Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Agenda 12/10/2024 Item #11C (Award Construction Invitation to Bid ("ITB") No. 24-8222, "Medical Examiner Office Expansion,"to Rycon Construction, Inc.)
12/10/2024 Item # 11.C ID# 2024-1952 Executive Summary Recommendation to award Construction Invitation to Bid (“ITB”) No. 24-8222, “Medical Examiner Office Expansion,” to Rycon Construction, Inc., in the amount of $4,584,760 and an Owner’s Allowance of $250,000.00 for potential unforeseen conditions, authorize the Chairman to sign the attached Agreement, and approve the necessary Budget Amendments. OBJECTIVE: To approve an Agreement for the construction of the Medical Examiner Office Expansion Facility. CONSIDERATIONS: The construction of the Medical Examiner Office Expansion Facility will add a 2,086 SF addition to the Medical Examiner complex and renovate the existing two buildings, both the office building and a portion of the autopsy facility located at 3838 Domestic Ave., Naples, Florida 34104. The project scope consists of expanding the existing office with an additional building and implementing miscellaneous renovations to the existing facilities. The interior renovations to existing buildings have been identified as a Level 2 Alteration per Florida Building Code Existing Building. The Collier County Medical Examiner must be operational at all hours and maintain electrical and HVAC operations during construction to meet the mission designated by the State of Florida. On February 13, 2024, the Procurement Services Division issued ITB No. 24-8222, Medical Examiner Office Expansion. The County received nine bids by the deadline of April 22, 2024. Company Name City County ST Bid Amount Responsive/ Responsible Rycon Construction, Inc. Fort Myers Lee FL $4,584,760.00 Yes/Yes Seagate Development Group Fort Myers Lee FL $4,682,265.00 Yes/Yes DEC Contracting Group, Inc Fort Myers Lee FL $4,953,643.99 Yes/Yes OneSource Construction Company & Builders, Inc Fort Myers Lee FL $5,245,444.00 Yes/Yes Cosugas, LLC Sunrise Broward FL $6,634,000.03 Yes/Yes CarbonSix Construction Bonita Springs Lee FL $3,770,230.00 No/Yes Heatherwood Construction Company Bonita Springs Lee FL $5,569,952.51 No/Yes Holtz Builders Lake Delton Sauk WI $4,308,165.00 No/No National Facilities Direct Hoboken Hudson NJ $4,252,317.00 No/No Staff reviewed the nine (9) bids received. Six (6) bids were deemed responsive and responsible. Four (4) bids were deemed non-responsive. Staff determined that Rycon Construction, Inc. (“Rycon”) is the lowest responsive and responsible bidder. ADG Architecture, LLC evaluated Rycon’s references and determined them acceptable based on its experience with work of a similar magnitude performed within the last five years. The reference from Harrison County Commission was non-responsive since the parties are undergoing mediation. On October 17, 2024, Facilities Division held a pre-award meeting with Rycon Construction confirming Page 3390 of 10663 12/10/2024 Item # 11.C ID# 2024-1952 their strategy for mitigating any potential risks associated with the disputes referenced in the past. Facilities is recommending award and has provided the attached memorandum. Therefore, staff recommends that the attached contract be awarded to Rycon Construction, Inc., the lowest responsive and responsible bidder for a total contract amount of $4,584,760.00. Rycon is a Florida corporation with offices in Fort Myers. It is an employee-owned firm established in 1989 with over $1.1 billion in annual revenue as of 2023 and operates in nine cities nationwide. Rycon has garnered industry recognition for their work, being ranked #167 and #111 on Engineering News Record’s (ENR) Top 400 Contractor’s List in 2023 and 2024 and was named 2022’s MidAtlantic Contractor of the Year by the same industry publication. Rycon is currently the general contractor working on Collier County's Fire and EMS Station 74 project, a $9 million essential services project. Over the last several months, Rycon has consistently demonstrated professionalism, adhered to the project schedule, and maintained a positive working relationship with County staff. Rycon's performance thus far has given us no reason to doubt their capabilities or commitment to executing projects to the expected standards. The Owner’s Allowance included in the amount of $ 250,000 is for unanticipated costs including, but not limited to, unforeseen site conditions that might be encountered during construction, and will also be included in the Purchase Order. Use of the allowance will be only as directed by the County, if necessary, and subject to the Procurement Ordinance, as amended and proper documentation involved with any work authorized and performed under the allowance. FISCAL IMPACT: The total estimated budget for the Medical Examiner Office Expansion is $6,386,000, which includes the construction cost of $4,834,760 and $1,551,240 for other related project expenses and soft costs such as design, permitting, information technology equipment, site preparations, furniture, fixtures, and equipment to support the facility. Funding for this project, in the amount of $5,200,000 is budgeted within County Wide Capital Project Fund (3001) Medical Examiner Renovation Project (50220) with a remaining $4,003,665.56 available, leaving a current funding shortfall of $1,186,000. A budget amendment is necessary to allocate additional funding to the project, which will consist of a transfer from County Wide Capital Project Fund (3001) Parking Lot Repairs (50225) in the amount of $1,186,000. On November 14, 2024, staff sought validation for additional funding to support the Medical Examiner Expansion Project from Infrastructure Sales Tax Fund (3018) but the Infrastructure Surtax Citizen Oversight Committee (ISCOC) rejected the request siting their hesitation in validating additional projects until they have an understanding of the County’s plan to expend the remaining surplus funds in the Surtax program. Once the remaining funding plan is in place and presented to ISCOC, staff may pursue validation of this project and seek funding from the Infrastructure Sales Tax Fund (3018). The source of these Infrastructure Sales Tax funds may consist of interest earnings on Surtax program funds and surplus Infrastructure Surtax collections. GROWTH MANAGEMENT IMPACT: There are no Growth Management Impacts associated with this Executive Summary. LEGAL CONSIDERATIONS: As part of ADG Architecture, LLC’s (“ADG”) July 10, 2024, Design Engineer’s Letter of Recommended Award, it noted that it was able to contact Rycon’s five references. Three of the five references were favorable, one was not favorable, and the remaining reference was not responsive based on a “bad experience during Page 3391 of 10663 12/10/2024 Item # 11.C ID# 2024-1952 construction,” which together resulted in ADG concluding that Rycon was qualified to perform this project but declined to recommend this award to Rycon; while noting that County staff may recommend this award to Rycon based on its positive experience with the contractor on a current County project. County staff also independently reviewed Rycon’s references. One of the negative references concerns the construction of a General Services Building in Harrison County, West Virginia. Online news articles from 2023 reported that there were construction delays, cost