Loading...
CR 04/12/2016 nn m CD 2 D CO ° -< CD `n 0 CD _r -< o m cD v = W C 8 s• m E D z z ca 0) r _- r m � "' -10 4: CD _r __ 6 5 ,..,) .,N. rn cz mz m vJ cn --1 --I D 0 z c„ rn - z Z o mz D zm ` \ 0 M c�n0 —I ; z • mz Q coO 1 -I pz 2 08 NI D z ° m C w TI r 0 m --I D cC 0 00 w °JO > - -1 m D C m 0 ( n = 0o z ;CO Z m ZO = o 0 - z C > oo c D 0. 2 = T O cD n -I O O -n co D op 1n o F! rm m 73 _ ij D m z T r - , CD CD —1 ° -n pzZm M r' -A U) 0 MI mho) a x 0 0 n cn 1.,., o 'a. 0 r m0 pzOD - � rn Triz EcDDZ —. DJ m 0o ND 0 r z o O v T NI \ —I 0 � � O� ik rn m m O Z \ n � m D > nc co 1- -z-1 D � Om kg I m � m z � -+ m Q - D orn can D a 30 m i-- Nil cn M O * D cno a' 7° > m m m CO (V\ '� Z <m z V) 0 cn - ✓ mm z z Do > D 0z r � p x, 0 p -< = m -r< � m 2 z0 It r m rTl m m cn C) p m (f) 0 D D 73 --1 O 0 z —I L) z _ • m z MI 0) m D -g 3 CO Cl; "CD CD -n0 =. -o = 0 m Do . t r CD n � � _ 0p3m O • 3 corn m0 O zc m c,, u z D om Z O m m � �O c70n0D3 03 b"" -I mm Z = z ° C I Z M1 Ozz (�, f'1 TI r 0 R1 CT) 3 0 \ 1 i Xp 0 0 Ca .7.-1_ -G Z Do � 0 o CO Z 0T. T Z = -< w z0 C -+ z o, n CD M 0c moo) Q, -n c.7-• D rre O « (p1 D3 ( \= O = m ci - o O- 0 Di-0 m nm m ¢ Do O m ° p n � z0 n 0 r Co O F C D O O O o -m r7 i z co � �. -4 -17) -1:1 m = gym n 0 0 -Zi M 0 o r � Dry v zv Zoo V)- r- --I 33 moo O P .� Dm m y °o� � 1v m m 0 m m U) D M o .< 0 0p � �, .D mo 0 = � `� Z < Z V) 00oD �% -r' mm 0 xi _ 1 Z -I 0 r- oz r moo ° o -< zc co I- m 2 OC ( .---- cn C) -< ✓J -`- - G _ D �. XI -3:7 CD co 2 a 3 Et UM Rs 03 `° CS2 CD 0 CD -v -. a; Q C =• cu n C� CO u =- O m 1- ^e• -.C'00- n = r O W m C -� n com _M � T = = 1\I 0O ZCn m C(/) m0c z E cn0 -1 ZZ ■ ▪ -I O m0 • z 0D m "' -i -I 0) \ r`� Q ° G M ° m m 02z c n - 1 r- ° m Cn3> O xj � � w m -< z r. co �o r 0 O nD � Wo , Z -n Z = -< w Q, z0 c -az6i - a CD -I Oc -I m0W 0. •n m ° T cmn 1- OW 0. a ° DJ "1'1 0 « G C a r- Tm 33 8T0 S� L 0 cp —I 0T O =z0 -P _ Do O m W O m0 co rn } 3 o o = —I m oo-1 n D3 z0 T O r- 010 O ° OZ \ o m r Z pp Z r •0 �. _c m Z oW O -n Woo 2 = O _ cn 1T1 Z ° m z rt 32. � m O 2 0 c) F -1 D c O V m 1:1 a m "I D ° 7 (`yam 1. 1 r Cn > O 07 ° 73 m m CO) ° c=n a '�' U' ° � fi k -i c C6z - m 0 * p OOm xi -a m =O p -1 - Dm m Cnm = -1 m0 Cl') m0 , C7 = 0 O D D D 1- m m Z p r (C� a Oz _< m � 0 - m Z Occp l( Dzi m z -I cn 0 -< vi z 2 O D X c N s XI CO2 a -a CD FT; CD 3 a CO 13 CD M -v 0 --. , cm C if Q D _ CO CO �0 c, - -i c� m r- o c.„n, �..�. _ _ CD 0 D 5 r oWm G 3 C) Wm K -miDo 2 m vc, -zi -1 moo ' 0 z � m cwmoc _ N Z z m � 0 E (/) 0 -I zZ � O m 11 --1 -1 w0DJ �1, V Ill O o m D v Z m ozz t T1 � 0 m v» m m7 Or ° W z r O O nD - � Elo Z � m Z = -< 8 . . CO -I 0Do C = zw i c m o_ M Om m 0 » Ct. o = W O a =im — ci _= m Q p C m 1- k. O � = C m0co y CD rn -n -1 n = Z NA•`b, 0 Q r m o O D G) D o 13 m r Z pp Z �. ■ -m-1 -mo c F _ --9 mm O = 0° Z mho TI O r -� --1 0 o= o > = 0 m o Z pin = zoo a m v Cr) r� > -c+r o o 0 m � C I m K n CD Ti Z o 0 pmDo m m m nov �� DJ CO o �m o * G 7/ m D m m m = Z <Z CO p oo D -1 M V) m 0 D O M r-C = o >r m Z p r m � -z 1- � O � G m -n r < o -< - m = c (-5 m m z __I ET-) C) -< z = 0') D XJ 7 z ° CD p =' CO -< r- m � 0 co D V a C 0 =• if Om c) D oz CO _1 0 I- IM I -ni O 7 \ CD X:10 K m c z _ m z a) -' ►.' 3 Z C) v, 171 z Z O � z O z m w- CO g 0 --1 c 0 r mz O g �v < m oZ = 0 ° Q rn D D ° m co k• T r0 rn --I > O '0 ""I ZCn 00 cAco0 > r W � 0 -I K C, _► m DCm CO O C7 > 7D -- Z ,-'•CO z m Z 0 � 0 O m D- M O � (mm00 �' a m 0 cD n co = O > 0 ..., MUD M m -< ° z Cr) a) %D 71 0 33v Ozzm US = = O co Cc0o s u rn m0 O� n D m �C„ 1 I) r � o OZc > c �, rn lz m D0z `� -. -n 'I M m33 o -I 0 co 0 m r n n ° c-) - vz Z ° fm �` c, �' m C D _c L D rZ D J -1"' C/) r -i X1mKcn 5- '> rn m O D D ITT CD D m o * � r VI = 0 � 0 _ xi m 0 _ x co D m 177 m -< c. Z mz CA 0 c) 20 O m = r mm Z MD D0Z 1- * rr-- -< � m 2 = 0 DD rn mDi 0 m � m 0 D DO 0 T` D XJ ---I G) 0Z z mz 7 CD Z CD D •a 3 C12-< ° CD 5 I? -< 0 m m 0 ^^= C 0 M• cu 7 n z C !o (� CO C) 0 z o m33 n -< n 55 < , o cz - - z CD m cn -1 —I cna z flIiF• . r - O op 0 Z m N M m -I —1 0 / .., —I m X c) c> rn o Z oo h CI Dm m CW (� r- C m —1 D -n O -0 --1 z cc) 33 00 0 c W o > M -- 0 m =gym E Dr- m O co > aJRz ;CQ Z zm Z o = o 0 20 C D m o Q = OC m -IoW O- M Dp � cnmo � _ �. OW m CD - m m M rim ow "'I Dom aZZm \ = 3 O �° CcoNO y -I cno EZ XJ 11 -I 5? rn oo 7Dm �Or_ wo z7' y rn ,r2-1z M0P, zc --0 m „ M Do ..• -I -0c mcmj ° o O 0W zoo ° I 0 , (n � 0- M ZK Z ° -10 Z D .cZ 0 DJ 05 fn r -1 =I cm O n > m m -zIC7) rn m m OD (Pi o rn o * p cn O > Om m m -< Z < z fn G) (/) m -I n = 0 O m = I' m z DJ > n 0 Z I �� r oo -177.1 W -< � m 2 = 0 Do m m � m m � m o D D o 2 z m z XJ fa) C a 3 rt cO cn `° co CD -< CD O v o a;. 03 c C cu -An >m c� m CO -p = 0 m r O .-r — r m � r �7E r L. CD CC)) w m E m DJ A - mcc„ -zi =a oc� � N O me 0 wmcc . ` Z 5 cm0 --I zz 0 IrPl m � 4 mG) 0 ,�, v z ° m 02z -` � 0 m -Izm . \1 o m -< z • Or W W r 0 (� M m E * W iv " o Z m Z = -Q7< ow z C —1 2 v, a CD 0c -I moco Q -n M 0 m 0nn 0. o - _I o0 -n min LA a W -A _ _ < � Cl) m = m - 0cm o (D -1 0T 0 =z ° a 3 0 �o 73 O m 0 co -1 cnK Xi p ° o m ° p n 3320 54' O M• m OZ M n- D � -om = „ m c ill o ° ,- —Zi m ° o -n � -- n in 0 � O J °2 wn 7orc, m O Z ° I z mz v * ° p i z � -1 m D Apo O cn I Co CD m m m m _ OD n CD r y o O c •m = - O° = D maV w v om o * v oT ▪ n 2 m cn m = r n z < z Cl) ° Wn vJ -1 mo W m0 -I C7 = 0 O n nor r m m Z ° r m r oz r Koo m -n ° o � 0 co --< � m Z Ocw . m z - G n m CD m D V 3 . CO CD CD w C �' �R• O. n cn c� SU Dm O O MI = rn O D Tj K r Omm G C7 Wm � m � a 0 m � 0 ccnnmc + N Z O I-. m � 0 cvc°n0 � \ !� _10,) mm ..._ z _ D z °m rn 0zz si � � m c" Zm c-I OW �n -< z o1- p E =-Im m * miv 1 /^> C5 O > - I CQ p38 Z TI Z = -< °w —1 0m _1 mow Q 3 CD Do < aD Op T1 Cl) CD = O a =im M TI -G -�= o u� 3 3 -I 0v O mzW o c o M m -1 O DJzo L, a- � r 03 p O 00z J o m P .-'=i-03 5. —■ - o -a M = gym \ � n 0 Or -Z-1 mO� ° o W —1 O n 3> a c°r, N m m o � z oM = Z a rn ° z ° p Cl) 1 -D m0 ° O o rn '13 m m m Y p 7 1x17 mm O o � m lze o �o m w fJ M o = 0 pom .C:C\2 m m ° m o = _ D m m 0) m = Z < Z Cl) 0co > .r1 - m 0 cn m 0 - -° Dn = 0 O � n C r m m Z a 1- n z r K \j o m m o XI 0 < -inW ▪ � m = z0 � 55 0 -< 0 a XJ CD M M a �� CD 0 C S• cu C7 Cl) -v = 0 m r_ o �. �' _ � r o co m 0 C) corn E Km = = ii m � —zi —1 moo C C) Z z �n m nmoc uz 0 omz M 0 0, o --1 mom , ■ m- oz xi m02 , � ' 0 zmm m ozz -n r 0 m Cn > m \ e M 0 ° ^ ijj W r o s =, m M *D W o Z m Z = W °w CO Z C -I z6n I D CD -1 0) C _1 mow • 0. m m ° � Cn 1- 0cDn k, m -0 0- n ° o m o < K N a CD _ � O ? gym ci _� co = m 2 0r0 m 1--i 00T 0 = z0 "V 3 m Do DJ o m m s C � n cc 2 pp 2 Drop ITl -n --I ' Do z 0 �. •O r- Co O ° ° z '� o - -v 'S 9 2 p � W Z m z w n E o 2 O D � cn m 0 * m p zoo a- r= z D Coo _0 !n r- -I 2 mo -4 \� CO m rn > 02' =t CD m• cDnm 0 DJ D m � = � O % . Cn ° � D mac m 0 * 0 007° xi mo o = � Dm m cnm = Z < Z Cn 0WD -4, m m O -1 C) _ 0 0 D . r mm Z Corr" m OZ r Kor mm 2 go --I 0W - � m 2 OCR IN m m z _1 Zn 0 -< E 2 G) D XI 7 M 7/ 0.1 0 D co) `D- CD CD = v C a m Q■ CO 0 13 - z o 33 T r M O � p . D � � r Omm C 4 O Wm C � T = a m 2 � m c ° o Z ° 0 - � z Om � C cn0 0 m0 ,� ■ M mz 0 o, � ° I '- -n _7 v zrn m 0zz rri pO -o —I zm pp W II -< z _ r co r O m W " >1 C) CO z T CO Z = c° ,1 0 ° c = zW �` n CD C • mp 0. m ° � m ,- �m tn 0 -0CL co = O - m ci �M CD m I . = '— = p ron _ ° m 0 Ko mC � = CO o M � o 0 °6) Z oTOt -n -n C Si C7 - o-I -v m = m 0 O� oW -Zj co0oo -1 O0 °Dri' , Z = O > Di 8 177 Oz - Z Kmz O z � �m -\\a z D c O_ 1- CO CO I11 cmnDND c � N r- n zo_ „t D m rn m O Om cn o '3 g3 Z m p G)a M o * ox) mo = DJ S'1 Z▪ mz Vn acooD —1 m o m n m O Dl' > r- mm Z al oe Cn m ■pz 1— O16 3 3 xj o D -< z „ 00 -< m = c (, TI r17 z -I cn 0 -< z = G) D 2) 2 n 13 CD Z13 CD 2 cQ = CD CJ -v O SD CO C 5. `° a) ° D N —o O p r ,4.= m TJ 0 corn E � rJ o = 3 7 3 m -1 ccn --1 ci)�– DJo G OZ cn m cn m Z s. w o 0 z z 0 -i m G) �- r mZ O � � � . 0 `.., D m m z r� r 0 m 5 > ° O xl m° ° c � Z rW r ° M , m E * oiv C) CO CD –I O D C = zw Q =n c m �_ rn o � m 0 » Q, p D ° o TI M « N a- �U = O a =im l' — W = m = Ocmn ° o eF r7'1 -n 71 -r= m a cp –1 0 ' O = Z ° O c=�no Wc � o o M o= o1 C7 Dozo �- O I- rn m 0 O °° D o o-a M --i n n 2_ o 7' W Z m ° N ° ° � –1 o )::9 z – Z ° mz cn D 2 ° °1- -1 D co O -ig a m m °'a D D ° 7 1 \ r nz O om = Z.:'7_ -` Dma) D 70w, p -s c Cl) o cn 0 m z c t m o * p oom� -)MD 330 =-1 L mm m --I Z mZ (! ° WD ' Y 0 U) m ° --I � r mm Z � ° r D Oz r m ° C - -< m = c U, s - m -1 cn C) -< Z = G) D 33 P 0" ."' O 4 7:i N � '�, • a) 4 .^, •—4 p �--, z+--, ki rn p .,� i-, � O O p 71 'V � � E U N.4 0 p � ,:.E c.)p N O rti c.09 CIA r-C bA ct ct N ,, 5 a) O ,� 1.4 0 'ti to E N cn E ON ct to 'Z, �—+ ct ct O 'v ct N A , ct ct O c� N c p O n O U ' N , . C , O ,L©. '. ' •' 1 #J O N =' 4) r N ,.-s g bb c..) -tt i) ro , NL-4, rt:J ;-, — ,..0 ,._, .. ci) ci; E 7:$ ,,f,1 >.1 c- .0_, ca., 0 ct CC� C Ct 'U o i N V Ct U M---) C4 V) DAVIDSON EXHIBIT A PARKING REDUCTION JUSTIFICATION INTRODUCTION In accordance with LDC Section 4.05.04.F 2, the applicant wishes to request an administrative parking reduction (APR) for the Beach Box Café; a mixed use structure located at 9002 Gulf Shore Drive (Parcel ID 79122440003), on the Northeast corner of Gulf Shore Drive and Vanderbilt Beach Road. The ± 0.35 acre property is existing and currently in operation. This parking reduction request proposes to maintain the existing uses on the site. The proposed action seeks a reduced requirement of the minimum parking spaces required to serve this mixed use development as stated by the Collier County Land Development Code. Location: The general location of the Beach Box Café is at the Northeast corner of the intersection of Gulf Shore Drive and Vanderbilt Beach Road. The existing uses are quantified as follows: Existing Café(Indoor seats): 7 Seats Existing Retail Space 1,770 Sq. Ft Existing Office Space: 900 Sq. Ft. Existing Residential Units: 4 Units Parking Spaces Available: 16 Spaces The proposed uses are quantified as follows: Proposed Café(Outdoor seats): 18 Seats=9 spaces 5..... Proposed Café(Indoor seats): 50 Seats=25 Spaces 6 roposed Retail Space: 500 sq.ft.=2 Spaces (Existing/Unchanged)Office Space: 900 Sq. Ft.=3 Spaces (Existing/Unchanged) Residential Units: 4 Units=8 Spaces Required Parking: 47 spaces Beach Box('ale — Exhibit A: APR justification September,2015 www.davidsonengineering.com 1 VI c...„ ° b o N N N ct G, tts qii‘ c ct cn w ° °l' 14 N tY Z O S 74 _ Q o F"' O, J m r. kb O °ogJ f,,E ,`" m 0 i_ ,Wn W X00 Z n 4 C a N N Q J E . ♦ , y U 0") C Y it RP x aa �S v -00Z V W K ct 00 di d t�i < < V >>� ? NZ m Z W y - U M co , LI ® of u_zwo[DJ0]� 3 c • o '` . ..... , t" A,:. , . ... , , .,, ,,,,,A ..,,,, a 1 . , . d E , .,. .2 h 3 .r '. r . O r 3 a I -o 9 i ..,.`' G..., f ' . IF . m U w o o F - N u �. y d ..-r E e- ct �� _ . 0 ,:..k....) ... ,.,..:. . - . ■ 7 ) I .2 g U w it " ct + sjF L 0 o Er 1 „I j. 0 n n • t .'i A. 15 . w. a.) r at , � • M r s► r �' t :. - "-- ° .•7....-•:1/4',.?, It vi F A Ct B.Q. Concrete, L.L.C. Concrete Bins at 4800 Davis Blvd Dwight E. Brock Problem* oCounty staff wanted to build a gravel storage structure, used an inappropriate process, and false information was 16 provided to the Clerk to induce payment. w 0 w si mT*TM& rM'ff7mLIWl MA 1*1111 A ITFUZER 'I EV9' Concrete Bins at 4800 Davis Blvd. 12 :. All Walls are 6' high and 8" thick. 3140 Gl i Problem* oCounty Staff used an existing PO which was reportedly competitively bid for "Curbs and Sidewalks ". oNo separate competitive process was performed for the bins costing $154,478.94 .5 6/11/2013 11.C. Recommendation to award Invitation to Bid (ITB) 12-5974R for Concrete; Road, Sidewalk Curb and Floor Installation and Repairs to BQ Concrete, LLC as the primary vendor and Bonness Inc. as the secondary vendor, and authorize the Chairwoman to sign the attached agreements. OBJECTIVE: To provide for the installation and repair of concrete, toads, sidewalks, curbs. floors and related services for all County Departments on an as needed basis. CONSTDF.RATIONS: :Notices of the solicitation were sent to 571 firms, and 49 companies requested bid packages, 4 submitted bids by the deadline of April 29'", 2013. After review, BQ Concrete, LLC is the lowest bidder, and Bonness, Inc. is the second lowest bidder. Staff is recommending that IT13 12 -5974R be awarded to BQ Concrete, LLC as the primary vendor, and Bonness, Inc. as the secondary vendor; with services to be issued on a County purchase order on an as needed basis. The Secondary vendor will be utilized in the event that the Primary vendor is unable to provide the service or comply with the time requirements. Staff requests that the Board waives the minor irregularity (per Purchasing Policy VI. I-) regarding the contract term in the solicitation document, and award per the term as described in the contract for one (1) two year term, with the option to renew two (2) additional one (1) year periods. Operating departments will issue Collier County's standard purchase order to commence work with the vendor. FISCAL IMPACT: Funds for these services shall come from each individual department's Reco tnineuda do n to award Invitation to Bid (I'I'li) 12-5974R for Concrete; Road, Sidewalk Curb and Floor Installation and Repairs to HQ Concrete, LLC as the primary vendor and Bionness Inc. a*i the secondary vendor, and authorize the Chairwoman to sign (lie attached agreements. 