Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Agenda 05/13/2025 Item #16F 2 (Award Invitation to Bid No. 24-8306, “HVAC Preventative Maintenance Services,” to Anchor Mechanical, Inc.)
5/13/2025 Item # 16.F.2 ID# 2025-1257 Executive Summary Recommendation to award Invitation to Bid No. 24-8306, “HVAC Preventative Maintenance Services,” to Anchor Mechanical, Inc., and authorize the Chairman to sign the attached Agreement. OBJECTIVE: To select a contractor to provide preventative maintenance services for various Heating, Ventilation, and Air Conditioning (“HVAC”) systems as part of a maintenance program. CONSIDERATIONS: The Facilities Management Division is responsible for maintaining over six hundred (600) County-owned and operated HVAC systems, including air handlers, variable air volume (VAV) boxes, exhaust fans, fan coils, recovery units, boilers, and ice machines. The Division is responsible for ensuring those systems’ continuous and proper operation. To ensure optimal system performance, extend their useful life cycle, reduce unexpected repairs, and lower long-term costs, staff seeks to award a contract to a contractor for preventative maintenance services. On December 12, 2024, the Procurement Services Division issued Invitation to Bid No. 24-8306, HVAC Preventative Maintenance Services. Procurement Services extended the response deadline for an additional three weeks to promote competition, and the County received three bids by the February 3, 2025, submission deadline as follows: Respondents: Company Name City County State Bid Amount Responsive / Responsible Anchor Mechanical, Inc. Lake Worth Palm Beach FL $124,851.36 Yes/Yes B & I Contractors, Inc. Fort Myers Lee FL $427,390.00 Yes/Yes Graphics Units Inc. Oakland Park Broward FL $683,065.00 Yes/Yes Staff reviewed the bids received and found all three bidders responsive and responsible. Anchor Mechanical, Inc. was identified as the lowest, responsive and responsible bidder. Anchor Mechanical's references were favorable, and staff held a pre-award meeting to discuss contract expectations. Staff recommends awarding to Anchor Mechanical, Inc. as the lowest, responsive and responsible bidder and has determined that it is in the County’s best interest not to award to a secondary or tertiary vendor due to the higher bid amounts. Anchor Mechanical, Inc., was incorporated in 1998 and is headquartered in Illinois. The company operates offices across the United States, including Florida, where it has been registered to conduct business since 2021. The attached Agreement provides for an initial three-year term with one additional two-year renewal option. This item is consistent with the Collier County strategic plan objective to optimize the useful life of all public infrastructure and resources through proper planning and preventative maintenance. FISCAL IMPACT: The budget for this contract is provided in the Facilities Management Cost Center (0001-122240). Other County Manager Divisions utilizing this contract will provide funding from their respective budgets. The estimated annual cost of this service is $480,000 based on a quarterly maintenance schedule for the majority of the bid items. GROWTH MANAGEMENT IMPACT: There is no growth management impact associated with this Executive Summary. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board Page 2696 of 5243 5/13/2025 Item # 16.F.2 ID# 2025-1257 approval. —SRT RECOMMENDATIONS: To award Invitation to Bid No. 24-8306, “HVAC Preventative Maintenance Services,” to Anchor Mechanical, Inc., and authorize the Chairman to sign the attached Agreement. PREPARED BY: Todd Fiedorowicz, Contract Administration Specialist, Facilities Management Division ATTACHMENTS: 1. 24-8306 Solicitation 2. 24-8306 Anchor Mechanical_Proposal 3. 24-8306 Bid Tabulation 4. 24-8306 NORA 5. 24-8306 VS_ Anchor Mechanical 6. Insurance Requirements Coversheet 7. 24-8306 Executive Summary CAO Page 2697 of 5243 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS INVITATION TO BID (ITB) FOR HVAC PREVENTATIVE MAINTENANCE SERVICES SOLICITATION NO.: 24-8306 BARBARA LANCE, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8998 Barbara.Lance@colliercountyfl.gov (Email) This solicitation document is prepared in a Microsoft Word format. Any alterations to this document made by the Bidder may be grounds for rejection of the bid, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. Page 2698 of 5243 SOLICITATION PUBLIC NOTICE INVITATION TO BID (ITB) NUMBER: 24-8306 PROJECT TITLE: HVAC PREVENTATIVE MAINTENANCE SERVICES DUE DATE: JANUARY 13, 2025, AT 3:00 PM EST PLACE OF BID OPENING: PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FL 34112 All bids shall be submitted online via the Collier County Procurement Services Division Online Bidding System: https://procurement.opengov.com/portal/collier-county-fl INTRODUCTION As requested by the Facilities Management Division (hereinafter, the “Division”), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, “County”) has issued this Invitation to Bid (hereinafter, “ITB”) with the intent of obtaining bid submittals from interested and qualified vendors in accordance with the terms, conditions and specifications stated or attached. The vendor, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated. The results of this solicitation may be used by other County departments once awarded according to the Board of County Commis sioners Procurement Ordinance. The Division has utilized both contractual services and in -house crews for this service. The estimated annual expenditure for these services is $1,000,000; however, this is an estimate and may not reflect actual spending. BACKGROUND Collier County Facilities Management Division is responsible for maintaining the mechanical systems in various county-owned and leased buildings and facilities throughout Collier County. In order to maintain the integrity and continuous operation of th e Heating, Ventilation, and Air Conditioning (HVAC) systems, the County intends to award contract(s) to perform preventative maintenance services. TERM OF CONTRACT The contract term, if an award(s) is/are made is intended to be for three (3) years with one (1) two (2) year renewal options. Prices shall remain firm for the initial term of this contract Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. The County Manager, or designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred eighty (180) days. The County Manager, or designee, shall give the Contractor written not ice of the County's intention to extend the Agreement term not less than ten (10) days prior to the end of the Agreement term then in ef fect. All goods are FOB destination and must be suitably packed and prepared to secure the lowest transportation rates and to comply with all carrier regulations. Risk of loss of any goods sold hereunder shall transfer to the COUNTY at the time and place of delivery; provided that risk of loss prior to actual receipt of the goods by the COUNTY nonetheless remain with VENDOR. AWARD CRITERIA ITB award criteria are as follows: ➢ The County’s Procurement Services Division reserves the right to clarify a vendor’s submittal prior to the award of the solicitation. ➢ It is the intent of Collier County to award to the lowest, responsive and responsible vendor(s) that represents the best value to the County. ➢ For the purposes of determining the winning bidder, the County will select the vendor with the lowest price established in the solicitation as outlined below: Page 2699 of 5243 • Lowest Total Bid Amount ➢ Collier County reserves the right to select one, or more than one supplier, award on a line-item basis, establish a pool for quoting, or other options that represents the best value to the County; however, it is the intent to: • Award Primary, Secondary, and Tertiary Vendors o Should the Primary Contractor not be able to provide the services within the time period or is unable to perform the normal or urgent requests, the Division reserves its rights to move to the Secondary and Tertiary, as necessary. The County reserves the right to seek services outside of the contract if the Primary, Secondary or Tertiary are unable to perform. ➢ The County reserves the right to issue a formal contract or standard County Purchase Order for the award of this solicitation . DETAILED SCOPE OF WORK The intent of this solicitation is to obtain preventative maintenance for mechanical systems for Collier County owned and operated facilities, to minimize operational down time and for facilities to be maintained in top operating condition. The qualified Contractors will provide preventative maintenance services including, but not limited to, HVAC, Boiler and Water Heater systems, Chilled Water Air Handlers, walk-in freezers, coolers, and ice machines. 1. MINIMUM REQUIREMENTS, CERTIFICATIONS, AND LICENSES: 1.1. Contractors shall provide either a valid Mechanical Contractor’s license per Florida Statutes 489.105 (I) and/or a State Class “A” Air Conditioning Contractor’s license. All licenses must be valid and current throughout the life of the agreement (copies to be provided upon bid submission or prior to issuance of a Notice of Recommended Award (NORA)). 