increases, and various mechanical and equipment issues on that West Virginia project. However, fault could not be definitively attributed to the contractor based upon available information. The second negative reference concerns a recent construction project for the Brimfield Fire Department & Township Administration Building in Kent, Ohio, which also failed to be completed on time and within budget by Rycon as reported in a County Vendor Reference Check Log earlier this summer. Additional details are unavailable, but it was reported to staff that a dispute resolution process is pending. Staff has attached a memorandum supporting its reasons for recommending that the award be made to Rycon, whose bid is $97,505 lower than the second-lowest qualified bidder. Notwithstanding ADG’s decision not to recommend awarding this project to Rycon, staff believes Rycon has sufficient relevant experience on similar projects to demonstrate the skill to complete this project as required by the attached Agreement. Staff’s recommendation is based on its current experience with Rycon on the EMS Station 74 project, which they report has been favorable so far. Considering the importance and dollar amount of this construction project, County project management staff need to take a proactive approach to ensure that the work stays on schedule and that construction is undertaken in conformance with the terms and conditions of the design plans and the Agreement if the Board awards this project to Rycon. This item is approved as to form and legality and requires a majority vote for Board approval. —SRT RECOMMENDATIONS: To award Construction Invitation to Bid (“ITB”) No. 24-8222, “Medical Examiner Office Expansion,” to Rycon Construction, Inc., in the amount of $4,584,760 and an Owner’s Allowance of $250,000.00 for potential unforeseen conditions, authorize the Chairman to sign the attached Agreement, and approve the necessary Budget Amendments. PREPARED BY: Tony Barone, Project Management Supervisor, Facilities Management ATTACHMENTS: 1. 24-8222_VS_Rycon 2. 24-8222 Bid Tabulation 3. 24-8222 NORA 4. 24-8222 DELORA 5. Procurement Memo-References 6. Insurance Requirements Coversheet (29) 7. 24-8222 Insurance_ Rycon. 8. BA-CIP 3001_Reserves_Medical Examiner_R2 Page 3392 of 10663 Page 3393 of 10663 Page 3394 of 10663 Page 3395 of 10663 Page 3396 of 10663 Page 3397 of 10663 Page 3398 of 10663 Page 3399 of 10663 Page 3400 of 10663 Page 3401 of 10663 Page 3402 of 10663 Page 3403 of 10663 Page 3404 of 10663 Page 3405 of 10663 Page 3406 of 10663 Page 3407 of 10663 Page 3408 of 10663 Page 3409 of 10663 Page 3410 of 10663 Page 3411 of 10663 Page 3412 of 10663 Page 3413 of 10663 Page 3414 of 10663 Page 3415 of 10663 Page 3416 of 10663 Page 3417 of 10663 Page 3418 of 10663 Page 3419 of 10663 Page 3420 of 10663 Page 3421 of 10663 Page 3422 of 10663 Page 3423 of 10663 Page 3424 of 10663 Page 3425 of 10663 Page 3426 of 10663 Page 3427 of 10663 Page 3428 of 10663 Page 3429 of 10663 Page 3430 of 10663 Page 3431 of 10663 Page 3432 of 10663 Page 3433 of 10663 Page 3434 of 10663 Page 3435 of 10663 Page 3436 of 10663 Page 3437 of 10663 Page 3438 of 10663 Page 3439 of 10663 Page 3440 of 10663 Page 3441 of 10663 Page 3442 of 10663 Page 3443 of 10663 Page 3444 of 10663 Page 3445 of 10663 Page 3446 of 10663 Page 3447 of 10663 Page 3448 of 10663 Page 3449 of 10663 Page 3450 of 10663 Page 3451 of 10663 Page 3452 of 10663 Page 3453 of 10663 Page 3454 of 10663 Page 3455 of 10663 Page 3456 of 10663 Page 3457 of 10663 Page 3458 of 10663 Page 3459 of 10663 Page 3460 of 10663 Page 3461 of 10663 Page 3462 of 10663 Page 3463 of 10663 Page 3464 of 10663 Page 3465 of 10663 Page 3466 of 10663 Page 3467 of 10663 Page 3468 of 10663 Page 3469 of 10663 Page 3470 of 10663 Page 3471 of 10663 Page 3472 of 10663 Page 3473 of 10663 Page 3474 of 10663 Page 3475 of 10663 Page 3476 of 10663 Page 3477 of 10663 Page 3478 of 10663 Page 3479 of 10663 Page 3480 of 10663 Page 3481 of 10663 Page 3482 of 10663 Page 3483 of 10663 Page 3484 of 10663 Page 3485 of 10663 Page 3486 of 10663 Page 3487 of 10663 Page 3488 of 10663 Page 3489 of 10663 Page 3490 of 10663 Page 3491 of 10663 Page 3492 of 10663 Page 3493 of 10663 Page 3494 of 10663 Page 3495 of 10663 Page 3496 of 10663 Page 3497 of 10663 Page 3498 of 10663 Page 3499 of 10663 Page 3500 of 10663 Page 3501 of 10663 Page 3502 of 10663 Page 3503 of 10663 Page 3504 of 10663 Page 3505 of 10663 Page 3506 of 10663 Page 3507 of 10663 Page 3508 of 10663 Page 3509 of 10663 Page 3510 of 10663 Page 3511 of 10663 Page 3512 of 10663 Page 3513 of 10663 Page 3514 of 10663 Page 3515 of 10663 Page 3516 of 10663 Page 3517 of 10663 Page 3518 of 10663 Page 3519 of 10663 Page 3520 of 10663 Page 3521 of 10663 Page 3522 of 10663 Page 3523 of 10663 Page 3524 of 10663 Page 3525 of 10663 Project Manager: Camden Smith Procurement Strategist: Trevor Adaline Notifications Sent: 25,878 Viewed: 105 Bids: 9 Project No.:55020.1 Project Title:Medical Examiner Office Expansion 3838 Domestic Avenue, Naples, Florida 34104 UNIT QTY TOTAL TOTAL TOTAL TOTAL TOTAL TOTAL TOTAL TOTAL TOTAL TOTAL 1.0 GENERAL REQUIREMENTS UNIT QTY TOTAL TOTAL TOTAL TOTAL TOTAL TOTAL TOTAL TOTAL TOTAL TOTAL DIV 1.1 LS 1 $475,500.00 $438,414.00 $551,077.17 $574,914.00 $840,339.40 $440,985.00 $1,171,813.49 $345,000.00 $695,390.00 $475,500.00 $438,414.00 $551,077.17 $574,914.00 $840,339.40 $440,985.00 $1,171,813.49 $345,000.00 $0.00 $695,390.00 RENOVATION WORK 2.0 BUILDING - Documents prepared by ADG UNIT QTY TOTAL TOTAL TOTAL TOTAL TOTAL TOTAL TOTAL TOTAL TOTAL TOTAL DIV 2.3 LS 1 $1,500.00 $4,707.00 $2,910.83 $1,000.00 $1,860.70 $555.00 $250.00 $2,000.00 $2,171.40 DIV 2.4 LS 1 $22,320.00 $167,689.00 $75,204.28 $67,000.00 $73,201.64 $33,750.00 $72,485.00 $55,000.00 $23,880.15 DIV 3.3 Concrete: 4" Slab on grade tie-in over compacted fill LS 1 $3,500.00 $18,510.00 $12,861.22 $3,000.00 $3,823.06 $1,200.00 Included $35,000.00 $6,300.00 DIV 6.1 Miscellaneous and Rough Carpentry LS 1 $2,600.00 $13,354.00 $2,002.65 $60,000.00 $8,010.75 $2,500.00 $6,046.65 $8,000.00 $4,341.75 DIV 6.4 Casework and Solid Surface Counters LS 1 $18,500.00 $9,599.00 $22,007.06 $3,000.00 $43,644.75 $12,945.00 $18,335.00 $15,000.00 $25,725.00 DIV 6.2 LS 1 $4,000.00 $1,390.00 $7,978.55 $2,000.00 $7,403.03 $21,725.00 Included $5,000.00 $7,087.50 DIV 7.2 LS 1 $2,800.00 $3,862.00 $2,374.70 $2,000.00 $6,740.08 $7,000.00 Included $6,000.00 $20,683.95 DIV 7.5 LS 1 $15,000.00 $8,540.00 $14,565.81 $13,000.00 $9,126.73 $12,000.00 $5,000.00 $6,000.00 $4,725.00 DIV 7.8 LS 1 $5,000.00 $921.00 $4,808.70 $2,000.00 $3,535.78 $4,620.00 Included $2,500.00 $3,150.00 DIV 8.1 LS 1 $30,000.00 $47,488.00 $19,844.44 $5,000.00 $20,488.73 $51,725.00 Included $15,000.00 $36,657.60 DIV 8.4 LS 1 $2,000.00 $10,568.00 $3,848.12 $15,000.00 $4,176.64 $6,000.00 Included $5,000.00 $8,337.00 DIV 9.2 LS 1 $26,000.00 $39,803.00 $32,184.82 $35,000.00 $48,208.12 $25,000.00 Included $25,000.00 $45,735.90 DIV 9.3 LS 1 $9,000.00 $6,527.00 $6,329.32 $7,000.00 $6,006.40 $10,000.00 Included $9,500.00 $9,391.20 DIV 9.5 LS 1 $8,500.00 $6,009.00 $12,330.29 $5,000.00 $5,563.32 $8,370.50 Included $8,000.00 $44,911.65 DIV 9.6 LS 1 $38,000.00 $27,432.00 $26,149.76 $16,000.00 $27,256.43 $25,000.00 Included $31,000.00 $51,903.60 DIV 9.9 LS 1 $5,500.00 $9,062.00 $21,970.97 $8,000.00 $16,555.17 $8,000.00 Included $21,000.00 $29,767.50 DIV 10.1 LS 1 $4,600.00 $3,921.00 $2,328.67 $1,000.00 $966.26 $7,311.00 $250.00 $4,000.00 $1,183.35 DIV 10.2 LS 1 $7,950.00 $8,536.00 $9,512.60 $10,000.00 $10,712.74 $8,170.00 Included $7,000.00 $9,450.00 DIV 10.21 LS 1 $2,800.00 $3,926.00 $1,621.42 $8,000.00 $2,491.40 NA Included $4,000.00 $14,700.00 DIV 10.26 LS 1 $3,800.00 $3,705.00 $3,929.62 $5,000.00 $1,491.66 $2,285.00 $3,375.00 $4,000.00 $1,575.00 DIV 10.28 LS 1 $7,200.00 $7,986.00 $10,572.15 $16,000.00 $9,738.68 $9,080.00 Included $4,000.00 $9,765.00 DIV 10.4 LS 1 $2,200.00 $1,516.00 $686.96 $2,000.00 $2,662.77 $2,565.00 Included $6,000.00 $2,362.50 DIV 10.5 LS 1 $21,000.00 $20,705.00 $22,791.82 $21,000.00 $18,434.13 $19,575.00 $19,575.00 $8,000.00 $41,160.00 DIV 21.1 LS 1 $42,500.00 $27,535.00 $4,075.17 $10,000.00 $7,275.97 $43,606.00 Included $25,000.00 $8,280.30 DIV 22.0 LS 1 $38,000.00 $57,264.00 $61,575.76 $40,000.00 $43,041.46 $53,000.00 Included $80,000.00 $69,300.00 DIV 23.0 LS 1 $700,000.00 $554,466.00 $837,409.41 $662,107.00 $819,546.83 $336,623.00 $741,718.00 $600,000.00 $750,750.00 DIV 26.0 LS 1 $265,000.00 $422,644.00 $628,739.94 $544,000.00 $850,796.47 $214,514.00 $540,000.00 $255,000.00 $288,750.00 DIV 27.0 LS 1 $10,000.00 $13,236.00 $69,859.99 $64,000.00 $66,295.83 $35,000.00 $60,000.00 $0.00 $9,450.00 DIV 28.0 LS 1 $26,000.00 $15,012.00 $46,573.33 $44,000.00 $44,197.22 $5,500.00 $40,000.00 $18,000.00 $6,300.00 DIV 31.0 LS 1 $250.00 $223.00 $1,164.33 $500.00 $662.96 $500.00 $3,961.20 $3,000.00 $1,500.00 LS 1 $2,500.00 $881.00 $2,270.38 $6,000.00 $8,088.09 $4,500.00 $2,855.00 $5,000.00 $3,600.00 $1,328,020.00 $1,517,017.00 $1,970,483.07 $1,677,607.00 $2,172,003.80 $972,619.50 $1,513,850.85 $1,272,000.00 $0.00 $1,542,895.35 Seagate Development Group, LLC DEC Contracting Group, Inc. OneSource Construction Company & Builders, Inc Rycon Construction, Inc.Holtz Builders, Inc. Heatherwood Construction Company Non-Responsive Non-Responsive Cosugas, LLC CarbonSix Construction, Inc. Non-Responsive IT Room Firewall (45 LF) BUILDING - TOTAL HVAC Electrical - Power and Lighting Structured Cabling Safety and Security/Fire Alarm Termite Control Door and HW Installation Fire Stopping General Conditions Toilet Room Accessories Fire Extinguishers and Cabinets Metal Lockers Fire Suppression/Protection Plumbing Acoustic Panel Ceilings Flooring: Carpet Tile, LVT, Sheet Vinyl, Concrete Sealer, Resilent, Specialties - Interior Signage Plastic Toilet Compartments Shower Stalls Corner Guards Interior Painting Engineer's Estimate Medical Examiner Office Expansion Bid Tabulation Construction ITB 24-8222 National Facilities Direct Non-Responsive Ceramic Tiling - Walls at Showers DESCRIPTION OF WORK Thermal and Moisture Protection: Acoustic Fiberglass Batt Openings: Wood Doors, Steel Doors, Frames, Hardware, and Finishes: 20 Gauge Interior Metal Stud Partition and Ceiling Material Testing Roofing Repairs Interior Glazing Selective Demolition GENERAL REQUIREMENTS - TOTAL 1 Page 3526 of 10663 Project Manager: Camden Smith Procurement Strategist: Trevor Adaline Notifications Sent: 25,878 Viewed: 105 Bids: 9 EXPANSION WORK 3.0 BUILDING - Documents prepared by ADG UNIT QTY TOTAL TOTAL TOTAL TOTAL TOTAL TOTAL TOTAL TOTAL TOTAL TOTAL DIV 2.3 LS 1 $23,500.00 $14,697.00 $6,499.60 $9,000.00 $6,274.90 $7,000.00 $250.00 $4,000.00 $5,423.25 DIV 2.4 LS 1 $7,500.00 $31,396.00 $3,621.08 $3,000.00 $4,419.72 $10,000.00 Included $22,000.00 $7,612.50 DIV 3.3 LS 1 $188,000.00 $247,915.00 $105,209.15 $127,000.00 $231,814.42 $104,161.00 $98,924.60 $165,000.00 $100,947.00 DIV 5.1 LS 1 $58,870.00 $76,473.00 $44,244.66 $48,000.00 $68,246.03 $38,000.00 $38,570.00 $55,000.00 $54,232.50 DIV 6.1 LS 1 $2,000.00 $13,976.00 $6,007.96 $60,000.00 $2,154.61 $1,500.00 $6,500.00 $7,000.00 $5,423.25 DIV 6.2 LS 1 $3,000.00 $1,294.00 $10,722.94 $5,000.00 $9,391.91 $21,725.00 $20,000.00 $6,500.00 $8,400.00 DIV 6.4 LS 1 $32,000.00 $25,779.00 $13,797.35 $39,000.00 $16,352.97 $15,365.00 $11,850.00 $21,000.00 $14,700.00 DIV 7.1 LS 1 $4,000.00 $5,794.00 $4,636.37 $9,000.00 $21,988.12 $3,500.00 $5,310.00 $32,000.00 $5,696.25 DIV 7.2 LS 1 $4,600.00 $2,395.00 $5,773.61 $13,000.00 $6,850.57 $6,057.00 Included $7,500.00 $4,881.45 DIV 7.2 LS 1 $4,000.00 $3,347.00 $2,938.70 $5,000.00 $4,309.23 $1,688.00 Included $8,500.00 $6,833.40 DIV 7.5 LS 1 $60,000.00 $71,005.00 $89,304.36 $97,000.00 $98,294.62 $76,960.00 $83,585.00 $70,000.00 $79,695.00 DIV 7.8 LS 1 $3,000.00 $1,634.00 $4,808.70 $3,000.00 $1,767.89 $4,000.00 $1,625.00 $2,000.00 $1,627.50 DIV 8.1 LS 1 $31,000.00 $65,421.00 $26,370.02 $34,000.00 $30,006.04 $30,000.00 $58,650.00 $20,000.00 $36,337.35 DIV 8.4 LS 1 $22,000.00 $21,237.00 $22,832.57 $24,000.00 $18,231.35 $14,541.00 $22,915.00 $40,000.00 $83,160.00 DIV 9.2 LS 1 $26,900.00 $66,338.00 $49,176.75 $44,000.00 $80,604.68 $91,275.00 $120,799.13 $40,000.00 $62,909.70 DIV 9.2 LS 1 $29,800.00 $39,303.00 $32,377.17 $38,000.00 $71,517.73 $8,000.00 $35,200.00 $35,000.00 $35,673.75 DIV 9.5 LS 1 $9,000.00 $9,818.00 $12,330.29 $22,000.00 $12,297.88 $8,370.50 $14,860.00 $9,000.00 $11,762.10 DIV 9.6 LS 1 $26,000.00 $40,887.00 $47,181.11 $61,000.00 $37,707.96 $28,363.00 $60,356.54 $31,000.00 $15,427.65 DIV 9.9 LS 1 $29,600.00 $27,533.00 $18,758.57 $42,000.00 $18,001.53 $16,987.00 $47,933.00 $40,000.00 $16,269.75 DIV 10.1 LS 1 $5,500.00 $9,935.00 $4,075.17 $3,000.00 $936.70 $6,500.00 $250.00 $4,000.00 $1,627.50 DIV 10.2 LS 1 $6,000.00 $7,172.00 $5,821.67 $4,000.00 $6,006.17 $6,920.00 $27,940.00 $5,000.00 $4,410.00 DIV 10.4 LS 1 $1,250.00 $1,586.00 $2,468.39 $3,000.00 $725.50 $500.00 $2,565.00 $5,000.00 $2,362.50 DIV 21.1 LS 1 $20,000.00 $35,970.00 $11,643.33 $30,000.00 $32,539.10 $12,800.00 $55,375.00 $40,000.00 $11,389.35 DIV 22.0 LS 1 $77,000.00 $68,852.00 $43,080.33 $150,000.00 $56,275.21 $12,000.00 $87,745.00 $70,000.00 $41,078.10 DIV 23.0 LS 1 $350,000.00 $190,125.00 $220,938.05 $297,898.00 $329,156.58 $316,222.50 $320,458.00 $875,000.00 $178,500.00 DIV 26.0 LS 1 $110,500.00 $301,727.00 $151,363.32 $134,000.00 $220,986.10 $214,514.00 $145,450.00 $370,000.00 $110,250.00 DIV 27.0 LS 1 $9,600.00 $10,701.00 $9,902.65 $19,000.00 $22,098.61 $15,000.00 $15,000.00 $0.00 $15,640.80 DIV 28.0 LS 1 $12,000.00 $16,735.00 $23,286.66 $24,000.00 $16,573.96 $14,705.00 $20,000.00 $30,000.00 $8,677.20 DIV 31.0 LS 1 $1,400.00 $335.00 $2,328.67 $1,500.00 $2,430.85 $315.50 $594.30 $3,000.00 $1,084.65 $1,158,020.00 $1,409,380.00 $981,499.20 $1,349,398.00 $1,427,960.94 $1,086,969.50 $1,302,705.57 $2,017,500.00 $0.00 $932,032.50 Fire Extinguishers and Cabinets Safety and Security/Fire Alarm Termite Control Fire Suppression/Protection Plumbing HVAC Electrical - Power and Lighting Structured Cabling BUILDING TOTAL Floorings: Carpet Tile, LVT, Sheet Vinyl, Concrete Sealer, 20 Gauge Interior Metal Stud Partition and Ceiling Framing, Concrete Structure: footings, slab, masonry, sills, lintels, tie Structural Steel: columns, beams, joists, decking, embeds Exterior Insulation Rigid Wall Insulation Acoustic Fiberglass Batt Insulation Fire-stopping Aluminum Storefront Windows Membrane Roofing System, Edge Metal, Drains, Gutters, and Wood Doors, Steel Doors, Frames, and Hardware and Door and HW Installation Exterior Stucco Acoustical Panel Ceilings Plastic Lam. Casework and Solid Surface Counters Water-proof Coating and Concrete Eyebrows Demolition concrete, masonry, parapet, roofing Material testing Interior and Exterior Painting and