Loading...
Agenda 10/14/2025 Item #16A16 (ITB #25-8361 for Fencing Installation and Repair Services for Collier County)10/14/2025 Item # 16.A.16 ID# 2025-3575 Executive Summary Recommendation to award Invitation to Bid 25-8361, “Fencing Installation and Repair Services for Collier County,” to Primary and Secondary vendors - Atlas Door & Gate Inc., and McFarlane’s Construction, Inc., and authorize the Chair to sign the attached Agreements. OBJECTIVE: To award primary and secondary bids to perform new fencing, gate installations, and repair services throughout the County. CONSIDERATIONS: The County is responsible for maintaining the security of its various facilities and parks. To maintain the integrity and continuous operations of these facilities, staff solicited bids to qualify a pool of vendors to perform new fencing, gate installations, and repair services. On May 7, 2025, the Procurement Services Division released notices for Invitation to Bid No. 25-8361, “Fencing Installation & Repair Services for Collier County,” to three thousand and sixty-three (3,063) vendors. Nine hundred and sixty-eight (968) vendors viewed the bid package, and the County received seven bids by the June 11, 2025, deadline. Staff reviewed the bids and determined that four of the bidders shown below were responsive and responsible. Staff identified minor irregularities with the bids submitted by Atlas Door & Gate Inc. and McFarlane’s Construction, Inc. Colossian Home Services LLC and Wimauma Fencing Corp were deemed non-responsive for failing to submit all licenses required in the bid documents. E. Gomez Construction Inc. was deemed non-responsible. Based on the foregoing, staff recommends the following awards: Primary Vendor: Atlas Door & Gate Inc. Secondary Vendor: McFarlane’s Construction, Inc. If the primary vendor is unable to provide services within the requested timeframe, then staff will utilize the secondary vendor. The Agreements are for a three-year term, with the option to renew for two additional one-year terms. Agreement 25-8361 is replacing Agreement 18-7475 for “Fencing Installation and Repair Services,” which expires on September 7, 2025. This item falls under the section of Infrastructure and Asset Management of the strategic plan to optimize the useful life of all public infrastructure and resources through proper planning and preventative maintenance. Respondents: Company Name City County State Bid Amount Responsive/Responsible Atlas Door & Gate Inc. Naples Collier FL $776,730.00 Yes/Yes McFarlane’s Construction, Inc. Cape Coral Lee FL $875,735.00 Yes/Yes AZ Construction Group Inc Naples Collier FL $1,303,960.00 Yes/Yes Carter Fence Company, Inc. Naples Collier FL $1,769,382.00 Yes/Yes Colossian Home Services LLC Naples Collier FL $944,130.00 No/Yes Wimauma Fencing Group Wimauma Hillsborough FL $1,145,407.00 No/Yes E. Gomez Construction Inc Bokeelia Lee FL $738,790.00 Yes/No Page 2312 of 6526 10/14/2025 Item # 16.A.16 ID# 2025-3575 FISCAL IMPACT: The base annual amount of the contract is estimated to be $300,000 plus any additional and unanticipated services. These services will be used Agency-wide. Individual orders are to be consistent with current budget allocations. GROWTH MANAGEMENT IMPACT: 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. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires a majority vote of the Board for approval. – CLD RECOMMENDATIONS: Recommendation to award Invitation to Bid 25-8361, “Fencing Installation and Repair Services for Collier County” to Primary and Secondary vendors - Atlas Door & Gate Inc., and McFarlane’s Construction, Inc., and authorize the Chair to sign the attached Agreements. PREPARED BY: Brooke Roxberry, Management Analyst II, GMCDD ATTACHMENTS: 1. 25-8361 Solicitation 2. 25-8361 McFarlane's Construction, Inc Proposal 3. 25-8361 Atlas Door & Gate INC Proposal 4. 25-8361 Bid Tabulation 5. 25-8361 NORA 6. 25-8361 McFarlane ContractVS 7. 25-8361 McFarlane COI exp.2.28.26 8. 25-8361 Atlas ContractVS 9. 25-8361 Atlas COI exp.1.30.26 Page 2313 of 6526 Procurement Services Division COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS INVITATION TO BID (ITB) FOR Fencing Installation & Repair Services for Collier County SOLICITATION NO.: 25-8361 RITA IGLESIAS, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-1033 Rita.Iglesias@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 2314 of 6526 SOLICITATION PUBLIC NOTICE INVITATION TO BID (ITB) NUMBER: 25-8361 PROJECT TITLE: Fencing Installation & Repair Services for Collier County DUE DATE: June 6, 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 Parks and Recreation Division (hereinafter, the “Division or Department”), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, “County”) has issued this Invitation to Bid (hereinafter, “ITB”) with the intent of obtaining bid submittals from interested and qualified vendors in accordance with the terms, conditions and specifications stated or attached. The vendor, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated. The results of this solicitation may be used by other County departments once awarded according to the Board of County Commissioners Procurement Ordinance. Historically, County departments have spent approximately $300,000; however, this may not be indicative of future buying patterns. BACKGROUND Collier County is responsible for maintaining the security of various County owned facilities and parks throughout Collier County. In order to maintain the integrity and continuous operations of these facilities, the County is soliciting for contractors to perform fence and gate services, including but not limited to installation and repairs. TERM OF CONTRACT The contract term, if an award(s) is/are made is intended to be for three (3) years with two (2) one-year renewals. Prices shall remain firm for the initial year of this contract (365 days from effective date). Requests for consideration of a price adjustment must be made at least thirty (30) days prior to the contract anniversary date thereafter and submitted in writing to the Contract Administrator. Price adjustments are dependent upon the most recent 12-month Consumer Price Index for all Urban Consumers (CPI-U) for the Miami-Ft. Lauderdale area, budget availability, and Procurement Director approval and cannot exceed 5% annually, whichever is less. The County reserves the right to accept or reject the request for a price increase. Any approved price increases shall become effective as of the anniversary date or upon Procurement Director/Board approval. Retroactive price adjustments are not authorized. Price decreases shall also be passed on to the County’s Contract Administrator and do not require verification. Decreases become effective immediately upon Procurement Director approval. All other terms, conditions and specifications will remain the same. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. The County Manager, or designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred eighty (180) days. The County Manager, or designee, shall give the Contractor written notice of the County's intention to extend the Agreement term not less than ten (10) days prior to the end of the Agreement term then in effect. All goods are FOB destination and must be suitably packed and prepared to secure the lowest transportation rates and to comply with all carrier regulations. Risk of loss of any goods sold hereunder shall transfer to the COUNTY at the time and place of delivery; provided that risk of loss prior to actual receipt of the goods by the COUNTY nonetheless remain with VENDOR. Page 2315 of 6526 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 total bid price.  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: • Identify a primary and secondary for award.  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 This solicitation intends to select contractor(s) to assist in the installation and maintenance of all fencing and gates owned and maintained by Collier County. 1) General Maintenance: a) Contractor will furnish all labor, equipment, and tools required for the installation and repair of fencing and gates. b) Unit prices shall be all-inclusive of labor, overhead, travel-related expenses, equipment, etc. 2) Work Hours: a) The standard work week shall be considered Monday through Friday from 7:00 AM to 4:00 PM, excluding County designated holidays. b) Work shall normally be scheduled to commence during standard work hours; however, if permission is granted by the Project Manager, work can be accomplished during hours other than those detailed as the standard work week. c) Urgent work if requested will require the Contractor to be onsite within eight (8) hours of the request. All hours worked in response to an urgent work request will be paid at 1.5 the standard hourly rate for labor. 3) Protection of Work Area: a) Contractor shall be responsible to provide barricades or lights to protect the public prior to the installation and/or removal assigned fencing projects and shall remain until the work is completed. b) The Contractor shall carefully protect from disturbances all survey monuments, stakes, and benchmarks, whether or not established by him, or shall not remove nor destroy any surveying point unit it has been properly witnessed or other disposed of by the County. c) Contractor shall repair or correct any damage caused to underground and/or overhead utilities in the installation and/or repair of fencing at no additional costs to the County. d) When removing fencing and not installing replacement fencing, the Contractor shall provide material and labor to backfill the excavation hole to a level even with the surrounding grade lines. e) Contractor shall haul and dispose of all debris or fill developed, as a result of the removal, installation, or repair. 4) Utility Locating: Prior to starting any job, the Contractor shall familiarize itself with the location of all existing utilities and facilities within the work sites. As per the “Underground Facility Damage Prevention and Safety Act”, Chapter 556, Florida Statutes, the contractor shall contact Sunshine State One Call of Florida before any excavation. Contractor shall notify the County Project Manager of the intent to excavate forty-eight (48) hours in advance of work commencing. 5) Permits/Licenses: The Contractor shall obtain and maintain all required permits and/or licenses necessary for the prosecution of the work prior to the start of construction. The Contractor must use a qualified engineer or company representative (with all related licenses and certifications being current and in full force and applicable jurisdiction) with the experience and ability to obtain all permits required for any and all repairs, when necessary and applicable. The County will pay directly for any permitting fees incurred. Contractor is required to have one of the following to be provided at time of bid submittal, or prior to Notice of Recommended Award (NORA), and maintained throughout the contract: a) State Licensed or Local Licensed General Contractor Page 2316 of 6526 b) State Licensed or Local Licensed Building Contractor c) Local Licensed Fence Erection Contractor 6) Installation: a) Installation shall follow all requirements and instruction of the applicable manufacturer. b) Contractor shall visit job sites and be responsible for all field measurements and be aware of site conditions. c) Installation shall be done in a neat and professional manner. The fence shall follow the natural contour of the ground (no gaps under fence) in a straight line from one point to another unless otherwise requested by the County. d) Fence posts shall be plumb, and the top rails shall be attached in manner that forms a smooth horizontal alignment. e) There shall be a minimum distance of three feet between fence and any air conditioner equipment, gas meter, transformers, or other electrical equipment. 7) Maintenance of Traffic: For all work that is conducted within the Collier County Right of Way, the contractor shall provide, and erect Traffic Control Devices as prescribed in the current edition if the Manual on Uniform Traffic Control Devices (MUTCD), where applicable on local roadways and as prescribed in the Florida Department of Transportation’s Design Standards on state roadways. These sites will also comply with Collier County’s Maintenance of Traffic Policy, #5807, incorporated herein by reference. All costs associated with the Maintenance of Traffic shall be included on the line item in the bid for this service. 8) Specialty Fencing: a) Specialty fencing materials for new applications or to repair or replace fencing may be needed. These specialty fencing materials may include but are not limited to plastic, polyvinyl chloride (PVC), wood, wrong iron, and aluminum. The Contractor shall invoice the County on a time and material basis for work on these fences. b) Should the contractor need to hire a subcontractor, the charges may be invoiced at cost plus a 10% markup. A copy of the subcontractor’s invoice shall be required with the contractor’s invoice. Subcontractors hourly rate may not exceed the contractor’s hourly rate listed in the bid schedule. c) Division to request quote for specialty fencing prior to issuance of Purchase Order. 9) Warranty: Contractor shall guarantee entire installed system to be free of defects in workmanship and materials for a period of one year from the date of acceptance by the County. Contractor shall repair or replace at no cost to the County any defects or malfunctions noted during the warranty period for no additional charge to the County. 