3) ITB # 12 -5974R - Bid Tabulation; 4) ITB 12 -5974R Concrete; Road, Sidewalk, Curb and Floor Install and Repairs. Packet Page -377- RE E MEN T 12-597 GQ Mtv: Road. Side"K. Curb and Floor Install and Romero THIS AGREEMENT N made old entered iron Ibis —llT° dry of . I....c - 2013, by nd bstwxn tx Boats Of Coady Commissiorws for Comer County. Florida. a pokt,tal subdl —an of na State Of Florida (hereinafter'entned to as the'Coumy w'Ownce) and So Conr:rela, LLC a the PrirYry Contract(ir aAwriaad to oo ors m Vie Swls of Florida, tMrose busmeaa ood'eee .e I - P - Pdpe Rd 8323 Nunn FL 34110 INV&t to resorted n as me'Cojl W; AOREENENT1b8974R m Conerata• Rood Sid—AL Curb and Fluof Jnelall and Raw THIS AGREEMENT n male wad emWed Into *is 11,11 coy of 1 .... . 2013, by and berreon tlq Bond of County Cor rymememons for Collier Couny: Flo: do. a potJtai subdirialon of tre SIM of Florida OurvinaMr referred to as IW 'County' or 'Ow a) and 0—a. Ins, so the Secondary CoMreetor, audhonSed W do blsirm In ft SIa10 of Floddis. ttlmse b-noes aridness is Iseo SawM A—, Nape Florida, 31109 Thenaevhw mkwd b as lM "Conbecto!) awero 1. w anw al 0 mmple -ha IN WITNESS YH MOF. the Codregar arb Sre County. hsra each. respecowly by an a th- -: C parson M agent herautlder sel Mart nano$ 6r10 64618 on ate date and yew fret above wMten. iTe N WITNESS WHEREOF. the C4rarecor wild ere County. haw each. nespectiycNy, by an aue•orlr of the t of U person Or atlenl, he�der set their hands are seals on es date and year Fast abo a wrdtm. days d (:OJrfv OWNER C tx Apn Ire OWNER STATE ATTEST: - I" '"•t BOARD Off'7 COMMf5510NER5 2. ATTEST: BOARD OF COUNTY COMMSSIONERS COLLIER LpRIQA are. COLLIER COUNTY. FLORIDA d�v .12.39 dagnn E Eror*, Cleik b(Cdins 'i Bata: QlIOIIyM'e; e . Esq_ ChalnWman of ire 0. ckrk of Caurt . 9h B ross. n iMoirel lelaltaNd11�7dn'w•• wool OeOrguA Mill�rJ n me C vgnatwwdY. '^� slpnal$ia4ti}, Aalanwed n to form and rd eg— ire as b 1w�m and{J� dooad r'ay C Arty Loop lIp. �WpM Aslis4nt rtF At may -d "'' —'--- Ataetard County Atlwney du$ nos an frw ttanle t the Iftt by nha try °ro a eoNTRACT ea CONT I, BO ConcrN L aidn"RACTfM; s. lac. —Pn.= 3 By M B9; �C Putsum hmtWmness Spnaure ran =aML �+ri�e�. Flret WMneaa Sipnamre Tierra `irm5ku BudceJPS �In2 ',I' TyF!lWrriWMNSe Nave Ty One re Typelp"' ors N4m< -�iiQF�ttAa T N yped Sgna rc � QLAfbr a P'ea.j'. - NA a TN4 Serznd yYlneca F* JP- 4.9911 �HGI Type ytWMei$Name T"Prbt Weness Name Page -94 Page -S- ROAD MAINTENANCE DEPARTMENT 490D DAMS BLVD NAPLES FL 34104 -53D6 rem- Or Payr'erd Net 30 Dyr. ltrt Abu" Gesaeptlar Ordw aY Unk PAee Pr UW NO Value 00010 Out 6 rarest manterorce 58,635 -3 EA '. AO 605 535.2'. nL— CCmpeWj a VWM 1 ram net vary eaa. to US0 M4Mt:43 Single Purchase Order to BQ $605,635.23 Terms of Payment Net 30 Days -� item Material Description Order Qty Unit Price Per Unit Net Valtie 00010 Curti & sidewalk maintenance 605,635.23 EA 1.00 605,635.23 ` �M" f��� �3� ��� �3� ��� 7 Ndn t yepartner% M—ea" goer n<: nert cmnot mar in �ecflea said ai rrrpces b- Cal- cant• &MM d COLM ow"wwriers MM Ccarl5 Parable 3M9 Tartan TM E Be 7DO Napes =L 34112-57A9 OR elnal b- bmax3aRQmlletcMcarn The Purcwse ceder is a xwrtma vraer arecsw a carer cants Board of cant• cw"=.ones q' -- Joanne Mar:eelQ Dremr. PMCJ -en Scktxz DV-dn Plaellar4l Ororrr number mva appear W all Mated Send all maces to: Coler Caret Bdad uICaaKy Con I- Zone': Ven"• 100a33 COIerCartj GOard atcwn Cann '- -dner- Prmurenx" Serme- Ctitan Pme: 239-_S`-9-0' vo 4500146934 '-• 10l' WO13 MM Accant Prude 3249 Tbmmrro rn E Ste Far 39.73 -ICS" M1 7 ME RIDGE RD. =M Napes FL 34112r7a9 'ar Eixny[ e9- 801s966531C -1 OR enwtc: mcapCerwillercen :Cr ROAD MAINTENANCE DEPARTMENT 490D DAMS BLVD NAPLES FL 34104 -53D6 rem- Or Payr'erd Net 30 Dyr. ltrt Abu" Gesaeptlar Ordw aY Unk PAee Pr UW NO Value 00010 Out 6 rarest manterorce 58,635 -3 EA '. AO 605 535.2'. nL— CCmpeWj a VWM 1 ram net vary eaa. to US0 M4Mt:43 Single Purchase Order to BQ $605,635.23 Terms of Payment Net 30 Days -� item Material Description Order Qty Unit Price Per Unit Net Valtie 00010 Curti & sidewalk maintenance 605,635.23 EA 1.00 605,635.23 ` �M" f��� �3� ��� �3� ��� 7 Ndn t yepartner% M—ea" goer n<: nert cmnot mar in �ecflea said ai rrrpces b- Cal- cant• &MM d COLM ow"wwriers MM Ccarl5 Parable 3M9 Tartan TM E Be 7DO Napes =L 34112-57A9 OR elnal b- bmax3aRQmlletcMcarn The Purcwse ceder is a xwrtma vraer arecsw a carer cants Board of cant• cw"=.ones q' -- Joanne Mar:eelQ Dremr. PMCJ -en Scktxz DV-dn Plaellar4l Ororrr number mva appear W all Mated ean"pdndenoe cnppinp papers and rnvoiwr. Ven"• 100a33 Purchase order Buoor GUARLEa vo 4500146934 '-• 10l' WO13 80 CONCRETE LLC M1 7 ME RIDGE RD. =M =o.es w�.or Road aHIrY NAPLES FL urn Please deliver to: GROWTH MANAGEMENT DMSION C&M ROAD MAINTENANCE DEPARTMENT 490D DAMS BLVD NAPLES FL 34104 -53D6 rem- Or Payr'erd Net 30 Dyr. ltrt Abu" Gesaeptlar Ordw aY Unk PAee Pr UW NO Value 00010 Out 6 rarest manterorce 58,635 -3 EA '. AO 605 535.2'. nL— CCmpeWj a VWM 1 ram net vary eaa. to US0 M4Mt:43 Single Purchase Order to BQ $605,635.23 Terms of Payment Net 30 Days -� item Material Description Order Qty Unit Price Per Unit Net Valtie 00010 Curti & sidewalk maintenance 605,635.23 EA 1.00 605,635.23 ` �M" f��� �3� ��� �3� ��� 7 Ndn t yepartner% M—ea" goer n<: nert cmnot mar in �ecflea said ai rrrpces b- Cal- cant• &MM d COLM ow"wwriers MM Ccarl5 Parable 3M9 Tartan TM E Be 7DO Napes =L 34112-57A9 OR elnal b- bmax3aRQmlletcMcarn The Purcwse ceder is a xwrtma vraer arecsw a carer cants Board of cant• cw"=.ones q' -- Joanne Mar:eelQ Dremr. PMCJ -en Scktxz DV-dn Problem* oCounty policy (under review) allows staff to purchase up to $50,000. This $154,478.94. project was oStaff issued 8 separate work orders for the single structure each less than $50K. i Work rk UCr Nl.inbef W ork N, 9 Repair material bin slab and walls at 4800 Davis facility Hama Repau material or slab and waits at 4800 Davis Status Completed facility Work Order Type Contracted Work ActWlty 111.457 CONCRETE REPAIR Details Repair existinq Gab and walls fa material Storage at Davis Facility contact Is Eddie Chesser /Jilin Vorthams Bin 1 30 X 45 a retaining wall Project Manager Gorent7, JR Department Road Maintenance Total Cost Estimate Assigned To \ Inspector Chesser, Eddie TOW Coot Artua'. 538,500.91 0.0. Numli 4500146934 Duration Estimated Start Date Estimated 8/18/2014 Duration Actual Star: Date Actual 8/25/201412:00:00 AM Stop Date Actual 9 /26/201412:00:00 AM Inspector Nolds meet with contractor Bobby to dlxuss bin Installddorl on site. Labor - Actual Start Date 1D /COtdRp _ Houta Ual"Compiaw cm 9/267::` 14 02669 Blanco, Alexander 034- GRYERAL OFFICE WORK 1.00 manhou $42.39 Inmae, verinubon/ appnmal and data entry fa le loe a 152 159. See attached inerok,e for more Information. 8127/2014 01846 Chesser, Eddie 036-TRAVEL TIME 9/4/2014 01846 Chesser, Eddie 036-TRAVEL TP1E Subtotal: 0.00 rnanhours 142.39 0.25 manhours $10.06 0.15 manhours 56.03 Subtotal: 0.00 mannours $16.09 irk Ord arnP Ri 0 I* its Work Order Number RM17079 Repair material bin slab and walls at 4800 Davis facility 0/15/2014 01646 Chesser, Edde 942 -ODM RACT MAINT 5UPV, 1.50 reanhom, $6034 ENGINEERING AND INSPECT >•��a>•as>.���aa>. a a mom meet whaactor en site ' Contractor \ Other (Estimate) 8/27/2014 01846 Chesser, Edde 942 - CONTRACT MAIM SUPT, 1.00 inii rs $40.23 Contractor Contract ENGINEERING AND INSPECT Cost inspection of concrete bins at dii blvd Other Cast 9/2/2014 01646 Chesser, Edde 942 - CONTRACT MAINT SUM, 1.00 ..eh.— s40.23 \ Other (Actual) ENGINEERING AND INSPECT 19 9/3/2014 01646 Chesser, Eddie 942-COW RACT M MAI SUP'N, 1.00 leanhou s 64023 D 41NEERING AND INSPECT Start Date inspection of slab and bins Activity Cost 9/412014 01646 Ch—, Eddie 942 - COMPACT MAIM SUPV, 0.70 manhours iii 537,895.52 ENGINEERING AND INSPECT Notes Inspection of febar installation invoice -152 -159. See attached invoice for 910JZ014 01646 Chesser, Edda 942 - CONTRACT MAIM SUM, 1.00 mwho— $4023 ENGINEERING AND INSPECT r° sales �� $�7`9552���1c6_' i Other Cost $37,895.52 Wednesday, April 15, 2015 i eh.. ens ens .. ens ens .. ens ens .. ens ens.I sales sees —M Wednesday, April 1S, 2015 Z . inspection of bins and dab �����r�������aa >•��a>•as>.���aa>. a a mom �er� °�r��� � ,�Ea. miii'lom Small"IiWan mW 15 ' Contractor \ Other (Estimate) 14 Start Date Contractor Contract Activity Cost ' Other Cast $0.00 �1 Contractor \ Other (Actual) 19 Start Date Contractor Contract Activity Cost 9126/2014 B.Q. CONCRETE 101 -457 CONCRETE REPAIR 537,895.52 e ■5 Notes Invoice verification/ approval and data entry for invoice -152 -159. See attached invoice for i5 more information. r° 0 ' 8/18/2014 B.Q. CONCRETE 111 -457 CONCRETE REPAIR t Wednesday Notes rt 'd.nd sales �� $�7`9552���1c6_' i Other Cost $37,895.52 Wednesday, April 15, 2015 i eh.. ens ens .. ens ens .. ens ens .. ens ens.I sales sees —M Wednesday, April 1S, 2015 Z . work Order Number RM17378 Repair material bin slab and walls at 4800 Davis facility Name Repair matenal bin slab and walls at 4800 Davis status completeo facility Work Order Type contracted Work Activity 111 -457 CONCRETE REPAIR Details Repair existing slab and walls for material storage at Davis Facility contact Is Eddle CheSSer/]on Vortharns Bin 2 30 X 45 a retaining wall Project Manager Gorentz, A Department Road Maintenance Total Cost Estimate Assigned To \ inspector Chesser, Eddie Total Cos[ Actual $37,895.52 P.O. Number 4500146934 Duration Estimated Start Date Estimated 8 /18/2014 Duration Actual Start Date Actual Stop Date Actual 11/4/2014 12:00:00 AM Inspector Notes meet with oontractbr Bobby to discuss bin installation on site. alax approved this Invoice 153 on 9 -26 -14 bin 42 Labor - Actual Start Date ID Hours Units Completed cost Subtotal: 0.00 i.j �r., of $000 DrK urc 2nf8 1 Other Cost $37,895.52 Wednesday, April 15, 2015 - • MI Measure) Entry Count: 0 $0.00 Equipment - Actual Start Data ID Activity Hours Cost Subtotal: 0.00 ;0.00 Entry Count: 0 0.00 $0.00 Contractor \ Other (Estimate) Start Date Contractor Contract Activity Cost Other Cost $0.00 Contractor \ Other (Actual) Start Date Contractor Contrail Activity Activity Cook 1� -; -_1� E.�_ _�� 1�" _ :11 -1-� C01 REPAIR $37,895.52 Notes Other Cost $37,895.52 DrK urc 2nf8 1 Other Cost $37,895.52 Wednesday, April 15, 2015 - • MI 1^lcrk Crder Number RM17379 Repair material bin slab and walls at 4800 Davis facility Name Repair material bin slab and walls at 4800 Davis Status Completed facility Work Order Type Contracted Work Activlty 111.457 CONCRETE REPAIR Details Repair existing slab and walls for material storage at Davis Facility contact is Eddie Chesser /Jon Vorthams Bin 3 20 X 20 & retaining wall Project Manager Gorent2, 311 Department Road Maintenance Total Cost Estimate Assigned To \ Inspector Chesser, Eddie Total Cost Actual $13,114.65 P.O. Number 4500146934 Duration Estimated Start Date Estimated 8/18/2014 Duration Actual Start Date Actual Stop Date Actual 10/14/2014 12:00:00 AM Inspector Notes meet with contractor Bobby to discuss bin Installation on site. Labor -Actual Start Date ID '` "ours units Completed Cost Entry Count: 0 Equipment - Actual Start Date ID Entry Count: 0 Contractor \ Other( Estimate) Start Date Contractor Contractor \ Other (Actual) Start Date Contractor c; t.;c:4 B.Q.CONCRFTr Notes Subtotal: 0.00 (Units of $0.00 Measure) 50.00 Activity Subtotal: 0.00 $0.00 0.00 $0.00 Contract Activity Cost Other Cost 50.00 Contract Activity cost Other Cost $13,114.65 DrK urc 3nf8 Other Cast $13,114.65 Wednesday, April 15, 2015 1 It 1 WOrit OrCP.r NumhF- RM17.380 Repair material bin slab and walls at 4800 Davis facility Name Repair material bin slab and walls at 4800 Davis Status Completed facility Work Order Type Contracted Work Activity 111 -457 CONCRETE REPAIR Details Repair existing slab and walls for material storage at Davis Facility contact is Eddie Chesser /Jon Vorthams Bin 4 20 x 20 & retaining wall Project Manager Gorent7, JR Department Road Maintenance Total Cost Estimate Assigned To \ Inspector Chesser, Eddie Total Cost Actual $13,114.65 P.O. Number 4500146934 Duration Estimated Start Date Estimated g /18/2014 Duration Actual Start Date Actual Stop Date Actual 10/14/2014 12:00:00 AM Inspector Notes meet with contractor Bobby to discuss bin Installation on site. Labor - Actual Start Date ID 'Ctly`- Hours Units Completed Cost Entry Count: 0 Equipment - Actual Start Date ID Entry Count: 0 Contractor \ Other (Estimate) Start Date Contractor Contractor \ Other (Actual) Start Date Contractor 10/14/2014 B.Q. CONCRETE Notes Subtotal: 0.00 (Units of $0.00 Measure) $0.00 Activity Hours Cost Subtotal: 0.00 50.00 0.00 $0.00 Contract Activity Cost Other Cost 50.00 contract Aetivlty Cost 111 -457 CONCRETE REPAIR S13,1'.4 -,z Other Cost $13,114.65 DrK uric dnf8 r ---- -- Other Cast $13,114.65 r� � tip � ti• i� Wednesday, April 15, 2015 , of Go-c 0J,-r Number RM17381 Repair material bin slab and walls at 4800 Davis facility Name Repair material bin slab and walls at 4800 Davis Status Completed facility Work Order Type Contracted Work Activity 111 -457 CONCRETE REPAIR Details Repair existing slab and walls for material storage at Davis Facility contact is Eddie Chesser /]on Vorthams Bin 5 20 X 20 & retaining wall Project Manager Gorentz, 1R Department Road Maintenance Total Cost Estimate Assigned To \ Inspector :'hesser, Eddie Total Cost Actual $13,114.65 P.O. Number 4500146934 Duration Estimated Start Date Estimated 5118/2014 Duration Actual Start Date Actual Stop Date Actual 11/4/2014 12:00:00 AM Inspector Notes meet with contractor Bobby to discuss bin installation on site. alex approved this bin85 Invoice 156 approved 9 -26 -14 Labor - Actual Start Date ID W -,- - Hours Units Completed Cost Subtotal: 0.00 (Unds 10.00 Measure) Entry Count: 0 $0.00 Equipment - Actual Start Date ID Activity