Caulking Specialties Interior - Signage Toilet Room Accessories Miscellaneous and Rough Carpentry 2 Page 3527 of 10663 Project Manager: Camden Smith Procurement Strategist: Trevor Adaline Notifications Sent: 25,878 Viewed: 105 Bids: 9 Chilled Water Piping and Controls 4.0 CHILLED WATER PIPING HVAC CONTROLS UNIT QTY TOTAL TOTAL TOTAL TOTAL TOTAL TOTAL TOTAL TOTAL TOTAL TOTAL Div. 23.09 LS 1 $345,000.00 $283,562.00 $394,256.04 $338,611.00 $374,141.62 $340,505.00 Included $40,000.00 $100,000.00 Div. 23.2 LS 1 $560,000.00 $394,914.00 $160,677.98 $471,580.00 $845,482.86 $335,000.00 $765,191.00 $235,000.00 $150,000.00 $905,000.00 $678,476.00 $554,934.02 $810,191.00 $1,219,624.48 $675,505.00 $765,191.00 $275,000.00 $0.00 $250,000.00 Generator Equipment UNIT QTY TOTAL TOTAL TOTAL TOTAL TOTAL TOTAL TOTAL TOTAL TOTAL TOTAL Div. 26.3 LS 1 $135,000.00 $154,940.00 $261,974.98 $225,000.00 $292,806.58 $170,000.00 $225,000.00 $129,165.00 $350,000.00 $135,000.00 $154,940.00 $261,974.98 $225,000.00 $292,806.58 $170,000.00 $225,000.00 $129,165.00 $0.00 $350,000.00 Sitework UNIT QTY TOTAL TOTAL TOTAL TOTAL TOTAL TOTAL TOTAL TOTAL TOTAL TOTAL Item 6.1 LS 1 $20,000.00 $8,374.00 $2,910.83 $20,500.00 $22,457.71 $3,500.00 $3,500.00 $20,000.00 $10,500.00 Item 6.2 LS 1 $6,500.00 $3,768.00 $20,375.83 $2,415.00 $2,209.86 $5,000.00 $9,425.00 $5,000.00 $6,300.00 Item 6.3 LS 1 $68,020.00 $32,549.00 $27,245.40 $76,300.00 $57,006.68 $106,472.00 $82,801.50 $26,500.00 $42,000.00 Item 6.4 LS 1 $2,000.00 $10,448.00 $2,561.53 $10,000.00 $6,532.90 $4,000.00 $2,200.00 $5,000.00 $5,250.00 Item 6.5 LS 1 $12,900.00 $22,945.00 $34,056.75 $15,000.00 $6,532.90 $11,550.00 $20,480.00 $15,000.00 $8,400.00 Item 6.6 LS 1 $138,000.00 $60,087.00 $151,442.49 $138,552.00 $71,839.27 $63,122.00 $120,605.65 $30,000.00 $84,000.00 Item 6.7 LS 1 $18,000.00 $6,633.00 $8,453.06 $15,336.00 $35,919.63 $4,303.00 $4,303.00 $20,000.00 $14,700.00 Item 6.8 LS 1 $21,900.00 $12,948.00 $19,737.78 $19,034.00 $35,919.63 $6,440.00 $9,686.50 $25,000.00 $17,850.00 Item 6.9 LS 1 $13,500.00 $47,756.00 $9,989.98 $10,500.00 $5,314.72 $1,237.00 $2,645.00 $10,000.00 $7,875.00 Item 6.10 LS 1 $11,200.00 $26,574.00 $26,546.80 $20,700.00 $16,573.96 $17,300.00 $12,900.00 $5,000.00 $19,425.00 Item 6.11 LS 1 $74,000.00 $50,162.00 $85,578.49 $56,150.00 $57,290.65 $23,968.00 $54,250.00 $8,000.00 $37,800.00 Item 6.12 LS 1 $50,000.00 $17,764.00 $59,233.12 $48,557.00 $51,201.14 $48,430.00 $40,284.20 $20,000.00 $58,800.00 Item 6.13 LS 1 $32,200.00 $50,636.00 $45,525.43 $90,000.00 $82,197.16 $39,100.00 $72,510.75 $25,000.00 $39,375.00 Item 6.14 LS 1 $115,000.00 $133,394.00 $140,018.06 $85,290.00 $230,268.62 $89,729.00 $155,800.00 $55,000.00 $110,000.00 $583,220.00 $484,038.00 $633,675.55 $608,334.00 $681,264.83 $424,151.00 $591,391.60 $269,500.00 $0.00 $462,275.00 $4,584,760.00 $4,682,265.00 $4,953,643.99 $5,245,444.00 $6,634,000.03 $3,770,230.00 $5,569,952.51 $4,308,165.00 $4,252,317.00 $4,232,592.85 *Calculation Error Landscaping and Irrigation Earthwork - Demolition and Clearing MOT for ROW Entry Work Chilled Water Piping HVAC Controls and Commissioning 250KW Generator and Transfer Switch HVAC TOTAL HVAC TOTAL Curbing Mobilization Pavement Markings and Signage Chain Link Fencing Sub-base, Limerock, Pavement Surveying and Layout NPDES Monitoring and Maintenance 6.0 SITE WORK Ornamental Fencing and Gates 5.0 GENERATOR Sidewalks HVAC Enclosure TOTAL BID AMOUNT SITE WORK - TOTAL Site Utilities - Drainage 3 Page 3528 of 10663 Project Manager: Camden Smith Procurement Strategist: Trevor Adaline Notifications Sent: 25,878 Viewed: 105 Bids: 9 Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes Yes Yes Yes Yes Yes Yes Yes No Yes Yes Yes Yes Yes Yes Yes No No Yes Yes Yes Yes Yes Yes Yes No No Yes Yes Yes Yes Yes Yes Yes No No Yes Yes Yes Yes Yes Yes Yes No No Yes Yes Yes Yes Yes Yes Yes No No Yes Yes Yes Yes Yes Yes Yes No No Yes Yes Yes Yes Yes Yes No*No No Yes Yes Yes Yes Yes Yes Yes No No Yes Yes Yes Yes Yes Yes Yes No No Yes Yes Yes Yes Yes Yes Yes No No Yes Yes Yes Yes Yes Yes Yes No No Yes Yes Yes Yes Yes Yes Yes No No Yes*Yes Yes Yes Yes Yes Yes No No Yes Yes Yes No*Yes Yes Yes No No Yes*Yes Yes Yes Yes Yes Yes No No Yes Yes Yes Yes Yes Yes Yes No No *Minor Irregularity Seagate Development Group, LLC DEC Contracting Group, Inc. OneSource Construction Company & Builders, Inc Non-Responsive Holtz Builders, Inc. Non-Responsive Heatherwood Construction Company Cosugas, LLC Carbon Six Construction, Inc. Bid Bond (Form 7) Insurance and Bonding Requirements (Form 8) REQUIRED FORMS AND DOCUMENTS Bid Schedule Bid Response Form (Form 1) Contractors Key Personnel Assigned to Project - (Form 2) Material Manufacturers (Form 3) Opened By: Trevor Adaline Witnessed By: Justin Landgrebe Date: 04/22/2024 at 3:00 PM EST Rycon Construction, Inc. W-9 SunBiz License Conflict of Interest Affidavit (Form 9) Vendor Declaration Statement (Form 10) Immigration Affidavit Certification (Form 11) Addendums (1-6) E-Verify List of Major Subcontractors (Form 4) Statement of Experience of Bidder (Form 5) Trench Safety Act Acknowledgement (Form 6) * Staff has allocated $250,000 in Owner's Allowance - for Owners Use as Directed. This Allowance will be used only at the Owner's direction to accomplish work due to unforeseen conditions and/or as directed by the Owner. Inclusion of the Allowance as part of the Contract Price is not a guarantee that the Contractor will be paid any portion or the full amount of the Allowance. Expenditures of Owners Allowance will be made through Change Order with proper documentation of Time and Materials supporting the change. Non-Responsive National Facilities Direct Non-Responsive 4 Page 3529 of 10663 Notice of Recommended Award Solicitation: 24-8222 Title: Medical Examiner Office Expansion Due Date and Time: April 22, 2024 @ 3:00 PM EST. Respondents: Company Name City County State Bid Amount Responsive/Responsible Rycon Construction, Inc. Fort Myers Lee FL $4,584,760.00 Yes/Yes Seagate Development Group, LLC Fort Myers Lee FL $4,682,265.00 Yes/Yes DEC Contracting Group, Inc. Fort Myers Lee FL $4,953,643.99 Yes/Yes OneSource Construction Company & Builders, Inc Fort Myers Lee FL $5,245,444.00 Yes/Yes Cosugas, LLC Sunrise Broward FL $6,634,000.03 Yes/Yes Carbon Six Construction, Inc. Bonita Springs Lee FL $3,770,230.00 No/Yes Heatherwood Construction Company Bonita Springs Lee FL $5,569,952.51 No/Yes Holtz Builders, Inc. Lake Delton Sauk WI $4,308,165.00 No/No National Facilities Direct Hoboken Hudson NJ $4,252,317.00 No/No Utilized Local Vendor Preference: Yes No N/A Recommended Vendor(s) For Award: On February 13, 2024, the Procurement Services Division issued ITB Solicitation 24-8222 Medical Examiner Office Expansion to twenty-five thousand eight hundred and seventy-eight (25,878) vendors. One hundred and five (105) vendors viewed the bid package and on April 22, 2024, the County received nine (9) bids as summarized above. The bid was initially advertised for a total of forty-five (45) days and was extended two (2) times for a total of twenty-four (24) days. Staff reviewed the bids received. Five bids were deemed responsive and responsible. Carbon Six Construction, Inc. and Heatherwood Construction Company were deemed non-responsive for not providing pricing for all line items. Holtz Builders, Inc. and National Facilities Direct were deemed non-responsive and non-responsible