1.2. The Contractor's technicians shall have at least an EPA Section 608 Type II CFC Certification. All Certifications must be valid and current throughout the life of the agreement. Documentation shall be submitted upon request only. This is not required at the time of bid submittal. 1.3. The Contractors must have the ability to operate business in the State of Florida as evidenced by a current State of Florida registration (SunBiz). 1.4. The County requests that the vendor submits no fewer than three (3) and no more than ten (10) completed reference forms from clients (during the last 5 years) with primary experience working with similar sized commercial and/or government agencies and/or private businesses providing services listed in the scope – heating, ventilation and air conditioning as a part of their proposal, using Form 5 provided in OpenGov as part of the Required Forms. Vendors may include two (2) additional pages for each project to illustrate aspects of the completed project that provides the informatio n to assess the experience of the Proposer on relevant project work 1.5. Contractors are to provide a list of employees that will be assigned to the Division including their names, number of years of experience, certifications, and licenses, if any. At a minimum, the list shall include six (6) HVAC journeymen, six (6) apprentices and one (1) designated contract/account representative. The list must be provided at the time of bid submittal or prior to the Notice Of Recommended Award (NORA). The Contractor’s personnel assigned to the Division under the contract shall comply with the list submitted. 2. PREVENTATIVE MAINTENANCE SERVICES: 2.1. The Division requires that a Preventative Maintenance service be performed on each piece of mechanical equipment one (1) time every three (3) months. 2.2. Preventative Maintenance services shall be priced and billed at a flat rate per unit price for one (1) Preventative Maintenan ce service visit per equipment unit. 2.3. Provided unit pricing for one (1) Preventative Maintenance service per equipment unit is all-inclusive, including but not limited to labor, parts, equipment/tools, required reporting, transportation costs, insurance, overhead, and all the necessary resour ces needed to perform the work. 2.4. Systems covered may include but are not limited to: • HVAC and Related Control Systems: mechanical components, compressors, condensers, DX air handling units, air handling units, exhaust fans, fan coils, water pumps, belt drives, direct -drives, rooftop units, radiant systems, electric assistance systems, recovery units, blower wheels and housing, blower housing assembly and related Page 2700 of 5243 components, condensers, evaporators, variable air volume (VAV) boxes, piping, air duct and sheet metal insulation work, damper-louvers-diffusers (supply and return vents), and other adjacent/integrated equipment. • Ice machines, refrigeration equipment and related systems. • Boiler and related systems. • Water Heater and related systems. • Walk-in Freezers, Coolers and related systems. • All bidders must be comfortable with various energy management and building automation controls and software packages utilized by the Facilities Management Division . 2.5. For all equipment categories below, the following maintenance tasks are to be included. Contractor must provide service to the following, but not limited to: 1. Indoor and Outdoor Air Conditioning Systems: a) Check for refrigerant leaks, if applicable. b) Check for water leaks, if applicable. c) Complete visual assessments for all equipment or related components – observe the equipment or related components and determine if there are any issues or potential issues. d) Check all electrical connections (contactors, relays, check amperage draw), tighten all electrical connections as needed. e) Lubricate bearings and check for abnormal operation. f) Replace belts, check pulleys and sheaves for abnormal wear/damage, and ensure proper ailment. Leave spare belts at unit. g) Clean condenser and evaporator coils and sanitize. • Cleaning of coils includes but is not limited to: coils, drain pan, and blower wheels with assembly and all related components, etc. h) Clean drain pan, flush drain lines, and install drain pan pills (industrial grade / heavy commercial type, at a minimum). i) Check Temperature Differential to ensure proper operation per manufacturers design. j) Check and clean condensate pump, if applicable. k) Check air filter condition. Report dirty filters. l) Remove blower wheel and motor, clean and reinstall including cleaning of all housing and assembly related items. m) Check all safety controls for proper operation. n) Cycle heat mode for proper operation. o) Wipe down and clean air handling unit fan including but not limited to: blower frame assembly, exterior blower housing, motor exterior, etc. p) Wipe down and clean air handling unit interior liner including but not limited to: interior panels within the fan section (i.e. side walls, floor ceiling, etc.). q) Rust removal and/or corrosion removal unless replacement parts are necessary r) Service and disconnect disconnector box, if necessary s) Coat finish of equipment, when applicable, to prevent rust and corrosion with chemicals / products, approved by Division Representative or designee (typically Simple Green or equivalent) t) Maintain service logs in all equipment. u) Check and secure all equipment panel screws and attachments. v) Adjust any components and equipment, as needed. w) Update records in all existing equipment. x) Wipe down and clean (including dusting) any and all components, housings, or related items to remove all dust, debris, etc. 2. Exhaust Fans: a) Replace belts. Leave spare belts at unit. Align pulleys and sheaves, as needed. b) Lubricate bearings, check pulley and blower wheel and motor, including cleaning of the blower wheel, housing, assembly, and related items. c) Check motor operation (record amps and voltages, check for excessive vibration). d) Clean air vents and wheels. e) Maintain service logs in all equipment. f) Check and secure all equipment panel screws and attachments. g) Adjust any components and equipment, as needed. h) Update records in all existing equipment. Page 2701 of 5243 i) Wipe down and clean (including dusting) any and all components, housings, or related items to remove all dust, debris, etc. 3. Air Conditioning Package Units a) Clean and sanitize evaporator /condenser coils. • Cleaning of coils includes but is not limited to: coils, drain pan, blower wheels with assembly and all related components, etc. b) Lubricate bearings and check for abnormal operation. c) Replace belts, check pulleys and sheaves for abnormal wear/damage, and ensure proper alignment. Leave spare belts at unit. d) Clean drain pan, flush drain lines and install drain pan pills. e) Check all electrical connections, tighten as needed. f) Check air filter condition and filter access cover. Report dirty filters and damaged covers. g) Clean blower wheel and motor including all assembly and housing. h) Check motor operation. (record amps, voltages, check for excessive vibration). i) Check Temperature Differential to ensure proper operation per manufacturers design. j) Checks crank case heater operation. k) Check safety control. l) Check heat mode operation. m) Maintain service logs in all equipment. n) Check and secure all equipment panel screws and attachments. o) Adjust any components and equipment, as needed. p) Update records in all existing equipment. q) Wipe down and clean (including dusting) any and all components, housings, or related items to remove all dust, debris, etc. 4. Chilled Water Air Handlers: a) Clean and sanitizes chilled water coils. • Cleaning of the coils includes but is not limited to cleaning of the: coils, drain pan, blower wheels and housing including assembly and related components, etc. b) Lubricate bearings and check for alignment, adjust if needed. Replace belts, leave a spare set of belts at unit, check pulleys and sheaves for wear/damage. Check alignment, adjust if needed. Report all abnormalitie s. c) Clean drain pan, flush drain lines and install drain pan pills. d) Check all electrical connections tighten as needed. e) Check chill water valve linkage for water leaks and valve packing. f) Check air filter condition and filter access cover. Report dirty filters and damaged covers. g) Check for deteriorating insulation. h) Clean blower wheel and motor including housing, assembly, and related items. i) Check motor operation (record amps, voltages, check for excessive vibration). j) Check Temperature Differential to ensure proper operation per manufacturers design . k) Maintain service logs in all equipment. l) Check and secure all equipment panel screws and attachments. m) Adjust any components and equipment, as needed. n) Update records in all existing equipment. o) Wipe down and clean (including