Hours Cost Subtotal: 0.00 $o.00 Entry Count: 0 0.00 $0.00 Contractor \ Other (Estimate) Start Date Contractor Contract Activity Cost Other Cost $0.00 Contractor\ Other (Actual) Start Date Contractor 9L Contract Cost lUi -7� 1t B.Q. CONCRETE 111 -457 CONCRETE REPAIR $13,114.65 Notes Other Cost $13,114.65 DrK urc 5nf8 Other Cast $13,114.65 Wednesday, April 15, 2015 1 Gt 1 Work Order Number RM17382 Repair material bin slab and walls at 4800 Davis facility Name Repair material bin slab and walls at 4800 Davis Status Completed facility Work Order Type Contracted Work Activity 111 -457 CONCRETE REPAIR Details Repair existing slab and walls for material storage at Davis Facility contact is Eddie Chesser /Jon Vorthams Bin 6 20 X 20 8t retaining wall Project Manager Gorentz, IR Department Road Maintenance Total Cost Estimate Assigned To \ Inspector Chesser, Eddie Total Cost Actual $13,114.65 P.O. Number 4500146934 Duration Estimated Start Date Estimated 8/18/2014 Duration Actual Start Date Actual Stop Date Actual 10114/2014 12:00:00 AM Inspector Notes meet with contractor Bobby to discuss bin Installation on site. Labor -Actual Start Date ID AwCtiyity Hours Units CnmplptM Cost Entry Count: 0 Equipment - Actual Start Date ID Entry Count: 0 Contractor \ Other (Estimate) Start Date Contractor Contractor \ Other (Actual) Start Date Contractor 10/14/2C14 B.Q. CONCRETE Notes Subtotal: 0100 fly A $0.00 Measu'e) $0.00 ACtWNY Hours Cost. Subtotal: 0.00 $0.00 0.00 $0.00 Contract Activity Cost Other Cost $0.00 Contract Activity cost 111 45/ CCNCREI-- REPAIR $13,114.65 Other Cost $13,114.65 DrK urc 6nf8 ills r ---- -- Other Cast $13,114.65 Wednesday, April 15, 2015 1 ct 1 Go-c 0 1,-r Number RM17383 Repair material bin slab and walls at 4800 Davis facility Name Repair material bin slab and walls at 4800 Davis Status Completed facility Work Order Type Contracted Work Activity 111 -457 CONCRETE REPAIR Details Repair existing slab and walls for material storage at Davis Facility contact is Eddie Chesser /]on Vorthams Bin 7 20 X 20 & retaining wall Project Manager Gorentz, 1R Department Road Maintenance Total Cost Estimate Assigned To \ Inspector :'hesser, Eddie Total Cost Actual $13,114.65 P.O. Number 4500146934 Duration Estimated Start Date Estimated 5118/2014 Duration Actual Start Date Actual Stop Date Actual 1G/14/2014 12:00:00 AM Inspector Notes meet with contractor Bobby to discuss bin installation on site. Labor - Actual Start Date ID ..`,, Hours Units Completed Cost Subtotal: 0.00 (Unds $0.00 Entry Count: 0 Equipment - Actual Ill Dato ID Entry Count: 0 Contractor \ Other (Estimate) Start Date Contractor Contractor\ Other (Actual) Start Date Contractor lui -�7.- 14 B.Q. CONCRETE Notes Measure) $0.00 Activity Hours Cost Subtotal: 0.00 $0.00 0.00 $0.00 Contract Activity Cost Other Cost $0.00 9L Contract Activity � Cost 111 -457 CONCRETE REPAIR $13,114.65 Other Cost $13,114.65 DrK urc 7nf8 Other Cast $13,114.65 Wednesday, April 15, 2015 1 Gt 1 Work Crder Number RM17384 Repair material bin slab and walls at 4800 Davis facility Name Repair material bin slab and walls at 4800 Davis Status Completed facility Work Order Type Contracted Work Activity 111 -457 CONCRETE REPAIR Details Repair existing slab and walls for material storage at Davis Facility contact is Eddie Chesser /Jon Vorthams Bin 8 20 X 20 8t retaining wall Project Manager Gorentz, )R Department Road Maintenance Total Cost Estimate Assigned To \ Inspector Chesser, Eddie Total Cost Actual $13,114.65 P.O. Number 4500146934 Duration Estimated Start Date Estimated 8/18/2014 Duration Actual Start Date Actual Stop Date Actual 10114/2014 12:00:00 AM Inspector Notes meet with contractor Bobby to discuss bin Installation on site. Labor -Actual Start Date ID AtEtltdttf Hours Units CnmpletM Cost Entry Count: 0 Equipment - Actual Start Date ID Entry Count: 0 Contractor \ Other (Estimate) Start Date Contractor Contractor \ Other (Actual) Start Date Contractor 10/14/2C14 B.Q. CONCRETE Notes Subtotal: 0100 fly A $0.00 Measu'e) $0.00 Activity Hours Colt. Subtotal: 0.00 $0.00 0.00 $0.00 Contract Activity Cost Other Cost $0.00 Contract Activity cost 111 45/ CCNCREI-- REPAIR $13,114.65 Other Cost $13,114.65 DrK urc R nif R r --- --- Other Cast $13,114.65 Wednesday, April 15, 2015 1 ct 1 Problem: oVendor Contract for "Sidewalks" allows no more than 20% of the work to be sub- contracted. oLiberty Concrete advised that they performed 100% of the construction. BQ did none. Billy Summers, BQ Representative BCC Meeting 4 -28 -2015 On these particular invoices we've done 6 100% of the work. 20 . t years we've worked for you guys. � Every single one of these has been approved by Travis Gossard, they walked every single job we did. 19 C& C.I.My AITKniralse Servaea Crraizn P'4 r u V,IVAInIIQZi el ziI7 Date: April 3. 2013 6/11/2013 1 1.C. From: Adam Northrup, Procurement Strategist X11112013 1 1.0 (239) 252.6098 (Telephone) I (239) 252.6302 (FAX) adamnonhrup@r- olliergov.net (Email) To: Prospective Vendors Subject: Solicitation: 12 -6974R — Concrete: Road, Sidewalk, Curb and Floor Install and Repairs. As requested by the Division of Growth Management, the Collier County Board of County Commissioners Purchasing Department has issued this ITR for the purpose of obtaining fair a'y and competitive responses. uld br- c, Please refer to the Public Notice included in this document for the opening date and time and any applicable pre -ITB conference. est AM questions regarding this ITB must be submitted online on the Collier County Purchasing Department E- Procurement websae: www.colliernov.net/bid. All responses to questions will be posted on the websits with electronic notification to all prospective vendors. CO ncc ul rn We look forward to your particlpation In Collier County's competitive procurement process. cc: Alex Blanco, Travis Gossard 5. Use of Subcontractors Bidders on any service related project, including construction, must be qualified and directly responsible for 80% or more of the each individual job assigned. ro n Packet Pagc -428 rub S s All Collier County Govemrnent has authorized OSHA representatives to enter any Collier County facility, property and/or right- of-way for the purpose of Inspection of any Vendor 'a Mork operations. This provision is non - negotiable by any department andlor Venda. NI new electrical inslallaeons shell incorporate NFPA 70E Short Circut Proactive Device Coordination and Arc Flash Studies where relevant as determined by the engineer. MASa74R 1. me C.— P-d. girt -1k. 0i ft BM Fborftu1anr " Packet Page -461- A G R E E M E N T 12-5974R for Concrete: Road, Sidewalk. Curb and Floor Install and Reoairs THIS AGREEMENT is made and entered into this _11ill day of 1­,e 2013, by and between the Board of County Commissioners for Collier County. Florida. a political subdivision of he Stale of Florida (hereinafter referred to as the 'County or "Owner') and BO Concrete, LLC as the Primary Contractor, authorized to do business in the State of Florida, whose business address is 5017 Pine Ridge Rd #329. Naples. FL 34119 (hereinafter referred to as the "Contractor'). WITNESSETH 1 COMMENCEMENT: The contact shall be for one (1) two (2) year period, commenting on award of the contract. and terminating two (2) years from date of award or until sucn time as all outstanding work requested prior to the expiration of the Agreement period have been completed. This contract shall have two (2) additional (1) year renewals, renewable annually The County Manager, or his 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 his 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 ir, effect. 2. STATEMENT OF WORK: The Board of County Commissioners deemed two (2) fines to be pre - qualified and awarded a Contract to each firm for services as identified in Exhibit A. Scope of Work, hereby attached and incorporated by reference . Each awardee will provide complete services for Concrete: Road, Sidewalk. Curb and Floor Install and Repair on an as- needed basis as may be required by the Owner in accordance with the terms and conditions of ITB #12 -5974R and the Contractor's proposal which is incorporated by reference and made an integral. part of this Agreement The execution of this Agreement shall not be a commitment to the Contractor that any work will be awarded to the Contractor Rather, this Agreement governs the rights and obligation of the Quotatwn procedure outlined in the next paragraphs and all Work unoertaken by Contractor for Owner pursuant to this Agreement and that procedure during the term and any extension of the term of this Agreement. Any County Department may use this contract provided sufficient funds are included in its budget. Prior to the star, of each individual job. the user department shall provide a description of work to be performed, to the Primary Contractor The Primary Contractor shall have five f5) business days to respond that they are willing and able to complete the job in the required time 'rame The user deparment will then issue a Purchase Order for the work. r.r.�r•r.r•r. 3Q conti :ornoratc IN WITNESS WHEREOF, the Contractor and the County have each, respectively, by an authorized person or agent, hereunder set their hancs and seals on the date and year first above written ATTEST: Dwight E. Brock Clerk of Courts By: N A -511') _ Date ' Attest as to Chairman's signature only. Approved as to form and L ality Assistant County Attdmey STATEMENT OF WORK The Board of County Commissioners deemed two (2) firms to be pre - qualified and awarded a Contract to each firm for services as identified in Exhibit A, Scope of Work, herebv attached and incomorated by reference. Each awardee will provide complete services for Concrete: Road, Sidewalk, Curb and Floor Install and Repair on an as- needed basis as may be required by the Owner in accordance with the terms and conditions of ITB #12 -5974R and the Contractor's proposal. which is incorporated by reference and made an Integral part of this Agreement. The execution of this Agreement shall not be a commitment tc the Contractor that any work will be awarded to the Contractor. Rather, this Agreement governs the rights and obligation of the Quotation procedure outlined in the next paragraphs and all Work undertaken by Contractor for Owner pursuant to this Agreement and that procedure during the term and any extension of the term of this Aqreement. OWNER' BOARD OF C UNTY COMMISSIONERS COLLIER CCO� Y FLORIDA By I deorgia,A.) d . Esq., Chairwoman BQ Page -9- I.iberly ( uncrelc S %Iawnrr.Inc. P.O. Ko% 111 ;30 < �apies, F1.34IB8 239.598 -9518 T 239 - 597.9060 L,bmly Concrcwoi b.. NwMI Ad*on -- B.Q. Coacmc A Con Anrcnon Fax: 354-4458 ATTN: Bill Summem Proposal Dar Eslra:c e Daaorsaon Total ANN County Sand k Rock Biro: Labor, Material d Equipmau io farm alt pour slab ith fools. Walls W high x 8 ' . (2) Bays 30r x 45% (8) Bays 2W x 2S and (1) slab 10' lo'x4- Total For the Sum of PNOne� Fail E4n01 239.598 -9518 T 239 - 597.9060 L,bmly Concrcwoi b.. $ 1 30,288.00 Total 30 Contract Excernt - Pac Exhibit B Payments Payments will be made to the Contractor based on the pricing identified in this Exhibit B. The following terms shall apply: * Line Items #1 - 52, Contractor shall include all materials costs, all equipment costs, all man hour costs, all excavation, all tree root removal, full restoration and MOT in the item price # Line items #54 - 80, (Miscellaneous Concrete Work) all materials costs, all man hours, all Equipment hours listed, will need to be added when this item is utilized. All MOT cost will be included in miscellaneous concrete square yard price. * * * * * * * * * * * * * * * * * * * * * * ** *Remainder of page intentionally left BQ Concrete LLC 6017 PINE RIDGE RD #329 Naples, FL 34119 Bill To Collier County Road & Bridges 1' O. No. 45ru14YYL,4 Quantity Doscription Dui un �ucip� U/M 112.395 454. 'Aix. Conco"I Installutiun ?0.00 SQ Ytd 11 (056) C onAruvlion Fom , 40.00 Pi I 11 (N57) Equipment Operatur 20.Ofi Pli 2 (457) Equipment Operator 140.00 PB 55 (058) labor PI 11 (061) Track or Whecicd Excavator Pit 2 — — — — 463, Concrete Pump (ruck — — — — — — — — — — — Pit — — Invoice Date ktvoice i1 9/2412014 159 Iems Pfojed Dui un �ucip� PH Rate Amount ?0.00 10.114.65 50.00 550.00 40.00 •140.00 40.00 80.00 20.Ofi I,IDII,00 50.00 530.00 140.00 280.00 Quantity I Description 112.385 #54, Misc. Concrete Installation 11 ( #56) Construction Forman 11 ( #57) Equipment Operator 2 ( #57) Equipment Operator 55 ( #58) Labor 11 ( 461) Track or Wheeled Excavator 2 #64, Concrete Pump Truck ---- ^----------- MW -- -* ---- "M - - -- RM it 7383 1800 Davis Blvd, Total 513,1 (4.65 tilaieria) Bin Repairs 08 U/M I Rate I Amount SQ Yrd. 90.00 10,1 14.65 PH 50.00 550.00 PH 40.00 440.00 P1 L 40.00 80.00 PH 20.00 1.100.00 PH 50.00 550.00 P1 L 140.00 280.00 90 Contract Excernt - Paap 22 14 Item # Category Item Description Unit of measure Line Item price 11 Curb and Gutter Items Concrete Curb & Gutter Removal & Disposal TYPE E Less than orequal to 150 Linear Foot)* Linear Ft $ 6.00 2!-Curb and Gutter Items Concrete Curb & Gutter Install (TYPE E)(Less than or equal to 150 Linear Foot)' Linear Ft $ 1200 511Co ete Drai Ite i e In all a ace uare 1 d w 6u.