for not providing pricing for all line items and for failing to provide all required forms. Rycon Construction, Inc., OneSource Construction Company & Builders, Inc, and Heatherwood Construction Company, had minor irregularities. Staff determined that Rycon Construction, Inc. is the lowest responsive and responsible bidder. Staff recommends that the contract be awarded to Rycon Construction, Inc, the lowest responsive and responsible bidder for a total contract amount of $4,584,760.00. In addition to the total bid amount, the staff has allocated $250,000.00 in Owner’s Allowance, for Owner’s use as directed. Contract Driven Purchase Order Driven Docusign Envelope ID: 8F071EF2-E445-403D-AB70-C33B0814C197 Page 3530 of 10663 Required Signatures Project Manager: Procurement Strategist: Procurement Services Director: __________________________________ _________________ Sandra Srnka Date Docusign Envelope ID: 8F071EF2-E445-403D-AB70-C33B0814C197 10/14/2024 10/14/2024 10/14/2024 Page 3531 of 10663 CREATE | INSPIRE | IMPROVE 3820 Colonial Boulevard Suite 100, Fort Myers, Florida 33966 | Phone: 239-277-0554 | Fax: 239-277-0741 | AA26002422 July 10, 2024 Justin Landgrebe - Procurement Strategist I Procurement Services Collier County Procurement Services 3295 Tamiami Trail East Naples, FL 34112-5361 RE: Design Entity Letter of Recommended Award - REVISED Solicitation No ITB 24-8222 Medical Examiner Office Expansion Dear Mr. Landgrebe, Collier County received bids for the above-referenced project on April 22, 2024. ADG Architecture, LLC (Architect of Record) has reviewed the bid submitted by the lowest bidder for this project, and we are pleased to provide the following award recommendation. Collier County Procurement’s review of the bid tabulations determined that the apparent low bidder is Rycon Construction, Inc., with a bid of $4,584,760.00. ADG Architecture, LLC was provided with the bid schedule for Rycon Construction, Inc. Rycon Construction, Inc.'s bid is approximately 7.8% higher than the Collier County Government Consultant DeAngelis Diamond's Opinion of Probable Construction Cost (OPC) of $4,251,839.35. References were provided, and the completed Vendor Reference Check Logs for each reference are attached hereto. The project references provided by Rycon Construction, Inc. were all contacted. Three of the five references were favorable, one reference only responded directly to the inquiry from Collier County Government and was not favorable, and one reference did not provide comments due to their "bad experience during construction." ADG Architecture, LLC determined that although the three favorable references contain sufficient relevant experience with similar projects to demonstrate the required successful experience to complete the project, the two non-favorable references are a cause for concern. Rycon Construction, Inc., formed in 1989 in the State of Pennsylvania, has been authorized to transact business in the State of Florida and has been registered with the Florida Division of Corporations since 2007. Due to their experience, the favorable performance reviews provided Page 3532 of 10663 Medical Examiner Office 10/14/2024, Page 2 on the Vendor Reference Logs, and their licensing, it appears that Rycon Construction, Inc. is a qualified firm to conduct the requested work. However, due to the two very unfavorable references, ADG Architecture, LLC does not recommend that Rycon Construction, Inc. be awarded the Medical Examiner Office Expansion project in the amount of $4,584,760.00 unless approved by Collier County Government based on their experience with Rycon Construction, Inc. Should there be any questions, please feel free to contact our office. Sincerely, M. Clarisa Parodi Principal ADG Architecture, LLC Page 3533 of 10663 Procurement Services Division – 3295 Tamiami Trail East – Naples, Florida 34112‐4901 www.colliercountyfl.gov/procurementservices MEMORANDUM To: File From: Sandra Srnka, Procurement Director Solicitation No. 24-8222 Non-Favorable References: Harrison County WV General Services Building; $15,500,000 project o Parties are in mediation Brimfield Fire Department & Township Administration Building; $8,200,000 project o Dispute resolution is pending Log Attached Reference Provided for Solicitation No. #24-8217R Harrison County WV General Services Building; $15,500,000 project o Parties are in mediation Page 3534 of 10663 Solicitation No.: 24-8222 Solicitation Title: Medical Examiner Expansion Bidder’s Name: Rycon Construction, Inc. REFERENCED PROJECT: Project Name: Harrison County WV General Services Building Project Location: 229 S. 3rd St. Clarksburg, WV 26301 Project Description: New 72,000 SF admin annex that houses the Sheriff’s tax office and others. Completion Date: 10-28-2022 Contract Value: $15,500,000 Project Owner/Title: Harison County WV Commission – Harrison County Admin. Phone: 304-624-8500 Owner’s Contact Person: Laura Pysz- Laulis E-Mail: Procurement called Ms. Pysz-Laulis on August 14th to obtain additional information regarding her “no comment” indicated on the Vendor Reference Check Log. A voicemail was left. Ms. Pysz-Laulis did return my call and indicated she would not be able to provide any information since mediation was scheduled. Project Manager: For Brimfield, the reference written responses are provided and the “refusal to provide a reference” for Harrison County, WV did not write responses but provided an overall comment. Both of these parties are not yet in legal action but may consider it. Brimfield is currently in LD stage as a CO was not issued. REFERENCED PROJECT: Project Name: Brimfield Fire Dept & Township Admin. Bldg Project Location: 1333 Tallmadge Rd Kent, OH 44240 Project Description: A 17,400 SF, 2-story expansion with 3 new apparatus bays and renovation of 9,100 SF office space. Completion Date: 04-01-24 Contract Value: $8,200,000 Project Owner/Title: Brimfield Township - Chief Phone: 330-678-9244 Owner’s Contact Person: Craig Mullaly E-Mail: Procurement called Mr. Mullaly on August 14th to obtain additional information regarding his responses provided on the Vendor Reference Check Log. A voicemail was left for him to contact Barbara Lance and the call was not returned. A second call was made on 8/21, a voicemail was left for him to call Barbara Lance. Page 3535 of 10663 Project Manager: For Brimfield, the reference written responses are provided and the “refusal to provide a reference” for Harrison County, WV did not write responses but provided an overall comment. Both of these parties are not yet in legal action but may consider it. Brimfield is currently in LD stage as a CO was not issued. Page 3536 of 10663 CREATE | INSPIRE | IMPROVE 3820 Colonial Boulevard Suite 100, Fort Myers, Florida 33966 | Phone: 239-277-0554 | Fax: 239-277-0741 | AA26002422 July 10, 2024 Justin Landgrebe - Procurement Strategist I Procurement Services Collier County Procurement Services 3295 Tamiami Trail East Naples, FL 34112-5361 RE: Design Entity Letter of Recommended Award - REVISED Solicitation No ITB 24-8222 Medical Examiner Office Expansion Dear Mr. Landgrebe, Collier County received bids for the above-referenced project on April 22, 2024. ADG Architecture, LLC (Architect of Record) has reviewed the bid submitted by the lowest bidder for this project, and we are pleased to provide the following award recommendation. Collier