10) Product Specifications: a) Fencing: Shall be chain link type hot dipped galvanized No. 9 steel wire to withstand a 1,390-pound breaking load. Fabric wire shall be hot dipped zinc coated (after weaving) of not less than 1.2 ounces per square foot of actual wire surface. The mesh size of the fabric shall be two inches. b) Line Posts: Shall be hot dipped galvanized steel Schedule 40 with a zine coating of not less than 1.2 ounces per square foot. SS40 pipe is not acceptable. Posts shall be 1.9 inches O.D. (outside diameter) at 1.72 pounds per linear foot, not to exceed ten feet on center for fence up to six feet in height. Fence over six feet in height shall be a line post O.D. of 2.375” minimum. c) Corner and Terminal Posts: Shall be hot dipped galvanized steel Schedule 40 with zine coating of not less than 1.2 ounces per square foot surface. Posts shall be 2.375 inches O.D. at 3.65 ounces per linear foot for fence up to six feet in height. Fence over six feet in height shall have a corner and terminal post O.D. of 2.375” minimum. d) Post settings: All fences shall be set in concrete with no filler added. Concrete holding each post shall be crowned away post to shed water. Post embedment is minimum depth and shall be measured from bottom end of post to ground level. Loops caps shall be of galvanized pressed steel. e) Concrete: All concrete shall have 2,500-pound compressive strength. f) Top Rail: Shall be of Schedule 40 hot dipped galvanized steel and shall be 1.66 inches O.D. at 2.27 pounds per linear foot, averaging not less than 21-foot lengths and joined with pressed steel sleeves (hot galvanized), providing a rigid connection but allowing expansion and contraction. g) Braces: All corner, terminal, and gate posts shall be braced 1.66 inches O.D. pipe at 2.27 pounds per linear foot and trussed with 3/8” truss rods. h) Gate Posts: Shall be Schedule 40 hot dipped galvanized steel. Posts for a swing with up to six feet maximum panel width shall be 3.0 inches O.D. at 5.79 pounds per linear foot for fence heights up to six feet. i) Gate Frames: Shall be two inches O.D. at 2.717 pounds per linear foot, rigidly welded at corners and internal joints to make one solid unit. Frame shall be internally braced with galvanized tubular steel of the appropriate size. All gates shall have the standard locking devices. j) Fabric Ties: Shall be a minimum of aluminum No. 6 gauge (except for backstops that shall be steel), located at intervals of one foot of length of line or terminal post and six per 10 feet of top rail. k) Stretcher Bars: Shall be ¼”, 3/16”, or ¾” flat, hot dipped galvanized steel or equivalent, shall be used at terminal posts and secured to same with suitable stretcher bar bands at 24” on center mix. l) Tension Wire: Shall be No. 7 gauge coil spring wire installed between fence fabric and posts and hog ringed to fabric at not Page 2317 of 6526 more than 24” intervals. m) Miscellaneous Fittings: All fittings entering the fence necessary to make a complete installation shall be pressed steel and/or malleable steel; all ferrous material shall be thoroughly galvanized by the hot dip method. n) Paint: When required the Contractor shall wire brush rusted areas, apply primer, and apply two (2) coats of zinc-based paint. o) Barbed Wire: Barbed wire shall be a 2 strand 12 – ½ gauge zine-coated wire with 4-point barbs and shall conform to the requirements of ASTM A-121, Class 3, chain link fence grade. p) Razor Wire: Two strand razor wire shall be 12 ½ gage steel wire, 14 gage 4 point steel barbs spaced 5 inches on center. 12) Demolition and Removal of Existing Complete Fencing: a) Demolition and removal of existing fencing includes the removal of fencing and related materials from the work site. b) The awarded Contractor will be required to dispose of all fencing material in accordance with all applicable, rules, regulations, ordinances, and laws governing the disposal of fencing material. VENDOR CHECKLIST ***Vendor should check off each of the following items as the necessary action is completed (please see, Vendor Check List) *** 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 past five (5) years) whose projects are of a similar nature to this solicitation as a part of their proposal. Provide information on the projects completed by the vendor that best represent projects of similar size, scope and complexity of this project 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 information to assess the experience of the Proposer on relevant project work. Page 2318 of 6526 County of Collier, FL Procurement Kenneth Kovensky, Executive Director 3299 Tamiami Trail, East Naples, FL 34112 [MCFARLANE'S CONSTRUCTION, INC] RESPONSE DOCUMENT REPORT GEN No. 25-8361 Fencing Installation & Repair Services for Collier County RESPONSE DEADLINE: June 11, 2025 at 3:00 pm Report Generated: Thursday, June 12, 2025 McFarlane's Construction, Inc Response CONTACT INFORMATION Company: McFarlane's Construction, Inc Email: dawn@tropicalfence.com Contact: Dawn Barker Address: 940 Country Club Blvd Cape Coral, FL 33990 Phone: (239) 322-4511 Website: www.eaglefencecorp.com Submission Date: Jun 4, 2025 11:22 AM (Eastern Time) Page 2319 of 6526 [MCFARLANE'S CONSTRUCTION, INC] RESPONSE DOCUMENT REPORT GEN No. 25-8361 Fencing Installation & Repair Services for Collier County [MCFARLANE'S CONSTRUCTION, INC] RESPONSE DOCUMENT REPORT undefined - Fencing Installation & Repair Services for Collier County Page 2 ADDENDA CONFIRMATION Addendum #1 Confirmed Jun 2, 2025 11:28 AM by Dawn Barker Addendum #2 Confirmed Jun 2, 2025 11:28 AM by Dawn Barker Addendum #3 Confirmed Jun 6, 2025 3:59 PM by Dawn Barker 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 response on behalf of my company.* Confirmed 2. General Bid 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. Page 2320 of 6526 [MCFARLANE'S CONSTRUCTION, INC] RESPONSE DOCUMENT REPORT GEN No. 25-8361 Fencing Installation & Repair Services for Collier County [MCFARLANE'S CONSTRUCTION, INC] RESPONSE DOCUMENT REPORT undefined - Fencing Installation & Repair Services for Collier County Page 3 Confirmed 5. Collier County Required Forms BID SCHEDULE* Please upload completed Bid Schedule in Microsoft Excel format. 25-8361_-_Bid_Schedule_Collier_County_.xlsx VENDOR DECLARATION STATEMENT (FORM 1)* Form_1-_Vendor_Declaration_Statement.pdf CONFLICT OF INTEREST CERTIFICATION AFFIDAVIT (FORM 2)* Form_2_Conflict_of_Interest_Certification_Affidavit.pdf IMMIGRATION AFFIDAVIT CERTIFICATION (FORM 3)* Form_3_Immigration_Affidavit_Certificatiom.pdf REFERENCE QUESTIONNAIRES (FORM 4)* Vendor submits no fewer than three (3) and no more than ten (10) completed reference forms from clients (during the last five (5) years) whose projects are of a similar nature to this solicitation as a part of their proposal. Completed reference forms. Form_4_Reference_Questionnaire_-_Lee_County_Utilities_-_Brian.pdf Form_4_Reference_Questionnaire_-_City_of_Fort_Myers_-_Jose.pdf Form_4_Reference_Questionnaire_-_City_of_Fort_Myers_-_Anthony.pdf Form_4_Reference_Questionnaire_-_Lee_County_Utilities_-_Mason.pdf Form_4_Reference_Questionnaire_-_Fort_Myers_Fire_Department.pdf Form_4_Reference_Questionnaire_-_Evangelical.pdf GRANTS PROVISIONS AND ASSURANCES PACKAGE (FORM 5)* Complete ALL forms in package. Page 2321 of 6526 [MCFARLANE'S CONSTRUCTION, INC] RESPONSE DOCUMENT REPORT GEN No. 25-8361 Fencing Installation & Repair Services for Collier County [MCFARLANE'S CONSTRUCTION, INC] RESPONSE DOCUMENT REPORT undefined - Fencing Installation & Repair Services for Collier County Page 4 Grant_Provisions_and_Assurances_Signed.pdf VENDOR W-9 FORM* Eagle_Fence_W9_2025_.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. EVERIFY_MOU.pdf PROOF OF STATUS FROM DIVISION OF CORPORATIONS - FLORIDA DEPARTMENT OF STATE (SUNBIZ)* http://dos.myflorida.com/sunbiz/ should be attached with your submittal. McFarlanes_Sunbiz.pdf SIGNED ADDENDA (IF APPLICABLE) Addendum_1_Signed.pdf Addendum_2_Signed.pdf MISCELLANEOUS DOCUMENTS, AS APPLICABLE. EagleFence_Lic.pdf PRICE TABLES TOTAL BID AMOUNT Submit line-item pricing via Bid Schedule in Microsoft Excel format. Page 2322 of 6526 [MCFARLANE'S CONSTRUCTION, INC] RESPONSE DOCUMENT REPORT GEN No. 25-8361 Fencing Installation & Repair Services for Collier County [MCFARLANE'S CONSTRUCTION, INC] RESPONSE DOCUMENT REPORT undefined - Fencing Installation & Repair Services for Collier County Page 5 Line Item Description Quantity Unit of Measure Unit Cost Total 1 TOTAL BID AMOUNT 1 EACH $875,735.00 $875,735.00 TOTAL $875,735.00 Page 2323 of 6526 Page 2324 of 6526 Page 2325 of 6526 Page 2326 of 6526 Page 2327 of 6526 Page 2328 of 6526 Page 2329 of 6526 Page 2330 of 6526 Page 2331 of 6526 Page 2332 of 6526 Page 2333 of 6526 Page 2334 of 6526 Page 2335 of 6526 Page 2336 of 6526 Page 2337 of 6526 Page 2338 of 6526 Page 2339 of 6526 Page 2340 of 6526 Page 2341 of 6526 Page 2342 of 6526 Page 2343 of 6526 Page 2344 of 6526 Page 2345 of 6526 Page 2346 of 6526 Page 2347 of 6526 Page 2348 of 6526 Page 2349 of 6526 Page 2350 of 6526 Page 2351 of 6526 Page 2352 of 6526 Page 1 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: THE E-VERIFY MEMORANDUM OF UNDERSTANDING FOR E-VERIFY EMPLOYER AGENTS ARTICLE I PURPOSE AND AUTHORITY E-Verify is a program that electronically confirms an employee’s eligibility to work in the United States after completion of Form I-9, Employment Eligibility Verification (Form I-9). This Memorandum of Understanding (MOU) explains certain features of the E-Verify program and describes specific responsibilities of the E-Verify Employer Agent, the Employer, DHS, and the Social Security Administration (SSA). The Employer is not a party to this MOU; however, this MOU contains a section titled Responsibilities of the Employer. This section is provided to inform E-Verify Employer Agents acting on behalf of the Employer of the responsibilities and obligations their clients are required to meet. The Employer is bound by these responsibilities through signing a separate MOU during their enrollment as a client of the E-Verify Employer Agent. The E-Verify program requires an initial agreement between DHS and the E-Verify Employer Agent as part of the enrollment process. After agreeing to the MOU as set forth herein, completing the tutorial, and obtaining access to E-Verify as an E-Verify Employer Agent, the E-Verify Employer Agent will be given an opportunity to add a client once logged into E-Verify. All parties, including the Employer, will then be required to sign and submit a separate MOU to E-Verify. The responsibilities of the parties remain the same in each MOU. Authority for the E-Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 (IIRIRA), Pub. L. 104-208, 110 Stat. 3009, as amended (8 U.S.C. § 1324a note). The Federal Acquisition Regulation (FAR) Subpart 22.18, “Employment Eligibility Verification” and Executive Order 12989, as amended, provide authority for Federal contractors and subcontractors (Federal contractor) to use E-Verify to verify the employment eligibility of certain employees working on Federal contracts. ARTICLE II RESPONSIBILITIES A. RESPONSIBILITIES OF E-VERIFY EMPLOYER AGENT 1.The E-Verify Employer Agent agrees to provide to the SSA and DHS the names, titles, addresses, and telephone numbers of the E-Verify Employer Agent representatives who will be accessing The parties to this agreement are the Department of Homeland Security (DHS) and McFarlanes Construction Inc (E-Verify Employer Agent). The purpose of this agreement is to set forth terms and conditions which the E-Verify Employer Agent will follow while participating in E-Verify. 1821154 Page 2353 of 6526 Page 2 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: information under E-Verify and shall update them as needed to keep them current. 2. The E-Verify Employer Agent agrees to become familiar with and comply with the E-Verify User Manual and provide a copy of the most current version of the E-Verify User Manual to the Employer so that the Employer can become familiar with and comply with E-Verify policy and procedures. The E-Verify Employer Agent agrees to obtain a revised E-Verify User Manual as it becomes available and to provide a copy of the revised version to the Employer no later than 30 days after the manual becomes available. 3. The E-Verify Employer Agent agrees that any person accessing E-Verify on its behalf is trained on the most recent E-Verify policy and procedures. 4. The E-Verify Employer Agent agrees that any E-Verify Employer Agent Representative who will perform employment verification cases will complete the E-Verify Tutorial before that individual initiates any cases. a. The E-Verify Employer Agent agrees that all E-Verify Employer Agent representatives will take the refresher tutorials initiated by the E-Verify program as a condition of continued use of E-Verify, including any tutorials for Federal contractors, if any of the Employers represented by the E-Verify Employer Agent is a Federal contractor. b. Failure to complete a refresher tutorial will prevent the E-Verify Employer Agent and Employer from continued use of E-Verify. 5. The E-Verify Employer Agent agrees to grant E-Verify access only to current employees who need E-Verify access. The E-Verify Employer Agent must promptly terminate an employee’s E-Verify access if the employee is separated from the company or no longer needs access to E-Verify. 6. The E-Verify Employer Agent agrees to obtain the necessary equipment to use E- Verify as required by the E-Verify rules and regulations as modified from time to time. 7. The E-Verify Employer Agent agrees to, consistent with applicable laws, regulations, and policies, commit sufficient personnel and resources to meet the requirements of this MOU. 8. The E-Verify Employer Agent agrees to provide its clients with training on E-Verify processes, policies, and procedures. The E-Verify Employer Agent also agrees to provide its clients with ongoing E-Verify training as needed. E-Verify is not responsible for providing training to clients of E-Verify Employer Agents. 9. The E-Verify Employer Agent agrees to provide the Employer with the notices described in Article II.B.1 below. 