dusting) any and all components, housings, or related items to remove all dust, debris, etc. 5. Pumps a) Check motor operation. (record amps, voltages, check for excessive vibration). b) Lubricate bearings, (if necessary). c) Check all electrical connections, tighten as needed. d) Check VFD operation. e) Maintain service logs in all equipment. f) Check and secure all equipment panel screws and attachments. Page 2702 of 5243 g) Adjust any components and equipment, as needed. h) Update records in all existing equipment. i) Wipe down and clean (including dusting) any and all components, housings, or related items to remove all dust, debris, etc. 6. Boilers a) Check all safety controls and report all faulty controls. b) Check for water/steam leaks. c) Check for deteriorating insulation. d) Check burner’s efficiency, adjust for efficient operation. e) Check motor operation (record amps, voltages, and check for excessive vibration). f) Check all electrical connections, tighten as needed. g) Check operation of heat exchanger. Report all issues. h) Maintain service logs in all equipment. i) Check and secure all equipment panel screws and attachments. j) Adjust any components and equipment, as needed. k) Update records in all existing equipment. l) Wipe down and clean (including dusting) any and all components, housings, or related items to remove all dust, debris, etc. 7. Walk-in Freezers and Coolers a) Inspect the door seals. b) Inspect the door hinges and latches. c) Check for refrigerant leaks. d) Check for water leaks, if applicable. e) Complete visual assessments for all equipment or related components, including refrigeration line sets – observe the equipment or related components and determine if there are any issues or potential issues. f) Check all electrical connections (contactors, relays, check amperage draw), tighten all electrical connections as needed. g) Clean condenser and evaporator coils. a. Cleaning of coils includes but is not limited to coils, drain pan, and blower wheels, as well as assembly and all related components. h) Check Temperature Differential to ensure proper operation per manufacturers design. 8. Ice Machines a) Check for all refrigerant leaks. b) Check all electrical connections (i.e. contractors, relays, check amperage draw, etc.) c) Clean and sanitizes evaporator /condenser coils. • Cleaning of coils includes but is not limited to cleaning of: coils and all related components, etc. d) Check drain pan and flush drain lines. e) Check water filter condition. f) Check safety control and report deficiencies in writing. g) Maintain service logs in all equipment. h) Check and secure all equipment panel screws and attachments. i) Adjust any components and equipment, as needed. j) Update records in all existing equipment. k) Wipe down and clean (including dusting) any and all components, housings, or related items to remove all dust, debris, etc. 2.6. Contractor shall perform refrigerant recovery on any system that contains refrigerant. 3. RECORDS AND DOCUMENTATION: 3.1. After performing preventative maintenance on each unit, the Contractor must provide a weekly report/checklist to the Division Representative or designee, which includes the unit’s ID Number detailing: Page 2703 of 5243 a) The services completed b) Any issues c) Any potential issues d) Any deficiencies and abnormalities e) And make specific recommendations for future remedial action, if necessary 3.2. Contractor shall take before and after pictures of all items completed per unit and submit them upon request. 3.3 The Division will provide the initial equipment list, including the unit’s ID Number, system description, address, and location. 3.4. Contractor shall maintain a summary spreadsheet listing each unit serviced, including but not limited to the unit’s ID Number, system description, address, equipment location, and date of service. 3.5. Contractor shall submit a list of units to be serviced to the Division Representative or designee (3) weeks before the start of each quarter. This list shall contain the unit's ID Number, system description, address, equipment location, and the scheduled date of service. 3.6. In the event the equipment does not have a service log, the Contractor will add the service log to the equipment at no additional charge. 3.7. The Contractor shall, under no circumstances, remove any equipment containing a County asset sticker. The Contractor shall request that, when replacing equipment, the asset sticker be removed by a County staff member authorized to adjust equipment inventory records. 3.8. The Division Representative or designee retains the right to add or to delete any facilities and equipment from service provided under the resultant contract as described herein, without further Board approval and in accordance with the Procurement Ordinance, as amended. 3.9. The Contractor will be responsible for utilizing any systems used by the County for work requests under this Agreement. The Contractor will be required to update, complete and close work requests and attach before and after pictures, as necessary. 4. WORK HOURS: 4.1. Normal business hours are considered Monday through Friday , between 7:00 AM to 5:00 PM, excluding Collier County observed Holidays. 4.2. After-hours are considered before 7:00 AM and after 5:00 PM on weekdays and at any time on Saturday, Sunday or County Observed Holidays. 4.3. Typically, preventative maintenance services will be conducted during normal business hours, which are Monday through Friday, 7:00 AM to 5:00 PM, unless otherwise authorized by the Division Representative or designee. Chemicals/products that must be applied during normal business hours, or when the building is occupied, shall be approved by the Division Representative or designee. 4.4. If the Division Representative or designee determines that a Preventative Maintenance service on a unit(s) should be per formed during after hours, the Contractor may charge the After-Hours Fee for each unit serviced, in addition to the price per unit. 5. CONTRACTOR’S RESPONSIBILITIES: 5.1. Contractor shall use qualified technicians to complete all work in accordance with the requirements specified in this solicitation. Technician credentials may be requested by the County. The technicians shall be experienced in all facets of servicing a vari ety of different types of HVAC equipment and related Control Systems. 5.2. The Contractor shall not commence work until a County purchase order is issued. 5.3. All Contractors and subcontractors performing service for Collier County are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Also, all Contractors and subcontractors shall be responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. 5.4. The Contractor must comply with Federal and State right-to-know laws if hazardous materials are used. Material Safety Data Page 2704 of 5243 Sheets (MSDS) will be made available and provided to the Division Representative or designee upon request. The Contractor is required to immediately report to the Division Representative or designee any spillage or dumping of hazardous material on Collier County property. The Contractor shall bear all costs associated with the cleanup of any such incidents. 5.5. The Contractor shall be responsible for removing all debris from the site and cleaning affected areas. The Contractor shall ke ep the premises free of debris and unusable materials resulting from their work and, as work progresses, or upon request by the Division’s Representative or designee, shall remove such debris and materials from the property. The Contractor shall leave all affected areas as they were before beginning work. 5.6. The Contractor shall comply with the Division’s security guidelines on facility security policies, this may include additional policies and procedures for work to be performed at the Collier County Sheriff’s Office. Violations of these rules could, at a minimum, result in termination of the awarded Contract. 6. BILLING AND INVOICING: 6.1. A Collier County Purchase Order number must appear on each invoice. 6.2. If applicable, the work order number must appear on each invoice. 6.3. A summary spreadsheet shall be submitted along with the invoice listing each unit serviced, including the unit’s ID Numb er, the equipment type, the location of the unit, the date of service, and an attestation signed by the Contractor. 6.4. Invoices will be billed monthly for services rendered. 6.5. Preventative maintenance will be billed at the flat rate unit price per service visit, as specified in the resultant agreement.. 6.6. Preventative maintenance unit pricing is all-inclusive, including but not limited to labor, parts, equipment, tools, required reporting, transportation cost, insurance, overhead, and all the necessary resources needed to perform the work. 7. WARRANTY ITEMS: 7.1. Parts and fixtures shall be new and warranted for a minimum of two (2) weeks or the maximum allowed by the manufacturer. 