County Procurement’s review of the bid tabulations determined that the apparent low bidder is Rycon Construction, Inc., with a bid of $4,584,760.00. ADG Architecture, LLC was provided with the bid schedule for Rycon Construction, Inc. Rycon Construction, Inc.'s bid is approximately 7.8% higher than the Collier County Government Consultant DeAngelis Diamond's Opinion of Probable Construction Cost (OPC) of $4,251,839.35. References were provided, and the completed Vendor Reference Check Logs for each reference are attached hereto. The project references provided by Rycon Construction, Inc. were all contacted. Three of the five references were favorable, one reference only responded directly to the inquiry from Collier County Government and was not favorable, and one reference did not provide comments due to their "bad experience during construction." ADG Architecture, LLC determined that although the three favorable references contain sufficient relevant experience with similar projects to demonstrate the required successful experience to complete the project, the two non-favorable references are a cause for concern. Rycon Construction, Inc., formed in 2007 in the State of Pennsylvania, has been authorized to transact business in the State of Florida and has been registered with the Florida Division of Corporations since 2007. Due to their experience, the favorable performance reviews provided Page 3537 of 10663 Medical Examiner Office 7/10/2024, Page 2 on the Vendor Reference Logs, and their licensing, it appears that Rycon Construction, Inc. is a qualified firm to conduct the requested work. However, due to the two very unfavorable references, ADG Architecture, LLC does not recommend that Rycon Construction, Inc. be awarded the Medical Examiner Office Expansion project in the amount of $4,584,760.00 unless approved by Collier County Government based on their experience with Rycon Construction, Inc. Should there be any questions, please feel free to contact our office. Sincerely, M. Clarisa Parodi Principal ADG Architecture, LLC Page 3538 of 10663 Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20 VENDOR REFERENCE CHECK LOG Solicitation No.: ITB 24-8222 Project #55020.1 Reference Check by: M. Clarisa Parodi Solicitation Title: Medical Examiner Office Expansion Date: 05-31-2024 Bidder’s Name: Rycon Construction, Inc. Phone: 239-365-2100 Design Entity: ADG Architecture, llc REFERENCED PROJECT: Project Name: Crossing – Medical Technology R&D Facility Project Location: 2865 Railroad Street, Pittsburgh, PA 15222 Project Description: Fit-out included 45,000 sq. ft. of research & dev. space for NAVIO surgical system and BioSkills cadaver lab. Completion Date: 03/05/2020 Contract Value: $10,800,000 Project Owner/Title: Oxford Development Company – Sr. Vice President, Development Owner’s Address: 2545 Railroad St., Pittsburgh, PA 15222 Phone: 412-261-1500 Owner’s Contact Person: Scott Pollock E-Mail: spollock@oxforddevelopment.com 1. Was project completed timely and within budget? (If not, provide detail) Yes, per schedule 2. Was the submittal/review process performed satisfactorily? (If not, provide detail) Yes 3. Was the construction process performed satisfactorily? (If not, provide detail) Yes 4. Did the process run smoothly? Were there any changes? Describe below. Yes, the process run smoothly – No change orders 5. Was the contract closeout process performed satisfactorily? (If not, provide detail) Yes 6. Any warranty issues since closeout? Were they responded to and performed satisfactorily? No warranty issues 7. Additional comments: n/a Page 3539 of 10663 Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20 VENDOR REFERENCE CHECK LOG Solicitation No.: ITB 24-8222 Project #55020.1 Reference Check by: M. Clarisa Parodi Solicitation Title: Medical Examiner Office Expansion Date: 05-31-2024 Bidder’s Name: Rycon Construction, Inc. Phone: 239-365-2100 Design Entity: ADG Architecture, llc REFERENCED PROJECT: Project Name: Univ. of Pittsburgh Greensburg Life Sciences Bldg. Project Location: 150 Finoli Dr., Greensburg, PA 15601 Project Description: A new 32,000 sq. ft. life sciences building. Two-story, type III buildings holds a variety of Labs Completion Date: 12/02/2022 Contract Value: $12,500,000 Project Owner/Title: University of Pittsburgh – Sr. Project Manager Owner’s Address: 3400 Forbes Ave., Pittsburgh, PA 15260 Phone: 412-383-4831 Owner’s Contact Person: Dave Klimchock E-Mail: Dwk1@pitt.edu 1. Was project completed timely and within budget? (If not, provide detail) Yes, per schedule 2. Was the submittal/review process performed satisfactorily? (If not, provide detail) Yes 3. Was the construction process performed satisfactorily? (If not, provide detail) Yes 4. Did the process run smoothly? Were there any changes? Describe below. Yes, the process run smoothly – Change orders originated by Owner do to changes of design and preferences 5. Was the contract closeout process performed satisfactorily? (If not, provide detail) Yes, although the process is not completed, waiting for LEED review 6. Any warranty issues since closeout? Were they responded to and performed satisfactorily? Only minor warranty issues, Rycon responded immediately 7. Additional comments: Highly recommended Page 3540 of 10663 Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20 VENDOR REFERENCE CHECK LOG Solicitation No.: ITB 24-8222 Project #55020.1 Reference Check by: M. Clarisa Parodi Solicitation Title: Medical Examiner Office Expansion Date: 05/31/2024 06/06/2024 06/10/2024 Bidder’s Name: Rycon Construction, Inc. Phone: 239-365-2100 Design Entity: ADG Architecture, llc REFERENCED PROJECT: Project Name: Brimfield Fire Dept. & Township Admin. Bldg Project Location: 1333 Tallmadge Road, Kent, OH 44240 Project Description: A 17,400 SF, two story expansion with 3 new apparatus bays and renovation of 9,100SF office space Completion Date: 04/01/2024 Contract Value: $8,200,000 Project Owner/Title: Brimfield Township - Chief Owner’s Address: 1333 Tallmadge Road, Kent, OH 44240 Phone: 330-678-9244 Owner’s Contact Person: Craig Mullaly E-Mail: cmullaly@brimfieldohio.gov 1. Was project completed timely and within budget? (If not, provide detail) NO 2. Was the submittal/review process performed satisfactorily? (If not, provide detail) NO - We continue to receive submittals to date 3. Was the construction process performed satisfactorily? (If not, provide detail) NO - We hired an owners rep to ensure our specifications were met 4. Did the process run smoothly? Were there any changes? Describe below. NO 5. Was the contract closeout process performed satisfactorily? (If not, provide detail. NO - The contract closeout has not taken place. 