10. The E-Verify Employer Agent agrees to create E-Verify cases for the Employer it represents in accordance with the E-Verify Manual, the E-Verify Web-Based Tutorial and all other published E-Verify rules and procedures. The E-Verify Employer Agent will create E-Verify cases using information provided by the Employer and will immediately communicate the response back to the Employer. If E-Verify is temporarily unavailable, the three-day time period will be extended until it is again operational in order to accommodate the E-Verify Employer Agent’s attempting, in good faith, to 1821154 Page 2354 of 6526 Page 3 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: make inquiries on behalf of the Employer during the period of unavailability. 11.When the E-Verify Employer Agent receives notice from a client company that it has received a contract with the FAR clause, then the E-Verify Employer Agent must update the company’s E-Verify profile within 30 days of the contract award date. 12. If data is transmitted between the E-Verify Employer Agent and its client, then the E-Verify Employer Agent agrees to protect personally identifiable information during transmission to and from the E-Verify Employer Agent. 13. The E-Verify Employer Agent agrees to notify DHS immediately in the event of a breach of personal information. Breaches are defined as loss of control or unauthorized access to E-Verify personal data. All suspected or confirmed breaches should be reported by calling 1-888-464-4218 or via email at E-Verify@dhs.gov. Please use “Privacy Incident – Password” in the subject line of your email when sending a breach report to E-Verify. 14. The E-Verify Employer Agent agrees to fully cooperate with DHS and SSA in their compliance monitoring and evaluation of E-Verify, including permitting DHS, SSA, their contractors and other agents, upon reasonable notice, to review Forms I-9, employment records, and all records pertaining to the E-Verify Employer Agent’s use of E-Verify, and to interview it and its employees regarding the use of E-Verify, and to respond in a timely and accurate manner to DHS requests for information relating to their participation in E-Verify. 15. The E-Verify Employer Agent shall not make any false or unauthorized claims or references about its participation in E-Verify on its website, in advertising materials, or other media. The E-Verify Employer Agent shall not describe its services as federally-approved, federally-certified, or federally- recognized, or use language with a similar intent on its website or other materials provided to the public. Entering into this MOU does not mean that E-Verify endorses or authorizes your E-Verify Employer Agent services and any claim to that effect is false. 16. The E-Verify Employer Agent shall not state in its website or other public documents that any language used therein has been provided or approved by DHS, USCIS or the Verification Division, without first obtaining the prior written consent of DHS. 17. The E-Verify Employer Agent agrees that E-Verify trademarks and logos may be used only under license by DHS/USCIS (see M-795 (Web)) and, other than pursuant to the specific terms of such license, may not be used in any manner that might imply that the E-Verify Employer Agent’s services, products, websites, or publications are sponsored by, endorsed by, licensed by, or affiliated with DHS, USCIS, or E-Verify. 18. The E-Verify Employer Agent understands that if it uses E-Verify procedures for any purpose other than as authorized by this MOU, the E-Verify Employer Agent may be subject to appropriate legal action and termination of its participation in E-Verify according to this MOU. B. RESPONSIBILITIES OF THE EMPLOYER The E-Verify Employer Agent shall ensure that the E-Verify Employer Agent and the Employers represented by the E-Verify Employer Agent carry out the following responsibilities. It is the E-Verify 1821154 Page 2355 of 6526 Page 4 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: Employer Agent’s responsibility to ensure that its clients are in compliance with all E-Verify policies and procedures. 1. The Employer agrees to display the following notices supplied by DHS in a prominent place that is clearly visible to prospective employees and all employees who are to be verified through the system: a. Notice of E-Verify Participation b. Notice of Right to Work 2. The Employer agrees to provide to the SSA and DHS the names, titles, addresses, and telephone numbers of the Employer representatives to be contacted about E-Verify. The Employer also agrees to keep such information current by providing updated information to SSA and DHS whenever the representatives’ contact information changes. 3. The Employer shall become familiar with and comply with the most recent version of the E-Verify User Manual. The Employer will obtain the E-Verify User Manual from the E-Verify Employer Agent. 4. The Employer agrees to comply with current Form I-9 procedures, with two exceptions: a. If an employee presents a "List B" identity document, the Employer agrees to only accept "List B" documents that contain a photo. (List B documents identified in 8 C.F.R. § 274a.2(b)(1)(B)) can be presented during the Form I-9 process to establish identity.) If an employee objects to the photo requirement for religious reasons, the Employer should contact E-Verify at 1-888-464-4218. b. If an employee presents a DHS Form I-551 (Permanent Resident Card), Form I-766 (Employment Authorization Document), or U.S. Passport or Passport Card to complete Form I-9, the Employer agrees to make a photocopy of the document and to retain the photocopy with the employee’s Form I-9. The Employer will use the photocopy to verify the photo and to assist DHS with its review of photo mismatches that employees contest. DHS may in the future designate other documents that activate the photo screening tool. Note: Subject only to the exceptions noted previously in this paragraph, employees still retain the right to present any List A, or List B and List C, document(s) to complete the Form I-9. 5. The Employer agrees to record the case verification number on the employee's Form I-9 or to print the screen containing the case verification number and attach it to the employee's Form I-9. 6. The Employer agrees that, although it participates in E-Verify, the Employer has a responsibility to complete, retain, and make available for inspection Forms I-9 that relate to its employees, or from other requirements of applicable regulations or laws, including the obligation to comply with the antidiscrimination requirements of section 274B of the INA with respect to Form I-9 procedures. a. The following modified requirements are the only exceptions to an Employer’s obligation to not employ unauthorized workers and comply with the anti-discrimination provision of the INA: (1) List B identity documents must have photos, as described in paragraph 4 above; (2) When an Employer confirms the identity and employment eligibility of newly hired employee using E-Verify procedures, the Employer establishes a rebuttable presumption that it has not violated section 274A(a)(1)(A) of the Immigration and Nationality Act (INA) with respect to the hiring of that employee; (3) If the Employer receives a final nonconfirmation for an employee, but continues to employ that person, 1821154 Page 2356 of 6526 Page 5 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: the Employer must notify DHS and the Employer is subject to a civil money penalty between $550 and $1,100 for each failure to notify DHS of continued employment following a final nonconfirmation; (4) If the Employer continues to employ an employee after receiving a final nonconfirmation, then the Employer is subject to a rebuttable presumption that it has knowingly employed an unauthorized alien in violation of section 274A(a)(1)(A); and (5) no E-Verify participant is civilly or criminally liable under any law for any action taken in good faith based on information provided through the E-Verify. b. DHS reserves the right to conduct Form I-9 compliance inspections, as well as any other enforcement or compliance activity authorized by law, including site visits, to ensure proper use of E-Verify. 7. The Employer is strictly prohibited from creating an E-Verify case before the employee has been hired, meaning that a firm offer of employment was extended and accepted and Form I-9 was completed. The Employer agrees to create an E-Verify case for new employees within three Employer business days after each employee has been hired (after both Sections 1 and 2 of Form I-9 have been completed), and to complete as many steps of the E-Verify process as are necessary according to the E-Verify User Manual. If E-Verify is temporarily unavailable, the three-day time period will be extended until it is again operational in order to accommodate the Employer's attempting, in good faith, to make inquiries during the period of unavailability. 8. The Employer agrees not to use E-Verify for pre-employment screening of job applicants, in support of any unlawful employment practice, or for any other use that this MOU or the E-Verify User Manual does not authorize. 9. The Employer must use E-Verify (through its E-Verify Employer Agent) for all new employees. The Employer will not verify selectively and will not verify employees hired before the effective date of this MOU. Employers who are Federal contractors may qualify for exceptions to this requirement as described in Article II.B of this MOU. 10. The Employer agrees to follow appropriate procedures (see Article III below) regarding tentative nonconfirmations. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify case. The Employer agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. Further, when employees contest a tentative nonconfirmation based upon a photo mismatch, the Employer must take additional steps (see Article III.B below) to contact DHS with information necessary to resolve the challenge. 11. The Employer agrees not to take any adverse action against an employee based upon the employee's perceived employment eligibility status while SSA or DHS is processing the verification request unless the Employer obtains knowledge (as defined in 8 C.F.R. § 274a.1(l)) that the employee is not work authorized. The Employer understands that an initial inability of the SSA or DHS automated verification system to verify work authorization, a tentative nonconfirmation, a case in continuance (indicating the need for additional time for the government to resolve a case), or the finding of a photo 1821154 Page 2357 of 6526 Page 6 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: mismatch, does not establish, and should not be interpreted as, evidence that the employee is not work authorized. In any of such cases, the employee must be provided a full and fair opportunity to contest the finding, and if he or she does so, the employee may not be terminated or suffer any adverse employment consequences based upon the employee’s perceived employment eligibility status (including denying, reducing, or extending work hours, delaying or preventing training, requiring an employee to work in poorer conditions, withholding pay, refusing to assign the employee to a Federal contract or other assignment, or otherwise assuming that he or she is unauthorized to work) until and unless secondary verification by SSA or DHS has been completed and a final nonconfirmation has been issued. If the employee does not choose to contest a tentative nonconfirmation or a photo mismatch or if a secondary verification is completed and a final nonconfirmation is issued, then the Employer can find the employee is not work authorized and terminate the employee’s employment. Employers or employees with questions about a final nonconfirmation may call E-Verify at 1-888-464- 4218 (customer service) or 1-888-897-7781 (worker hotline). 12. The Employer agrees to comply with Title VII of the Civil Rights Act of 1964 and section 274B of the INA as applicable by not discriminating unlawfully against any individual in hiring, firing, employment eligibility verification, or recruitment or referral practices because of his or her national origin or citizenship status, or by committing discriminatory documentary practices. The Employer understands that such illegal practices can include selective verification or use of E-Verify except as provided in part D below, or discharging or refusing to hire employees because they appear or sound “foreign” or have received tentative nonconfirmations. The Employer further understands that any violation of the immigration-related unfair employment practices provisions in section 274B of the INA could subject the Employer to civil penalties, back pay awards, and other sanctions, and violations of Title VII could subject the Employer to back pay awards, compensatory and punitive damages. Violations of either section 274B of the INA or Title VII may also lead to the termination of its participation in E-Verify. If the Employer has any questions relating to the anti-discrimination provision, it should contact OSC at 1-800-255-8155 or 1-800-237-2515 (TDD). 13. The Employer agrees that it will use the information it receives from E-Verify (through its E-Verify Employer Agent) only to confirm the employment eligibility of employees as authorized by this MOU. The Employer agrees that it will safeguard this information, and means of access to it (such as PINS and passwords), to ensure that it is not used for any other purpose and as necessary to protect its confidentiality, including ensuring that it is not disseminated to any person other than employees of the Employer who are authorized to perform the Employer's responsibilities under this MOU, except for such dissemination as may be authorized in advance by SSA or DHS for legitimate purposes. 