-uu i 52 Concrete Drainage Item Mitered Ends Removal & Disposal of Existing)* Square Yd $ 14.50 531Cor -rete Drainage Item Mitered Ends Install/ Replacement)* Square Yd-T$ 35.50 54 Misc Concrete IMiscellaneous Concrete installation # Square Yd $ 90.00 551Misc Concrete (Miscellaneous Concrete Removal & Disposal of Existing) # Square Yd $ 36.00 561 Miscellaneous Man HourlConstruction Forman # Per Hour $ 50.00 571 Miscellaneous Man Hou E ui ment O erator # I Per Hour Is 40.00 581 Miscellaneous Man Houd Laborer # I Per Hour $ 20.00 Page -22- a Alternate Items: Lines 59 -81 are items that may be used in the course of the contract, but are not included in the bid award formula. Line ft Category Item Description Unit of Measure Line Item price 60 Equipment Crane 100 tons and below # Per Hour $ 95.00 61 Equipment Track or Wheeled Excavator # Per Hour $ 50.00 62 Equipment Lonq Stick tracked Excavator (60ft or greater) # Per Hour $ 125.00 63 Equipment Tow behind Concrete Pump (with up to 1000 ft discharge Hose) # Per Hour $ 90.00 64 Equipment Concrete Pump truck (up to 200 ft boom ) # Per Hour $ 140.00 65 Material Items Limerock (Delivered and Installed) # ITon $ 25.00 66 Material Items Limerock Delivered and Installed) # Square Yd $ 14.00 67 Material Items Fill Dirt (Delivered and Installed) # Ton $ 19.50 68 Material Items Fill Dirt (Delivered and Installed) # Square Yd $ 9.50 69 Material Items Filowable Fill (Excavate -able) delivered # Cubic Yard $ 90.00 BQ Conch LLC Invoice 6017 PINE RIDGE RD 1329 NgAn. FL 34119 Data 1'..,'1 941R011 15Z BA To C.11- R,W AM 017079 1- 411M ava sk L T�' sMSif.l2 Mskml BM NapR P.O. No Tomb Prgecl 4 5031 /69 74 Dec —r,-t• Ouw tr Dow p0on U1M R010 Antot X 72].728 M.Mim Cmatlr Inwlklwa SO Yrd. 90.00 39,1315.57 2: (956) COMUMIk+F4anui I'll 50.00 1.400.00 l (957) F44 gOMW ()PWMW PI I 10.00 1.130.00 3 (9"71 "Mott[ OOtrme I'll 40.00 10.00 321 (93911.1— PH 20.00 1.6110.00 2Z (1611 TIOCl Or%b%mW Eu..k. PI1 3000 1,40000 2 SK Cotunc Funp T—k m 1 140 00 d1000 AM 017079 1- 411M ava sk L T�' sMSif.l2 Mskml BM NapR BO Canm -sc LLC 6017 PINE RIDGE RD 0329 Naples, FL 34119 84 To Cain, C—q Rsw A Ores Invoice Dbx Irbyaca P W24i7014 I!1 P O. No, Tema Prgect 4500146434 rTu m —.r Ouw" Owcnpl*n LIM H404 A rux" 323.729 054. Mist. Cunnete SKI Ysd. 90.OD 29.135.52 29 4yN Fvi-- nl 50.00 I �0o00 29 1/571 F.splpnml Op"Mr nl 40.00 1.120.00 2 4057) F.�sipssnl (lpersrnr PH 40.00 W. W 224 (059) lAb" PH 20.00 1.4400 00 29 4061) Tmk a Wlsnkd F—*e PH 50.00 1.400.00 2 064. CGnplk Purap busk PH 14000 IW.CU JIM 017371 4W0 Da"" Bl d. Total s37,94s.s2 MasriY Din ReM..2 BQ concrete LLC Invoice 6017 PINE RIDGE RD 0329 tsn6 �vorc6� Napks, FL 34119 W24rn 11 1}i tlA To C~ Coum Iluo! A HrJ6cr RM 41 - ?v 1100 b„ SIW TOi81 10.11445 Lan4s P.O. N6. Tams Prga l 4$60144631 but on mmip OuaMty bescr"on um RW AW*WA 11130$ M. 01bc. Camasu Insullsiwe 5Q Yd 90 00 1011465 11 (x$61 CeYtnauu. Fmuun m "u0 530.W 11 (15$1 Fgarlwwra("n" YH 40.00 "a no 2 (WIt:4u1la1ernopaaru PH 400 10.00 33 (050) IAWN PH 2O .0D 1,100.00 11 (1411 Track or Wkeeled Eum u.i PH 50 00 3$0,00 2 464, Cenerot Mry Toad PI I 140.00 MAO RM 41 - ?v 1100 b„ SIW TOi81 10.11445 Lan4s BQ Concrete LLC Invoice 6017 PINE RIDGE RD #329 Naples, FL 34119 D1ta krvdw 9/24/2014 1 S 6, 1 To Collkr C'.oun0 Itoad R Brides V.O. No, Terms Project 4500146914 Ouc nn rc—P1 Ouanbty Descrpt of Ulm Rate Amount 112 -335 1154. Mix. Concrcrc Inaallurron SQ Yrd 90.00 10.114.65 11 (156)Corturuct— Forman Pit 50.00 55000 11 (15 7) FquiPmem O)wmror Pit 40.00 44000 2 13571 Fyulpnwnr OP041., PH 40.00 9000 55 (159) I. wr PH 20.00 1 100.00 II (161) Truk or Wheckd E:c—w PH 50.00 55000 2 1164. Core fe Pmnp Trick PH 140.00 29000 RM 11'130 4800 II —Blsd. Total 513.114.65 Materul Bw RcP-114 BO Concrete LLC Invoice 6017 PINE RIDGE RD #329 Naples, FL 34119 DOW Inuoke a 924/2014 156 Big TO Coll(rr County Ruad & Bridoft P.O. N0. Tot= Prgact 4500146934 Due as rceeipt Ouanaty Description LAN Rabe Amount 1113SS 834. Mies. OM=k INSLdb6on SO Yrd. 90.00 10.114.65 1 I (Y 36) Conmuct on Fomun PH $0 0 $50.00 I I (8371 Equipineet Opentor PI I 40.00 440.00 2 (857) E"i tnem Operator PH 40.00 80.00 SS (1159)i.8bor PH 20.00 1.100.00 11 (1161) Tta&or WbeeW Exmutor PH 50.00 530.00 2 164. Commte Ptunp Truck PH 140.00 290.00 RM 017391 4900Davo &`d• Total $13.114.65 Mmaid Bin Rgm*s 15 DO Concrete LLC Invoice 6017 PINE RIDGE RD *329 Naples, FL 34119 ow 1nvolca r Y•'2�:01t la' 94 To Collin Cowl. Road & IMldgts P O. NO Tom% Plolecl 4%001469)4 D1 m mcc fM Qu"ty Do4crtptf.n (LM Rat. Amount 1 1 2 335 054. M—. Cb K k Ltyfl;rwn %Q Yro 9000 10.1 14.65 11 (1561 COMWn bm Fw PI l 50 00 S W.00 I 1 (0571 tgWpmm Open" n1 4000 410.00 1 (15711gnp —.t Opn PH 4000 80.00 I I (061) Twk w WLakd rs mw ell 5040 550.00 1 164, C' rci' Pump TnN PH 140.00 2X0 00 53 (6580 (.W, PH 20 00 1.100 00 KM k 17392 43M D— HIA Total S13 11465 klalnul Bn R.P.— K BQ CoMMW LLC Invoice 6017 ME RIDGE RD 0329 Nopk -% FL 34119 Ow BOG as To CO Wr Cmm1 D.rl • 0.4+ P.O. F" TMs Pf*d 4"0146M Dr meow Ouslay alwoem u1m Rrb Mar■ 112.301 010. Muc. C.Nawk IsWmlms SQ rid 1D.0D 10.1140 11 (8% C.MWIC m Fasts nl 1000 8100 11 (0511 Fgapmm OpOrarnr MI 4000 4100 , (471r A"WM Opan00r PH 400 KM 31 (SMIAIM n1 ,/DO 1.10100 11 '001) IrKhv Wlwkd C.Cm,~ P11 no$ 15100 1 864. CaNg"k Prp Tm k PH 10100 no N RM01T393 •map -� • Total s,,.1►.�s M0lrrl 61n Roan •, SQ coftrem Lu: "17 PINE R IIX iF. RD $129 Nrpks, Fl. UI19 50 is CM 1w C-0 a++e4 t�onplen MAJ 04.►tom 1 :Rq1' Y.rslrw u MN c..o.om Jrr 1! (Iltl bompow Uba+R J ill rfY 1}w1n !7 d�1I�M 11 f011 Tmi w Vb W k�TMS- J MJ, cmwa ti" 7MA Invoice tSnr I Iwm• YN411♦ t» PO 110 TO-ft 4=16am p uw pAft so wo a /I. m oil �a F. r L —L Airar/1 NaNb !» w NO N pN t. Ff0 M sww :q>q W_N 01.356 W/ 1Mw 141.4 Total $11,114AN Nio� D. PAP—.V BQ Calcrete LLC 6017 PINE RIDGE RD 0329 Naples, FL 34119 Invoice OOY W."m WZVM10 1 132 Bo Com" LLC Invoice 6017PINE RIDGE RD0329 Or R++csr Nplw, FL 30119 YNO/H IfI w TO CIRb C—p RW l rvNf.1 PO. Irr TR,r16 93tFr1E ISOr11MH DIU�IVM Ord orollSlwO GM Rr. Anon 127.7E 614NIr.0 I� 30v.d Na D.DL1i H:M)Cr�nwl I— so MM IAIrM n (6371 EVA-01 Iw PH Nof LIMA 2 1H71 F4"— OF PH N.N MM M IrHl lnlor PH 70N 4.N9M L pHn T,d -whn E— MI Nm "AWAr 2 IN, C— Pair I-k PH 11000 716.00 :It@ BQ Connele LLC 6017 PINE RIDGE RD 1329 Npks, FL 34119 eQ con t61d.0 6017 PINL RIDOE RD 0339 NPI., FL 31119 DO C-- LLC 6017 PINE RIDGE RD 9329 Nelda, n. H119 lei 00 Cw LLC 6017 PPE RIDGE RD 4311 FAW Ngln,R HI11 29,113.31 1.290.00 1 — I 1,120.00 IOM 4.MAG s6u..nu.c I,MOM wrHrerrxelulu. 21000 era n.HlH 9A9� w� \vim Total (,•11.1: 637.193 31 Each $37,895.52 o. NMI Invoice OvN Inrpos r M71R911 IH Invoice 4h (Woos :m1 7 Invoice v Anarll 1611463 Invoice 4294a 69 17.on. I 11+ 1 I.Iq. W 6N 00 2M t0 lus fOM 4 Vp Invoice 5061 sm 16cd 10.111b uUM I.las l.a nu ■ 3 ....... Each $13,114.65 0 N Built ONE STRUCTURE with Shared Walls IF:�� 124' Invoiced 8 Separate Bins 62' ►P U1 35 Calculator Tape Entry Sub-Total blares 1. + 37.$95.52 37,895.5.2 Invoice #152 2. + 37,895.52 75,791.04 Invoice #153 3. + 13,114.65 88,905.69 Invoice #154 4. + 13,114.65 102,020.34 Invoice #155 5. + 13,114.65 115,134.99 Invoice ,156 6. + 13,114.65 128,249.64 Invoice #157 7. + 13,114.65 141,364.29 Invoice #158 Total = 154,478.94 +FIVvivv ii +vi BQ only paid Liberty $90,000 and billed County $154,000 ($64,000 difference) 37 !rrr:nirFnr.�i:i0Ar-izara�: BQ Concrete LLC 6017 PINE RIDGE RD 0329 Naples, FL 34119 ON TO Ra f 6 BrWyn au"v 32312111 /S,, WX Cpmu Infulul" 2y (esel Caauelio* Fu 2i fyt71 Eqprwrw oywau, 2 ("7114:wmu Openw 226 (9Stl lab> 2t (1611 Thrk or Mleekil Es to 2 OK Cnnaere FvnV Truk Invoice QBM h.W06/ Y ?,f261f 1s2 Display Contract: Item Overview -S. Lli Account Assignments c Agreement 4600003297 Agreement Type t•7x Agmt Date Vendor 100433 BUDDY QUARLES Currency P.O. NO, Outline Agreement Items ,so.l.ws, Item I A Material Short t 10 U rvr""r Sfj Yrd X20 U 12- 5974R; BCC APPR 06/11/13; ITEM #11C wl rn 30 U PRIMARY Pit P" 40 U GHOST REQ #10200700 pit ?h 1 nu Hn nrl Standard PO 450014614 Created by Randy Jones Overview On ('f/ d 0 eview Messages Personal Setting Accounting Documents 3rd PO 45)0:46934 Venclorl 100433 BUDDY QUARLES Doc. date 10/08 '07/09/2013 USD Targ. Qty O 3,000,000.000EA 1.000E:A 1.000EA 1.000 EA tm A Material Short Text PO Quantry OUn Deliv. Date Net Price Per 0 Mari br... Rpn hR I Outline Agre... 0 F. Curb &sidewakmantenance 6)5,635.230EA 05/30/2014 1.001 EA CONCRET- Rookmh 1;''10204)9) —L01 4600003291 Billy Summers, BQ Concrete �`'� Representative Addresses BCC ,.` Board of County Commissioners — I.Pub/icCOMMR171 Board ofCounryCbmmissio M I. PublicCommm 3 -28 -1 w '� Board of CounlyCommissioneis • 7 Public COMMMI - ?g. "We've done really good work for you guys or we wouldn't keep getting the contract every year." We can use subcontractors anytime we want, as long as we do 80% of the work. These are not subcontractors, none of them, not one. On these particular invoices we've done 100% of the work. 20 years we've worked for you guys. Every single one of these has been approved by Travis Gossard, they walked every single job we did. 39 Travis Gossard, Director of Road Maintenance, indicated to Clerk... The contractor had to identify himself each time he entered the facility in order to be let through the gate -the contractor always identified himself as BQ Concrete Site was Readily Accessible PI�"'��•i to Sub- Contractor Clerk's Internal Audit staff went to the Road Maintenance facility on April 25, 2015 and tested the credibility of Bobby Tatum's statement. The gate code worked to open the gate as described. 42 On April 28, 2015 the Clerk advised the Board that there were serious issues and that an audit of BQ Concrete was underway. Several Commissioners responded... 43 Al- 0 o1 It was unfair for BQ. We signed a contract with Buddy. We expected him to be paid. Then it's held up, with no warning. The guy doesn't get paid. And I just think it's wrong. (As essentially stated on Watchdogcity.com 5/5/2015) 7,1 Y" L t Ni VA ";6 Commissioner Hiller indicated that the Clerk was being abusive by withholding payments and that it was not justified. (As essentially stated on WINK News 4/3012015) Miss Papageorge indicated that Commissioner Hiller says she and the County Attorney are trying to make sure that BQ gets paid. (As essentially stated on WINK News 4/30/2015) Nicole Papageorge WINK News Reporter 45 Over the past 5 years County staff approved 3,262 invoices from BQ Concrete totaling more than $8.1 Million The Clerk's audit of BQ Concrete continues... 46 UNDER CONTRACT 12 -5974R 6/11/2013 to 6/10/2015 County staff approved 74 invoices from BQ Concrete totaling $1,622,249.16 There were zero invoices from Bonness 47 F.S. § 125.74 County Administrator; Powers and Duties o (1) The administrator may be responsible for the administration of all departments responsible to the board of county commissioners and for the proper administration of all affairs under the jurisdiction of the board. To that end, the administrator may, by way of enumeration and not by way of limitation, have the following specific powers and duties to: o (a) Administer and carry out the directives and policies of the board of county commissioners and enforce all orders, resolutions, ordinances, and regulations of the board to assure that they are faithfully executed. o (n) See that all terms and conditions in all leases, contracts, and agreements are performed and notify the board of any noted violation thereof. e]'Ti 77 3 -4C SECTION SIX: Powers N. @ r0TI D ORDINANCE NO. 2013 -40 Ley O llINACE OF THE BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA, SETTING FORTH THE TITLE; PROVIDING FOR THE PURPOSE; PROVIDING FOR A REFERENCE TO COUNTY MANAGER; PROVIDING FOR THE BOARD AS POLICY ,MAKER; PROVIDING FOR THE APPOINTMENT, QUALIFICATIONS, COMPENSATION AND VACANCY OF THE COUNTY ADMINISTRATOR; PROVIDING FOR THE POWERS AND DUTIES OF THE COUNTY ADMINISTRATOR; PROVIDING FOR THE REPEAL OF ORDINANCE NO. 93 -72, AS AMENDED; PROVIDING FOR CONFLICT AND SEVERABILITY; PROVIDING FOR INCLUSION IN THE CODE OF LAWS AND ORDINANCES; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS. Chapter 125, Florida Statutes, authorizes the Board �qf Cianty Commissioners to provide for effective administration for the adequate and etlicientprovist- of'CZ services to the citizens of Collier County; and WHEREAS, the Board of County Commissioners believes the foregoing ob'O" ve- say; -{ best be realized by placing in the hands of the County Manager the multitude of adoibistriffive tttt� tttt� attt� ntt� �tttt� � ntt� tttt� tttt� tttt� tttt� tttt� 1• tttt� tttt� tttt� •ti tttt� tttt� ttttts r r ,,Z) tttttt: 1 and Duties. i a) ... to that end, the County Administrator shall by way f enumeration and not b way of limitation i v v v , have the following specific powers and duties to i (14) See that all terms and conditions in all leases, contracts, and agreements are performed and notify the Board of any noted violation thereof. i — — — — — — — — — — — — — — — — ttti ttti tti ttti ctrl tti ttti ctrl tti ttti ttti t� � ttti tti ttti ttti tti tt� ttti ttti ttti ttti r M Record 00180316 Company code 1000 Document no. 5100867381 Fiscal year 2014 Exc. Date Time_ Status User Description 000 09/26/2014 09:20:55 10 Leslie Penn Received 000 09/26/2014 10:58:54 50 Jessica Arencibia Assignment Changed 09/26/2014 10:58:54 501 Jessica Arencibia Reassigned - Data was mod'fied coo 09/26/2014 10:58:58 20 Jessica Arencibia Resubmitted 09/26/2014 10:58:59 258 Jessica Arencibia FT from AP -Need MIGO 000 r%6W a& ift � � am Mf �am �-Vm/ � Alexander Blanco Approved oo-D Alexander Blanco Approved 000 o� iAl exander Blanco Sent f or Approval / Action o� �REYESBM Approved o00 �REXESBM Sent for Approval / Action 000 �GGRENTZJR Approved oco IGORENTZJR Sent for Approval / Action °0NTravis Gossard Approved Tara. Castillo Assignment Changed Tara Castillo Reassigned - Data was modified Tara Castillo Resubmitted Tara Castillo AP from FT -MIGO done PRODUCTION REQUEST FORM SAP GOODS RECEIPT AND SIGNATURE AUTHORIZATION tunty Staff FILE^ 41 L J'._RCJUNTYfl.u; Is IHISA1N; - .._. -- EFFECTIVE AS OF: ll�a�4��_6 Ai'� NEW Luu �1 nn UPDATE FOR EKISTM EMPLOYEEI ! ication - L, REMOVAL/TERMINA710N CLERK OF COU RTS FIRST rmxv TraWs IASTNAME:Gossard tAPAR I nI EN I : WORK PHONE: 239 - 252 -8924 Transportation Landscape Maint. ' ••'I understand that by outhorizing items for payment I am attesting that goods have been received and verified and that services ' have been performed and verified.'