6. Any warranty issues since closeout? Were they responded to and performed satisfactorily? Reference Unresponsive 7. Additional comments: Dispute resolution is pending Page 3541 of 10663 Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20 VENDOR REFERENCE CHECK LOG Solicitation No.: ITB 24-8222 Project #55020.1 Reference Check by: M. Clarisa Parodi Solicitation Title: Medical Examiner Office Expansion Date: 05-31-2024 Bidder’s Name: Rycon Construction, Inc. Phone: 239-365-2100 Design Entity: ADG Architecture, llc REFERENCED PROJECT: Project Name: Pepper Pike Police Station Project Location: 28000 Shaker Blvd., Pepper Pike, OH 44124 Project Description: 5,200 SF Interior Renovation of an existing Police Station Completion Date: 08/12/2022 Contract Value: $1,200,000 Project Owner/Title: City of Pepper Pike - Chief Owner’s Address: 28000 Shaker Blvd., Pepper Pike, OH 44124 Phone: 216-831-1424 Owner’s Contact Person: Scott Pollock E-Mail: Kdietz@pepperpike.org 1. Was project completed timely and within budget? (If not, provide detail) Yes, per schedule 2. Was the submittal/review process performed satisfactorily? (If not, provide detail) Yes 3. Was the construction process performed satisfactorily? (If not, provide detail) Yes, excellent work including asbestos removal 4. Did the process run smoothly? Were there any changes? Describe below. Yes, the process run smoothly – No change orders 5. Was the contract closeout process performed satisfactorily? (If not, provide detail) Yes 6. Any warranty issues since closeout? Were they responded to and performed satisfactorily? No warranty issues 7. Additional comments: Good job, Company very involved on the process Page 3542 of 10663 Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20 VENDOR REFERENCE CHECK LOG REFERENCE UNRESPONSIVE Due to “bad experience” Solicitation No.: ITB 24-8222 Project #55020.1 Reference Check by: M. Clarisa Parodi Solicitation Title: Medical Examiner Office Expansion Date: 05/31/2024 06/06/2024 Bidder’s Name: Rycon Construction, Inc. Phone: 239-365-2100 Design Entity: ADG Architecture, llc REFERENCED PROJECT: Project Name: Harrison County WV General Services Building Project Location: 229 S. 3rd St., Clarksburg, WV 26301 Project Description: New 72,000 SF admin annex that houses the Sheriff’s tax office and others Completion Date: 10-28-2022 Contract Value: $15,500,000 Project Owner/Title: Harrison County WV Commission – Harrison County Admin. Owner’s Address: 301 W. Main St., 3rd floor, Clarksburg, WV 26301 Phone: 304-624-8500 Owner’s Contact Person: Laura Pysz-Laulis E-Mail: n/a 1. Was project completed timely and within budget? (If not, provide detail) No comments 2. Was the submittal/review process performed satisfactorily? (If not, provide detail) No comments 3. Was the construction process performed satisfactorily? (If not, provide detail) No comments 4. Did the process run smoothly? Were there any changes? Describe below. No comments 5. Was the contract closeout process performed satisfactorily? (If not, provide detail. No comments 6. Any warranty issues since closeout? Were they responded to and performed satisfactorily? No comments 7. Additional comments: Reference did not provide any comments due to their “BAD EXPERIENCE DURING CONSTRUCTION” Page 3543 of 10663 Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20 VENDOR REFERENCE CHECK LOG Solicitation No.: ITB 24-8222 Project #55020.1 Reference Check by: M.Clarisa Parodi Solicitation Title: Medical Examiner Office Expansion Date: 05/31/2024 06/06/2024 06/10/2024 Bidder’s Name: Rycon Construction, Inc. Phone: 239-365-2100 Design Entity: ADG Architecture, llc REFERENCED PROJECT: Project Name: Brimfield Fire Dept. & Township Admin. Bldg Project Location: 1333 Tallmadge Road, Kent, OH 44240 Project Description: A 17,400 SF, two story expansion with 3 new apparatus bays and renovation of 9,100SF office space Completion Date: 04/01/2024 Contract Value: $8,200,000 Project Owner/Title: Brimfield Township - Chief Owner’s Address: 1333 Tallmadge Road, Kent, OH 44240 Phone: 330-678-9244 Owner’s Contact Person: Craig Mullaly E-Mail:cmullaly@brimfieldohio.gov 1.Was project completed timely and within budget? (If not, provide detail) NO 2.Was the submittal/review process performed satisfactorily? (If not, provide detail) NO - We continue to receive submittals to date 3.Was the construction process performed satisfactorily? (If not, provide detail) NO - We hired an owners rep to ensure our specifications were met 4.Did the process run smoothly? Were there any changes? Describe below. NO 5.Was the contract closeout process performed satisfactorily? (If not, provide detail. NO - The contract closeout has not taken place. 6.Any warranty issues since closeout? Were they responded to and performed satisfactorily? Reference Unresponsive 7.Additional comments: Dispute resolution is pending Page 3544 of 10663 Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20 VENDOR REFERENCE CHECK LOG REFERENCE UNRESPONSIVE Due to “bad experience” Solicitation No.: ITB 24-8222 Project #55020.1 Reference Check by: M. Clarisa Parodi Solicitation Title: Medical Examiner Office Expansion Date: 05/31/2024 06/06/2024 Bidder’s Name: Rycon Construction, Inc. Phone: 239-365-2100 Design Entity: ADG Architecture, llc REFERENCED PROJECT: Project Name: Harrison County WV General Services Building Project Location: 229 S. 3rd St., Clarksburg, WV 26301 Project Description: New 72,000 SF admin annex that houses the Sheriff’s tax office and others Completion Date: 10-28-2022 Contract Value: $15,500,000 Project Owner/Title: Harrison County WV Commission – Harrison County Admin. Owner’s Address: 301 W. Main St., 3rd floor, Clarksburg, WV 26301 Phone: 304-624-8500 Owner’s Contact Person: Laura Pysz-Laulis E-Mail: n/a 1. Was project completed timely and within budget? (If not, provide detail) No comments 2. Was the submittal/review process performed satisfactorily? (If not, provide detail) No comments 3. Was the construction process performed satisfactorily? (If not, provide detail) No comments 4. Did the process run smoothly? Were there any changes? Describe below. No comments 5. Was the contract closeout process performed satisfactorily? (If not, provide detail. No comments 6. Any warranty issues since closeout? Were they responded to and performed satisfactorily? No comments 7. Additional comments: Reference did not provide any comments due to their “BAD EXPERIENCE DURING CONSTRUCTION” Page 3545 of 10663 Construction Solicitation Doc rev 04152022 FORM 5 - STATEMENT OF EXPERIENCE OF BIDDER THIS FORM MUST BE COMPLETED OR BID MAY BE DEEMED NON-RESPONSIVE/NON- RESPONSIBLE. The Bidder is required provide five (5) project references, stated below, of what work of similar magnitude completed within the last ten (10) years is a judge of its experience, skill and business standing and of its ability to conduct the work as completely and as rapidly as required under the terms of the Agreement. 