14. The Employer agrees to notify DHS immediately in the event of a breach of personal information. Breaches are defined as loss of control or unauthorized access to E-Verify personal data. All suspected or confirmed breaches should be reported by calling 1-888-464-4218 or via email at E-Verify@dhs.gov. Please use “Privacy Incident – Password” in the subject line of your email when sending a breach report to E-Verify. 15. The Employer acknowledges that the information it receives through the E-Verify Employer Agent from SSA is governed by the Privacy Act (5 U.S.C. § 552a(i)(1) and (3)) and the Social Security Act (42 U.S.C. 1306(a)). Any person who obtains this information under false pretenses or uses it for any purpose other than as provided for in this MOU may be subject to criminal penalties. 1821154 Page 2358 of 6526 Page 7 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: 16. The Employer agrees to cooperate with DHS and SSA in their compliance monitoring and evaluation of E-Verify (whether directly or through their E-Verify Employer Agent), which includes permitting DHS, SSA, their contractors and other agents, upon reasonable notice, to review Forms I-9 and other employment records and to interview it and its employees regarding the Employer’s use of E-Verify, and to respond in a prompt and accurate manner to DHS requests for information relating to their participation in E-Verify. 17. The Employer shall not make any false or unauthorized claims or references about its participation in E-Verify on its website, in advertising materials, or other media. The Employer shall not describe its services as federally-approved, federally-certified, or federally-recognized, or use language with a similar intent on its website or other materials provided to the public. Entering into this MOU does not mean that E-Verify endorses or authorizes your E-Verify services and any claim to that effect is false. 18. The Employer shall not state in its website or other public documents that any language used therein has been provided or approved by DHS, USCIS or the Verification Division, without first obtaining the prior written consent of DHS. 19. The Employer agrees that E-Verify trademarks and logos may be used only under license by DHS/USCIS (see M-795 (Web)) and, other than pursuant to the specific terms of such license, may not be used in any manner that might imply that the Employer’s services, products, websites, or publications are sponsored by, endorsed by, licensed by, or affiliated with DHS, USCIS, or E-Verify. 20. The Employer understands that if it uses E-Verify procedures for any purpose other than as authorized by this MOU, the Employer may be subject to appropriate legal action and termination of its participation in E-Verify according to this MOU. C. RESPONSIBILITIES OF FEDERAL CONTRACTORS The E-Verify Employer Agent shall ensure that the E-Verify Employer Agent and the Employers represented by the E-Verify Employer Agent carry out the following responsibilities if the Employer is a federal contractor or becomes a Federal contractor. The E-Verify Employer Agent should instruct the client to keep the E-Verify Employer Agent informed about any changes or updates related to federal contracts. It is the E-Verify Employer Agent’s responsibility to ensure that its clients are in compliance with all E-Verify policies and procedures. 1. If the Employer is a Federal contractor with the FAR E-Verify clause subject to the employment verification terms in Subpart 22.18 of the FAR, it will become familiar with and comply with the most current version of the E-Verify User Manual for Federal Contractors as well as the E-Verify Supplemental Guide for Federal Contractors. 2. In addition to the responsibilities of every employer outlined in this MOU, the Employer understands that if it is a Federal contractor subject to the employment verification terms in Subpart 22.18 of the FAR it must verify the employment eligibility of any “employee assigned to the contract” (as defined in FAR 22.1801). Once an employee has been verified through E-Verify by the Employer, the Employer may not reverify the employee through E-Verify. a. An Employer that is not enrolled in E-Verify as a Federal contractor at the time of a contract award must enroll as a Federal contractor in the E-Verify program within 30 calendar days of 1821154 Page 2359 of 6526 Page 8 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: contract award and, within 90 days of enrollment, begin to verify employment eligibility of new hires using E-Verify. The Employer must verify those employees who are working in the United States, whether or not they are assigned to the contract. Once the Employer begins verifying new hires, such verification of new hires must be initiated within three business days after the hire date. Once enrolled in E-Verify as a Federal contractor, the Employer must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee’s assignment to the contract, whichever date is later. b. Employers enrolled in E-Verify as a Federal contractor for 90 days or more at the time of a contract award must use E-Verify to begin verification of employment eligibility for new hires of the Employer who are working in the United States, whether or not assigned to the contract, within three business days after the date of hire. If the Employer is enrolled in E-Verify as a Federal contractor for 90 calendar days or less at the time of contract award, the Employer must, within 90 days of enrollment, begin to use E-Verify to initiate verification of new hires of the contractor who are working in the United States, whether or not assigned to the contract. Such verification of new hires must be initiated within three business days after the date of hire. An Employer enrolled as a Federal contractor in E-Verify must begin verification of each employee assigned to the contract within 90 calendar days after date of contract award or within 30 days after assignment to the contract, whichever is later. c. Federal contractors that are institutions of higher education (as defined at 20 U.S.C. 1001(a)), state or local governments, governments of Federally recognized Indian tribes, or sureties performing under a takeover agreement entered into with a Federal agency under a performance bond may choose to only verify new and existing employees assigned to the Federal contract. Such Federal contractors may, however, elect to verify all new hires, and/or all existing employees hired after November 6, 1986. Employers in this category must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee’s assignment to the contract, whichever date is later. d. Upon enrollment, Employers who are Federal contractors may elect to verify employment eligibility of all existing employees working in the United States who were hired after November 6, 1986, instead of verifying only those employees assigned to a covered Federal contract. After enrollment, Employers must elect to verify existing staff following DHS procedures and begin E-Verify verification of all existing employees within 180 days after the election. e. The Employer may use a previously completed Form I-9 as the basis for creating an E-Verify case for an employee assigned to a contract as long as: i. That Form I-9 is complete (including the SSN) and complies with Article II.B.6, ii. The employee’s work authorization has not expired, and iii. The Employer has reviewed the Form I-9 information either in person or in communications with the employee to ensure that the employee’s Section 1, Form I-9 attestation has not changed (including, but not limited to, a lawful permanent resident alien having become a naturalized U.S. citizen). f. The Employer shall complete a new Form I-9 consistent with Article II.A.6 or update the previous Form I-9 to provide the necessary information if: i. The Employer cannot determine that Form I-9 complies with Article II.A.6, 1821154 Page 2360 of 6526 Page 9 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: ii. The employee’s basis for work authorization as attested in Section 1 has expired or changed, or iii. The Form I-9 contains no SSN or is otherwise incomplete. Note: If Section 1 of the Form I-9 is otherwise valid and up-to-date and the form otherwise complies with Article II.C.5, but reflects documentation (such as a U.S. passport or Form I-551) that expired after completing Form I-9, the Employer shall not require the production of additional documentation, or use the photo screening tool described in Article II.A.5, subject to any additional or superseding instructions that may be provided on this subject in the E-Verify User Manual. g. The Employer agrees not to require a second verification using E-Verify of any assigned employee who has previously been verified as a newly hired employee under this MOU or to authorize verification of any existing employee by any Employer that is not a Federal contractor based on this Article. 3. The Employer understands that if it is a Federal contractor, its compliance with this MOU is a performance requirement under the terms of the Federal contract or subcontract, and the Employer consents to the release of information relating to compliance with its verification responsibilities under this MOU to contracting officers or other officials authorized to review the Employer’s compliance with Federal contracting requirements. D. RESPONSIBILITIES OF SSA 1. SSA agrees to allow DHS to compare data provided by the Employer (through the E-Verify Employer Agent) against SSA’s database. SSA sends DHS confirmation that the data sent either matches or does not match the information in SSA’s database. 2. SSA agrees to safeguard the information the Employer provides (through the E-Verify Employer Agent) through E-Verify procedures. SSA also agrees to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social Security numbers or responsible for evaluation of E-Verify or such other persons or entities who may be authorized by SSA as governed by the Privacy Act (5 U.S.C. § 552a), the Social Security Act (42 U.S.C. 1306(a)), and SSA regulations (20 CFR Part 401). 3. SSA agrees to provide case results from its database within three Federal Government work days of the initial inquiry. E-Verify provides the information to the E-Verify Employer Agent. 4. SSA agrees to update SSA records as necessary if the employee who contests the SSA tentative nonconfirmation visits an SSA field office and provides the required evidence. If the employee visits an SSA field office within the eight Federal Government work days from the date of referral to SSA, SSA agrees to update SSA records, if appropriate, within the eight-day period unless SSA determines that more than eight days may be necessary. In such cases, SSA will provide additional instructions to the employee. If the employee does not visit SSA in the time allowed, E-Verify may provide a final nonconfirmation to the E-Verify Employer Agent. Note: If an Employer experiences technical problems, or has a policy question, the employer should contact E-Verify at 1-888-464-4218. 1821154 Page 2361 of 6526 Page 10 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: E. RESPONSIBILITIES OF DHS 1. DHS agrees to provide the Employer with selected data from DHS databases to enable the Employer (through the E-Verify Employer Agent) to conduct, to the extent authorized by this MOU a. Automated verification checks on alien employees by electronic means, and b. Photo verification checks (when available) on employees. 2. DHS agrees to assist the E-Verify Employer Agent with operational problems associated with its participation in E-Verify. DHS agrees to provide the E-Verify Employer Agent names, titles, addresses, and telephone numbers of DHS representatives to be contacted during the E-Verify process. 3. DHS agrees to provide to the E-Verify Employer Agent with access to E-Verify training materials as well as an E-Verify User Manual that contain instructions on E-Verify policies, procedures, and requirements for both SSA and DHS, including restrictions on the use of E-Verify. 4. DHS agrees to train E-Verify Employer Agents on all important changes made to E-Verify through the use of mandatory refresher tutorials and updates to the E-Verify User Manual. Even without changes to E-Verify, DHS reserves the right to require E-Verify Employer Agents to take mandatory refresher tutorials. 5. DHS agrees to provide to the Employer (through the E-Verify Employer Agent) a notice, which indicates the Employer's participation in E-Verify. DHS also agrees to provide to the Employer anti- discrimination notices issued by the Office of Special Counsel for Immigration-Related Unfair Employment Practices (OSC), Civil Rights Division, U.S. Department of Justice. 6. DHS agrees to issue each of the E-Verify Employer Agent’s E-Verify users a unique user identification number and password that permits them to log in to E-Verify. 7. DHS agrees to safeguard the information the Employer provides (through the E-Verify Employer Agent), and to limit access to such information to individuals responsible for the verification process, for evaluation of E-Verify, or to such other persons or entities as may be authorized by applicable law. Information will be used only to verify the accuracy of Social Security numbers and employment eligibility, to enforce the INA and Federal criminal laws, and to administer Federal contracting requirements. 8. DHS agrees to provide a means of automated verification that provides (in conjunction with SSA verification procedures) confirmation or tentative nonconfirmation of employees' employment eligibility within three Federal Government work days of the initial inquiry. 9. DHS agrees to provide a means of secondary verification (including updating DHS records) for employees who contest DHS tentative nonconfirmations and photo mismatch tentative nonconfirmations. This provides final confirmation or nonconfirmation of the employees' employment eligibility within 10 Federal Government work days of the date of referral to DHS, unless DHS determines that more than 10 days may be necessary. In such cases, DHS will provide additional verification instructions. 