•' LAST SAM E :oSa rd ' JPLQYEE A GNATUR Ust :he cos: centers in each area that you are requesting authorization -or: COST CENTER AUTHOR17ATION TO APPROVE NON -PO TRANSACTIONS SAP GOODS RFCFIPT AUTHORRATIO, unlimit See attached Ust 1 s6donl. zKz * * *! understand that by authorizing items for payment ! am attesting that goods have been received and verified and that services have been performed and verified. * * *- ALL REOUFST MUST BF APPROVED BY EFFHER THE COST CENTER DIRECTOR OR DIVISION ADMINISTRATOR: SiGNATU; K DATE: � 0 b _ZO Ia T PRINT NAME: v O �til Ir� t t Please return completed ofWnal to the Finance Depwftent. ,O Roor>, Duiidlnq r Billy Summers, BQ Concrete Representative Addresses BCC env; y 1 Board ofcoanlyCommissioneis 1 Puhlic 9 nmmen -1_ 1- ) R . I Every single one of these has been approved by Travis Gossard, they walked every single job we did. 52 D 4 March 2015 Clerk discovered problems with BQ invoices Between Clerk began auditing BQ Concrete invoices and payments in March 2015 and April greater detail in light of discoveries, requested additional records 27, 2015 from County staff, and confirmed fraud 4/27/2015 Clerk met individually with 4 Commissioners and advised that there were problems with BQ and that an audit was under way 4/28/2015 Clerk publicly stated at BCC Meeting that BQ was being audited, some Commissioners urged the Clerk to Pay BQ 4/30/15 Several Commissioners Publically Pressed the Clerk to Pay BQ 5/8/2015 Clerk Requested Additional Records of County Staff Leo Ochs advised Clerk that audit staff were making "atypical 5/14/2015 inquiries" of county staff and requested that all future requests for information go through him alone 6/1/2015 Clerk demanded repayment of defrauded money from BQ Concrete LLC and Billy Summers 6/5/2015 Commissioner Hiller held a press conference announcing that she and Leo Ochs discovered problems with BQ Concrete Vanderbilt Beach Road Wall Spring 2016 Dwight E. Brock 54 Damaged Wall Vanderbilt Beach Road r t y � Ow �. . ' f a woo ..s n' 55 Problem: o Clerk receives false information in writing attempting to elicit payment for a made -up invoice *Work was done by sub - contractor, Coastal Concrete not BQ County staff certified the goods and services were received pursuant to the contract. 56 VBR Wa P; From: GorentzJR <JRGorentzg coil iergov. net> ' To: Billy Summers II , ''ag concrete Zearth Ph. nor' Cc: GossardTravis <TravisGossa•d @cothergov.net>, ChesserEdaie <Edd:eChesserQco1Iergov. net> Subject: VBR Wall Date: Dec 29, 2014 10:39 AM Bill, This Is a time and material job and the ntp and workorder has been issued have them order whatever is needed for that job and getter done. Thanks, J. R. J- 2L Goren tz Contract Supervisor Road & Bridge Maintenance Department Growth .Management Division i239I252 -8-925 Office (239)213 -0136 Fax n' i�ryz7rentzM -t illl ^e;r "�,�r 0 Thls needs to be done asap. 91ripon oil IMITM lkvAvpl I I k Caalr C.faay stead of Cowl" co..N+ i00Ms Pulcha.Iry O.perulrard Pllaria 2JIF232 -M07 cu 270.7J2-0s44 Tea Ea.npl. 0 Sa015MGS3 W l Vend" t 10"33 sun or QUARLES 00 CONCRETE LLC SO" pfW Root RO. d329 NAPLES FL 3.11• Please deliver to: GROWTH MANAGEMENT DIVISION Cd.M ROAD MAINTENANCE DEPARTMENT 4000 DAVIS BLVD NAPLES FL 341o4 -6306 Cod., f:oanfy eased of Cwrdy Ca3nr.e. . 47AE St :3[s9 T.rnan� TA E Ste 700 mpi" FL 34112-5749- OR era an fa b=qX* <OodlMC1wk m.+ Purwrca• order neater wwa pp —r arl ref-ad "nvapdndere., chlppar� MP•r+.rW anwi�.. Purchase order _ - R, ...� 4=154206 a /0100/4014 Yeln1 Oaarwy Ck" 0111030rmle Tom* of Payrfwd M.130 Dao clam hw Vbko met—At 0yacreptlw+ -- over Opr fare Ir.ce Pee Tarr 400.aoo EA + 00 4aaoo 00 00010 c. wee ak C iyorbe ma n elw Md .•• n.m pubs/ dit v ed --' TOW .0 140a *-a t" VSO 400.M0.00 illpoi aaa aa1 aiiiii aiiiiii tan sal $4001000.00 VENDOR Terms and Conditions rn. VENJCSR ap ... tow^ P9 •Ah N pwcffi.re Older T. me and Cond tan as oulln.d on the Coaw Ca.dY gcOr.. w 0 Yrf« nw .b netp �,wwe,..00wroa.rrvine.Ka+panvo�' 752 (rwl.fon dcb o1r1v20oe1 . itw+erp eNh.T •^<1 DeY^�1 rrrn.. FuM.r tM VENCOR IprY. b and ferMc.s oltWWd In 9tk PWI +h a older M0% dM PAD". I.rm. d.4 9--,y —kh d and rq.ar.c.ldu Dlled .ISar.. 7 l'k�Y d.oeRnl.ra Irren.diwefy Y ordr fu3sarn.nt u,nol Dear as spaaOfled. ] Send ell arw.oee b. Garl.r CnrrlrY 00ard d CwarY CaldWr.,al.n Aan: Aaownts Paywce 3299 T.-L—. TO E SA. 7130 Napl.e Fl 34117 -S749 OR .m.a b Eccepd.°nn Th. F%.,dja a Order Y .0 plorLud t Wr ddecdon of Cd3w C WY 9�'d Of Couray Cann e.,a by ScY 4MA.l.rnc.r. Uenerw SrykA. / P-Kt— M OW00" Contractor WerN 0-dar U—ber RM18005 Vanderbilt Beach Road Sound Barrier Wall Damaged in Accident !lame VandenaC Bea Roac Saun:l tmer Wal, Damaged Status CunV:eted I'1 Accldenl wo-t OWVr TYPO ActMty 111 527 FENCE Rc—'r AIR INSTAL` wan I tr•e south ude H site aid Teo oce.%h Work Order Number Vanderbilt Beach Road Sound Barrier Wall Damaged RM18005 in Accident $26,720.10 112620 :5 03669 Blanco, Alexander 942-CONTRACT MA1NT SUPV. 0.50 maril mrs 521.213 ENGINEERING AND INSPECT As JR and I apprca —d the job site arm, the contractor had begun the repo of the concrete wall. 2r' Zit %015 12'0(:0[ >�• The contractor had all the e4uloment and the neC"SSarV post and panals on the Job site. 1/27/2015 01846Cresser, E00e 941 -CONTRACT MAINr SUP/, 0.50 rrha nhans $20.11 ENGINEERING AND INSPECT Inspection of wall repair$I"/L1AOR 1/282015 01846 Cne95er, EWW 942- CONTRACT MAINT SUPV, 0.50 mane— $21.11 manhoun $21 .:C ENGINEERING AND INSPECT inspectlon of wall repair L312015 01846 Chesscr, EWOe 942 -CONTRACT MAIM SUPV, 1.00 manhoun $40.23 manhoun: $1006 ENGINEERING AND INSPECT inspe&lon of wall repair mantowc $3J 17 Subtotal: 0.00 .-hours $SON." nw9n�rs 361.43 ayy Count: 0 $204.72 - - — fed00Nmt - A,,cwUMaI mantcur. $21.10 �ea��� r arresis $)O.n 1F26/201S OC2.149 2007 FORD FISO CREW GB 942-ODNTRACT MAINT SUPV, 1.00 $14.00 ENGINEERING AND INSPECT U27F201S CC2 -433 2009 FORD FIN 942 CONTRACT KWff SUPV, 1.00 $15.00 —houru $70.11 4WSUPFRCAB ENGINEERING AND INSPECT UZ82015 07-433 2009 FORD FISO 941-CONIRACT (MINT SUPV, 1.00 $15.00 4WS11PER MG CAB ENGINEER AND INSPECT n ar�hars $10.11 2132015 CC2 -433 2009 FORD FISO 942 -CONTRACT MADTT SUPV, 1.50 $12.50 4WSIJPERCAS ENGINEERING AND INSPECT Subtobl: 4.50 $66.56 mannours p$,p nwd,ou-s 320.11 Entry Count: 0 4,50 $66.50 neuhoun p0,$$ Contractor \ Ot1w (900mate) Olhw goat 4O.00 ContnQor \ Other (Actual) :2/16/1014 B.Q. CONCRETE 111 -527 FENCE REPAIR / INSTALL $28, 388.88 Nob" 16T 2 Other Cwt $2$300.88 Monday, February 23, 2019 2 of 2 I Fro= Billy Summers A < billysurnmersbeconcreteO-)earthfink .net> Sent: Monday, February 09. 2015 11:26 AM To: HCCAPCLERK I Cc: ChesserEddie Subject Invoice Attachrnents: 0233, RM 0!8005.p,df; BQ concrete Varderbilt repair, Invoice 12- 30- 14- TW.doc Please send me conftrmatlon that you received this email, or I will assume that you have not received It_ Thank you, Billy S. Summers II Construction Manager, BQ Concrete LC, BQ Construction LLC 239 - 289.4230 Cellular 239 -262 -7320 Office 239 -354 -4458 Fax BQ Conentc LLC 6017 PineriJge Rd. 029 FL 34119 Bill To 2 owt R Rddges rmia Go—rd 9800 Davy blvd. `,.pl.s, 613110.1 SA Invoice Date Invace tt Beach Road Wall P 3CC/BO Contract Display contrast: them overview 96a-11OD P8NeEM964 (It NACcaurRA59MWtS $s Agreement 4600003297 P9reement Type We Agmt Date 07/0912013 en r — 100433 QUAFUS Currency USD Outine Ayre t Aerts Item I aterW Short Text Targ. Qty 0... Net Pnce Der 0... Mat. Grp Pint SLoc 0 T... 10 0 CONTRACT EXPIRED 3, 000, 000.000 EA 0.001 EA 7450: 20 0 2W4ZW ��d n7f3 I 1.000 EA 1.001 EA 74507 30 U PRIMARY 1.000EA 1.001 EA ?4507 40 0 GHOST REQ #10200700 1.000EA 1.001 EA 74507 ' ► Mar Id AD ASOW15 " 4b�Bter1 by Randy jovbs I J �7 DOCame It w On C;, Mt Renew Messages e Cp Pe Y" Set[tg Accouno g Dvoirw.b %r4ard PO - 4500151206 Vendor 100433 BUDOY QUARLES Doc date 10,00A014 NnKe COrrdtJmrs Teo, Address CW-WAMUM PaOten Oq. 00b $taus OJ*WM Of Saksperson IN[M PFAxx) Yov Reference Tei *we TFRM put Reference B® Lrguege M tl'1t6 S. Mr 0... Orb. Me NetPtl.. Per O Matl(xouP Re0uatWK4 T PUrdcaSt R... R. Ware AV ffrwM tr R... Stor Loaw Purdusnq Doc. Rem HO -. {30 EA 04;30.7015 1.001 FA CONCRETE CON TRACTOR IAPiere 5:02: 4771 10 46000032$7 0 0 : Record 00209279 Company code 1000 Document no. 5100891848 Fiscal year 2015 Exc . Date Time 9MUS deer; :. :..:.:: Description It20Ad 000 02/11/2015 08:24:19 10 Leslie Penn Received 000 02/11/2015 09:35:46 50 Jessica Arencibia Assignment Changed 02/11/2015 09:35:46 Sol Jessica Arencibia Reassigned - Data was modified 000 02/11/2015 09 :35:49 20 Jessica Arencibia Resubmitted 02/11/2015 09:35:50 258 Jessica Arencibia FT from AP -Need MZGO 0oo 02/11/2015 09:42:47 60 Gloria Herrera Sent for Approval / Action 02/11/2015 09:42:48 604 Gloria Herrera Approval required 000 02/12/2015 07:33:10 61 Edward Chesser Approved I Edwara Chesser C I Edwa rd C--he s s e r 00 I Diane Lynch 000 I lie Lynch 000 WF -EATCH 000 GORIENTZJR Oo0 IGORENTZJR O0o I Travi £ Gos s a rd °°° I Glo r i a Herrera Ooo Gloria Herrera 000 000 Gloria Herrera ... Gloria Herrera Me � Oft � � � �� �'� Approved Sent for: Approval / Approved Sent. for Approval Sent. f or Ar-)proval Approve. Sent for Approval Aprproved- Action Ac t i 0-,rl Ac t i cn Keassigned - Dara was ReSitted F . f tbm FT-MIGICI done rr-, o di i e PRODUCTION REQUEST FORM SAP GOODS RECEIPT AND SIGNATURE AUTHORIZATION FILED 41 L J'._R COUNTY FLu; 114: tAPARIA1EN1: - Transportation Landscape Maint. ' '•'1 understand that by authorizing items for payment I -- ' am attesting that goods have been received and verified and that services have been performed and verified.'•' LAST NAM E : G o ssa rd I PYAYEEAGNATUR , Ust :he cos: Centers in each area that you are requesting authorization -or: COST CENTER AUTHOR17ATION TO APPROVE NON -PO TRANSACTIONS SAP GOODS RFCFIPT AUTHORRATIOI tars bdo unlimft See aFtodted Ust XKx I ***/understand that by authorizing items for payment/ am attesting that goods have been received and verified and that services I have been performed and verified. * ** SIGNATURE DATE:3 - -- PRINT NAME: v 0 1 I✓� t t / Please return completed anginal to the Finance Department, 0 Roor>, Dud&nq r EFFECT'NE AS OF: luf l/If f _6 AM 91' u CLERK OF COURTS a O.0 IAsrNAmu Gossard wow "ow: 239- 252 -8924 is tI+ISAIN; _- - NEW _ UPDATE FOR EMSTING Er. -i REMOVAIfTERMINATION FIRST rom, Tram 114: tAPARIA1EN1: - Transportation Landscape Maint. ' '•'1 understand that by authorizing items for payment I -- ' am attesting that goods have been received and verified and that services have been performed and verified.'•' LAST NAM E : G o ssa rd I PYAYEEAGNATUR , Ust :he cos: Centers in each area that you are requesting authorization -or: COST CENTER AUTHOR17ATION TO APPROVE NON -PO TRANSACTIONS SAP GOODS RFCFIPT AUTHORRATIOI tars bdo unlimft See aFtodted Ust XKx I ***/understand that by authorizing items for payment/ am attesting that goods have been received and verified and that services I have been performed and verified. * ** SIGNATURE DATE:3 - -- PRINT NAME: v 0 1 I✓� t t / Please return completed anginal to the Finance Department, 0 Roor>, Dud&nq r EFFECT'NE AS OF: luf l/If f _6 AM 91' u CLERK OF COURTS a O.0 IAsrNAmu Gossard wow "ow: 239- 252 -8924 SAP: Clerk Requested Backup BQ Invoice 233 Revised, dated 1/29/2015, Record 209279 notes all the amounts and quantities are correct. 