equal Rights Act Statement

    Date: ________________________________ By signing the statement below, I affirm our organization is in accordance with the provisions of Title VII of the 1968 Civil Rights Act as amended by the Equal Employment Opportunity Act of 1972 and Executive Order 11914, the Proposer in its employment practices shall not discriminate on the basis of race, color, sex, religion, age, national origin or disability. Organization’s name: ________________________________________________________________ Organization’s representative name and title: _____________________________________________ Organization’s representative signature: _________________________________________________ Our organization provides equal employment opportunities (EEO) to all employees and applicants for employment without regard to race, color, religion, gender, sexual orientation, gender identity or expression, national origin, age, disability, genetic information, marital status, amnesty, or status as a covered veteran in accordance with applicable federal, state and local laws. Our organization complies with applicable state and local laws governing non-discrimination in employment in every location in which the company has facilities. This policy applies to all terms and conditions of employment, including, but not limited to, hiring, placement, promotion, termination, layoff, recall, transfer, leaves of absence, compensation, and training. Our organization expressly prohibits any form of unlawful employee harassment based on race, color, religion, gender, sexual orientation, gender identity or expression, national origin, age, genetic information, disability, or veteran status. Improper interference with the ability of our organization’s employees to perform their expected job duties is absolutely not tolerated.

  • REFERENCES Date: ____________________________ Business Name: _____________________________________________________________________

    Print Business Name By: _______________________________________________________________________________ Company Official Printed Name & Title

    REFERENCE #1 GOVERNMENTAL COMPANY NAME: __________________________________________________________

    ADDRESS: __________________________________________________________

    CONTACT NAME: __________________________________________________________

    CONTACT PHONE NUMBER: __________________________________________________________

    CONTACT EMAIL: __________________________________________________________

    REFERENCE #2 GOVERNMENTAL COMPANY NAME: __________________________________________________________

    ADDRESS: __________________________________________________________

    CONTACT NAME: __________________________________________________________

    CONTACT PHONE NUMBER: __________________________________________________________

    CONTACT EMAIL: __________________________________________________________ REFERENCE #3 GOVERNMENTAL COMPANY NAME: __________________________________________________________

    ADDRESS: __________________________________________________________

    CONTACT NAME: __________________________________________________________

    CONTACT PHONE NUMBER: __________________________________________________________

    CONTACT EMAIL: __________________________________________________________

    1852Typewritten TextNote: Must provide three references with one being governmental where similar services were provided.

    1852Typewritten Text

    1852Typewritten Text

    1852Typewritten Text

    1852Typewritten Text

    1852Typewritten TextTAB J.

    1852Typewritten Text

  • PUBLIC ENTITY CRIME FORM

    SWORN STATEMENT PURSUANT TO SECTION 287.133(3)(a),

    FLORIDA STATUTES, ON ENTITY CRIMES 1. This sworn statement is submitted to_____________________________________________________________________ (print name of the public entity) by__________________________________________________________________________________________________________ (print individual's name and title signing form) for__________________________________________________________________________________________________________ (print name of entity submitting sworn statement) whose business address is ______________________________________________________________________________________ and (if applicable) its Federal Employer Identification Number (FEIN) is _____________________________________If the entity has no FEIN, include the Social Security Number of the Individual signing this sworn statement: _________________________________. 2. I understand that a "public entity crime" as defined in Paragraph 287.133(1)(g),Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or of the United States, including, but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision or any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation.

    3. I understand that "convicted" or "conviction" as defined in Paragraph 287.133(1)(b), Florida Statutes, means a finding of

    guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of jury verdict, nonjury trial, or entry of a plea of guilty or nolo contendere.

    4. I understand that an "affiliate" as defined in Paragraph 287.133(1)(a), Florida Statutes, means:

    a. A predecessor or successor of a person convicted of a public entity crime; or

    b. An entity under the control any natural person who is active in the management of the entity and who has been

    convicted of a public entity crime. The term affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate.

    c. I understand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes, means any natural person or

    entity organized under the laws of any state or of the United States with the legal power to enter into binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity.

    d. Based on information and belief, the statement which I have marked below is true in relation to the entity

    submitting this sworn statement. (place an X below for the statement that applies.)