1821154 Page 2362 of 6526 Page 11 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: ARTICLE III REFERRAL OF INDIVIDUALS TO SSA AND DHS The E-Verify Employer Agent shall ensure that the E-Verify Employer Agent and the Employers represented by the E-Verify Employer Agent carry out the following responsibilities. It is the E-Verify Employer Agent’s responsibility to ensure that its clients are in compliance with all E-Verify policies and procedures. A. REFERRAL TO SSA 1. If the Employer receives a tentative nonconfirmation issued by SSA, the Employer must print the tentative nonconfirmation notice as directed by E-Verify. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. 2. The Employer agrees to obtain the employee’s response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. After a tentative nonconfirmation, the Employer will refer employees to SSA field offices only as directed by E-Verify. The Employer must record the case verification number, review the employee information submitted to E-Verify to identify any errors, and find out whether the employee contests the tentative nonconfirmation. The Employer will transmit the Social Security number, or any other corrected employee information that SSA requests, to SSA for verification again if this review indicates a need to do so. 4. The Employer will instruct the employee to visit an SSA office within eight Federal Government work days. SSA will electronically transmit the result of the referral to the Employer (through the E-Verify Employer Agent) within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 5. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. 6. The Employer agrees not to ask the employee to obtain a printout from the Social Security Administration number database (the Numident) or other written verification of the SSN from the SSA. B. REFERRAL TO DHS 1. If the Employer receives a tentative nonconfirmation issued by DHS, the Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer must allow employees to contest the finding, and not take adverse action 1821154 Page 2363 of 6526 Page 12 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: against employees if they choose to contest the finding, while their case is still pending. 2. The Employer agrees to obtain the employee’s response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. The Employer agrees to refer individuals to DHS only when the employee chooses to contest a tentative nonconfirmation. 4. If the employee contests a tentative nonconfirmation issued by DHS, the Employer will instruct the employee to contact DHS through its toll-free hotline (as found on the referral letter) within eight Federal Government work days. 5. If the Employer finds a photo mismatch, the Employer must provide the photo mismatch tentative nonconfirmation notice and follow the instructions outlined in paragraph 1 of this section for tentative nonconfirmations, generally. 6. The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo mismatch, the Employer will send a copy of the employee’s Form I-551, Form I-766, U.S. Passport, or passport card to DHS for review by: a. Scanning and uploading the document, or b. Sending a photocopy of the document by express mail (furnished and paid for by the employer). 7. The Employer understands that if it cannot determine whether there is a photo match/mismatch, the Employer must forward the employee’s documentation to DHS as described in the preceding paragraph. The Employer agrees to resolve the case as specified by the DHS representative who will determine the photo match or mismatch. 8. DHS will electronically transmit the result of the referral to the Employer (though the E-Verify Employer Agent) within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 9. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. ARTICLE IV SERVICE PROVISIONS A. NO SERVICE FEES 1. SSA and DHS will not charge the Employer or the E-Verify Employer Agent for verification services performed under this MOU. The E-Verify Employer Agent is responsible for providing equipment needed to make inquiries. To access E-Verify, an E-Verify Employer Agent will need a personal computer with Internet access. 1821154 Page 2364 of 6526 Page 13 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: ARTICLE V MODIFICATION AND TERMINATION A. MODIFICATION 1. This MOU is effective upon the signature of all parties and shall continue in effect for as long as the SSA and DHS operates the E-Verify program unless modified in writing by the mutual consent of all parties. 2. Any and all E-Verify system enhancements by DHS or SSA, including but not limited to E-Verify checking against additional data sources and instituting new verification policies or procedures, will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. B. TERMINATION 1. The E-Verify Employer Agent may terminate this MOU and its participation in E-Verify at any time upon 30 days prior written notice to the other parties. In addition, any Employer represented by the E-Verify Employer Agent may voluntarily terminate its MOU upon giving DHS 30 days’ written notice. 2. Notwithstanding Article V, part A of this MOU, DHS may terminate this MOU, and thereby the E-Verify Employer Agent’s participation in E-Verify, with or without notice, at any time if deemed necessary because of the requirements of law or policy, or upon a determination by SSA or DHS that there has been a breach of system integrity or security by the E-Verify Employer Agent or the Employer, or a failure on the part of either party to comply with established E-Verify procedures and/or legal requirements. The Employer understands that if it is a Federal contractor, termination of this MOU by any party for any reason may negatively affect the performance of its contractual responsibilities. Similarly, the Employer understands that if it is in a state where E-Verify is mandatory, termination of this by any party MOU may negatively affect the Employer’s business. 3. An E-Verify Employer Agent for an Employer that is a Federal contractor may terminate this MOU for that Employer when the Federal contract that requires its participation in E-Verify is terminated or completed. In such cases, the E-Verify Employer Agent must provide written notice to DHS. If the E-Verify Employer Agent fails to provide such notice, then that Employer will remain an E-Verify participant, will remain bound by the terms of this MOU that apply to non-Federal contractor participants, and will be required to use the E-Verify procedures to verify the employment eligibility of all newly hired employees. 4. The E-Verify Employer Agent agrees that E-Verify is not liable for any losses, financial or otherwise, if the E-Verify Employer Agent or the Employer is terminated from E-Verify. 1821154 Page 2365 of 6526 Page 14 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: ARTICLE VI PARTIES A. Some or all SSA and DHS responsibilities under this MOU may be performed by contractor(s), and SSA and DHS may adjust verification responsibilities between each other as necessary. By separate agreement with DHS, SSA has agreed to perform its responsibilities as described in this MOU. B. Nothing in this MOU is intended, or should be construed, to create any right or benefit, substantive or procedural, enforceable at law by any third party against the United States, its agencies, officers, or employees, or against the E-Verify Employer Agent, its agents, officers, or employees. C. The E-Verify Employer Agent may not assign, directly or indirectly, whether by operation of law, change of control or merger, all or any part of its rights or obligations under this MOU without the prior written consent of DHS, which consent shall not be unreasonably withheld or delayed. Any attempt to sublicense, assign, or transfer any of the rights, duties, or obligations herein is void. D. Each party shall be solely responsible for defending any claim or action against it arising out of or related to E-Verify or this MOU, whether civil or criminal, and for any liability wherefrom, including (but not limited to) any dispute between the Employer and any other person or entity regarding the applicability of Section 403(d) of IIRIRA to any action taken or allegedly taken by the Employer. E. The E-Verify Employer Agent understands that its participation in E-Verify is not confidential information and may be disclosed as authorized or required by law and DHS or SSA policy, including but not limited to, Congressional oversight, E-Verify publicity and media inquiries, determinations of compliance with Federal contractual requirements, and responses to inquiries under the Freedom of Information Act (FOIA). F. The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the E-Verify Employer Agent and DHS respectively. The E-Verify Employer Agent understands that any inaccurate statement, representation, data or other information provided to DHS may subject the Employer or the E-Verify Employer Agent, as the case may be, its subcontractors, its employees, or its representatives to: (1) prosecution for false statements pursuant to 18 U.S.C. 1001 and/or; (2) immediate termination of its MOU and/or; (3) possible debarment or suspension. G. The foregoing constitutes the full agreement on this subject between DHS and the E-Verify Employer Agent. If you have any questions, contact E-Verify at 1-888-464-4218. 1821154 Page 2366 of 6526 Page 15 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: Approved by: E-Verify Employer Agent Employer Name (Please Type or Print) Title Signature Date Department of Homeland Security – Verification Division Name (Please Type or Print) Title Signature Date 1821154 McFarlanes Construction Inc Chase McFarlane Electronically Signed 04/12/2022 USCIS Verification Division Electronically Signed 04/12/2022 Page 2367 of 6526 Page 16 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: Information Required for the E-Verify Program Information relating to your Company: Company Name Company Facility Address Company Alternate Address County or Parish Employer Identification Number North American Industry Classification Systems Code Parent Company Number of Employees Number of Sites Verified for 1821154 McFarlanes Construction Inc 940 Country Club Blvd Cape Coral, FL 33990 LEE 824661568 238 1 to 4 1 Page 2368 of 6526 Page 17 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: Are you verifying for more than 1 site? If yes, please provide the number of sites verified for in each State: 1821154 FLORIDA 1 site(s) Page 2369 of 6526 Page 18 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: Information relating to the Program Administrator(s) for your Company on policy questions or operational problems: 1821154 Name Chase McFarlane Phone Number (239) 789 - 3313 Fax Number Email Address chase@eaglefencefl.com Page 2370 of 6526 Page 19 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: 1821154 Page intentionally left blank Page 2371 of 6526 Document Number FEI/EIN Number Date Filed State Status Last Event Event Date Filed Event Effective Date Department of State / Division of Corporations / Search Records / Search by Entity Name / Previous On List Next On List Return to List Events No Name History McFarlane's construction, inc Search Detail by Entity Name Florida Profit Corporation MCFARLANE'S CONSTRUCTION, INC. Filing Information P18000019859 82-4661568 02/27/2018 FL ACTIVE AMENDMENT 01/06/2020 NONE Principal Address 940 Country Club Blvd Cape Coral, FL 33990 Changed: 06/24/2020 Mailing Address 940 Country Club Blvd Cape Coral, FL 33990 Changed: 02/07/2024 Registered Agent Name & Address DLF Registered Agent Service, LLC 10181 Six Mile Cypress Pkwy Ste C Fort Myers, FL 33966 Name Changed: 03/20/2025 Address Changed: 03/20/2025 Officer/Director Detail Name & Address Title P MCFARLANE, CHASE 940 Country Club Blvd Cape Coral, FL 33990 Title VP MCFARLANE, NORMANDY 940 Country Club Blvd Cape Coral, FL 33990 Annual Reports Report Year Filed Date 2023 02/08/2023 2024 02/07/2024 2025 03/20/2025 Document Images 03/20/2025 -- ANNUAL REPORT View image in PDF format 02/07/2024 -- ANNUAL REPORT View image in PDF format 02/08/2023 -- ANNUAL REPORT View image in PDF format 03/23/2022 -- ANNUAL REPORT View image in PDF format 02/16/2021 -- ANNUAL REPORT View image in PDF format 06/24/2020 -- ANNUAL REPORT View image in PDF format 01/06/2020 -- Amendment View image in PDF format 04/24/2019 -- ANNUAL REPORT View image in PDF format 02/27/2018 -- Domestic Profit View image in PDF format Previous On List Next On List Return to List Events No Name History McFarlane's construction, inc Search Florida Department of State, Division of Corporations D IVISION OF CORPORATIONSFlorida Department of State Page 2372 of 6526 Page 2373 of 6526 Page 2374 of 6526 Page 2375 of 6526 Page 2376 of 6526 Melanie S. Griffin, SecretaryRon DeSantis, GovernorSTATE OF FLORIDADEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATIONCONSTRUCTION INDUSTRY LICENSING BOARDTHE GENERAL CONTRACTOR HEREIN IS CERTIFIED UNDER THEPROVISIONS OF CHAPTER 489, FLORIDA STATUTESMCFARLANE, CHASEDo not alter this document in any form.EAGLE FENCELICENSE NUMBER: CGC1532382EXPIRATION DATE: AUGUST 31, 2026This is your license. It is unlawful for anyone other than the licensee to use this document.940 COUNTRY CLUB BLVDCAPE CORAL FL 33990Always verify licenses online at MyFloridaLicense.comISSUED: 06/19/2024Page 2377 of 6526 Bid Schedule 23-8072R Fencing and Gate Installation and Repair Services ITEM NO. FENCE SIZE UNIT QTY UNIT PRICE EXTENDED PRICE 1 4 feet EA 100 60.00 $ 6,000.00 $ 2 6 feet EA 100 72.00 $ 7,200.00 $ 3 8 feet EA 100 90.00 $ 9,000.00 $ 4 10 feet EA 100 110.00 $ 11,000.00 $ ITEM NO. FENCE SIZE UNIT QTY UNIT PRICE EXTENDED PRICE 5 4 feet EA 100 80.00 $ 8,000.00 $ 6 6 feet EA 200 100.00 $ 20,000.00 $ 7 8 feet EA 50 126.00 $ 6,300.00 $ 8 10 feet EA 50 145.00 $ 7,250.00 $ ITEM NO. FENCE