8. PRICE MODIFICATIONS: 8.1 Submit price increase requests in writing by email to the County’s Contract Administrator no less than 120 prior to the contract renewal date. 8.2 Price increase requests review may take over sixty (60) days to complete. 8.3 Retroactive price adjustments are not authorized, 8.4 The Contractor shall provide supporting documentation justifying price increases (examples : Bureau of Labor Statistics, Contractor’s material agreements, distributor invoices, proof of fuel increases, etc .) If there is no documented proof, price increases will not be considered. 8.5 The Contract Administrator shall analyze prices to determine whether increases are fair and reasonable. 8.6 During the review process, the Contractor shall continue to fill all purchase orders received at the current agreement prices . 8.7 The Procurement Director has the authority to approve price adjustments in accordance with the Procurement Ordinance, as amended. The bid tabulation shall be modified with the price increases, or an amendment processed, as required, and uploaded into the County’s Finance System. 8.8 Price increase requests are not guaranteed. If approved, the Procurement Director or designee will notify the Contractor in writing with the effective date of any approved price increases. Page 2705 of 5243 SECURITY, BACKGROUND, IDENTIFICATION The Contractor is required to comply with County Ordinance 2004-52, as amended. The Contractors providing services to Collier County under this agreement and requiring physical access to Collier County facilities or locations related to security or public safety shall be responsible for the cost of providing background checks for all contracted employees or other representatives, including all subcontractors at every tier (including vendor s, repair persons, and/or delivery individuals). This may include but is not limited to, checking federal, state, and local law enforcement records, including state and FBI background screening, employment verifica tions, and other related records. Collier County background checks are valid for five (5) years and the Contractor shall be required to maintain records of each employee and make them available to the County throughout that specified term. All contracted employees and subcontractors must wear and display Collier County Government identification badges at all time s while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of i ssuance. Assigned badges can be renewed upon expiration at no cost to the Contractor during the time period in which their background check is still valid. All Contractors under this agreement shall wear appropriate attire that includes the name of the contractor’s business. If a contracted employee assigned to Collier County separates from their employer the Contractor shall immediately notify the Collier Co unty Facilities Management Division via e-mail (DL-FMOPS@colliercountyfl.gov). This notification is critical to ensure the continued safety and security of Collier County staff, customers, facilities, and systems. Failure to notify within four (4) hours of separation may result in a deduction of $500 per incident. Each badge must be returned to the Facilities Management Operations Center by the assigned ex piration date printed on the badge or upon separation of employment of an employee or subcontracted emp loyee. Collier County Sheriff’s Office (CCSO) requires separate fingerprinting prior to work being performed in any of their locatio ns. If there are additional fees for this process, the Contractor is responsible for all costs. This will be coordinated upon the a ward of the contract. VENDOR CHECKLIST ***Vendor should check off each of the following items as the necessary action is completed (please see, Vendor Check List)*** . Page 2706 of 5243 County of Collier, FL Procurement -, - 3299 Tamiami Trail, East Naples, FL 34112 [ANCHOR MECHANICAL INC.] RESPONSE DOCUMENT REPORT GEN No. 24-8306 HVAC Preventative Maintenance Services RESPONSE DEADLINE: February 3, 2025 at 3:00 pm Report Generated: Tuesday, February 4, 2025 Anchor Mechanical Inc. Response CONTACT INFORMATION Company: Anchor Mechanical Inc. Email: mfleming@anchormechanical.com Contact: Matt Fleming Address: 1983-1985 10th Ave North, Lake Worth 255 N California Lake Worth, FL 33461 Phone: (773) 859-1691 Website: www.anchormechanical.com Submission Date: Feb 3, 2025 1:27 PM (Eastern Time) Page 2707 of 5243 [ANCHOR MECHANICAL INC.] RESPONSE DOCUMENT REPORT GEN No. 24-8306 HVAC Preventative Maintenance Services [ANCHOR MECHANICAL INC.] RESPONSE DOCUMENT REPORT undefined - HVAC Preventative Maintenance Services Page 2 ADDENDA CONFIRMATION Addendum #1 Confirmed Jan 31, 2025 5:30 PM by Patrick Land Addendum #2 Confirmed Jan 31, 2025 5:30 PM by Patrick Land QUESTIONNAIRE 1. I certify that I have read, understood and agree to the terms in this solicitation, and that I am authorized to submit this r esponse on behalf of my company.* Confirmed 2. Invitation to Bid (ITB) Instructions* Invitation to Bid (ITB) Instructions have been acknowledged and accepted. Confirmed 3. Collier County Purchase Order Terms and Conditions* Collier County Purchase Order Terms and Conditions have been acknowledged and accepted. Confirmed 4. Insurance Requirements* Vendor Acknowledges Insurance Requirement and is prepared to produce the required insurance certificate(s) within five (5) da ys of the County's issuance of a Notice of Recommended Award. Confirmed Page 2708 of 5243 [ANCHOR MECHANICAL INC.] RESPONSE DOCUMENT REPORT GEN No. 24-8306 HVAC Preventative Maintenance Services [ANCHOR MECHANICAL INC.] RESPONSE DOCUMENT REPORT undefined - HVAC Preventative Maintenance Services Page 3 5. Collier County Required Forms BID SCHEDULE* Please upload completed Bid Schedule in Microsoft Excel format. 24-8306_Bid_Schedule_.xlsx VENDOR DECLARATION STATEMENT (FORM 1)* Collier_County_2.pdf Collier_County_3.pdf CONFLICT OF INTEREST CERTIFICATION AFFIDAVIT (FORM 2)* Collier_County_4.pdf PROOF OF STATUS FROM DIVISION OF CORPORATIONS - FLORIDA DEPARTMENT OF STATE (SUNBIZ)* http://dos.myflorida.com/sunbiz/ should be attached with your submittal* Anchor_Mechanical,_Inc_-_Sunbiz_Proof.pdf Sunpass_Good_Standing.pdf IMMIGRATION LAW AFFIDAVIT CERTIFICATION (FORM 3)* Collier_County_5.pdf E-VERIFY MEMORANDUM OF UNDERSTANDING OR COMPANY PROFILE PAGE* Vendor MUST be enrolled in the E-Verify - https://www.e-verify.gov/ at the time of submission of the proposal/bid. E-Verify Memorandum of Understanding or Company Profile page should be attached with your submittal. Screenshot_31-1-2025_134150_everify.uscis.gov.jpeg CERTIFICATION FOR CLAIMING STATUS AS A LOCAL BUSINESS (FORM 4) IF APPLICABLE Please provide a business tax receipt. Local business is defined as the vendor having a current Business Tax Receipt issued b y the Collier or Lee County Tax Collector prior to proposal submission to do business within Collier County, and that identifies the business Page 2709 of 5243 [ANCHOR MECHANICAL INC.] RESPONSE DOCUMENT REPORT GEN No. 24-8306 HVAC Preventative Maintenance Services [ANCHOR MECHANICAL INC.] RESPONSE DOCUMENT REPORT undefined - HVAC Preventative Maintenance Services Page 4 with a permanent physical business address located within the limits of Collier or Lee County from which the vendor’s staff o perates and performs business in an area zoned for the conduct of such business. No response submitted REFERENCE QUESTIONNAIRE (FORM 5)* The County requests that the vendor submits no fewer than three (3) and no more than ten (10) completed reference forms from clients (during the last 5 years) with primary experience working with similar sized commercial and/or government agencies and/or private businesses providing services listed in the scope – heating, ventilation and air conditioning as a part of their proposal. Collier_County_7.pdf Collier_County_Forms_7.pdf Collier_County_Forms_8.pdf Collier_County_Forms_10.pdf Collier_County_Forms_11.pdf W-9 FORM* 2025_W_9.pdf LICENSE REQUIREMENT* Contractors shall provide either a valid Mechanical Contractor’s license per Florida Statutes 489.105 (I) and/or a State Class “A” Air Conditioning Contractor’s license. All licenses must be valid and current throughout the life of the agreement. Licenses.pdf ALL SIGNED ADDENDA (IF APPLICABLE) Document_2025-02-01_161818.pdf ALL OTHER DOCUMENTATION, AS APPLICABLE. Document_2025-02-02_110602.pdf Anchor_Mechanical_Inc_-_2024_Brochure.pdf Page 2710 of 5243 [ANCHOR MECHANICAL INC.] RESPONSE DOCUMENT REPORT GEN No. 24-8306 HVAC Preventative Maintenance Services [ANCHOR MECHANICAL INC.] RESPONSE DOCUMENT REPORT undefined - HVAC Preventative Maintenance Services Page 5 PRICE TABLES TOTAL BID AMOUNT Please Submit Completed Bid Schedule in Microsoft Excel format. Line Item Description Quantity Unit of Measure Unit Cost Total 1 Total Bid Amount 1 Each $124,851.36 $124,851.36 TOTAL $124,851.36 Page 2711 of 5243 System Number of Units * Price per PM per Unit Extended Price Item Indoor and Outdoor Air Conditioning Systems (DX Systems) System Description: AHU, AHU-R, MINI-SPLIT, CU, OAU, WMU Note: Excludes Building K - Chiller / Energy Building Ice Tanks 1 Under 