02/12/2015 07:31:21 EST CHESSERED migo 5000949931 02/19/2015 07:55:23 EST HERRERAGT (Gloria Herrera) please provide breakdown /backup for materials, thanks 02/19/2015 10:28:58 EST ARENCIBIAJ (Jessica Arencibia) Audit Completed. Ok to pay. Contract 12 -5974R (ITB) exp date: 06/10/15 Concrete; Road, Sidewalk Curb & Floor Installation and Repairs 12- 5974R; BCC APPR 06/11/13; ITEM #I I C *ALL RATES AND CALCULATIONS VERIFIED *20% MARKUP VERIFIED VENDOR APPLIED 10% DISCOUNT 02/23/2015 09:09:32 EST ARENCIBIAJ (Jessica Arencibia) 65 From: To: Cc: Subject: Billy summers II Chesser-Eddie Sent: Thu 1/29/'2015 2:35 PM Buddy, Quarles this is m--e- back up for In , oice 2 -33 Rh1 =10,301-J5 Q- BQ concrete 'Y'anderbilt repair 1-2- 10- 14- TI,`.',d---)c (156 KB) Please send rre ,_:0rifirIr.3ti:--)i7 tl7,3t ',f'.CIL. t1lis email, or I will aSSLI'ne tl -lat ',,�ci, ha*,,'e not recel'�, ed A. Thank you., Billy S. Summers II Construction Manager, BQ Concrete LLC, BQ Construction LLC 239 - 289 -0230 Cellular 239 - 252 -7320 Office 239 - 354 -4455 Fax I Coastal Concrete will not be liable for underground utilities, irrigation lines, landscaping or sod. We propose hereby to furnish materials, complete in accordance with above specifications, For the sum of $25.236.00 Payment Terms: 50% down. remainder upon delivery of material to site Sales Person Tim W inschel re Nor* as specifed. Payrnen• is due upon DNe tvc�- . Invoice hom Coastal Concrete Products, LLC 3021 Prosper. Aver _e Tele (22139) 2e3 -0700 Naples, Fbnda 34 Fax (239) 2831058 mitted C:1Cu15104e0 To: Bo Concrete Phone: 249 -2316 Fax: / Address: 4790 Pine Ridge Rd Job Name: Vanderbilt Beach RD Attn: Bill Summers City, State. Zip Code: Naples, FL 34119 Job Location: Date of Plans: Job Phone: 289 -0230 Date: 12/30114 k IF ast' We hereby subrr I speoicatans and estn ates `or Materials to repair damaged precast concrete fence on south side of Vanderbilt Beach RD. 8' high, wood look, color to be similar to existing. Matenal #hbff1jW WIW%�irgi&and 12 top caps i1crete and 96 panels ' .00 L$25,236.00 r Coastal Concrete will not be liable for underground utilities, irrigation lines, landscaping or sod. We propose hereby to furnish materials, complete in accordance with above specifications, For the sum of $25.236.00 Payment Terms: 50% down. remainder upon delivery of material to site Sales Person Tim W inschel re Nor* as specifed. Payrnen• is due upon DNe Proposal ftm Coastal Concrete Products, LLC 1921 Prnspec: A•,e,ue Tele (239) 283-.9700 Naples. Fonda 34704 Fax (2391 283.1058 CGC*1519460 , To: BO Concrete Address: 4790 Pine Ridge Rd City, State, Zip Code: Naples. FL 34119 Date of Plans: 'We hereby srbml specifications and esbmrde% tcr. Phone: 249 -2316 Fax: Job Name: Vanderbilt Beach RD Attn: Bill Sommers Job Location: Job Phone: 288 -0230 Dribs: 12/30114 Labor and material to repair damaged precast concrete fence on south side of Vanderbilt Beach R0, 8' high, wood look color to tie sim,iar to extsting Materials to be reotd "tW- Ws" top caps and 96 panels � $61840.00 1 Coastal Concrete wits not be liable for underground utilities, irrigation lines, landscaping or sod. We propose hereby to furnish material and tabor - complete in accordance with above specifications, For the sum of Payment Terms: 50% down. remainder 30 days Sales Person: Tim Winwttel All material is guaranteed to be a9 specified. Allwork to be cornpleted in a wolkmanfike manner according to standard praCroes. Any afberation or dev%anon horn above speedreabon involving extra costs to be executed only upon *norm orders, and will become an extra change over and above the estirnate. All agreemerfs oonbngent upon s"es. eccidenls of delays beyond our control. Owner to carry fire, tomeed and other necessary tnsurance. Our wotkm are NM vered by Workmen's Co peftSalton Insurance. Authoraod signeturc TJW Thus s proprmal may be .Indrawn by us if not aooephd within tNrty days Aerxptance of Proposal TT,e above prices, sperJtk:abons and omxhbons are sabstacao y and are hereby accepted . You are autlhorize to do the work as specfied. Payment is due upon campbtion. 5rgnetvm x ' Date _ -- � =Z p S Coastal C,oncretc Products, IA.0 7742 Alico Rd Fort Mycrs, FL 33912 i :02013 503 B01 Tc BQ Cencrcm et Coastruai^ 1.1.0 6017 Plae Ridge Road 0329 Napkx, FL 34119 Mc.erA)- maa, 1L I �fif C e Tam* Ow Deis !bp Pr*O Dec on roatpl L'2Y1013 T79V Vsaserb h Bch Rd Amaral Project: Vanderbilt Beach Rd- Fence Repair Labor and material to repair damaged pre-east oonaete fence on south side of Vaadc Beach Rd. r high, wood look, color to be tiimdw to existing. Materials to be replaced include (12) pasts Bold lop cap* asld (%) panels. Prevlotatf paid deposit Cox 10017, dulled 11=15.S 3 .240 00 Mail to! 7742 Alieo Rand, pal Myyerst IFL 33912 Sates fax (BSc) 11's been a pleasure polo" with yowl Phone t Fax 6 239 - 2004079 1 239 - 334 -1399 L $67840.00 - 3,240.00 00.0 Total $3.600 00 Paymenti;Xrtsdita so ca Balance Due 33,600.00 7 V City, State. Zip Code: Naples. FL 34119 Job Location: Date of Plans: Job Phone: 289-0230 Date: t2r3^ /14 'dye ftmoy stbmil weof otim and esaradn,; for A" rnatanai to'9p2f damaged precast concrete fence on south side of Varneroia beacn KU. T hlo, wood 1o_-* cobr to be similar to extsfirrg Materials to be MOaced Include 12 post aril top cep- and 96 panels $6,840.00 p�t-rl3 � L Y Coastal Concrete will not bo lablo for uldergrou+d util£ies, irrigaticr linos• landscaping or 3= We propose hereby to furnish materlV and letter –complete in acoonrancx with above specdxabons. For the aim of Pevmerlt Termx 60% Own mmakKW 3o days. Sdes Person: Tim Wrachel Ail maladalh yuataxHd she.. ®..IPW 1Ly!. All —A In Wa ' iax" t. Mrdard om. 03a 'Any 'Irar,o , a deritsk. Yom at— ulorXwicr. nNMtp extra w9s x be execoed ony open wfte oxlaa. attl wit baCO mat, extra r t, r,y, over and abawe he ea:ieate. PA dgree ft —tr ipent upv, ebikea, atziJent, ct yclatm bayor>,j w oWttt Ovrnerto carY rte. torrleda and 7.he-ne3eaaery'raurenp. Ow waken erd'vr wend by `JVasmen'l G0,M-!rieban lnauntaoe. Awdsrcod agto;ut'e TAN L ��"� NOW Th 4 proposal r-tay 7e wflrowr by ui It M1(4 eNepgd Mhn Mrty QWl A— gdxnce or Puxtawai me abrxu pM1r1 srxb'RUrtMM rral r�nidilonv out axrNarYnry arH arc F^`^t'Y at[wylrtc Ynu xe a•flhurtie •n .]^ der•. vawk a5 s41m11a7 Paymsnt Is alts upon cornpNlion. 0gtatrro Doic Invoice A astal Concrete Products, LLC 3921 Prospect Avenue Tee (239 263-9 W nepks• Fbdda 34'04 Fax (239)203-1058 CGCI1519M9 To: BO Concrete Phone: 249 -2316 Fax: Address: 4790 Pine Ridge Rd Job Name: Vanderbilt Beach RD Att Bil Summers City. State, Zip Code: Naples. FL 34119 Job Location: Date of Plans: Job Phone: 289 -0230 Date: '2130114 saeofiraoas oral etittair damaged pecast concete fence on south side of Vanderbitt Beach RD ookcor to be similar to ex sting. Materials to 12 posts and 12 top caps and 96 panels $25,236.00 Coastal Concrete will not be liable for underground utilities, irrigation Ines, landscaping or sod We propose he materials, plete in accordance with above specifications. For the sumo 25.236.00 Payment Terms: 50% down remainder upon delivery of material to site Sales Person: Tim W nschel Al materal is guaranteed tc be as spe fied. An work n be Completed n a v"k —fte mariner acror3ng to Aardwd pracoxs Ary aterabor a devaocn from abort speaficabon ino" extra cats v be eaeated only upon weiben orders, and wed be ne an ex>a dta%le —nd above tte estimate. AI agreements ear rWM epos strikes. aaWents or iNays beyond ourcutmI Ownet to ratry fim. mmado and c&w necessary issuance Ov workez are full covered by'Nakmen's Campensabw insurance A.Nta¢rd sgnatre TJYV Nate: Ths poopmal may be witndrawn by us a rxx accepted whim utity daps. Aoceparoe of P'aposat The above prices, specri a and oo)dtiae are sabsfacWry and are hereby accepted . Ym are Lth—to oil N,o—q an:pociRtd. Paymemis — +pen oomyctitn. Sgnaare Date art, X ;t ;� document Proposal rroir Coastal Concrete Products, LLC 3921 Prospect Avenge T?le aM 2832700 Falna, Fbrde 24104 Fax 4239i 2934050 CCrCIt31943� To: R0: inrcrrtr. Phone: 244- 211f-, Fea; Address: 47,0 Pine Ridge Rd Job Name: Vanderbit Beach RC• Ann: Bill Sommer, City, State. Zip Code: Naples. FL 34119 Job Location: Date of Plans: Job Phone: 289-0230 Date: t2r3^ /14 'dye ftmoy stbmil weof otim and esaradn,; for A" rnatanai to'9p2f damaged precast concrete fence on south side of Varneroia beacn KU. T hlo, wood 1o_-* cobr to be similar to extsfirrg Materials to be MOaced Include 12 post aril top cep- and 96 panels $6,840.00 p�t-rl3 � L Y Coastal Concrete will not bo lablo for uldergrou+d util£ies, irrigaticr linos• landscaping or 3= We propose hereby to furnish materlV and letter –complete in acoonrancx with above specdxabons. For the aim of Pevmerlt Termx 60% Own mmakKW 3o days. Sdes Person: Tim Wrachel Ail maladalh yuataxHd she.. ®..IPW 1Ly!. All —A In Wa ' iax" t. Mrdard om. 03a 'Any 'Irar,o , a deritsk. Yom at— ulorXwicr. nNMtp extra w9s x be execoed ony open wfte oxlaa. attl wit baCO mat, extra r t, r,y, over and abawe he ea:ieate. PA dgree ft —tr ipent upv, ebikea, atziJent, ct yclatm bayor>,j w oWttt Ovrnerto carY rte. torrleda and 7.he-ne3eaaery'raurenp. Ow waken erd'vr wend by `JVasmen'l G0,M-!rieban lnauntaoe. Awdsrcod agto;ut'e TAN L ��"� NOW Th 4 proposal r-tay 7e wflrowr by ui It M1(4 eNepgd Mhn Mrty QWl A— gdxnce or Puxtawai me abrxu pM1r1 srxb'RUrtMM rral r�nidilonv out axrNarYnry arH arc F^`^t'Y at[wylrtc Ynu xe a•flhurtie •n .]^ der•. vawk a5 s41m11a7 Paymsnt Is alts upon cornpNlion. 0gtatrro Doic Invoice A astal Concrete Products, LLC 3921 Prospect Avenue Tee (239 263-9 W nepks• Fbdda 34'04 Fax (239)203-1058 CGCI1519M9 To: BO Concrete Phone: 249 -2316 Fax: Address: 4790 Pine Ridge Rd Job Name: Vanderbilt Beach RD Att Bil Summers City. State, Zip Code: Naples. FL 34119 Job Location: Date of Plans: Job Phone: 289 -0230 Date: '2130114 saeofiraoas oral etittair damaged pecast concete fence on south side of Vanderbitt Beach RD ookcor to be similar to ex sting. Materials to 12 posts and 12 top caps and 96 panels $25,236.00 Coastal Concrete will not be liable for underground utilities, irrigation Ines, landscaping or sod We propose he materials, plete in accordance with above specifications. For the sumo 25.236.00 Payment Terms: 50% down remainder upon delivery of material to site Sales Person: Tim W nschel Al materal is guaranteed tc be as spe fied. An work n be Completed n a v"k —fte mariner acror3ng to Aardwd pracoxs Ary aterabor a devaocn from abort speaficabon ino" extra cats v be eaeated only upon weiben orders, and wed be ne an ex>a dta%le —nd above tte estimate. AI agreements ear rWM epos strikes. aaWents or iNays beyond ourcutmI Ownet to ratry fim. mmado and c&w necessary issuance Ov workez are full covered by'Nakmen's Campensabw insurance A.Nta¢rd sgnatre TJYV Nate: Ths poopmal may be witndrawn by us a rxx accepted whim utity daps. Aoceparoe of P'aposat The above prices, specri a and oo)dtiae are sabsfacWry and are hereby accepted . Ym are Lth—to oil N,o—q an:pociRtd. Paymemis — +pen oomyctitn. Sgnaare Date Coastal Concrebe Produces May 12, 2015 :ame, hiolenaar, Esq Internal Audit Manager County of Collier Clerk of the Circuit Court via Email Re: Letter dated May 1, 2015; Records Confirmation and Request Dear Mr. Molisnaa•, I an writing in regards to your correspondence dated May 1, 2015 wherein you requested that we catfirm or deny that our company created documents labeled Attachment A through D. At:adirnent A: Confirmed. Please note tnis is a proposal that converted into a job that we refer to internally as 2015-185.'• otal job Is for $6,840. We hvolced work under Invoice $03 dated 1128/15. we received a deposit in the amount of $3,240. The rest is outstanding which we have had trouble <a laeting from BQ Conerota. Attachment B: Denied. Please note several matters In this coasment. First, it is labeled "nvoics@".Our company solely invoices through Quickborxs and the format of invoices is different Scope of work is identical to attachment A. Tin Winschel who is noted as our sales person Isst11 with our company and did not prepare th s document. Amchment C: Denied. Again, please note this Is an Invoke any we solely toll through Quck000ks. Attachment D: Denied. Again, please note this is an invoice and we solely b71 through Qrickbooks. Our company name is misspelled. Our telephone numbers not correct. Invoice number does not correlate to our numbering during that time period. You further requested any additional records with respect to dealings our company has hao with BQ Concrete. Please note our records indicate three jabs: Y 2015.185 is for the same work as Attachment A. Backup information attached 2. 2014 -139 was for repair work. Backup Information attached. 3. 2014 -070 was for repair work Customer executed twa proposals dated 11/6/13 and 1/7114 but Invoiced amount was below proposal as quantities waro loss. 96161091 Info BQ concrete Vanderbilt repair Invoice 12- 30 -14 -TW E -mail attachment: � PP-11 Read -Only Document Created This document has been opened in read-only mode. Changes Save As cannot be made to the original document. To save changes, Size create a new copy of the document. 16_ 4 Compatibility Mode Created Some new features are disabled to prevent problems when Convert working with previous versions of Office. Converting this file Size will enable these features, but may result in layout changes. Protect Document Ifloo Control what types of changes people can make to this Protect document. Document - q Inspect Document ✓ Before publishing this file, be aware that it contains: Cheek for ■ Document properties, template name, author's name and ksua- related dates ■ Headers • Content that cannot be checked for accessibility issues because of the current file type Last Modified 2/9 /201511:23 AM Created Related People Properties .Author Size ' Pages Words ' Total Editing TimI Title ' Last Modified By Tags Comments ' r t� Related Dates Last Modified 2/9 /201511:23 AM Created 2/9 /2015 11:23 AM Last Printed 1/29/2015 2:33 PM Related People Author Billy S. Summers II Add an author Last Modified By F1 Billy Summers U Show All Properties F1 Billy S. Summers II Add an author Billy Summers Summary Problem: Fraud and lack of oversight Solution: County staff reviews contract details and confirms compliance BEFORE certifying completion and requesting payment 73 There is a Solution o When the BCC enters into a contract o Require County staff to monitor and follow the terms and conditions of the contract o Require County staff to provide documentation in accordance with the contract 74 Fencing Installation &Repair BUE d /b /a GateKeepers Carter Fence J,- "412r, Dwight E. Brock W • 7/8/2014 15.E.10. EXECUTIVE SUMMARY Recommendation to award Invitation to Bid (ITB) 14 -6280 "Fencing Installation and Repair" to Carter Fence Company, Inc., and BUE. Inc., d/b /a Gatekeepers /Gateswork (Gateswork); and authorize the Chairman to sign the attached contracts. OBJECTIVE: To provide esources for new fence installations and repairs to existing fences for County depar,ments including, but not limited to Facilities. Parks and Recreation, Public Utilities, and Growth Management. CONSIDERATION: In conjunction with staff from the Facilities Management Department. the Parks and Recreation