SIZE UNIT QTY UNIT PRICE EXTENDED PRICE 9 4 feet EA 50 45.00 $ 2,250.00 $ 10 6 feet EA 100 45.00 $ 4,500.00 $ 11 8 feet EA 100 65.00 $ 6,500.00 $ 12 10 feet EA 100 65.00 $ 6,500.00 $ ITEM NO. FENCE SIZE UNIT QTY UNIT PRICE EXTENDED PRICE 13 4 feet LF 500 20.00 $ 10,000.00 $ 14 6 feet LF 1000 22.00 $ 22,000.00 $ 15 8 feet LF 50 30.00 $ 1,500.00 $ 16 10 feet LF 50 45.00 $ 2,250.00 $ ITEM NO. FENCE SIZE UNIT QTY UNIT PRICE EXTENDED PRICE 17 4 feet LF 100 13.00 $ 1,300.00 $ 18 6 feet LF 2000 16.00 $ 32,000.00 $ 19 8 feet LF 100 22.00 $ 2,200.00 $ 20 10 feet LF 100 36.00 $ 3,600.00 $ ITEM NO. FENCE SIZE UNIT QTY UNIT PRICE EXTENDED PRICE 21 4 feet EA 50 10.00 $ 500.00 $ 22 6 feet EA 50 12.00 $ 600.00 $ 23 8 feet EA 50 14.00 $ 700.00 $ 24 10 feet EA 50 16.00 $ 800.00 $ ITEM NO. FENCE SIZE UNIT QTY UNIT PRICE EXTENDED PRICE 25 4 feet EA 25 8.00 $ 200.00 $ 26 6 feet EA 100 8.00 $ 800.00 $ 27 8 feet EA 25 8.00 $ 200.00 $ 28 10 feet EA 25 8.00 $ 200.00 $ ITEM NO. FENCE SIZE UNIT QTY UNIT PRICE EXTENDED PRICE 29 4 feet LF 25 3.00 $ 75.00 $ 30 6 feet LF 100 3.00 $ 300.00 $ 31 8 feet LF 25 4.00 $ 100.00 $ 32 10 feet LF 25 5.00 $ 125.00 $ ITEM NO. GATE SIZE UNIT QTY UNIT PRICE EXTENDED PRICE 33 Single Gate 4' Wide, 4"High EA 10 200.00 $ 2,000.00 $ 34 Double Gate 8' Wide, 4"High EA 5 400.00 $ 2,000.00 $ 35 Double Gate 12' Wide, 4"High EA 5 600.00 $ 3,000.00 $ 36 Double Gate, Hinged, 16' Wide 4' High EA 5 800.00 $ 4,000.00 $ ITEM NO. GATE SIZE UNIT QTY UNIT PRICE EXTENDED PRICE 37 Single Gate 4' Wide, 6' High EA 20 250.00 $ 5,000.00 $ 38 Double Gate 8' Wide, 6' High EA 20 650.00 $ 13,000.00 $ 39 Double Gate 12' Wide, 6' High EA 20 1,000.00 $ 20,000.00 $ 40 Double Gate 24' Wide, 6' High EA 5 1,800.00 $ 9,000.00 $ 41 Double Gate 36' Wide, 6' High EA 5 3,600.00 $ 18,000.00 $ 42 Double Gate, Hinged, 16' Wide, 6' High EA 5 1,600.00 $ 8,000.00 $ REMOVAL/REINSTALL OF FENCE FABRICE & LEGAL DISPOSAL OF OLD MATERIAL GALVANIZED CHAIN LINK FENCE INSTALLATION OF LINE POSTS WITH CAPS INSTALLATION OF FENCING INCLUDING TOP RAIL TENSION WIRE, TIES, ETC. INSTALLATION OF GALVANIZED GATING 6FT HIGH INSTALLATION OF GALVANIZED GATING 4FT HIGH DEMOLITION & REMOVAL OF EXISTING COMPLETE FENCING INSTALLATION OF BOTTOM RAIL REMOVAL OF FENCE POSTS FENCING INSTALLATION AND REPAIR SERVICES FOR COLLIER COUNTY INSTALLATION OF BRACE ASSEMBLY INSTALLATION OF CORNER TERMINAL OR PULL POST WITH CAPS & FITTINGS NOTE: Contractors are responsible for reviewing all bid documents and providing qualified responses to be considered. An entry of zero dollars for any bid schedule line item disqualifies the bid. All lines must be completed, or bidder may be deemed non-responsive BID SCHEDULE ITB NO. 25-8361 Page 2378 of 6526 Bid Schedule 23-8072R Fencing and Gate Installation and Repair Services ITEM NO. GATE SIZE UNIT QTY UNIT PRICE EXTENDED PRICE 43 Single Gate 4' Wide, 8' High EA 5 400.00 $ 2,000.00 $ 44 Double Gate 8' Wide, 8' High EA 5 800.00 $ 4,000.00 $ 45 Double Gate 12' Wide, 8' High EA 5 1,200.00 $ 6,000.00 $ 46 Double Gate 24' Wide, 8' High EA 5 2,400.00 $ 12,000.00 $ 47 Double Gate 36' Wide, 8' High EA 5 3,600.00 $ 18,000.00 $ 48 Double Gate, Hinged, 16' Wide, 8' High EA 5 1,600.00 $ 8,000.00 $ ITEM NO. FENCE SIZE UNIT QTY UNIT PRICE EXTENDED PRICE 49 4 feet EA 100 60.00 $ 6,000.00 $ 50 6 feet EA 100 72.00 $ 7,200.00 $ 51 8 feet EA 100 90.00 $ 9,000.00 $ 52 10 feet EA 100 110.00 $ 11,000.00 $ ITEM NO. FENCE SIZE UNIT QTY UNIT PRICE EXTENDED PRICE 53 4 feet EA 100 80.00 $ 8,000.00 $ 54 6 feet EA 500 100.00 $ 50,000.00 $ 55 8 feet EA 100 126.00 $ 12,600.00 $ 56 10 feet EA 100 145.00 $ 14,500.00 $ ITEM NO. FENCE SIZE UNIT QTY UNIT PRICE EXTENDED PRICE 57 4 feet EA 100 45.00 $ 4,500.00 $ 58 6 feet EA 500 45.00 $ 22,500.00 $ 59 8 feet EA 100 65.00 $ 6,500.00 $ 60 10 feet EA 100 65.00 $ 6,500.00 $ ITEM NO. FENCE SIZE UNIT QTY UNIT PRICE EXTENDED PRICE 61 4 feet LF 1000 20.00 $ 20,000.00 $ 62 6 feet LF 2000 22.00 $ 44,000.00 $ 63 8 feet LF 1000 30.00 $ 30,000.00 $ 64 10 feet LF 1000 45.00 $ 45,000.00 $ ITEM NO. FENCE SIZE UNIT QTY UNIT PRICE EXTENDED PRICE 65 4 feet LF 100 13.00 $ 1,300.00 $ 66 6 feet LF 100 16.00 $ 1,600.00 $ 67 8 feet LF 100 22.00 $ 2,200.00 $ 68 10 feet LF 100 36.00 $ 3,600.00 $ ITEM NO. FENCE SIZE UNIT QTY UNIT PRICE EXTENDED PRICE 69 4 feet EA 100 10.00 $ 1,000.00 $ 70 6 feet EA 100 12.00 $ 1,200.00 $ 71 8 feet EA 100 14.00 $ 1,400.00 $ 72 10 feet EA 100 16.00 $ 1,600.00 $ ITEM NO. FENCE SIZE UNIT QTY UNIT PRICE EXTENDED PRICE 73 4 feet EA 100 8.00 $ 800.00 $ 74 6 feet EA 200 8.00 $ 1,600.00 $ 75 8 feet EA 100 8.00 $ 800.00 $ 76 10 feet EA 100 8.00 $ 800.00 $ ITEM NO. FENCE SIZE UNIT QTY UNIT PRICE EXTENDED PRICE 77 4 feet LF 100 3.00 $ 300.00 $ 78 6 feet LF 100 3.00 $ 300.00 $ 79 8 feet LF 100 4.00 $ 400.00 $ 80 10 feet LF 100 5.00 $ 500.00 $ ITEM NO. GATE SIZE UNIT QTY UNIT PRICE EXTENDED PRICE 81 Single Gate 4' Wide, 4"High EA 5 200.00 $ 1,000.00 $ 82 Double Gate 8' Wide, 4"High EA 5 400.00 $ 2,000.00 $ 83 Double Gate 12' Wide, 4"High EA 5 600.00 $ 3,000.00 $ 84 Double Gate, Hinged, 16' Wide 4' High EA 5 800.00 $ 4,000.00 $ ITEM NO. GATE SIZE UNIT QTY UNIT PRICE EXTENDED PRICE 85 Single Gate 4' Wide, 6' High EA 50 250.00 $ 12,500.00 $ 86 Double Gate 8' Wide, 6' High EA 50 650.00 $ 32,500.00 $ 87 Double Gate 12' Wide, 6' High EA 100 1,000.00 $ 100,000.00 $ 88 Double Gate 24' Wide, 6' High EA 5 1,800.00 $ 9,000.00 $ 89 Double Gate 36' Wide, 6' High EA 5 3,600.00 $ 18,000.00 $ 90 Double Gate, Hinged, 16' Wide, 6' High EA 5 1,600.00 $ 8,000.00 $ INSTALLATION OF CORNER TERMINAL OR PULL POST WITH CAPS & FITTINGS INSTALLATION OF BRACE ASSEMBLY GALVANIZED VINYL CLAD CHAIN LINK FENCE INSTALLATION OF GALVANIZED GATING 8FT HIGH INSTALLATION OF LINE POSTS WITH CAPS INSTALLATION OF GALVANIZED VINYL CLAD GATING 6FT HIGH INSTALLATION OF FENCING INCLUDING TOP RAIL TENSION WIRE, TIES, ETC. REMOVAL/REINSTALL OF FENCE FABRICE & LEGAL DISPOSAL OF OLD MATERIAL REMOVAL OF FENCE POSTS INSTALLATION OF BOTTOM RAIL DEMOLITION & REMOVAL OF EXISTING COMPLETE FENCING INSTALLATION OF GALVANIZED VINYL CLAD GATING 4FT HIGH Page 2379 of 6526 Bid Schedule 23-8072R Fencing and Gate Installation and Repair Services ITEM NO. GATE SIZE UNIT QTY UNIT PRICE EXTENDED PRICE 91 Single Gate 4' Wide, 8' High Each 5 400.00 $ 2,000.00 $ 92 Double Gate 8' Wide, 8' High Each 5 800.00 $ 4,000.00 $ 93 Double Gate 12' Wide, 8' High Each 5 1,200.00 $ 6,000.00 $ 94 Double Gate 24' Wide, 8' High Each 5 2,400.00 $ 12,000.00 $ 95 Double Gate 36' Wide, 8' High Each 5 3,600.00 $ 18,000.00 $ 96 Double Gate, Hinged, 16' Wide, 8' High Each 5 1,600.00 $ 8,000.00 $ ITEM NO. TASK UNIT QTY UNIT PRICE EXTENDED PRICE 97 Installation of barbed wire on existing or new fence.LF 100 6.00 $ 600.00 $ 98 Installation of razor wire on existing or new fence.LF 100 15.00 $ 1,500.00 $ ITEM NO. TASK UNIT QTY UNIT PRICE EXTENDED PRICE 99 Cost per linear foot to install or remove (includes shipping costs)LF 100 8.00 $ 800.00 $ 100 Cost per linear foot to rent per day LF 100 8.00 $ 800.00 $ 101 Cost per linear foot to rent for week LF 100 8.00 $ 800.00 $ 102 Cost per linear foot to rent per month LF 100 8.00 $ 800.00 $ ITEM NO. TASK UNIT QTY UNIT PRICE EXTENDED PRICE 103 Cost per linear foot LF 100 50.00 $ 5,000.00 $ ITEM NO. TASK UNIT QTY HOURLY RATE EXTENDED PRICE 104 Labor per man hour for the scheduled repair of existing fencing Regular Work Hours (Monday through Friday 7:00 a.m. to 4:00 p.m.) Hour 1 110.00 $ 110.00 $ 105 Labor per man hour for urgent repairs of fencing after 4:00 p.m. to 7:00 a.m. and all day Saturday, Sunday, and County observed holidays. Hour 1 220.00 $ 220.00 $ ITEM NO. TASK UNIT QTY HOURLY RATE EXTENDED PRICE 106 Labor per man hour for the replacement or installation of specialty fencing Regular Work Hours (Monday through Friday 7:00 a.m. to 4:00 p.m.) Hour 1 110.00 $ 110.00 $ 107 Labor per man hour for urgent repairs of fencing. Should be 1.5 times regular labor hour rate. Hour 1 220.00 $ 220.00 $ ITEM NO. TASK UNIT QTY UNIT PRICE EXTENDED PRICE 108 Set Up of MOT (Maintenance of Traffic) EA 1 125.00 $ 125.00 $ 875,735.00 $ *For Time & Material work, up to 10 percent markup is authorized to purchase parts and materials. The Contractor shall provide receipts with the invoice for reimbursement for parts and materials exceeding $500.00. INSTALLATION OF GALVANIZED VINYL CLAD GATING 8FT HIGH BARBED OR RAZOR WIRE INSTALLATION 6' HIGH TEMPORARY FENCING CLEAR TREES/VEGETATION OF FENCE LINE REPAIRS TO EXISTING FENCING ***Quantities listed are for bid evaluation purposes only ***Quantities listed are for bid evaluation purposes only SPECIALTY FENCING SET UP OF MOT (MAINTENANCE OF TRAFFIC) TOTAL BID AMOUNT: Page 2380 of 6526 County of Collier, FL Procurement Kenneth Kovensky, Executive Director 3299 Tamiami Trail, East Naples, FL 34112 [ATLAS DOOR & GATE INC DBA QUALITY CONSTRUCTION] RESPONSE DOCUMENT REPORT GEN No. 25-8361 Fencing Installation & Repair Services for Collier County RESPONSE DEADLINE: June 11, 2025 at 3:00 pm Report Generated: Thursday, June 12, 2025 Atlas Door & Gate INC DBA Quality Construction Response CONTACT INFORMATION Company: Atlas Door & Gate INC DBA Quality Construction Email: atlaslenier@gmail.com Contact: Lenier Diaz Address: 7227 NW 32nd ST Miami, FL 33122 Phone: N/A Website: N/A Submission Date: Jun 10, 2025 1:49 PM (Eastern Time) Page 2381 of 6526 [ATLAS DOOR & GATE INC DBA QUALITY CONSTRUCTION] RESPONSE DOCUMENT REPORT GEN No. 25-8361 Fencing Installation & Repair Services for Collier County [ATLAS DOOR & GATE INC DBA QUALITY CONSTRUCTION] RESPONSE DOCUMENT REPORT undefined - Fencing Installation & Repair Services for Collier County Page 2 ADDENDA CONFIRMATION Addendum #1 Confirmed Jun 2, 2025 10:32 AM by Lenier Diaz Addendum #2 Confirmed Jun 2, 2025 10:32 AM by Lenier Diaz Addendum #3 Confirmed Jun 9, 2025 10:23 AM by Lenier Diaz 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. General Bid 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. Page 2382 of 6526 [ATLAS DOOR & GATE INC DBA QUALITY CONSTRUCTION] RESPONSE DOCUMENT REPORT GEN No. 25-8361 Fencing Installation & Repair Services for Collier County [ATLAS DOOR & GATE INC DBA QUALITY CONSTRUCTION] RESPONSE DOCUMENT REPORT undefined - Fencing Installation & Repair Services for Collier County Page 3 Confirmed 5. Collier County Required Forms BID SCHEDULE* Please upload completed Bid Schedule in Microsoft Excel format. 25-8361_-_Bid_Schedule.xlsx VENDOR DECLARATION STATEMENT (FORM 1)* 20250610133436518.pdf CONFLICT OF INTEREST CERTIFICATION AFFIDAVIT (FORM 2)* 20250610133436518.pdf IMMIGRATION AFFIDAVIT CERTIFICATION (FORM 3)* 20250610133436518.pdf REFERENCE QUESTIONNAIRES (FORM 4)* Vendor submits no fewer than three (3) and no more than ten (10) completed reference forms from clients (during the last five (5) years) whose projects are of a similar nature to this solicitation as a part of their proposal. Completed reference forms. 20250610133436518.pdf GRANTS PROVISIONS AND ASSURANCES PACKAGE (FORM 5)* Complete ALL forms in package. 20250610133436518.pdf VENDOR W-9 FORM* W-9(1)_(2).pdf Page 2383 of 6526 [ATLAS DOOR & GATE INC DBA QUALITY CONSTRUCTION] RESPONSE DOCUMENT REPORT GEN No. 25-8361 Fencing Installation & Repair Services for Collier County [ATLAS DOOR & GATE INC DBA QUALITY CONSTRUCTION] RESPONSE DOCUMENT REPORT undefined - Fencing Installation & Repair Services for Collier County Page 4 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. 20250324113456431_(1)_(1).pdf PROOF OF STATUS FROM DIVISION OF CORPORATIONS - FLORIDA DEPARTMENT OF STATE (SUNBIZ)* http://dos.myflorida.com/sunbiz/ should be attached with your submittal. Detail_by_Entity_Name_(2).html SIGNED ADDENDA (IF APPLICABLE) 20250610134822040.pdf MISCELLANEOUS DOCUMENTS, AS APPLICABLE. Collier_county_liabilty_and_workers_comp.pdf PRICE TABLES TOTAL BID AMOUNT Submit line-item pricing via Bid Schedule in Microsoft Excel format. Line Item Description Quantity Unit of Measure Unit Cost Total 1 TOTAL BID AMOUNT 1 EACH $762,730.00 $762,730.00 TOTAL $762,730.00 Page 2384 of 6526 Page 2385 of 6526 Page 2386 of 6526 Page 2387 of 6526 Page 2388 of 6526 Page 2389 of 6526 Page 2390 of 6526 Page 2391 of 6526 Page 2392 of 6526 Page 2393 of 6526 Page 2394 of 6526 Page 2395 of 6526 Page 2396 of 6526 Page 2397 of 6526 Page 2398 of 6526 Page 2399 of 6526 Page 2400 of 6526 Page 2401 of 6526 Page 2402 of 6526 Page 2403 of 6526 Page 2404 of 6526 Page 2405 of 6526 Page 2406 of 6526 Page 2407 of 6526 Page 2408 of 6526 Page 2409 of 6526 Page 2410 of 6526 Page 2411 of 6526 Page 2412 of 6526 Page 2413 of 6526 Page 2414 of 6526 Page 2415 of 6526 Page 2416 of 6526 Page 2417 of 6526 Page 2418 of 6526 Page 2419 of 6526 Page 2420 of 6526 Page 2421 of 6526 Page 2422 of 6526 Page 2423 of 6526 Page 2424 of 6526 Page 2425 of 6526 Page 2426 of 6526 Page 2427 of 6526 Page 2428 of 6526 Page 2429 of 6526 Page 2430 of 6526 Page 2431 of 6526 Florida Division of Corporations Department of State Division of Corporations Search Records Search by Entity Name Previous On List Next On List Return to List Events No Name History atlas door and gate Search Detail by Entity Name Florida Profit Corporation ATLAS DOOR & GATE INC Filing Information Document NumberP08000052573 FEI/EIN Number26-2699763 Date Filed05/28/2008 StateFL StatusACTIVE Last EventAMENDMENT Event Date Filed06/21/2010 Event Effective DateNONE Principal Address 7227 NE 32ND ST MIAMI, FL 33122 Changed: 04/30/2025 Mailing Address 7227 NW 32ND ST MIAMI, FL 33122 Changed: 04/30/2025 Registered Agent Name & Address DIAZ, YACELYS 7227 NW 32ND ST 7227 NW 32ND ST MIAMI, FL 33122 Name Changed: 05/27/2010 Address Changed: 04/30/2025 Officer/Director Detail Name & Address Title P DIAZ, YACELYS 7227 NW 32ND ST MIAMI, FL 33122 Title VP DIAZ, RAYDEL 7227 NW 32ND ST MIAMI, FL 33122 Title VP DIAZ, LEDYAR L Page 2432 of 6526 7227 NW 32ND ST MIAMI, FL 33122 Annual Reports Report Year Filed Date 2023 04/29/2023 2024 04/30/2024 2025 04/30/2025 Document Images 04/30/2025 -- ANNUAL REPORT View image in PDF format 