2.5 tons 309 $ 59.00 18,231.00$ 2 2.5 - under 5 tons 414 $ 59.00 24,426.00$ 3 5 tons 275 $ 59.00 16,225.00$ 4 6 - 10 tons 160 $ 59.00 9,440.00$ 5 11 - 20 tons 91 $ 118.00 10,738.00$ 6 21 - 100 tons 11 $ 118.00 1,298.00$ 7 Greater than 100 tons 1 $ 118.00 118.00$ Item Exhaust Fans System Description: EXFAN 8 0 - 5 Horsepower 11 $ 38.94 428.34$ 9 5.1 - 10 Horsepower 15 $ 38.94 584.10$ 10 10.1 - 20 Horsepower 18 $ 38.94 700.92$ 11 20.1 - 30 Horsepower 16 $ 38.94 623.04$ 12 30.1 - 50 Horsepower 14 $ 38.94 545.16$ Item Air Conditioning Package Units System Description: PACKAGE 13 Under 2.5 tons 6 $ 89.68 538.08$ 14 2.5 - under 5 tons 16 $ 89.68 1,434.88$ 15 5 tons 21 $ 89.68 1,883.28$ 16 6 - 10 tons 25 $ 77.88 1,947.00$ 17 11 - 20 tons 12 $ 77.88 934.56$ 18 21 - 100 tons 2 $ 472.00 944.00$ 19 Greater than 100 tons 1 $ 1,888.00 1,888.00$ Item Chilled Water Air Handlers System Description: AHU-W 20 0-4.99 Horsepower 32 $ 59.00 1,888.00$ 21 5.0-19.99 Horsepower 94 $ 118.00 11,092.00$ 22 20.0-49.99 Horsepower 16 $ 118.00 1,888.00$ 23 50+ Horsepower 1 $ 472.00 472.00$ Item Pumps System Description: CHWP-2ND, CHWP-PRI, CUP, CWP, MWP 24 0-4.99 Horsepower 12 $ 29.50 354.00$ 25 5.0-19.99 Horsepower 25 $ 29.50 737.50$ 26 20.0-49.99 Horsepower 11 $ 29.50 324.50$ 27 50+ Horsepower 3 $ 29.50 88.50$ 28 5-75 Horsepower Variable Fequency Drive (VFD)1 $ 29.50 29.50$ Item Boilers System Description: BOILER 29 0 - 350 BTU 5 $ 472.00 2,360.00$ 30 351 - 900 BTU 5 $ 472.00 2,360.00$ Item Walk-in Freezers and Coolers System Description: WALK-IN 31 0-860 cubic feet 2 $ 118.00 236.00$ 32 861-1500 cubic feet 1 $ 118.00 118.00$ Item Ice Machines System Description: ICEMACH 33 0-299 pounds 1 $ 472.00 472.00$ 34 300-499 pounds 15 $ 472.00 7,080.00$ 35 500-999 pounds 1 $ 472.00 472.00$ 36 1,000+ pounds 1 $ 472.00 472.00$ Subtotal for Preventative Maintenance:123,371.36$ Item After Hours Fee** 37 After Hours Fee**10 148.00$ 1,480.00$ Total Bid Amount:124,851.36$ ** After-hours are defined as before 7:00 AM and after 5:00 PM on weekdays, and at any time on Saturday, Sunday, or County-observed holidays. After-hours fee is applicable per serviced unit, in addition to the base price per unit. BID SCHEDULE HVAC Preventative Maintenance Services (Line Items 1-37) The price per unit covers one (1) Preventative Maintenance ("PM") service visit for each equipment unit. The County requires four (4) Preventative Maintenance visits annually, occurring every three (3) months for each equipment unit. * Quantities are estimated for bid evaluation and may not reflect actual usage. To be eligible for an award, the contractor must provide prices for all items numbered 1-37 below. 24-8306 HVAC PREVENTATIVE MAINTENANCE SERVICES 1 Page 2712 of 5243 Mike Rosner - President Cook Illinois Page 2713 of 5243 Additional Contact Information Send payments to: (required if different from above) Company name used as payee Contact name: Eugene Rosner Title: CFO Address: 255. N California Ave City, State, ZIP Chicago, Illinois 60612 Telephone: 312-492-6994 Email: etrosner@yahoo.com Office servicing Collier County to place orders (required if different from above) Contact name: Matt Fleming Title: Project Administrator Address: 1983- 1985 10th Ave North City, State, ZIP Lake Worth, Florida 33461 Telephone: 773-859-1691 Email: mfleming@anchormechanical.com Page 2714 of 5243 Page 2715 of 5243 Page 2716 of 5243 State of Florida Department of State I certify from the records of this office that ANCHOR MECHANICAL,INC.is an Illinois corporation authorized to transact business in the State of Florida, qualified on June 25,2021. The document number of this corporation is F21000003582. I further certify that said corporation has paid all fees due this office through December 31,2025,that its most recent annual report/uniform business report was filed on January 7,2025,and that its status is active. I further certify that said corporation has not filed a Certificate of Withdrawal. Given under my hand and the Great Seal of the State of Florida at Tallahassee,the Capital,this the Fourteenth day of January, 2025 Tracking Number:4307394065CU To authenticate this certificate,visit the following site,enter this number,and then follow the instructions displayed. https://services.sunbiz.org/Filings/CertificateOfStatus/CertificateAuthentication Page 2717 of 5243 IL Cook Page 2718 of 5243 Page 2719 of 5243 Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questionnaire) Company: (Evaluator’s Company completing reference) Email: FAX: Telephone: Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which t hey have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 repres enting that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: ___________________________ Completion Date: _____________________________ Project Budget: _______________________________ Project Number of Days: _______________________ Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS Anchor Mechanical Inc Matt Fleming Tim Conner Crown Castle timothy.conner@crowncastle.com 813-310-5994 HVAC Mechanical Contract $500,000+ Annually 2027 1/1/2023-Present 9.5 10 10 10 10 10 10 10 10 10 99.5 Page 2720 of 5243 Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questionnaire) Company: (Evaluator’s Company completing reference) Email: FAX: Telephone: Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which t hey have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 repres enting that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: ___________________________ Completion Date: _____________________________ Project Budget: _______________________________ Project Number of Days: _______________________ Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS Anchor Mechanical, Inc. Matt Fleming Michel Sanchez Healthcare Realty msanchez@healthcarerealty.com 786-213-4239 HVAC PM's and Service $300,000 + Annually TBD 1/1/24- Present 10 10 10 10 10 10 10 10 10 10 100 Page 2721 of 5243 Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questionnaire) Company: (Evaluator’s Company completing reference) Email: FAX: Telephone: Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which t hey have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 repres enting that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: ___________________________ Completion Date: _____________________________ Project Budget: _______________________________ Project Number of Days: _______________________ Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS Anchor Mechanical, Inc. Matt Fleming Lumen TechnologiesEuler Marrero Euler.marrero@lumen.com 305-481-5316 HVAC Service Contract 12/31/2026 6/18/2020 to present$500,000+ Annually 10 9 10 10 10 10 10 10 10 10 99 Page 2722 of 5243 Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questionnaire) Company: (Evaluator’s Company completing reference) Email: FAX: Telephone: Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which t hey have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 repres enting that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: ___________________________ Completion Date: _____________________________ Project Budget: _______________________________ Project Number of Days: _______________________ Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS Anchor Mechanical, Inc. Matt Fleming Marcello Peressutti Cirion Technologies marcello.peressutti@ciriontechnolgies.com 340-204-0290 HVAC Maintenance Contract $400,000 + Annually 1/1/23-Present 10 10 10 10 10 10 10 10 10 10 Page 2723 of 5243 Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questionnaire) Company: (Evaluator’s Company completing reference) Email: FAX: Telephone: Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which t hey have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 repres enting that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: ___________________________ Completion Date: _____________________________ Project Budget: _______________________________ Project Number of Days: _______________________ Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS Anchor Mechanical, Inc. Matt Fleming Joe Carr St. Lucie School District Joseph.carr@stlucieschools.org 772-370-4675 HVAC Maintenance 45 + Schools 11-2027 10/1/2024- Present$700,000 + Annually 10 10 10 10 10 10 10 10 10 10 100 Page 2724 of 5243 Form W-9 (Rev. March 2024) Request for Taxpayer Identification Number and Certification Department of the Treasury Internal Revenue Service Go to www.irs.gov/FormW9 for instructions and the latest information. Give form to the requester. Do not send to the IRS. Before you begin. For guidance related to the purpose of Form W-9, see Purpose of Form, below.Print or type. See Specific Instructions on page 3.1 Name of entity/individual. An entry is required. (For a sole proprietor or disregarded entity, enter the owner’s name on line 1, and enter the business/disregarded entity’s name on line 2.) 2 Business name/disregarded entity name, if different from above. 