Department, the Public Utilities Division and the Growth Management Division. the Purchasing Department developed the scope of services for fencing installation and repairs, and posted an ITB on May 21, 2014. Email notifications were sent to 325 addresses: 35 companies requested the specifications; and on June 4, 2014, proposals from two (2) companies were opened. After review staff determined that both Carter Fence Company, Inc.. and Gateswork are capable and qualified to se•vice the County. It is recommended that both companies be awarded a contract. Individual jobs will be awarded as follows: New work and repair For purchases estimated to be less than $50,000 per order, the department may select one of the awarded vendor(s), quote out 'he work among all awarded vendor(s), or competitively solicit for new quotes per the Board's Purchasing Ordinance For purchases estimated to be greater than $50,000 per order and less than $200,000 per order, the department may quote out work among the awarded vendor(s) or may conduct a separate new solicitation per t'ne Board's Purchasing Ordinance. Emergency Services The County will contact the first available Contractor FISCAL IMPACT: Funds are available in department budgets. Historically the County spends $121,000 annually. GROWTH MANAGEMENT IMPACT: There is no growth management impact associated with this Executive Summary. LEGAL CONSIDERATIONS: This item :s approved as to form and legality, and requires majority vote fe: Board aoprocal. —SRT RECOMMENDATION: That the Board of County Commissioners awards Invitation to Bid (ITB) 14- 6280 "Fencing lrstallation and Repair` to Carter Fence Company, Inc., ana BUE Inc., d/b /a Gatekeepers/Gateswork and authorize the Chairman to sign the attached contracts. PREPARED BY: Acam Northrup, Procurement Strategist, Procurement Services Attachments: ' -4 -6280 – Solicitation 14 -5280 – Bid Tabulation Carle, Fence Contract BUE Contract Pa(ke-, Page -1894- a 7/8/2014 16.E.10. A G R E E M E N T 14-6280 for Fencing Installation and Repair THIS AGREEMENT is made and entered into this day of , 2014, by and between genda the Board of County Commissioners for Collier County, Florida. a political subdivision of the State of Florida (hereinafter referred to as the "County' or "Owner") and Carter Fence Company, Inc., authorized to do business in the State of Florida, whose business address is 3490 Shearwater Street, Naples, FL 34117 (hereinafter referred to as the "Contractor'). WITNESSETH: sposed 1. COMMENCEMENT, The Contractor shall commence the Work upon dale of Board award. The contract shall be for a one (1) year period or until such time as all outstanding services ('Work ") requested prior to the expiration of the Agreement period have been completed to the satisfaction of the County. This contract shall have three (3) additional, one (1) year renewals, renewable annually. The County Manager, or his designee, may, at his discretion, extend the • ntract Agreement under all of the terms and conditions contained in this Agreement for up to one hundred eighty (180) days. The County Manager, or his 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. I • : ' 2. STATEMENT OF WORK: Each Contractor will enter into an Agreement to provide complete services for Fencing Installation and Repair on an as- needed basis as may be required by the Owner in accordance with the terms and conditions of ITB #14 -6280- Exhibit A. Scope of Work, and the Contractor's proposal, which is incorporated by reference and made an integral part of this Agreement. The execution of this Agreemen*. shall not be a commitment to the Contractor that any Work will be awarded to the Contractor. Rather, this Agreement governs the rights and obligation of the procedure to obtain Work outlined in the next paragraphs and all Work undertaken by Contractor for Owner pursuant to this Agreement during the term and any extension of the term of this Agreement. Although the primary user of this Contract is the Facilities Management Department, any County Department may use this contract provided sufficient funds are included in its budget. The process for obtaining services under this Contract is as follows: A Process General Repair Work: Prior to the start of each individual job or group of jobs, the user department shall provide a description of Work to be performed to the Contractor The Contractor shall have three (3) business days to respond that they are willing and able to complete the Work in the required time frame(s). Packet Page -1931- W%41 nrnorates i i H AGREEME NT I4 -8284 for Fencina Installation and Repair THIS AGREEMENT is made and entered into this' day of _ 1-Lµ _ 2014, by and between the Board of County Commissioners for Collier County, Florida. a po> IR;aI subdivision of the State of Florida (hereinafter referred to as the "County' or "Owner ") and Carter Fence Company, Inc., authorized to do business in the State of Florida, whose business address is 3490 Shearwater Street, • • _ , • , ' • • For all Work estimated to be less than $50,1X10 per order. the department may select &A one of the awarded Contiador(s). quote out the work among all awarded Contrador(s); or competitvey solicit for new quotes. • For Work estimated to be greater than $50,000 per order and less than $200,000 Der order the department may quote out work among the awarded Connactor(s), or. may conduct a separate new solicitation . fi Elkt to speedy the period of completion ...in accordance with the terms and room :conditions of I T B #14-6280 [he user department shall provide The Contractor shall have five (5) complete the Work in the required • Far all Work estimated to be less than $50,000 per order: the department may select one of the awarded Contractor(s); quote out the work among all awarded Contractor(s); or competitively solicit for new quotes. • For Work estimated to be greater than $50.000 per order and less than $200,000 per _ �._ �.' _'fir fin_ Contractor(s). -or --mW ,.t'. ...rl. ...this Agreement governs the rights and the period of completion obligation of the procedure to obtain Work �wh�(so outlined in the next paragraphs and all Work 'time for the Ir4edor an Fe(rame specified or an licit for new quotes. undertaken by Contractor for Owner pursuant th o�the ou to this Agreement during the term and any rfonnance of th�s Work r N 14-8280 - Fencing extension of the term of this Agreement. riseravceoff incorporated r - -- - - - - - - - - -M III O to the Mats, id the one ractDr r (10) rplolo ry the pe of tegral Work ion of .n by N ft , any 9e1. ride a �e (3) fused Co Per Cll -ty Aar..wraove sevia® Ducrar, pWVsm INVITATION TO BID •o81*41! ;im From: Adam d. The test shall be repeated for at least tq representative locations and for all suspect Time fence sections. • Furdw, the County requires awarded vendors to: 1. Pravda warehouse; distribution of fence inventory parts in the Collier andfor Lee County area. 2. Abide by all County safety standards (i.e MOT). 3. provide quote information upon request by the County project manager in the following timefrarnes a. For emergency work, provide verbal quote wthin one hour from contact by the County's project manager. b For a neral repair work, provide written quote wilhm three (3) business days from contact by the County's project manager. A'no-quoll or 'no -bid' is considered a valid quote by the County. a mob Eouoolarn na of eouctagw imt.Haban_or am u "h6W(JJWJft 8. Provide invoices (billing) that identifies the p County's purchase order and the supplier's quote ' Y pp s q � IN number; Invoices (billing documents) must match how the quote was ' documented for labor and material ' Costs associated with the project. ,. i. a:qn sndRprc a • • •I• 3. The Contract Sum: The 7;8/2014 16.E.10. this contract, provided sufficient funds are incluoed in the budget(s). This contract will be purchase order driven. 4. NOTICES: All notices required or made purscant to this Agreement to be given by the County to the Contractor shall be made in writing and shall be delivered by hard, by fax, a -mail, or by the United States Postal Se-vice Department, first Gass mail service, postage prepaid, addressed to the followirg Contractor's address of record' Carter Fence Company, Inc. 3490 Shoarwater Street Naples, FL 34117 Attention: Ken Carter, President Telephone: 239 - 353 -4102 Fax: 239-352-1687 Email: betty @carter- fance.com All notices required or :Wade pursuant to this Agreement to be given by the Contractor to the County shall be in writing and shall be delivered by hand. by fax, e-mail. or by United States Postal Se vice Department, first class mail service, postage prepaid, addressed to the following County's address of record. Collier County Government Complex Purchasing Department . :, Illlllllll� Illlllllll� M � � IIIIIIIIIIIIITIIIIIll Illlllllll� Illlllllll� Illlllllll� Illlllllll� Illlllllll� Illlllllll� � County shall pay the E.1 C a Contractor for the performance of this Work pursuant ' ce, to the prices offered by the Contractor in his In response to ITB # 14 -6280 — Fencing Installation & ' the Repair per Exhibit B Price Schedule, attached herein Ml �� and incorporated by reference or subsequent quotes. Packe;Page 1933• Packet Page -1934- 3UE Price Schedule 7/8/2014 16.E.10. Exhibit B Price Schedule Contract 14 -6280 — Fencing Installation and Repair Iter� #: Position Title ,. :..... purl Rate; 1 Supervisor $45.00 2 Helper $25.00 3 Gate Tech $45.00 The Contractor's hourly rate shall be on a portal -to- portal basis. Hourly rates are considered as "Regular Time" and defined as County business hours; Monday through Friday 7:30 AM to 5:00 PM. "After Hours" rates shall be "time and a half' (1.5 times regular time hourly rate) and applies to Monday -- Friday 5:01 PM to 7:29 AM, all day Saturday and all day Sunday. The "After Hours" rate shall only be charged for time actually worked during the "After Hours" period. Percentage--. Item ## Description in 1ecimal Percentage markup on 4 1 Materials .25 The Contractor's hourly rate shall be on a portal -to- portal basis. Hourly rates are considered as "Regular Time" and defined as County business hours; Monday through Friday 7:30 AM to 5:00 PM. "After Hours" rates shall be "time and a half' (1.5 times regular time hourly rate) and applies to Monday -- Friday 5:01 PM to 7:29 AM, all day Saturday and all day Sunday. The "After Hours" rate shall only be charged for time actually worked during the "After Hours" period. U7r&nAhkn;ffe M = 7/812014 1 6-E.10. Exhibit B Price Schedule Contract 14 -6280 -- Fencing Installation and Repair LItem #'I Positidn Title 1 Supervisor 2 Installer 3 —'.General' Labor Hbb ly Rate i $60.00 - - - -- $45,00 -- - - -- $30.00 Item in �e I,-nat Percentage markup on 4 Materials .15 The Contractor's hourly rate shall be on a portal -to -Aortal basis. Hourly rates are considered as "Regular Time" and defined as County business hours; Monday through Friday 7;30 AM to 5:00 PM. After Hours" rates shall be "time and a half' (1.5 times regular time hourly rate) and applies to Monday — Friday 5;01 PM to 7:29 AM, all day Saturday and all day Sunday. The "After Hours" rate shall only be charged for time actually worked during the 'After Hours" period. 0 Item # Position Title Hurl Rate 1 Supervisor $45.00 2 Helper $25-00 3 Gate Tech $45.00 I Item # Position Title- 1 SupeMsor 2 Installer 3 General Labor H -61i rly Rate 1 $45.00 1 $30.00 Item, 9 D6' 1ptitn.-. fin 06cimat).'' Percentage markup on 4 Materials r .15 Perce'ntage., Item # Descriptio'n in Decimal) Percentage markup on 4 Materials .25 I Item # Position Title- 1 SupeMsor 2 Installer 3 General Labor H -61i rly Rate 1 $45.00 1 $30.00 Item, 9 D6' 1ptitn.-. fin 06cimat).'' Percentage markup on 4 Materials r .15 AGREEMENT14i2l0 br FencNg Iro4tstlon end RewM THIS AGREFMENT "s made and emernd mtc the Z dey Of 2014 br and between the Bo" of County Comm+.ssia+n.a fa Collier County, Florida, a pohic*l subdivclon of the Stab o! av " _ - Woo". TL 34 -- _ IN WITNESS WHEREOF the ConGa for aral the Cwnly. nave each, respxtivety. by an eulhonced + COW person or uocnt heteurWer set trelr hands and wets on the date and year Ursa above wTlten. "on days w 2 STATE Work " pan of The e. .,I be Cle Pi Contra term of Aghw The A Pour It ATTEST: Dwight E: Bmr<i Cladl of Cauk ti Dated.' VIr I AtL* asld Nnol s *rtweoMf. BOARD OF COUNTY COMMISSIONERS COLLIERC NTY ORIOA "N Henrong. C man A ^ovea as to form d leJpa6cy'. Jj 12 c... C, County Attorney Tie Page 10- f _ AGREEMENT146,M for I-m—c installation and Reoair TIt1S AGREEM[NT ,e made wrd cnkxed kW Uus "'doy o' .2014. 1>) Rrd k*tcen : -a Boan7 Q Ccur F rondo ;hercewtl Gatev vork. oum Iaod Bmiavand, IN WITNESS WHEREOF, the COnUedOr end the Cwrey, haw Oxen, rodp9a-w . Oy M a1.thortzed person or a;e: d_ haraunder sat lhea hands aM seals on the date and yea. iWt abe a vn)Oen. •:Iovorkj — Carter Fence Company, Inc. BOARD OF COUNTY COMMISSIONERS Contractor �� d'�d• D� .!r By +rat WMea' 91tORwe ��,��I��� A- LL T�rp_ 22- \UA ra-Aw Typed Signatwe y: Q,-,&� k stand Wanaes Tile L[ ?Talk Gtl�P1�.A not tallness Name A ^ovea as to form d leJpa6cy'. Jj 12 c... C, County Attorney Tie Page 10- f _ AGREEMENT146,M for I-m—c installation and Reoair TIt1S AGREEM[NT ,e made wrd cnkxed kW Uus "'doy o' .2014. 