04/30/2024 -- ANNUAL REPORT View image in PDF format 04/29/2023 -- ANNUAL REPORT View image in PDF format 04/06/2022 -- ANNUAL REPORT View image in PDF format 05/01/2021 -- ANNUAL REPORT View image in PDF format 04/28/2020 -- ANNUAL REPORT View image in PDF format 04/30/2019 -- ANNUAL REPORT View image in PDF format 04/23/2018 -- ANNUAL REPORT View image in PDF format 06/15/2017 -- AMENDED ANNUAL REPORT View image in PDF format 04/23/2017 -- ANNUAL REPORT View image in PDF format 04/29/2016 -- ANNUAL REPORT View image in PDF format 07/26/2015 -- AMENDED ANNUAL REPORT View image in PDF format 04/08/2015 -- ANNUAL REPORT View image in PDF format 04/29/2014 -- ANNUAL REPORT View image in PDF format 04/10/2013 -- ANNUAL REPORT View image in PDF format 04/21/2012 -- ANNUAL REPORT View image in PDF format 04/19/2011 -- ANNUAL REPORT View image in PDF format 06/21/2010 -- Amendment View image in PDF format 05/27/2010 -- REINSTATEMENT View image in PDF format 07/07/2008 -- Amendment View image in PDF format 05/28/2008 -- Domestic Profit View image in PDF format Previous On List Next On List Return to List Events No Name History atlas door and gate Search Florida Department of State, Division of Corporations Florida Department of State Division of Corporations Page 2433 of 6526 Page 2434 of 6526 Page 2435 of 6526 Page 2436 of 6526 Page 2437 of 6526 Page 2438 of 6526 Page 2439 of 6526 Page 2440 of 6526 Page 2441 of 6526 Page 2442 of 6526 Page 2443 of 6526 Page 2444 of 6526 Page 2445 of 6526 Page 2446 of 6526 Page 2447 of 6526 Fencing Installation Repair Services for Collier County ITB No. 25-8361 Bid Tabulation ITEM NO.FENCE SIZE UNIT QTY UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE 1 4 feet EA 100 35.00$ 3,500.00$ 60.00$ 6,000.00$ 30.00$ 3,000.00$ 99.00$ 9,900.00$ 70.00$ 7,000.00$ 40.00$ 4,000.00$ 10.00$ 1,000.00$ 2 6 feet EA 100 35.00$ 3,500.00$ 72.00$ 7,200.00$ 45.00$ 4,500.00$ 117.00$ 11,700.00$ 78.00$ 7,800.00$ 47.00$ 4,700.00$ 20.00$ 2,000.00$ 3 8 feet EA 100 35.00$ 3,500.00$ 90.00$ 9,000.00$ 92.00$ 9,200.00$ 139.00$ 13,900.00$ 98.00$ 9,800.00$ 57.00$ 5,700.00$ 30.00$ 3,000.00$ 4 10 feet EA 100 35.00$ 3,500.00$ 110.00$ 11,000.00$ 105.00$ 10,500.00$ 158.00$ 15,800.00$ 116.00$ 11,600.00$ 64.00$ 6,400.00$ 30.00$ 3,000.00$ ITEM NO.FENCE SIZE UNIT QTY UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE 5 4 feet EA 100 35.00$ 3,500.00$ 80.00$ 8,000.00$ 84.00$ 8,400.00$ 180.00$ 18,000.00$ 77.00$ 7,700.00$ 58.00$ 5,800.00$ 150.00$ 15,000.00$ 6 6 feet EA 200 35.00$ 7,000.00$ 100.00$ 20,000.00$ 94.00$ 18,800.00$ 225.00$ 45,000.00$ 87.00$ 17,400.00$ 68.00$ 13,600.00$ 130.00$ 26,000.00$ 7 8 feet EA 50 35.00$ 1,750.00$ 126.00$ 6,300.00$ 185.00$ 9,250.00$ 315.00$ 15,750.00$ 111.00$ 5,550.00$ 79.00$ 3,950.00$ 200.00$ 10,000.00$ 8 10 feet EA 50 35.00$ 1,750.00$ 145.00$ 7,250.00$ 205.00$ 10,250.00$ 383.00$ 19,150.00$ 122.00$ 6,100.00$ 89.00$ 4,450.00$ 200.00$ 10,000.00$ ITEM NO.FENCE SIZE UNIT QTY UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE 9 4 feet EA 50 20.00$ 1,000.00$ 45.00$ 2,250.00$ 8.00$ 400.00$ 54.00$ 2,700.00$ 9.00$ 450.00$ 110.00$ 5,500.00$ 30.00$ 1,500.00$ 10 6 feet EA 100 20.00$ 2,000.00$ 45.00$ 4,500.00$ 10.00$ 1,000.00$ 72.00$ 7,200.00$ 9.00$ 900.00$ 120.00$ 12,000.00$ 80.00$ 8,000.00$ 11 8 feet EA 100 20.00$ 2,000.00$ 65.00$ 6,500.00$ 14.00$ 1,400.00$ 108.00$ 10,800.00$ 9.00$ 900.00$ 130.00$ 13,000.00$ 60.00$ 6,000.00$ 12 10 feet EA 100 20.00$ 2,000.00$ 65.00$ 6,500.00$ 15.00$ 1,500.00$ 135.00$ 13,500.00$ 10.00$ 1,000.00$ 160.00$ 16,000.00$ 30.00$ 3,000.00$ ITEM NO.FENCE SIZE UNIT QTY UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE 13 4 feet LF 500 40.00$ 20,000.00$ 20.00$ 10,000.00$ 20.00$ 10,000.00$ 12.00$ 6,000.00$ 21.00$ 10,500.00$ 15.80$ 7,900.00$ 23.00$ 11,500.00$ 14 6 feet LF 1000 40.00$ 40,000.00$ 22.00$ 22,000.00$ 30.00$ 30,000.00$ 14.00$ 14,000.00$ 22.00$ 22,000.00$ 18.30$ 18,300.00$ 30.00$ 30,000.00$ 15 8 feet LF 50 40.00$ 2,000.00$ 30.00$ 1,500.00$ 74.00$ 3,700.00$ 18.00$ 900.00$ 25.00$ 1,250.00$ 20.50$ 1,025.00$ 42.00$ 2,100.00$ 16 10 feet LF 50 40.00$ 2,000.00$ 45.00$ 2,250.00$ 115.00$ 5,750.00$ 17.00$ 850.00$ 32.00$ 1,600.00$ 28.00$ 1,400.00$ 49.00$ 2,450.00$ ITEM NO.FENCE SIZE UNIT QTY UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE 17 4 feet LF 100 30.00$ 3,000.00$ 13.00$ 1,300.00$ 30.00$ 3,000.00$ 28.00$ 2,800.00$ 4.00$ 400.00$ 19.00$ 1,900.00$ 11.00$ 1,100.00$ 18 6 feet LF 2000 30.00$ 60,000.00$ 16.00$ 32,000.00$ 42.00$ 84,000.00$ 34.00$ 68,000.00$ 4.00$ 8,000.00$ 23.00$ 46,000.00$ 11.00$ 22,000.00$ 19 8 feet LF 100 30.00$ 3,000.00$ 22.00$ 2,200.00$ 95.00$ 9,500.00$ 49.00$ 4,900.00$ 5.00$ 500.00$ 28.00$ 2,800.00$ 22.00$ 2,200.00$ 20 10 feet LF 100 30.00$ 3,000.00$ 36.00$ 3,600.00$ 130.00$ 13,000.00$ 63.00$ 6,300.00$ 7.00$ 700.00$ 30.00$ 3,000.00$ 24.00$ 2,400.00$ ITEM NO.FENCE SIZE UNIT QTY UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE 21 4 feet EA 50 30.00$ 1,500.00$ 10.00$ 500.00$ 9.00$ 450.00$ 99.00$ 4,950.00$ 19.00$ 950.00$ 30.00$ 1,500.00$ 20.00$ 1,000.00$ 22 6 feet EA 50 30.00$ 1,500.00$ 12.00$ 600.00$ 12.00$ 600.00$ 112.00$ 5,600.00$ 19.00$ 950.00$ 35.00$ 1,750.00$ 20.00$ 1,000.00$ 23 8 feet EA 50 30.00$ 1,500.00$ 14.00$ 700.00$ 17.00$ 850.00$ 135.00$ 6,750.00$ 23.00$ 1,150.00$ 40.00$ 2,000.00$ 20.00$ 1,000.00$ 24 10 feet EA 50 30.00$ 1,500.00$ 16.00$ 800.00$ 20.00$ 1,000.00$ 158.00$ 7,900.00$ 26.00$ 1,300.00$ 45.00$ 2,250.00$ 20.00$ 1,000.00$ ITEM NO.FENCE SIZE UNIT QTY UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE 25 4 feet EA 25 20.00$ 500.00$ 8.00$ 200.00$ 50.00$ 1,250.00$ 54.00$ 1,350.00$ 58.00$ 1,450.00$ 2.60$ 65.00$ 70.00$ 1,750.00$ 26 6 feet EA 100 20.00$ 2,000.00$ 8.00$ 800.00$ 68.00$ 6,800.00$ 54.00$ 5,400.00$ 58.00$ 5,800.00$ 2.60$ 260.00$ 80.00$ 8,000.00$ 27 8 feet EA 25 20.00$ 500.00$ 8.00$ 200.00$ 145.00$ 3,625.00$ 54.00$ 1,350.00$ 58.00$ 1,450.00$ 2.60$ 65.00$ 80.00$ 2,000.00$ 28 10 feet EA 25 20.00$ 500.00$ 8.00$ 200.00$ 145.00$ 3,625.00$ 54.00$ 1,350.00$ 58.00$ 1,450.00$ 2.60$ 65.00$ 80.00$ 2,000.00$ ITEM NO.FENCE SIZE UNIT QTY UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE 29 4 feet LF 25 30.00$ 750.00$ 3.00$ 75.00$ 10.00$ 250.00$ 7.00$ 175.00$ 10.00$ 250.00$ 3.00$ 75.00$ 8.00$ 200.00$ 30 6 feet LF 100 30.00$ 3,000.00$ 3.00$ 300.00$ 10.00$ 1,000.00$ 9.00$ 900.00$ 5.00$ 500.00$ 3.00$ 300.00$ 9.00$ 900.00$ 31 8 feet LF 25 30.00$ 750.00$ 4.00$ 100.00$ 25.00$ 625.00$ 12.00$ 300.00$ 10.00$ 250.00$ 4.00$ 100.00$ 10.00$ 250.00$ 32 10 feet LF 25 30.00$ 750.00$ 5.00$ 125.00$ 32.00$ 800.00$ 14.00$ 350.00$ 10.00$ 250.00$ 5.00$ 125.00$ 10.00$ 250.00$ ITEM NO.GATE SIZE UNIT QTY UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE 33 Single Gate 4' Wide, 4"High EA 10 25.00$ 250.00$ 200.00$ 2,000.00$ 252.00$ 2,520.00$ 810.00$ 8,100.00$ 510.00$ 5,100.00$ 700.00$ 7,000.00$ 400.00$ 4,000.00$ 34 Double Gate 8' Wide, 4"High EA 5 25.00$ 125.00$ 400.00$ 2,000.00$ 335.00$ 1,675.00$ 1,620.00$ 8,100.00$ 1,020.00$ 5,100.00$ 800.00$ 4,000.00$ 420.00$ 2,100.00$ 35 Double Gate 12' Wide, 4"High EA 5 25.00$ 125.00$ 600.00$ 3,000.00$ 415.00$ 2,075.00$ 2,160.00$ 10,800.00$ 1,100.00$ 5,500.00$ 900.00$ 4,500.00$ 800.00$ 4,000.00$ 36 Double Gate, Hinged, 16' Wide 4' High EA 5 25.00$ 125.00$ 800.00$ 4,000.00$ 515.00$ 2,575.00$ 2,160.00$ 10,800.00$ 1,400.00$ 7,000.00$ 1,000.00$ 5,000.00$ 900.00$ 4,500.00$ ITEM NO.GATE SIZE UNIT QTY UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE 37 Single Gate 4' Wide, 6' High EA 20 30.00$ 600.00$ 250.00$ 5,000.00$ 670.00$ 13,400.00$ 882.00$ 17,640.00$ 550.00$ 11,000.00$ 500.00$ 10,000.00$ 400.00$ 8,000.00$ 38 Double Gate 8' Wide, 6' High EA 20 30.00$ 600.00$ 650.00$ 13,000.00$ 1,030.00$ 20,600.00$ 1,764.00$ 35,280.00$ 1,100.00$ 22,000.00$ 925.00$ 18,500.00$ 420.00$ 8,400.00$ 39 Double Gate 12' Wide, 6' High EA 20 30.00$ 600.00$ 1,000.00$ 20,000.00$ 1,340.00$ 26,800.00$ 2,250.00$ 45,000.00$ 1,200.00$ 24,000.00$ 995.00$ 19,900.00$ 500.00$ 10,000.00$ 40 Double Gate 24' Wide, 6' High EA 5 30.00$ 150.00$ 1,800.00$ 9,000.00$ 1,855.00$ 9,275.00$ 2,925.00$ 14,625.00$ 2,400.00$ 12,000.00$ 1,250.00$ 6,250.00$ 700.00$ 3,500.00$ 41 Double Gate 36' Wide, 6' High EA 5 30.00$ 150.00$ 3,600.00$ 18,000.00$ 2,060.00$ 10,300.00$ 4,950.00$ 24,750.00$ 4,000.00$ 20,000.00$ 2,000.00$ 10,000.00$ 600.00$ 3,000.00$ 42 Double Gate, Hinged, 16' Wide, 6' High EA 5 30.00$ 150.00$ 1,600.00$ 8,000.00$ 1,545.00$ 7,725.00$ 2,610.00$ 13,050.00$ 1,700.00$ 8,500.00$ 1,200.00$ 6,000.00$ 900.00$ 4,500.00$ ITEM NO.GATE SIZE UNIT QTY UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE 43 Single Gate 4' Wide, 8' High EA 5 35.00$ 175.00$ 400.00$ 2,000.00$ 825.00$ 4,125.00$ 990.00$ 4,950.00$ 650.00$ 3,250.00$ 600.00$ 3,000.00$ 750.00$ 3,750.00$ 44 Double Gate 8' Wide, 8' High EA 5 35.00$ 175.00$ 800.00$ 4,000.00$ 1,442.00$ 7,210.00$ 1,980.00$ 9,900.00$ 1,300.00$ 6,500.00$ 1,200.00$ 6,000.00$ 700.00$ 3,500.00$ 45 Double Gate 12' Wide, 8' High EA 5 35.00$ 175.00$ 1,200.00$ 6,000.00$ 1,751.00$ 8,755.00$ 2,430.00$ 12,150.00$ 1,480.00$ 7,400.00$ 1,400.00$ 7,000.00$ 800.00$ 4,000.00$ 46 Double Gate 24' Wide, 8' High EA 5 35.00$ 175.00$ 2,400.00$ 12,000.00$ 2,070.00$ 10,350.00$ 3,240.00$ 16,200.00$ 3,120.00$ 15,600.00$ 1,750.00$ 8,750.00$ 900.00$ 4,500.00$ 47 Double Gate 36' Wide, 8' High EA 5 35.00$ 175.00$ 3,600.00$ 18,000.00$ 2,575.00$ 12,875.00$ 5,670.00$ 28,350.00$ 4,680.00$ 23,400.00$ 2,000.00$ 10,000.00$ 800.00$ 4,000.00$ 48 Double Gate, Hinged, 16' Wide, 8' High EA 5 35.00$ 175.00$ 1,600.00$ 8,000.00$ 1,910.00$ 9,550.00$ 2,835.00$ 14,175.00$ 2,080.00$ 10,400.00$ 1,750.00$ 8,750.00$ 1,000.00$ 5,000.00$ ITEM NO.FENCE SIZE UNIT QTY UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE 49 4 feet EA 100 35.00$ 3,500.00$ 60.00$ 6,000.00$ 54.00$ 5,400.00$ 135.00$ 13,500.00$ 70.00$ 7,000.00$ 45.00$ 4,500.00$ 10.00$ 1,000.00$ 50 6 feet EA 100 35.00$ 3,500.00$ 72.00$ 7,200.00$ 54.00$ 5,400.00$ 158.00$ 15,800.00$ 78.00$ 7,800.00$ 55.00$ 5,500.00$ 30.00$ 3,000.00$ 51 8 feet EA 100 35.00$ 3,500.00$ 90.00$ 9,000.00$ 62.00$ 6,200.00$ 175.00$ 17,500.00$ 98.00$ 9,800.00$ 70.00$ 7,000.00$ 35.00$ 3,500.00$ 52 10 feet EA 100 35.00$ 3,500.00$ 110.00$ 11,000.00$ 71.00$ 7,100.00$ 200.00$ 20,000.00$ 116.00$ 11,600.00$ 85.00$ 8,500.00$ 20.00$ 2,000.00$ ITEM NO.FENCE SIZE UNIT QTY UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE 53 4 feet EA 100 35.00$ 3,500.00$ 80.00$ 8,000.00$ 54.00$ 5,400.00$ 216.00$ 21,600.00$ 77.00$ 7,700.00$ 90.00$ 9,000.00$ 100.00$ 10,000.00$ 54 6 feet EA 500 35.00$ 17,500.00$ 100.00$ 50,000.00$ 65.00$ 32,500.00$ 284.00$ 142,000.00$ 87.00$ 43,500.00$ 100.00$ 50,000.00$ 120.00$ 60,000.00$ 55 8 feet EA 100 35.00$ 3,500.00$ 126.00$ 12,600.00$ 75.00$ 7,500.00$ 378.00$ 37,800.00$ 105.00$ 10,500.00$ 110.00$ 11,000.00$ 200.00$ 20,000.00$ 56 10 feet EA 100 35.00$ 3,500.00$ 145.00$ 14,500.00$ 85.00$ 8,500.00$ 450.00$ 45,000.00$ 121.00$ 12,100.00$ 120.00$ 12,000.00$ 180.00$ 18,000.00$ ITEM NO.FENCE SIZE UNIT QTY UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE 57 4 feet EA 100 20.00$ 2,000.00$ 45.00$ 4,500.00$ 10.00$ 1,000.00$ 68.00$ 6,800.00$ 9.00$ 900.00$ 345.00$ 34,500.00$ 20.00$ 2,000.00$ 58 6 feet EA 500 20.00$ 10,000.00$ 45.00$ 22,500.00$ 13.00$ 6,500.00$ 86.00$ 43,000.00$ 9.00$ 4,500.00$ 355.00$ 177,500.00$ 60.00$ 30,000.00$ 59 8 feet EA 100 20.00$ 2,000.00$ 65.00$ 6,500.00$ 15.00$ 1,500.00$ 125.00$ 12,500.00$ 9.00$ 900.00$ 365.00$ 36,500.00$ 90.00$ 9,000.00$ 60 10 feet EA 100 20.00$ 2,000.00$ 65.00$ 6,500.00$ 16.00$ 1,600.00$ 152.00$ 15,200.00$ 10.00$ 1,000.00$ 375.00$ 37,500.00$ 50.00$ 5,000.00$ ITEM NO.FENCE SIZE UNIT QTY UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE 61 4 feet LF 1000 40.00$ 40,000.00$ 20.00$ 20,000.00$ 30.00$ 30,000.00$ 14.00$ 14,000.00$ 21.00$ 21,000.00$ 16.60$ 16,600.00$ 23.00$ 23,000.00$ 62 6 feet LF 2000 40.00$ 80,000.00$ 22.00$ 44,000.00$ 42.00$ 84,000.00$ 16.00$ 32,000.00$ 22.00$ 44,000.00$ 18.50$ 37,000.00$ 37.00$ 74,000.00$ 63 8 feet LF 1000 40.00$ 40,000.00$ 30.00$ 30,000.00$ 82.00$ 82,000.00$ 20.00$ 20,000.00$ 25.00$ 25,000.00$ 20.40$ 20,400.00$ 42.00$ 42,000.00$ 64 10 feet LF 1000 40.00$ 40,000.00$ 45.00$ 45,000.00$ 133.00$ 133,000.00$ 25.00$ 25,000.00$ 32.00$ 32,000.00$ 28.00$ 28,000.00$ 30.00$ 30,000.00$ ITEM NO.FENCE SIZE UNIT QTY UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE 65 4 feet LF 100 30.00$ 3,000.00$ 13.00$ 1,300.00$ 45.00$ 4,500.00$ 27.00$ 2,700.00$ 6.00$ 600.00$ 6.80$ 680.00$ 12.00$ 1,200.00$ 66 6 feet LF 100 30.00$ 3,000.00$ 16.00$ 1,600.00$ 58.00$ 5,800.00$ 36.00$ 3,600.00$ 6.00$ 600.00$ 7.80$ 780.00$ 15.00$ 1,500.00$ 67 8 feet LF 100 30.00$ 3,000.00$ 22.00$ 2,200.00$ 110.00$ 11,000.00$ 51.00$ 5,100.00$ 7.00$ 700.00$ 9.00$ 900.00$ 16.00$ 1,600.00$ 68 10 feet LF 100 30.00$ 3,000.00$ 36.00$ 3,600.00$ 145.00$ 14,500.00$ 65.00$ 6,500.00$ 9.00$ 900.00$ 12.00$ 1,200.00$ 16.00$ 1,600.00$ ITEM NO.FENCE SIZE UNIT QTY UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE 69 4 feet EA 100 30.00$ 3,000.00$ 10.00$ 1,000.00$ 10.00$ 1,000.00$ 90.00$ 9,000.00$ 19.00$ 1,900.00$ 25.00$ 2,500.00$ 10.00$ 1,000.00$ 70 6 feet EA 100 30.00$ 3,000.00$ 12.00$ 1,200.00$ 15.00$ 1,500.00$ 112.00$ 11,200.00$ 19.00$ 1,900.00$ 25.00$ 2,500.00$ 10.00$ 1,000.00$ 71 8 feet EA 100 30.00$ 3,000.00$ 14.00$ 1,400.00$ 18.00$ 1,800.00$ 135.00$ 13,500.00$ 23.00$ 2,300.00$ 35.00$ 3,500.00$ 10.00$ 1,000.00$ 72 10 feet EA 100 30.00$ 3,000.00$ 16.00$ 1,600.00$ 23.00$ 2,300.00$ 158.00$ 15,800.00$ 26.00$ 2,600.00$ 40.00$ 4,000.00$ 10.00$ 1,000.00$ Project Manager: Eric Short Procurement Strategist: Rita Iglesias Notifications Sent: 3,261 Viewed: 968 Bids Received: 7 NON-RESPONSIVE FENCING INSTALLATION AND REPAIR SERVICES FOR COLLIER COUNTY ITB NO. 25-8361 NON-RESPONSIVE NON-RESPONSIBLE GALVANIZED VINYL CLAD CHAIN LINK FENCE ATLAS DOOR & GATE INC DBA QUALITY CONTRUCTION MCFARLANE'S CONSTRUCTION, INC AZ CONSTRUCTION GROUP INC BID TABULATION NOTE: Contractors are responsible for reviewing all bid documents and providing qualified responses to be considered. An entry of zero dollars for any bid schedule line item disqualifies the bid. GALVANIZED CHAIN LINK FENCE