3a Check the appropriate box for federal tax classification of the entity/individual whose name is entered on line 1. Check only one of the following seven boxes. Individual/sole proprietor C corporation S corporation Partnership Trust/estate LLC. Enter the tax classification (C = C corporation, S = S corporation, P = Partnership) . . . . Note: Check the “LLC” box above and, in the entry space, enter the appropriate code (C, S, or P) for the tax classification of the LLC, unless it is a disregarded entity. A disregarded entity should instead check the appropriate box for the tax classification of its owner. Other (see instructions) 3b If on line 3a you checked “Partnership” or “Trust/estate,” or checked “LLC” and entered “P” as its tax classification, and you are providing this form to a partnership, trust, or estate in which you have an ownership interest, check this box if you have any foreign partners, owners, or beneficiaries. See instructions . . . . . . . . . 4 Exemptions (codes apply only to certain entities, not individuals; see instructions on page 3): Exempt payee code (if any) Exemption from Foreign Account Tax Compliance Act (FATCA) reporting code (if any) (Applies to accounts maintained outside the United States.) 5 Address (number, street, and apt. or suite no.). See instructions. 6 City, state, and ZIP code Requester’s name and address (optional) 7 List account number(s) here (optional) Part I Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid backup withholding. For individuals, this is generally your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN, later. Note: If the account is in more than one name, see the instructions for line 1. See also What Name and Number To Give the Requester for guidelines on whose number to enter. Social security number – – or Employer identification number – Part II Certification Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. I am not subject to backup withholding because (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. I am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and, generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part II, later. Sign Here Signature of U.S. person Date General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.irs.gov/FormW9. What’s New Line 3a has been modified to clarify how a disregarded entity completes this line. An LLC that is a disregarded entity should check the appropriate box for the tax classification of its owner. Otherwise, it should check the “LLC” box and enter its appropriate tax classification. New line 3b has been added to this form. A flow-through entity is required to complete this line to indicate that it has direct or indirect foreign partners, owners, or beneficiaries when it provides the Form W-9 to another flow-through entity in which it has an ownership interest. This change is intended to provide a flow-through entity with information regarding the status of its indirect foreign partners, owners, or beneficiaries, so that it can satisfy any applicable reporting requirements. For example, a partnership that has any indirect foreign partners may be required to complete Schedules K-2 and K-3. See the Partnership Instructions for Schedules K-2 and K-3 (Form 1065). Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS is giving you this form because they Cat. No. 10231X Form W-9 (Rev. 3-2024) Anchor Mechanical, Inc. 4 255 N California Ave Chicago, IL 60612 3 6 4 2 4 8 8 6 1 01/04/2025 Page 2725 of 5243 Page 2726 of 5243 Page 2727 of 5243 Page 2728 of 5243 Page 2729 of 5243 Page 2730 of 5243 Page 2731 of 5243 Anchor Mechanical Incorporated Division of Anchor USA Group 1983-1985 10th Ave North. Lake Worth, FL 33461 561-444-2956 www.anchormechanical.com 1983-1985 10th Ave North. - Lake Worth, FL 33461 (561)444-2956 Licensed HVAC Technicians Adam Chevres- HVAC Technician with 21 Years Experience and Licensed Journeyman through Local 630 Certifications: • EPA 608 • 134A Refrigerant Transition and Recovery Program • Refrigerant Transition and Recovery Program • Refrigerant and Recovery EPA Universal • NAIMA Residential and light commercial Fiberglass Duct Systems • Daikin VRV Installation and commissioning factory training • Daikin VRV Service and Start Up Factory Training • Honeywell smart VFD Factory Training • Daikin GPS Products Training • ABB VFD Factory Training • Manitowoc Ice Machine Factory Training • Hoshizaki Ice Machine Factory Training • Mitsubishi Mr. Slim Factory Training • CocaCola Beverage Systems, Freestyle Factory Training • OSHA 10 • A2L Anthony Worley- HVAC Technician with 20 Years experience and Licensed Journeyman through Local 123 Certifications: • EPA 608 • 134A Refrigerant Transition and Recovery Program • Refrigerant Transition and Recovery Program • Refrigerant and Recovery EPA Universal • Carrier: 30RB, 30RA, 30XA, 30XW, 19XR Teardown • Chiller Start Up • OSHA 10 • ABB VFD Factory Training • R410, R290 • A2L • Commercial Refrigeration Page 2732 of 5243 Anchor Mechanical Incorporated Division of Anchor USA Group 1983-1985 10th Ave North. Lake Worth, FL 33461 561-444-2956 www.anchormechanical.com 1983-1985 10th Ave North. - Lake Worth, FL 33461 (561)444-2956 Dave Pellikan- HVAC Technician with over 20 years experience and Licensed through Local 399 Certifications- • EPA 608 • 134A Refrigerant Transition and Recovery Program • Refrigerant Transition and Recovery Program • Refrigerant and Recovery EPA Universal • OSHA 10 • ABB VFD Factory Training • R410 • R290 • A2L John Caputo- Chiller Technician with over 34 years experience in the installation, maintenance, repair, and optimization of large-scale Trane CVHF and CVHE chillers (320-1400 tons) and air-cooled chillers (150-300 tons). Licensed Journeyman through Local 630. Certifications • EPA 608 • 134A Refrigerant Transition and Recovery Program • Refrigerant Transition and Recovery Program • Refrigerant and Recovery EPA Universal • OSHA 10 • Trane Chiller Certified Page 2733 of 5243 Anchor Mechanical Incorporated Division of Anchor USA Group 1983-1985 10th Ave North. Lake Worth, FL 33461 561-444-2956 www.anchormechanical.com 1983-1985 10th Ave North. - Lake Worth, FL 33461 (561)444-2956 Steven Tabares- HVAC Technician with over 9 years experience and Licensed Journeyman through Local 630. Certifications: • EPA 608 • 134A Refrigerant Transition and Recovery Program • Refrigerant Transition and Recovery Program • Refrigerant and Recovery EPA Universal • OSHA 10 • NATE • A2L Matt Fleming- HVAC Technician with over 6 years experience and Licensed through Local 399. Certifications: • EPA 608 • 134A Refrigerant Transition and Recovery Program • Refrigerant Transition and Recovery Program • Refrigerant and Recovery EPA Universal • OSHA 10 • NATE • A2L • ABB VFD Factory Training Page 2734 of 5243 Anchor Mechanical Incorporated Division of Anchor USA Group 1983-1985 10th Ave North. Lake Worth, FL 33461 561-444-2956 www.anchormechanical.com 1983-1985 10th Ave North. - Lake Worth, FL 33461 (561)444-2956 Apprentices • Kody Woodall • Jordyn Doyle • Richard Deien • Reid Gunn • Cody Smith • Zachary Sutherland • Alexis Santibanez All Anchor Mechanical apprentices attend rigorous training through one of the local unions. Their HVAC Apprenticeship is a 5-year program designed to train future HVAC mechanics, service technicians, and pipefitters through a combination of on-the-job training (OJT) and classroom instruction. The local union halls are part of the United Association of Plumbers, Pipefitters, Welders, and HVACR Service Technicians. Below is the training regimen that occurs throughout the apprenticeship. Program Structure: 1. Length of Program • 5 years (4 years in some cases, depending on experience and performance). • Apprentices must complete: o 8,000+ hours of OJT under the supervision of licensed journeymen. o 1,000+ hours of classroom training at the Local 630 training facility. 