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