    1852Typewritten Text

    1852Typewritten TextTAB K.

  • _____ Neither the entity submitting this sworn statement, nor any of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, nor any affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989.

    _____ The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders,

    employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989.

    _____ The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders,

    employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida, Division of Administrative Hearings and the Final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. (attach a copy of the final order)

    I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND, THAT HIS FORM IS VALID THOROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATUTES FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. _________________________________________________________ (Company Official signature)

    Sworn to an subscribed before me this ________________day of _____________, 19_________________ Personally known ____________________________________________________ OR produced identification _______________________________________________________ (Type of identification) Notary Public - State of ___________________ My commission expires____________________________________________________________________

    (Printed typed or stamped commissioned name of notary public)

  • ADDENDA/ADDENDUM

    The following addenda/addendum was issued by Collier County Sheriff’s Office for RFP/ITB# ___________________. Addendum # __________ Addendum # _________ Addendum # __________ Addendum # __________ Addendum # __________ By signing below, I acknowledge I have reviewed the issued posted addenda/addendum from the Collier County Sheriff’s Office website and it has been included in the proposal submission as requested in the RFP/ITB. Date: __________________ Company name: _____________________________________ Company official name: ________________________________ Signature: ____________________________________________

    1852Typewritten Text

    1852Typewritten TextTAB L.

    1852Typewritten Text

  • Collier County Sheriff's Office Purchasing Department 2885 County Barn Road Naples, Florida 34112

    RFP #14.003 AUTOMOTIVE COLLISION REPAIR SERVICES

    Company: Phone:

    Address: Fax:

    Email:

    Type Name: Date:

    Signature (Authorized Representative):

    Category Description UOM

    Year 16/16/14-9/30/15

    Price

    Year 210/1/15-9/30/16

    Price

    Year 310/1/16-9/30/17

    Price

    Year 410/1/17-9/30/18

    Price Labor Body Hourly rate $ $ $ $Labor Paint Hourly rate $ $ $ $Labor Refinishing Hourly rate $ $ $ $Labor Fiberglass Hourly rate $ $ $ $Labor Mechanical Hourly rate $ $ $ $Labor Frame Work Hourly rate $ $ $ $Labor Alignment Rate $ $ $ $Materials Paint Rate $ $ $ $Materials Supplies Rate $ $ $ $Parts OEM (New) MSRP less % Discount % % % %Parts OEM (Used) COST less % Discount % % % %Outsource Sublet repairs % Markup % % % %

    Category Description UOM

    Year 16/16/14-9/30/15

    Price

    Year 210/1/15-9/30/16

    Price

    Year 310/1/16-9/30/17

    Price

    Year 410/1/17-9/30/18

    Price Labor Body Hourly rate $ $ $ $Labor Paint Hourly rate $ $ $ $Labor Refinishing Hourly rate $ $ $ $Labor Fiberglass Hourly rate $ $ $ $Labor Mechanical Hourly rate $ $ $ $Labor Frame Work Hourly rate $ $ $ $Labor Alignment Rate $ $ $ $Materials Paint Rate $ $ $ $Materials Supplies Rate $ $ $ $Parts OEM (New) MSRP less % Discount % % % %Parts OEM (Used) COST less % Discount % % % %Outsource Sublet repairs % Markup % % % %

    EXHIBIT A

    The Contractor agrees to provide the services in compliance with the Scope of Work. Repairs will include, but not limited to, all body and fender repairs, body and frame alignment, wheel alignment, replacement parts, painting, and refinishing. Must include price, % discount on new & used parts, and % markup on sublet repairs.

    Note: Leaving a field below blank or inputting zero (0) indicates to CCSO that the Contractor is not bidding on the category and it will be deemed as "NO BID."

    VEHICLES WITH GVWR < 26,000 LBS

    VEHICLES WITH GVWR > 26,000 LBS

    PRICE PROPOSAL SUBMIT IN A SEALED ENVELOPE

    14.003PRICEPROPOSAL.pdf14.003 Price Proposal-Exhibit A

    14.003PRICEPROPOSAL.pdf14.003 Price Proposal-Exhibit A