INSTALLATION OF LINE POSTS WITH CAPS E. GOMEZ CONSTRUCTION INCWIMAUMA FENCING CORPCOLOSSIAN HOME SERVICES LLC REMOVAL OF FENCE POSTS REMOVAL/REINSTALL OF FENCE FABRICE & LEGAL DISPOSAL OF OLD MATERIAL INSTALLATION OF FENCING INCLUDING TOP RAIL TENSION WIRE, TIES, ETC. INSTALLATION OF BRACE ASSEMBLY INSTALLATION OF CORNER TERMINAL OR PULL POST WITH CAPS & FITTINGS INSTALLATION OF LINE POSTS WITH CAPS INSTALLATION OF GALVANIZED GATING 8FT HIGH INSTALLATION OF GALVANIZED GATING 6FT HIGH INSTALLATION OF GALVANIZED GATING 4FT HIGH DEMOLITION & REMOVAL OF EXISTING COMPLETE FENCING INSTALLATION OF BOTTOM RAIL REMOVAL OF FENCE POSTS REMOVAL/REINSTALL OF FENCE FABRICE & LEGAL DISPOSAL OF OLD MATERIAL INSTALLATION OF FENCING INCLUDING TOP RAIL TENSION WIRE, TIES, ETC. INSTALLATION OF BRACE ASSEMBLY INSTALLATION OF CORNER TERMINAL OR PULL POST WITH CAPS & FITTINGS CARTER FENCE COMPANY, INC. Page 1 of 2 X X X X X Page 2448 of 6526 Fencing Installation Repair Services for Collier County ITB No. 25-8361 Bid Tabulation ITEM NO.FENCE SIZE UNIT QTY UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE 73 4 feet EA 100 20.00$ 2,000.00$ 8.00$ 800.00$ 10.00$ 1,000.00$ 80.00$ 8,000.00$ 58.00$ 5,800.00$ 2.50$ 250.00$ 30.00$ 3,000.00$ 74 6 feet EA 200 20.00$ 4,000.00$ 8.00$ 1,600.00$ 10.00$ 2,000.00$ 80.00$ 16,000.00$ 58.00$ 11,600.00$ 2.80$ 560.00$ 50.00$ 10,000.00$ 75 8 feet EA 100 20.00$ 2,000.00$ 8.00$ 800.00$ 10.00$ 1,000.00$ 80.00$ 8,000.00$ 58.00$ 5,800.00$ 3.50$ 350.00$ 70.00$ 7,000.00$ 76 10 feet EA 100 20.00$ 2,000.00$ 8.00$ 800.00$ 10.00$ 1,000.00$ 80.00$ 8,000.00$ 58.00$ 5,800.00$ 3.50$ 350.00$ 50.00$ 5,000.00$ ITEM NO.FENCE SIZE UNIT QTY UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE 77 4 feet LF 100 30.00$ 3,000.00$ 3.00$ 300.00$ 10.00$ 1,000.00$ 7.00$ 700.00$ 6.00$ 600.00$ 3.00$ 300.00$ 8.00$ 800.00$ 78 6 feet LF 100 30.00$ 3,000.00$ 3.00$ 300.00$ 10.00$ 1,000.00$ 9.00$ 900.00$ 6.00$ 600.00$ 3.00$ 300.00$ 9.00$ 900.00$ 79 8 feet LF 100 30.00$ 3,000.00$ 4.00$ 400.00$ 13.00$ 1,300.00$ 13.00$ 1,300.00$ 8.00$ 800.00$ 4.00$ 400.00$ 10.00$ 1,000.00$ 80 10 feet LF 100 30.00$ 3,000.00$ 5.00$ 500.00$ 15.00$ 1,500.00$ 15.00$ 1,500.00$ 8.00$ 800.00$ 5.00$ 500.00$ 10.00$ 1,000.00$ ITEM NO.GATE SIZE UNIT QTY UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE 81 Single Gate 4' Wide, 4"High EA 5 20.00$ 100.00$ 200.00$ 1,000.00$ 415.00$ 2,075.00$ 1,864.00$ 9,320.00$ 510.00$ 2,550.00$ 360.00$ 1,800.00$ 400.00$ 2,000.00$ 82 Double Gate 8' Wide, 4"High EA 5 20.00$ 100.00$ 400.00$ 2,000.00$ 720.00$ 3,600.00$ 1,710.00$ 8,550.00$ 1,020.00$ 5,100.00$ 750.00$ 3,750.00$ 400.00$ 2,000.00$ 83 Double Gate 12' Wide, 4"High EA 5 20.00$ 100.00$ 600.00$ 3,000.00$ 1,030.00$ 5,150.00$ 2,520.00$ 12,600.00$ 1,100.00$ 5,500.00$ 1,000.00$ 5,000.00$ 600.00$ 3,000.00$ 84 Double Gate, Hinged, 16' Wide 4' High EA 5 20.00$ 100.00$ 800.00$ 4,000.00$ 1,545.00$ 7,725.00$ 2,800.00$ 14,000.00$ 1,400.00$ 7,000.00$ 11,250.00$ 56,250.00$ 700.00$ 3,500.00$ ITEM NO.GATE SIZE UNIT QTY UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE 85 Single Gate 4' Wide, 6' High EA 50 20.00$ 1,000.00$ 250.00$ 12,500.00$ 825.00$ 41,250.00$ 980.00$ 49,000.00$ 550.00$ 27,500.00$ 425.00$ 21,250.00$ 280.00$ 14,000.00$ 86 Double Gate 8' Wide, 6' High EA 50 20.00$ 1,000.00$ 650.00$ 32,500.00$ 1,285.00$ 64,250.00$ 1,890.00$ 94,500.00$ 1,100.00$ 55,000.00$ 880.00$ 44,000.00$ 250.00$ 12,500.00$ 87 Double Gate 12' Wide, 6' High EA 100 20.00$ 2,000.00$ 1,000.00$ 100,000.00$ 1,600.00$ 160,000.00$ 2,340.00$ 234,000.00$ 1,200.00$ 120,000.00$ 990.00$ 99,000.00$ 280.00$ 28,000.00$ 88 Double Gate 24' Wide, 6' High EA 5 20.00$ 100.00$ 1,800.00$ 9,000.00$ 2,112.00$ 10,560.00$ 3,330.00$ 16,650.00$ 2,400.00$ 12,000.00$ 1,500.00$ 7,500.00$ 800.00$ 4,000.00$ 89 Double Gate 36' Wide, 6' High EA 5 20.00$ 100.00$ 3,600.00$ 18,000.00$ 2,320.00$ 11,600.00$ 5,220.00$ 26,100.00$ 4,000.00$ 20,000.00$ 1,950.00$ 9,750.00$ 500.00$ 2,500.00$ 90 Double Gate, Hinged, 16' Wide, 6' High EA 5 20.00$ 100.00$ 1,600.00$ 8,000.00$ 1,800.00$ 9,000.00$ 2,880.00$ 14,400.00$ 1,700.00$ 8,500.00$ 1,500.00$ 7,500.00$ 900.00$ 4,500.00$ ITEM NO.GATE SIZE UNIT QTY UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE 91 Single Gate 4' Wide, 8' High EA 5 20.00$ 100.00$ 400.00$ 2,000.00$ 925.00$ 4,625.00$ 1,125.00$ 5,625.00$ 650.00$ 3,250.00$ 625.00$ 3,125.00$ 600.00$ 3,000.00$ 92 Double Gate 8' Wide, 8' High EA 5 20.00$ 100.00$ 800.00$ 4,000.00$ 1,858.00$ 9,290.00$ 2,070.00$ 10,350.00$ 1,300.00$ 6,500.00$ 1,300.00$ 6,500.00$ 700.00$ 3,500.00$ 93 Double Gate 12' Wide, 8' High EA 5 20.00$ 100.00$ 1,200.00$ 6,000.00$ 2,320.00$ 11,600.00$ 2,480.00$ 12,400.00$ 1,480.00$ 7,400.00$ 1,600.00$ 8,000.00$ 700.00$ 3,500.00$ 94 Double Gate 24' Wide, 8' High EA 5 20.00$ 100.00$ 2,400.00$ 12,000.00$ 2,780.00$ 13,900.00$ 3,400.00$ 17,000.00$ 3,120.00$ 15,600.00$ 2,000.00$ 10,000.00$ 800.00$ 4,000.00$ 95 Double Gate 36' Wide, 8' High EA 5 20.00$ 100.00$ 3,600.00$ 18,000.00$ 3,245.00$ 16,225.00$ 5,800.00$ 29,000.00$ 4,680.00$ 23,400.00$ 2,500.00$ 12,500.00$ 700.00$ 3,500.00$ 96 Double Gate, Hinged, 16' Wide, 8' High EA 5 20.00$ 100.00$ 1,600.00$ 8,000.00$ 2,575.00$ 12,875.00$ 3,015.00$ 15,075.00$ 2,800.00$ 14,000.00$ 2,000.00$ 10,000.00$ 900.00$ 4,500.00$ ITEM NO.TASK UNIT QTY UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE 97 Installation of barbed wire on existing or new fence.LF 100 55.00$ 5,500.00$ 6.00$ 600.00$ 7.00$ 700.00$ 5.40$ 540.00$ 4.00$ 400.00$ 4.50$ 450.00$ 10.00$ 1,000.00$ 98 Installation of razor wire on existing or new fence.LF 100 55.00$ 5,500.00$ 15.00$ 1,500.00$ 7.00$ 700.00$ 27.00$ 2,700.00$ 4.00$ 400.00$ 3.00$ 300.00$ 13.00$ 1,300.00$ ITEM NO.TASK UNIT QTY UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE 99 Cost per linear foot to install or remove (includes shipping costs)LF 100 30.00$ 3,000.00$ 8.00$ 800.00$ 260.00$ 26,000.00$ 15.00$ 1,500.00$ 10.00$ 1,000.00$ 10.00$ 1,000.00$ 12.00$ 1,200.00$ 100 Cost per linear foot to rent per day LF 100 25.00$ 2,500.00$ 8.00$ 800.00$ 1.00$ 100.00$ -$ -$ 0.30$ 30.00$ 2.00$ 200.00$ 12.00$ 1,200.00$ 101 Cost per linear foot to rent for week LF 100 100.00$ 10,000.00$ 8.00$ 800.00$ 8.00$ 800.00$ -$ -$ 2.00$ 200.00$ 3.50$ 350.00$ 14.00$ 1,400.00$ 102 Cost per linear foot to rent per month LF 100 2,500.00$ 250,000.00$ 8.00$ 800.00$ 35.00$ 3,500.00$ 0.62$ 62.00$ 7.00$ 700.00$ 4.00$ 400.00$ 15.00$ 1,500.00$ CLEAR TREES/VEGETATION OF FENCE LINE ITEM NO.TASK UNIT QTY UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE 103 Cost per linear foot LF 100 40.00$ 4,000.00$ 50.00$ 5,000.00$ 100.00$ 10,000.00$ 20.00$ 2,000.00$ 5.00$ 500.00$ 6.00$ 600.00$ 15.00$ 1,500.00$ ITEM NO.TASK UNIT QTY HOURLY RATE EXTENDED PRICE HOURLY RATE EXTENDED PRICE HOURLY RATE EXTENDED PRICE HOURLY RATE EXTENDED PRICE HOURLY RATE EXTENDED PRICE HOURLY RATE EXTENDED PRICE HOURLY RATE EXTENDED PRICE 104 Labor per man hour for the scheduled repair of existing fencing Regular Work Hours (Monday through Friday 7:00 a.m. to 4:00 p.m.)Hour 1 35.00$ 35.00$ 110.00$ 110.00$ 25.00$ 25.00$ 65.00$ 65.00$ 150.00$ 150.00$ 27.00$ 27.00$ 90.00$ 90.00$ 105 Labor per man hour for urgent repairs of fencing after 4:00 p.m. to 7:00 a.m. and all day Saturday, Sunday, and County observed holidays.Hour 1 65.00$ 65.00$ 220.00$ 220.00$ 75.00$ 75.00$ 120.00$ 120.00$ 225.00$ 225.00$ 35.00$ 35.00$ 120.00$ 120.00$ ITEM NO. TASK UNIT QTY HOURLY RATE EXTENDED PRICE HOURLY RATE EXTENDED PRICE HOURLY RATE EXTENDED PRICE HOURLY RATE EXTENDED PRICE HOURLY RATE EXTENDED PRICE HOURLY RATE EXTENDED PRICE HOURLY RATE EXTENDED PRICE 106 Labor per man hour for the replacement or installation of specialty fencing Regular Work Hours (Monday through Friday 7:00 a.m. to 4:00 p.m.) Hour 1 45.00$ 45.00$ 110.00$ 110.00$ 50.00$ 50.00$ 85.00$ 85.00$ 150.00$ 150.00$ 30.00$ 30.00$ 100.00$ 100.00$ 107 Labor per man hour for urgent repairs of fencing. Should be 1.5 times regular labor hour rate.Hour 1 75.00$ 75.00$ 220.00$ 220.00$ 100.00$ 100.00$ 145.00$ 145.00$ 225.00$ 225.00$ 40.00$ 40.00$ 130.00$ 130.00$ ***Quantities listed are for bid evaluation purposes only ITEM NO.TASK UNIT QTY UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE 108 Set Up of MOT (Maintenance of Traffic)EA 1 35.00$ 35.00$ 125.00$ 125.00$ 550.00$ 550.00$ 2,700.00$ 2,700.00$ 600.00$ 600.00$ 850.00$ 850.00$ 1,800.00$ 1,800.00$ 776,730.00$ 875,735.00$ 1,303,960.00$ 1,769,382.00$ 944,130.00$ 1,145,407.00$ 738,790.00$ *Corrected minor miscalculation. Unit pricing was not modified.*Corrected minor miscalculation. Unit pricing was not modified. NON-RESPONSIVE Bid Schedule *YES YES YES *YES YES REQUIRED FORMS AND DOCUMENTS YES/NO YES/NO YES/NO YES/NO YES/NO Contractors Key Personnel Assigned to Project - (Form 2)YES YES YES YES YES Bid Response Form (Form 1)YES *YES YES YES YES YES YES YES YES Immigration Affidavit Certification (Form 3)YES YES YES YES YES YES/NO YES/NO W-9 YES YES YES YES YESE-Verify YES YES *YES YES *YESGrants -Federal Provisions Packet (Pgs 10-13)YES YES *YES NO NO NO YESBusiness Tax Receipt YES YES YES YES YES YES *YES YES NO NO YES YES YES *YES YES YES YES YES YES DEMOLITION & REMOVAL OF EXISTING COMPLETE FENCING INSTALLATION OF BOTTOM RAIL ***Quantities listed are for bid evaluation purposes only *For Time & Material work, up to 10 percent markup is authorized to purchase parts and materials. The Contractor shall provide receipts with the invoice for reimbursement for parts and materials exceeding $500.00. Reference Questionaire - at least 3 SunBiz ATLAS DOOR & GATE INC. dba QUALITY CONSTRUCTION MCFARLANE'S CONSTRUCTION, INC.AZ CONSTRUCTION GROUP INC CARTER FENCE COMPANY, INC. COLOSSIAN HOME SERVICES LLC WIMAUMA FENCING CORP E. GOMEZ CONSTRUCTION INC YES YES YES YES Insurance Requirements YES YES YES YES YES *YES *YES Addenda (3) YES YES YES YES Opened By: Rita Iglesias Witnessed By: Andres Fuentes, Jake Bond Date: June 11, 2025, 3:00 PM EST NON-RESPONSIVE NON-RESPONSIBLE YES *YES YES YES YES *YES YES *YES YES *YES YES YES YES NOState/Local Licensed General Contractor, State/Local Building Contractor, OR Local Licensed Fence Erection Contractor YES YES SET UP OF MOT (MAINTENANCE OF TRAFFIC) TOTAL BID AMOUNT: SPECIALTY FENCING REPAIRS TO EXISTING FENCING 6' HIGH TEMPORARY FENCING BARBED OR RAZOR WIRE INSTALLATION INSTALLATION OF GALVANIZED VINYL CLAD GATING 8FT HIGH INSTALLATION OF GALVANIZED VINYL CLAD GATING 6FT HIGH INSTALLATION OF GALVANIZED VINYL CLAD GATING 4FT HIGH Page 2 of 2 X X X Page 2449 of 6526 Notice of Recommended Award Solicitation: 25-8361 Title: Fencing Installation and Repair Services for Collier County Due Date and Time: June 11, 2025, at 3:00 PM EST Respondents: Company Name City County State Bid Amount Responsive/Responsible Atlas Door & Gate Inc. dba Quality Construction Naples Collier FL $776,730.00 Yes/Yes McFarlane’s Construction, Inc. Cape Coral Lee FL $875,735.00 Yes/Yes AZ Construction Group Inc Naples Collier FL $1,303,960.00 Yes/Yes Carter Fence Company, Inc. Naples Collier FL $1,769,382.00 Yes/Yes Colossian Home Services LLC Naples Collier FL $944,130.00 No/Yes Wimauma Fencing Group Wimauma Hillsborough FL $1,145,407.00 No/Yes E. Gomez Construction Inc Bokeelia Lee FL $738,790.00 Yes/No Utilized Local Vendor Preference: Yes No N/A Recommended Vendor(s) For Award: On May 7, 2025, the Procurement Services Division released notices for Invitation to Bid (ITB) No. 25-8361 “Fencing Installation & Repair Services for Collier County”, to three thousand and sixty-three (3,063) vendors. Nine hundred and sixty-eight (968) vendors viewed the bid package, and the county received seven (7) bids by the June 11, 2025, deadline. Staff reviewed the bids received, and four (4) of the bidders shown above were deemed responsive and responsible, with Atlas Door & Gate Inc. dba Quality Construction and McFarlane’s Construction, Inc. with minor irregularities. Colossian Home Services LLC and Wimauma Fencing Corp were deemed non-responsive for failing to submit all licenses required in the bid documents. E. Gomez Construction Inc. was deemed non-responsible. Staff recommend awards as shown below. Primary Vendor: Atlas Door & Gate Inc. dba Quality Construction Secondary Vendor: McFarlane’s Construction, Inc. Contract Driven Purchase Order Driven Required Signatures Project Manager: Procurement Strategist: Procurement Services Director: __________________________________ _________________ Sandra Srnka Date Docusign Envelope ID: A7A9D954-6933-40D7-899A-8751E1A2C26B 8/7/2025 8/7/2025 8/7/2025 Page 2450 of 6526 Page 2451 of 6526 Page 2452 of 6526 Page 2453 of 6526 Page 2454 of 6526 Page 2455 of 6526 Page 2456 of 6526 Page 2457 of 6526 Page 2458 of 6526 Page 2459 of 6526 Page 2460 of 6526 Page 2461 of 6526 Page 2462 of 6526 Page 2463 of 6526 Page 2464 of 6526 Page 2465 of 6526 Page 2466 of 6526 Page 2467 of 6526 Page 2468 of 6526 Page 2469 of 6526 Page 2470 of 6526 Page 2471 of 6526 Page 2472 of 6526 Page 2473 of 6526 Page 2474 of 6526 Page 2475 of 6526 Page 2476 of 6526 Page 2477 of 6526 Page 2478 of 6526 Page 2479 of 6526 Page 2480 of 6526 Page 2481 of 6526 Page 2482 of 6526 Page 2483 of 6526 Page 2484 of 6526 Page 2485 of 6526 Page 2486 of 6526 Page 2487 of 6526 Page 2488 of 6526 Page 2489 of 6526 Page 2490 of 6526 Page 2491 of 6526 Page 2492 of 6526 Page 2493 of 6526 Page 2494 of 6526 Page 2495 of 6526 Page 2496 of 6526 Page 2497 of 6526 Page 2498 of 6526 Page 2499 of 6526 Page 2500 of 6526 Page 2501 of 6526 Page 2502 of 6526 Page 2503 of 6526 Page 2504 of 6526 Page 2505 of 6526 Page 2506 of 6526 Page 2507 of 6526 Page 2508 of 6526 Page 2509 of 6526 Page 2510 of 6526 Page 2511 of 6526 Page 2512 of 6526 Page 2513 of 6526 Page 2514 of 6526 Page 2515 of 6526 Page 2516 of 6526 Page 2517 of 6526 Page 2518 of 6526 Page 2519 of 6526 Page 2520 of 6526 Page 2521 of 6526 Page 2522 of 6526 Page 2523 of 6526 Page 2524 of 6526 Page 2525 of 6526 Page 2526 of 6526 Page 2527 of 6526 Page 2528 of 6526 Page 2529 of 6526 Page 2530 of 6526 Page 2531 of 6526 Page 2532 of 6526 Page 2533 of 6526 Page 2534 of 6526 Page 2535 of 6526