2. Classroom Training • Apprentices attend classes two nights per week at Local training center. • Coursework includes: o Basic HVAC & Refrigeration Principles o Blueprint Reading & System Design o Electrical Theory & Controls o Chillers (Air & Water-Cooled, Centrifugal, Screw, Reciprocating) Page 2735 of 5243 Anchor Mechanical Incorporated Division of Anchor USA Group 1983-1985 10th Ave North. Lake Worth, FL 33461 561-444-2956 www.anchormechanical.com 1983-1985 10th Ave North. - Lake Worth, FL 33461 (561)444-2956 o Boilers & Hydronics o Ductwork & Piping Systems o Refrigerants & EPA 608 Certification o Building Automation & Controls (BAS) o Welding & Brazing (if applicable) o OSHA 10 & 30 Safety Training o A2L Refrigerant Training (New EPA Regulations) o Troubleshooting & Advanced Diagnostics 3. On-the-Job Training (OJT) • Apprentices work full-time under a licensed journeyman at a union-contracted company. • Tasks include: o Equipment installation o Preventive maintenance o System troubleshooting o Refrigerant recovery & charging o Chiller, pump, and cooling tower service o Commercial & industrial HVAC repair 4. Certification & Licensing • Upon completing the apprenticeship, graduates become licensed journeymen through Local 630. • Certifications earned during the program: o EPA 608 Universal Certification o OSHA 10 & 30 Safety o A2L Refrigerant Certification o NCCER HVAC Certification (if applicable) o UA STAR HVACR Mastery Certification (optional but valuable for higher wages) EXECUTIVE OVERVIEW Page 2736 of 5243 Anchor Mechanical Incorporated Division of Anchor USA Group 1983-1985 10th Ave North. Lake Worth, FL 33461 561-444-2956 www.anchormechanical.com 1983-1985 10th Ave North. - Lake Worth, FL 33461 (561)444-2956 Anchor Mechanical, Inc, a proven expert in the field of Heating, Ventilation, and Air Conditioning (HVAC), is a Chicago land based full service mechanical contractor which continues to be a customer driven organization. We have been providing support and services to customers for over 20 years through the utilization of highly skilled technicians. Anchor Mechanical, Inc. requires its workforce to consistently become engaged in industry advancements and share best practices amongst each other through demonstrations and hands-on training to prompt creativity enhancing work performance. Anchor Mechanical, Inc. offers a wide range of services which at a high-level include: assessment, consultation, development, execution, maintenance, and optimization of related products/equipment. Our primary focus is heating, ventilation, air-conditioning systems, equipment installation, facilities management, repair services, piping systems and planned preventive maintenance. Anchor Mechanical, Inc. would like the opportunity to demonstrate our ability to execute these services at the highest degree of quality and performance necessary to fulfill the successful operation of this facility’s equipment. Our staff will provide best practices in HVAC/Mechanical systems services obtained through years of experience, advanced education, and skills training. In addition, we hope to acquire and maintain positive customer relationships by obtaining customer feedback as well as furnishing top-level project management, technical supervision, labor, materials, supplies, repair parts, tools, instruments, and equipment. We shall plan, schedule, coordinate and ensure effective and economical completion all services specified within. Anchor Mechanical Inc. provides services on the following types of equipment: o Water Chillers-Centrifugal, Absorption, Screw, and Reciprocating o Cooling Towers o Fan Systems o Computer Room Air Conditioning Equipment o Boilers-Steam and Hot Water o Pumps-Heating/Cooling/Booster/Ejectors o Temperature Controls-DDC, Electric and Pneumatic o Roof Top HVAC Equipment Page 2737 of 5243 Anchor Mechanical Incorporated Division of Anchor USA Group 1983-1985 10th Ave North. Lake Worth, FL 33461 561-444-2956 www.anchormechanical.com 1983-1985 10th Ave North. - Lake Worth, FL 33461 (561)444-2956 o Refrigeration Equipment o Chemical Water Treatment Anchor Mechanical Inc. is “Fully” capable of and experienced with the following: o Chiller/CFC Conversions o Chiller Controls Retrofit o Refrigerant Conservation Upgrades o Boiler/Burner Change Outs, Fuel Conversions o Air/Water Testing and Balancing o Temperature Control System Upgrades and Replacement o DDC Conversions and BAS Installations In addition to the above, Anchor Mechanical Inc. performs the following: o Mechanical Piping System Installation o Modifications and Repairs o Sheet metal/Ductwork Design o Fabrication and Installation o Air Filter Services All our service technicians are CFC certified in accordance with EPA guidelines. These technicians are experienced on equipment and systems manufactured by the following as well as others: Kewaunee Trane Honeywell Superior Carrier Johnson Controls Cleaver Brooks McQuay Barber Coleman Burnham York Landis/Power Service Personnel on the Job: Page 2738 of 5243 Anchor Mechanical Incorporated Division of Anchor USA Group 1983-1985 10th Ave North. Lake Worth, FL 33461 561-444-2956 www.anchormechanical.com 1983-1985 10th Ave North. - Lake Worth, FL 33461 (561)444-2956 In addition to the 12 employees listed, Anchor Mechanical employs over 150 additional road technicians spanned across Florida, Texas, Illinois, and Arizona that will actively be able to assist within this contract. We appreciate your consideration and hope to discuss our skills and qualifications moving forward. Page 2739 of 5243 Page 2740 of 5243 Page 2741 of 5243 Project Manager: Todd Fiedorowicz Number of Bids Sent 2,595 Procurement Strategist: Barbara Lance Number of Bids Viewed:486 Number of Bids Received:3 System Number of Units * Price per PM per Unit Extended Price Price per PM per Unit Extended Price Price per PM per Unit Extended Price Item Indoor and Outdoor Air Conditioning Systems (DX Systems) System Description: AHU, AHU-R, MINI-SPLIT, CU, OAU, WMU Note: Excludes Building K - Chiller / Energy Building Ice Tanks 1 Under 2.5 tons 309 $ 59.00 18,231.00$ $ 150.00 46,350.00$ $ 290.00 89,610.00$ 2 2.5 - under 5 tons 414 $ 59.00 24,426.00$ $ 150.00 62,100.00$ $ 320.00 132,480.00$ 3 5 tons 275 $ 59.00 16,225.00$ $ 250.00 68,750.00$ $ 345.00 94,875.00$ 4 6 - 10 tons 160 $ 59.00 9,440.00$ $ 500.00 80,000.00$ $ 345.00 55,200.00$ 5 11 - 20 tons 91 $ 118.00 10,738.00$ $ 500.00 45,500.00$ $ 860.00 78,260.00$ 6 21 - 100 tons 11 $ 118.00 1,298.00$ $ 1,200.00 13,200.00$ $ 2,000.00 22,000.00$ 7 Greater than 100 tons 1 $ 118.00 118.00$ $ 1,800.00 1,800.00$ $ 1,450.00 1,450.00$ Item Exhaust Fans System Description: EXFAN 8 0 - 5 Horsepower 11 $ 38.94 428.34$ $ 100.00 1,100.00$ $ 175.00 1,925.00$ 9 5.1 - 10 Horsepower 15 $ 38.94 584.10$ $ 100.00 1,500.00$ $ 200.00 3,000.00$ 10 10.1 - 20 Horsepower 18 $ 38.94 700.92$ $ 125.00 2,250.00$ $ 260.00 4,680.00$ 11 20.1 - 30 Horsepower 16 $ 38.94 623.04$ $ 150.00 2,400.00$ $ 270.00 4,320.00$ 12 30.1 - 50 Horsepower 14 $ 38.94 545.16$ $ 150.00 2,100.00$ $ 290.00 4,060.00$ Item Air Conditioning Package Units System Description: PACKAGE 13 Under 2.5 tons 6 $ 89.68 538.08$ $ 140.00 840.00$ $ 290.00 1,740.00$ 14 2.5 - under 5 tons 16 $ 89.68 1,434.88$ $ 150.00 2,400.00$ $ 345.00 5,520.00$ 15 5 tons 21 $ 89.68 1,883.28$ $ 200.00 4,200.00$ $ 345.00 7,245.00$ 16 6 - 10 tons 25 $ 77.88 1,947.00$ $ 400.00 10,000.00$ $ 460.00 11,500.00$ 17 11 - 20 tons 12 $ 77.88 934.56$ $ 500.00 6,000.00$ $ 1,240.00 14,880.00$ 18 21 - 100 tons 2 $ 472.00 944.00$ $ 1,200.00 2,400.00$ $ 2,400.00 4,800.00$ 19 Greater than 100 tons 1 $ 1,888.00 1,888.00$ $ 1,800.00 1,800.00$ $ 1,380.00 1,380.00$ Item Chilled Water Air Handlers System Description: AHU-W 20 0-4.99 Horsepower 32 $ 59.00 1,888.00$ $ 150.00 4,800.00$ $ 345.00 11,040.00$ 21 5.0-19.99 Horsepower 94 $ 118.00 11,092.00$ $ 250.00 23,500.00$ $ 860.00 80,840.00$ 22 20.0-49.99 Horsepower 16 $ 118.00 1,888.00$ $ 500.00 8,000.00$ $ 1,380.00 22,080.00$ 23 50+ Horsepower 1 $ 472.00 472.00$ $ 1,000.00 1,000.00$ $ 1,960.00 1,960.00$ Item Pumps System Description: CHWP-2ND, CHWP-PRI, CUP, CWP, MWP 24 0-4.99 Horsepower 12 $ 29.50 354.00$ $ 125.00 1,500.00$ $ 290.00 3,480.00$ 25 5.0-19.99 Horsepower 25 $ 29.50 737.50$ $ 150.00 3,750.00$ $ 345.00 8,625.00$ 26 20.0-49.99 Horsepower 11 $ 29.50 324.50$ $ 250.00 2,750.00$ $ 345.00 3,795.00$ 27 50+ Horsepower 3 $ 29.50 88.50$ $ 300.00 900.00$ $ 460.00 1,380.00$ 28 5-75 Horsepower Variable Fequency Drive (VFD)1 $ 29.50 29.50$ $ 500.00 500.00$ $ 550.00 550.00$ Item Boilers System Description: BOILER 29 0 - 350 BTU 5 $ 472.00 2,360.00$ $ 1,200.00 6,000.00$ $ 345.00 1,725.00$ 30 351 - 900 BTU 5 $ 472.00 2,360.00$ $ 1,500.00 7,500.00$ $ 575.00 2,875.00$ HVAC Preventative Maintenance Services (Line Items 1-37) BID TABULATION 24-8306 HVAC PREVENTATIVE MAINTENANCE SERVICES Anchor Mechanical, Inc.B & I Contractors, Inc.Graphics Units Inc. The price per unit covers one (1) Preventative Maintenance ("PM") service visit for each equipment unit. The County requires four (4) Preventative Maintenance visits annually, occurring every three (3) months for each equipment unit. * Quantities are estimated for bid evaluation and may not reflect actual usage. To be eligible for an award, the contractor must provide prices for all items numbered 1-37 below. 