1. _______________________________________ ____________________________________________ (project name) (project owner) _______________________________________ ____________________________________________ (project location) (Owner’s address) _______________________________________ _________________________ __________________ (project description) (Owner’s contact person) (title) ________________________ $_____________ _________________ _________________________ (project start/completion dates) (contract value) (phone) (email) 2. _______________________________________ ____________________________________________ (project name) (project owner) _______________________________________ ____________________________________________ (project location) (Owner’s address) _______________________________________ _________________________ __________________ (project description) (Owner’s contact person) (title) ________________________ $_____________ _________________ _________________________ (project start/completion dates) (contract value) (phone) (email) 3. _______________________________________ ____________________________________________ (project name) (project owner) _______________________________________ ____________________________________________ (project location) (Owner’s address) _______________________________________ _________________________ __________________ (project description) (Owner’s contact person) (title) ________________________ $_____________ _________________ _________________________ (project start/completion dates) (contract value) (phone) (email) Countyline Corporate Park Flagler Global Logistics / VSRE Hialeah, FL VSRE: 15175 NW 67th Ave, Suite 202Miami Lakes, FL 33014 New Class A LEED Certified tilt-up warehouses Christopher Sutton Managing Principal 305-781-0340 csutton@vsre.net2018 to Ongoing 422,200,000 Beacon Logistics Park Codina Partners Hialeah, FL 2020 Salzedo St., Fth Fl., Coral Gables, FL 33134 New speculative tilt-wall industrial warehouses Alexander Gomez VP of Industrial 2020 to Ongoing 99,600,000 305-529-1300 agomez@codina.com Monopile Manufacturing Facility Architect: STV (Owner is confidential) 350 Fifth Ave., 10th Fl., New York, NY 10118 Andrew Munter Sr. Project Mgr., Construction Mgmt. Northeast 484-645-3072 andrew.munter@stvinc.com Paulsboro, NJ 2021 to 2023 57,500,000 High-bay pre-engineered metal building and a low-bay pre-engineered metal lean-to structure Page 3546 of 10663 Page 3547 of 10663 INSURANCE REQUIREMENTS COVERSHEET Project Name Vendor Name Solicitation/Contract No. Attachments Risk Approved Insurance Requirements Risk Approved Insurance Certificate(s) Comments Attachments Approved by Risk Management Division Approval: Page 3548 of 10663 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). 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. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY 11/5/2024 Graham Company,a Marsh &McLennan Agency,LLC company The Graham Building One Penn Square West Philadelphia PA 19102 John Kilgarriff/Brett Nealis 215-701-5291 MMAEastGrahamKilgarriffUnit@MarshMMA.com National Union Fire Ins.Co.of Pittsburgh,PA 19445 RYCOCON-01 The Cincinnati Insurance Company 10677RyconConstruction,Inc. 2501 Smallman Street Suite 100 Pittsburgh,PA 15222-4679 Travelers P&C Co of America 25674 Indian Harbor Insurance Company 36940 13445218 A 2,000,000 X 300,000 X Stop Gap OH &WV 10,000 X No Excl for XCU 2,000,000 4,000,000 X Y 329-20-93 9/1/2024 9/1/2025 4,000,000 B 1,000,000 X X X X Comp:$2000 X Coll:$2000 EBA0693771 9/1/2024 9/1/2025 C X X 15,000,000CUP-6Y218276-24-NF 9/1/2024 9/1/2025 15,000,000 X $10,000 A X N 022-29-8379 9/1/2024 9/1/2025 1,000,000 1,000,000 1,000,000 D Contractors Professional Policy CEO7421758 9/1/2024 9/1/2025 Per Claim Per Agg $5,000,000 $5,000,000 Job #1024-5419 RE:Medical Examiner Office Expansion Collier County Board of County Commissioners,OR,Board of County Commissioners in Collier County,OR,Collier County Government,OR, Collier County are additional insureds on the above General Liability Policy,and coverage shall apply on a Primary and Non-Contributory basis if required by written contract. Should any of the above described policies be cancelled before the expiration date thereof,Graham Company,a Marsh &McLennan Agency,LLC company will endeavor to mail 30 days written notice to the certificate holder,but failure to do so shall impose no obligation or liability of any kind upon Graham Company,a Marsh &McLennan Agency,LLC company,its agents or representatives. Collier County Board of County Commissioners 3295 Tamiami Trail E Naples FL 34112 Page 3549 of 10663 POLICY NUMBER: COMMERCIAL GENERAL LIABILITY CG 20 10 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s)Location(s) Of Covered Operations ANY PERSON OR ORGANIZATION WHOM YOU BECOME OBLIGATED TO INCLUDE AS AN ADDITIONAL INSURED AS A RESULT OF ANY CONTRACT OR AGREEMENT YOU HAVE ENTERED INTO. PER THE CONTRACT OR AGREEMENT. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Page 1 of 2CG 20 10 12 19 C> Insurance Services Office, Inc., 2018 □ 329-20-93 Page 3550 of 10663 A. Section II - Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. C. With respect to the insurance afforded to these additional insureds, the following is added to Section III - Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable limits of insurance; whichever is less. This endorsement shall not increase the applicable limits of insurance. C> Insurance Services Office, Inc., 2018Page 2 of 2 CG 20 10 12 19 Page 3551 of 10663 ENDORSEMENT This endorsement, effective 12 :01 A.M. 09/01/2024 forms a part of Policy No. 3 29-20-93 issued to RYC0N CONSTRUCTION, INC. by NATIONAL UNION FIRE INSURANCE COMPANY OF PITTSBURGH, P A. LIMITED ADVICE OF CANCELLATION PROVIDED VIA E-MAIL TO ENTITIES OTHER THAN THE FIRST NAMED INSURED This policy is amended as follows: In the event that the Insurer cancels this policy for any reason other than non-payment of premium, and 1. the cancellation effective date is prior to this policy's expiration date; 2. the First Named Insured is under an existing contractual obligation to notify a certificate holder when this policy is canceled (hereinafter, the "Certificate Holder(s)") and has provided to the Insurer, either directly or through its broker of record, the email address of a contact at each such entity; and 3. the Insurer received this information after the First Named Insured receives notice of cancellation of this policy and prior to this policy's cancellation effective date, via an electronic spreadsheet that is acceptable to the Insurer, the Insurer will provide advice of cancellation (the "Advice") via e-mail to each such Certificate Holders withi n 30 days after the First Named Insured provides such information to the Insurer; provided, however, that if a specific number of days is not stated above, then the Advice will be provided to such Certificate Holder(s) as soon as reasonably practicable after theFirst Named Insured provides such information to thelnsurer. Proof of the Insurer emailing the Advice, using the information provided by the First Named Insured, will serve as proof that thelnsurer has fully satisfied its obligations under this endorsement. This endorsement does not affect, in any way, coverage provided under this policy or the cancellation of this policy or the effective date thereof, nor shall this endorsement invest any rights in any entity not insured under this policy. The following Definitions apply to this endorsement: 1. First Named Insured means the Named Insured shown on the Declarations Page of this policy. 2. Insurer means the insurance company shown in the header on the Declarations page of this policy. All other terms, conditions and exclusions shall remain the same. Authorized Representative 107414 (3/1 1) Includes copyrighted material of Insurance Services Office, Inc. with its permissiorPage 1 of 1 Page 3552 of 10663 by Page 3553 of 10663 Page 3554 of 10663 COMMERCIAL GENERAL LIABILITY CG 20 01 12 19POLICY NUMBER: THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance Condition and supersedes any provision to the contrary: Primary And Noncontributory Insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (1)The additional insured is a Named Insured under such other insurance; and (2) You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured. €> Insurance Services Office, Inc., 2018CG 20 01 12 19 Page 1 of 1 329-20-93 Page 3555 of 10663