1 Page 2742 of 5243 Item Walk-in Freezers and Coolers System Description: WALK-IN 31 0-860 cubic feet 2 $ 118.00 236.00$ $ 500.00 1,000.00$ $ 145.00 290.00$ 32 861-1500 cubic feet 1 $ 118.00 118.00$ $ 600.00 600.00$ $ 175.00 175.00$ Item Ice Machines System Description: ICEMACH 33 0-299 pounds 1 $ 472.00 472.00$ $ 300.00 300.00$ $ 175.00 175.00$ 34 300-499 pounds 15 $ 472.00 7,080.00$ $ 400.00 6,000.00$ $ 230.00 3,450.00$ 35 500-999 pounds 1 $ 472.00 472.00$ $ 500.00 500.00$ $ 260.00 260.00$ 36 1,000+ pounds 1 $ 472.00 472.00$ $ 600.00 600.00$ $ 290.00 290.00$ Subtotal for Preventative Maintenance:123,371.36$ 423,890.00$ 681,915.00$ Item After Hours Fee** 37 After Hours Fee**10 148.00$ 1,480.00$ 350.00$ 3,500.00$ 115.00$ 1,150.00$ Total Bid Amount:124,851.36$ 427,390.00$ 683,065.00$ ** After-hours are defined as before 7:00 AM and after 5:00 PM on weekdays, and at any time on Saturday, Sunday, or County-observed holidays. After-hours fee is applicable per serviced unit, in addition to the base price per unit. Bid Opened:Matt Webster Witnessed By:Rita Iglesias Date:February 3, 2025 at 3:00 pm EST N/A Yes Yes* Yes Yes Yes Yes Yes* Yes * Minor Irregularity Yes Yes Yes Yes Yes* Yes Yes Yes Yes YesYes Yes Yes Yes Yes N/A Yes Business Tax Receipt Licenses: Mechanical Contractor and/or State Class A Air Conditioning Contractor Yes/No Yes Yes N/A Yes Yes Yes Yes Yes Yes Yes N/A Yes Yes REQUIRED FORMS AND DOCUMENTS Yes/No Yes/No List of employees Yes*Yes*Yes* Bid Schedule Form 1: Vendor Declaration Statement Form 2: Conflict of Interest Certification Affidavit Form 3: Immigration Affidavit Certification Form 4: Vendor Submittal – Local Vendor Preference Affidavit Form 5: Reference Questionnaire Insurance and Bonding Requirements Addendum ( 2 ) E-Verify Sunbiz Page Vendor W-9 2 Page 2743 of 5243 Notice of Recommended Award Solicitation: 24-8306 Title: HVAC Preventative Maintenance Services Due Date and Time: February 3, 2025, at 3:00 pm EST Respondents: Company Name City County State Bid Amount Responsive/Responsible Anchor Mechanical, Inc. Lake Worth Palm Beach FL $124,851.36 Yes/Yes B & I Contractors, Inc. Fort Myers Lee FL $427,390.00 Yes/Yes Graphics Units Inc. Oakland Park Broward FL $683,065.00 Yes/Yes Utilized Local Vendor Preference: Yes No Recommended Vendor(s) For Award: On December 12, 2024, the Procurement Services Division released Invitation to Bid (“ITB”) No. 24-8306, “HVAC Preventative Maintenance Services”, to two thousand five hundred ninety-five (2,595) vendors. Four hundred eighty-six (486) bid packages were viewed, and three (3) bids were received by the February 3, 2025, submission deadline. The ITB due date was extended one (1) time for two (2) weeks, during which time staff conducted additional outreach. Staff reviewed the bids received. All three (3) bidders were found to be responsive and responsible with minor irregularities. Staff has elected to award to the lowest total bid, Anchor Mechanical, Inc. Due to the total cost received from B & I Contractors, Inc. and Graphics Units Inc., staff has elected not to award to a secondary and tertiary vendor. Staff recommends award to the lowest responsive/responsible bidder, Anchor Mechanical, Inc. Contract Driven Purchase Order Driven Required Signatures Project Manager: Procurement Strategist: Procurement Services Director: __________________________________ _________________ Sandra Srnka Date Docusign Envelope ID: 193EBFDF-4282-4BF0-83F6-395FDF760A02 3/5/2025 3/5/2025 3/5/2025 Page 2744 of 5243 Page 2745 of 5243 Page 2746 of 5243 Page 2747 of 5243 Page 2748 of 5243 Page 2749 of 5243 Page 2750 of 5243 Page 2751 of 5243 Page 2752 of 5243 Page 2753 of 5243 Page 2754 of 5243 Page 2755 of 5243 Page 2756 of 5243 Page 2757 of 5243 Page 2758 of 5243 Page 2759 of 5243 Page 2760 of 5243 Page 2761 of 5243 Page 2762 of 5243 Page 2763 of 5243 Page 2764 of 5243 Page 2765 of 5243 Page 2766 of 5243 Page 2767 of 5243 Page 2768 of 5243 Page 2769 of 5243 Page 2770 of 5243 Page 2771 of 5243 Page 2772 of 5243 Page 2773 of 5243 Page 2774 of 5243 Page 2775 of 5243 Page 2776 of 5243 Page 2777 of 5243 Page 2778 of 5243 Page 2779 of 5243 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 2780 of 5243 ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? INSR ADDL SUBR LTR INSD WVD PRODUCER CONTACT NAME: FAXPHONE (A/C, No):(A/C, No, Ext): E-MAIL ADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY)(MM/DD/YYYY) AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATION AND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE EACH OCCURRENCE $ DAMAGE TO RENTEDCLAIMS-MADE OCCUR $PREMISES (Ea occurrence) MED EXP (Any one person)$ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE $ PRO-POLICY LOC PRODUCTS - COMP/OP AGGJECT OTHER:$ COMBINED SINGLE LIMIT $(Ea accident) ANY AUTO BODILY INJURY (Per person)$ OWNED SCHEDULED BODILY INJURY (Per accident)$AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $AUTOS ONLY AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE CLAIMS-MADE AGGREGATE $ DED RETENTION $ PER OTH- STATUTE ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE $ If yes, describe under E.L. DISEASE - POLICY LIMITDESCRIPTION OF OPERATIONS below INSURER(S) AFFORDING COVERAGE NAIC # COMMERCIAL GENERAL LIABILITY Y / N N / A (Mandatory in NH) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved.ACORD 25 (2016/03) CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) $ $ $ $ $ The ACORD name and logo are registered marks of ACORD 3/31/2025 (312) 595-8153 20478 Anchor Mechanical, Inc. 255 North California Chicago, IL 60612 35289 35378 A 2,000,000 X 7036185077 1/13/2025 1/13/2026 100,000 15,000 2,000,000 4,000,000 4,000,000 1,000,000A X 7036185080 1/13/2025 1/13/2026 10,000,000B 7036185113 1/13/2025 1/13/2026 10,000,000 10,000 A 7036185094 1/13/2025 1/13/2026 1,000,000 1,000,000 1,000,000 C Pollution Liability CPLMOL127792 11/27/2024 Aggregate/Per Occ 2,000,000 RE: 24-8306 'HVAC Preventative Maintenance Services' The following are listed as additional insureds on a primary and non-contributory basis with respects to the General Liability and Automobile Liability policies as required by written contract: Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier County Government, OR, Collier County Collier County Board of County Commissioners 3295 Tamiami Trail E. Naples, FL 34112 ANCHMEC-01 AJOHNSON Alliant Insurance Services, Inc. 353 N Clark St 11th Fl Chicago, IL 60654 Amy Johnson amy.johnson@alliant.com National Fire Insurance Company of Hartford Continental Insurance Company Evanston Insurance Company X 1/13/2026 X X X X X X X Page 2781 of 5243 Page 2782 of 5243 Page 2783 of 5243 EXECUTIVE SUMMARY Recommendation to award Invitation to Bid No. 24-8306, “HVAC Preventative Maintenance Services,” to Anchor Mechanical, Inc., and authorize the Chairman to sign the attached Agreement. ______________________________________________________________________________ OBJECTIVE: To select a contractor to provide preventative maintenance services for various Heating, Ventilation, and Air Conditioning (“HVAC”) systems as part of a maintenance program. CONSIDERATIONS: The Facilities Management Division is responsible for maintaining over six hundred (600) County-owned and operated HVAC systems, including air handlers, chilled water air handlers, exhaust fans, boilers, and ice machines. The Division is responsible for ensuring those systems’ continuous and proper operation. To ensure optimal system performance, extend their useful life cycle, reduce unexpected repairs, and lower long-term costs, staff seeks to award a contract to a contractor for preventative maintenance services. On December 12, 2024, the Procurement Services Division issued Invitation to Bid No. 24-8306, HVAC Preventative Maintenance Services. Procurement Services extended the response deadline for an additional three weeks to promote competition. The County received three bids by the February 3, 2025, submission deadline as follows: Respondents: Company Name City County State Bid Amount Responsive / Responsible Anchor Mechanical, Inc.Lake Worth Palm Beach FL $124,851.36 Yes/Yes B & I Contractors, Inc.Fort Myers Lee FL $427,390.00 Yes/Yes Graphics Units Inc.Oakland Park Broward FL $683,065.00 Yes/Yes Staff reviewed the bids received and found all three bidders responsive and responsible. Anchor Mechanical, Inc. was identified as the lowest, responsive and responsible bidder. Anchor Mechanical's references were favorable, and staff held a pre-award meeting to discuss contract expectations, which was productive and positive. Staff recommends awarding to Anchor Mechanical, Inc. as the lowest, responsive and responsible bidder and has determined that it is in the County’s best interest not to award to a secondary or tertiary vendor due to the higher bid amounts. Anchor Mechanical, Inc., was incorporated in 1998 and is headquartered in Illinois. The company operates offices across the United States, including Florida, where it has been registered to conduct business since 2021. The attached Agreement provides for an initial three-year term with one additional two-year renewal option. This item is consistent with the Collier County strategic plan objective to optimize the useful life of all public infrastructure and resources through proper planning and preventative maintenance. FISCAL IMPACT: The budget for this contract is provided in the Facilities Management Cost Center (0001-122240). Other County Manager Divisions utilizing this contract will provide funding from their Page 2784 of 5243 respective budgets. The estimated annual cost of this service is $480,000. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. —SRT GROWTH MANAGEMENT IMPACT: There is no growth management impact associated with this Executive Summary. RECOMMENDATION: To award Invitation to Bid No. 24-8306, “HVAC Preventative Maintenance Services,” to Anchor Mechanical, Inc., and authorize the Chairman to sign the attached Agreement. Prepared By: Todd Fiedorowicz, Contract Administration Specialist, Facilities Management Division Page 2785 of 5243