1>) Rrd k*tcen : -a Boan7 Q Ccur F rondo ;hercewtl Gatev vork. oum Iaod Bmiavand, IN WITNESS WHEREOF, the COnUedOr end the Cwrey, haw Oxen, rodp9a-w . Oy M a1.thortzed person or a;e: d_ haraunder sat lhea hands aM seals on the date and yea. iWt abe a vn)Oen. •:Iovorkj — BOARD OF COUNTY COMMISSIONERS catefacbcn renewable I hurcred ATTEST, Dwghl E. Brack, Clark of Cowls B, _ COLLIER COUNTY FLORIDA .natant not+ Dated Tern Herwe.0 Lays p'iwt All. A361W 2. STATEME s(gnlbesONW SerYde9 ttx Owner m a DUE. Inc.. dibla Gatekeepers IlLleswork Wait end -t of the o . �• ^�� Corona .1 a. .1 b. W By I.J. pros'+ FIriC WRnecG g nat � 1 �/ I �(� � "ocrllayl 6c r] 1�• aA,-h'k is -o'IC' term W daa -ke?-A T 'n M WN /— .T Typed Swawe AkhouOn �N-aA�mDAs trU County t2: The prowF i Sec1.Njj'%Vet;e 4 /ir Title A P YPelPrint mName Prior to the do. =abuelness d time fmgm( AperGed`a�s ?ton /lomt�Jr o allay. AwMant COrmty Attnrrey . hdrrt PaR•2757• ` nuntty Kends Award Letters to RE: Contract# 14-6280 "Fencing Installation and Repair" RE: Contract# 14 -6280 "Fencing Installation and Repair' Dear Mr. Unger: Dear Mr. Carter: We are pleased to enclose your copy of the fully executed agreement for the above- referenced services which was approved by the Board of County Commissioner; on July 8, 2014 as Agenda Item 16.E.10. We anticipate a successful relationship, and in order to meet that goal, we want to convey our expectations regarding your role as a contractor as follows: 1. Flexibility in making changes, including resource allocation as the need arises; 2. Creativity in finding cost-effective solutions to unanticipated problems; 3. Cooperation and timely communication with County Project Manager and staff; 4. Proper documentation of costs and expenses associated with this contract. Congratulation r do not hesitate •[• We are pleased to enclose your copy of the fully executed agreement for the above - referenced services which was approved by the Board of County Commissioners on July 8, 2014 as Agenda Item 16.13.10. We anticipate a successful relationship, and in order to meet that goal, we want to convey our expectations regarding your role as a contractor as follows: 1. Flexibility in making changes, including resource allocation as the need arises; 2. Creativity in finding cost - effective solutions to unanticipated problems; 3. Cooperation and timely communication with County Project Manager and statt; 4. Proper documentation of costs and expenses associated with this contract. Regards/ ■. -we want to convey our expectations... Ada Northru Procurementst11 4. Proper documentation of costs and C: Dennis Li expenses associated with this contract. Hrrfosurc IL 111111111 ■ PJ0t1gntpemrart• 3327TWm Trril Ent•Wades, nmla34112.1901. a i "mwgwmYpP rsrp Pllrayq [$et - 1927 Tamara real Ease • N", Fbils 31112-4001 • wxu atlas r W A" .q Collier County Co vier County Administrative Services Division Administrative Services Division Purchasinc Putcalasing August 12, 2014 July 16,2M4 Robert Unger, CEO BUI Inc. 1301 Rail Head Boulevard, Suite 5 Naples, FL 34110 Ken Carter, President Carter Fence Company, 3490 Shcarwater Street Naples, FL 34117 Inc. RE: Contract# 14-6280 "Fencing Installation and Repair" RE: Contract# 14 -6280 "Fencing Installation and Repair' Dear Mr. Unger: Dear Mr. Carter: We are pleased to enclose your copy of the fully executed agreement for the above- referenced services which was approved by the Board of County Commissioner; on July 8, 2014 as Agenda Item 16.E.10. We anticipate a successful relationship, and in order to meet that goal, we want to convey our expectations regarding your role as a contractor as follows: 1. Flexibility in making changes, including resource allocation as the need arises; 2. Creativity in finding cost-effective solutions to unanticipated problems; 3. Cooperation and timely communication with County Project Manager and staff; 4. Proper documentation of costs and expenses associated with this contract. Congratulation r do not hesitate •[• We are pleased to enclose your copy of the fully executed agreement for the above - referenced services which was approved by the Board of County Commissioners on July 8, 2014 as Agenda Item 16.13.10. We anticipate a successful relationship, and in order to meet that goal, we want to convey our expectations regarding your role as a contractor as follows: 1. Flexibility in making changes, including resource allocation as the need arises; 2. Creativity in finding cost - effective solutions to unanticipated problems; 3. Cooperation and timely communication with County Project Manager and statt; 4. Proper documentation of costs and expenses associated with this contract. Regards/ ■. -we want to convey our expectations... Ada Northru Procurementst11 4. Proper documentation of costs and C: Dennis Li expenses associated with this contract. Hrrfosurc IL 111111111 ■ PJ0t1gntpemrart• 3327TWm Trril Ent•Wades, nmla34112.1901. a i "mwgwmYpP rsrp Pllrayq [$et - 1927 Tamara real Ease • N", Fbils 31112-4001 • wxu atlas r W A" .q BUE Scenario • Ah I 0 ]TO MM re Send all Invoices to: Collier County Board of County Commissioners Collier County Board of County Commissioners Procurement Services DNkion AIM: Accounts Payable Phone: 239.252.8407 3299 Tamiaml Td E Ste 700 Fax. 239-732-0844 Napes FL 34112 -5749 Tax Exempt: 85.8015966531C -1 0 OR email to: bcrapderkoco➢lerderkoom "' Item completely, deivered — Total net value emd. tax USD 8 400 00 VENDOR Terns and Conditions The VENDOR agrees to comply vith all Pmuse Order Terms and Conditions so outlined on Me Color County Procurement Services Dwislon silo: hap: llpurdhasktg .co�0ergovncVRamasing%20 cyfformalAlltwgaspx. Including (Wivery and payment terms. Further the VENDOR agrees to: 1. Provide goods and servhoes outlined in this Purchase Order vMh the prices, terns, cohery method and specifications listed above. 2. Notify deparbnem Immediately if order fulfillment cannot occur as specified. 3. Send all rhvolces to: Calla County Board of County Coranissioners Attn: Accounts Payable 3299 Tamlaml Td E Ste 700 NCPbs FL 341125749 OR email to: DccapderkCcol0erderk.com nhe Purchase Order Is authorized under diredipn of Cofer County Board of County Commissbners by Joanne Marklewlcz. Director. Procurement services Melon %, d C40.V10h691Pe>a9 0"4116M,646316 Prue t d 1 Purchase Order number must appear on all related correspondence, shipping papers and Invoices. Vendor4119733 Purchase order BUE INC 4500157460 — 0212512015 GATEKEEPERS 1301 RAIL HEAD BLVD. STE 5 NA P LES FL 34110 Please Purchase NORTH COLLIER REGIONAL NORTH COLLIER REGIONAL PARK order BEACH WA ER DIS,RICT 151')00 LIVINGSTDN RD I PO NUmISDf Data QZ12612a1 5 4500157460 NAPLES FL 34109 ' Lontacl Person Parks Admin teem Material Description Order Qty Unit Price Per Unit Illat Vapor 00010 FENCING INS- ALLION SRE ?AIR 8400 EA +.RO 8,400.00 "' Item completely, deivered — Total net value emd. tax USD 8 400 00 VENDOR Terns and Conditions The VENDOR agrees to comply vith all Pmuse Order Terms and Conditions so outlined on Me Color County Procurement Services Dwislon silo: hap: llpurdhasktg .co�0ergovncVRamasing%20 cyfformalAlltwgaspx. Including (Wivery and payment terms. Further the VENDOR agrees to: 1. Provide goods and servhoes outlined in this Purchase Order vMh the prices, terns, cohery method and specifications listed above. 2. Notify deparbnem Immediately if order fulfillment cannot occur as specified. 3. Send all rhvolces to: Calla County Board of County Coranissioners Attn: Accounts Payable 3299 Tamlaml Td E Ste 700 NCPbs FL 341125749 OR email to: DccapderkCcol0erderk.com nhe Purchase Order Is authorized under diredipn of Cofer County Board of County Commissbners by Joanne Marklewlcz. Director. Procurement services Melon %, d C40.V10h691Pe>a9 0"4116M,646316 Prue t d 1 CAYMEF"Exs �.,s.,r• - cam-:._ .... , �. PA 1195 AN P R1 (- Rk. -,T1ON I50001lVINGSTON RD NAPLES. FL 34109 i1S 1 Ka:lq:4a •I= 1301 RAIL M-AD 1-( VD Suite 1v5 N A PU-S, F1, -'At I U (239)254 -407'7 infa0l g8k"Ipet5.cuul 011 4I LVATItU CHAIN 1.1NK F14NCE ME i UNolEt 1S TO 13L• BUILT WITH 2 1r2" TERMINAL POST, 1518" LINE POST. 1 5 %8" TOP RAIL AND 9 G.A MESH G.ATI:KF.L•TER_S WILL hi•'RI%1S1I. AND INSTALL A;E PROX +..- 92 LI FAR FEET OF FOUR FOOT TALL TAN P. V.t: I-LNC E THE P VC FFNCF. IS TO BE A CAMBRIDGE SI YLE FUR PRIVACY C ATrKF.F.PERS Wit L FLIRNISH AND INSTALL (11 TEN FMT WIDIF P.V.0 DOUBLE SWING GATE THE P.V.0 FF.NCTr IS'TU BE INSTALLED ON THE FRONT PROPERTY LNE FACING 171E PARK AND •11IL 'HIRL•L RLkLARNI +G SIDES'4'ILL BE DONE IN FOUR FOOT YAL1. BLACK CHAIN UNK Audit Trail of BUF- Invoice GATPliEBPEKS � m ''es•er a + =': :" 1301 RAIL 1IF %D RIVI) 1�° • I Display ConfraCt : Item Overview Suite 0 NAPLES,F1 4110 (239)254-07 n ' ; P [Id (t 01 Account Assignments iufb4g8lwtpemcan greement 4600003790! Agreement Type i%7K Agmt Date 08/12/2014 'endor 1119733 BUE INC Currency USD PARKS AND RLCkLATION W LIVINGSTON RD NAPLES. FL 54109 [IS '• " *MAR<k)OD FFNCE, OM NI 44' cr CArFKIiPF s WILL ILrRKISHAND COATED CHAIN LINK F'EWE 711E FENCE IS TO BL !KILT WITH 2 P.O. 4500157460 )utline Agreeme Item I A M 10 U 20 U 30 U 40 U 50 U DX 294 LL%EAk FEET 0 .. _ K)ST. 15,r LINF. POST.I 5,r TOP RAIL AND v G A 4 Standard PO 4500 7460 Created by Randy Jones Document Overview On n ? 0Print Preview Messages 0 jt7Personal setting Accounting Docume 0I7 Standard PO 450015 1460 119733 BUE INC Doc. date 02/26/2015 °L7I Header S.. Itm A Material Short Text PO Quantity 0... Deiv. Date Net Price Per 0... Mad G... Requisitioner 10 i{ FE1'4CING INSTALLION & R._ 6,400.000EA 07/07/2015 1.001 EA FENCIFIG HOLDER I I tems ial Short Text Targ. Qty 100,000.000 14 -6280; BCC APPR 07/0$114; ITEM x16E10 1.000 GHOST REQ =10213041 1.000 TIME & MATERIAL QUOTE REQUIRED 1.000 TIME & MATERIAL QUOTE REQUIRED Outline Ag.. Con... Stor. Location 10220063 10 L== 10 nim County Pre Ma -•, • "• :f,TA. • 1 From: CatoeNiatthew Coll lerpoi .,� - — — -- i Sent: Friday, September 25, 2015 10.2 Mo To: bz.b2 -: k ?r,er CQ, m Cc: Beta ncur- NataIi - tNataIi5Fit:, nrt _iri1cr ?illertrC,�;.nf't> Subject: FW: Pricing 10r, Under, I randomly reviewed 10 or so other invoices you subrrritted, none of them had a mark-up listen, and have been paid. Did you change somethingiin your invoice process? If you do a time and material (T &M) job and invoice TEAM with a mark -up we have to be able to verifythe mark-up during our audit function. How can we audit a mark-up or discount without the victual cost cif the material? I completely understand you issued the items out of your inventory but there should still be something that shoves the cost to si upport the invoiced amount. Respectfully, M att Collier County - Procurement Strategist 3'n27 Tarniami Trail East Naples, FL 341:12 Tel. 289- 252 -8929 Far,: 239 -252 -6421 From: Bob Unger [�:�i1t� b�t�:g8keeAe.eort1] Sent: Friday, September 25, 2015 11:45 AM To: CatoeMatthew Subject: RE: Pricing :Matt Thank you for your question. That is our point exactly. We NEVER sent in quotes for T &M as we were never asked to ao so, what we did, was we replied to requests for a BID. That is how we have had done it previously — since our contract, we hav,. never been asked to do a fob from our Contract which is T &M. Doesn't surprise me as our contract with Collier Schools is the Sa�fiilt' i` �iil' �' 9f■ �5i�f' itriFi�f�i�if iiiiii�if l�fir ldi�' lliililiP�4i��iiri' 1id1'liii�Yf��i11■ifv�■r —l�■� jusl Thank you for your question. That is our point exactly. We NEVER sent in Wel quotes for T &M as we were never asked to do so; what we did, was we 25) replied to requests for a BID. That is how we have had done it previously ;ol since our contract, we have never been asked to do a job from our 'A Contract which is T &M. Doesn't surprise me as our contract with Collier ml Schools is the same way .... They never ask for us to perform on the al contract, but rather have us continue to BID on the jobs. I assumed that is 1. Instl dust how government does things. -- — — — " acc . e, r � c, -� , % _ c , . wit � ne amount o our ome ime5 i ey even siRne e estimate, although we never required that. IN Carter Fence Scenario 92 Send all Invoices to: Procurement menryBoerdofCision mmkslone s �i;Lry' Alm. ccoun- Aoaable nryCarmissbners Procurement Services Division Amt: Aceoul� Payable Plane 239- 252 -9407 3299 Tam—i Tri E Ste 700 Fax: 239-732-0844 Napes FL :54112-5749 Tax Exempt &iMI5966631IC -1 OR email to bdcapclerk®collierclerkrom Vendor a 100508 CARTER FENCE CO NPANY INC 34% SHEARWATER ST, STE E NAPLES HL 34117 Please deliver to: COLLIER COUNTY WATER DISTRIBUTION 4375 PROGRESS AVE NAPLES FL 34104.3000 ronr Marorlal Doxrlptlon 00010 EsU1311149_Rep1aee 2 hinges _5492 SR92 Purchase Order number must appear on all related correspondence, shipping voi —: Purchase order 4500152006 r-1-07131121014 Purchase order Pr) rNki -ob•r 4500152006 1 C•3rrlaL1 Frcrson W3te r DIE pt Tams of� 409.253214. 634999 REPLACE 2 SETS OF HINGES ON GATES AT 5492 SR92 ESTX13 -4119 "' Item comptetaly dNuW red — OrdorOry Unit Prico Par Unk Not Valuo 4207:; FA 10^. Li. 75 Total notvaluo extl. tax USD 420.76 VENDOR Terms and Conditions The VENDOR agrees to comply with all Purchase Order Terms and Condlions as outlined on the Collier Cauhty Procurement Services Divl site http: Npurchasing. wlliorgov. noVPurchasing %20POlicytForms7Allt4ms.aspx. including deli✓ory and paymom Nrms. Furthartho VENDOR agiws to. 1. ProAde goods and services outlined In this Purchase Order with me pikes, terms, delnxry method and specifications listed above. 2. Nody departnent lmmledatery9 oroer fulfilment cannot occur as specified 3. Send all invoices to Collier County Board of County Commiss,orars Attn: Accounts Payable 3299 Taman Td E Ste 700 Naples FL 341125749 OR email to: boeapelakeeolliarelerkoom The Purchase Order is auth —cl udder direction of Collier County Board of O�unty Commission —by: Joenre Markiewicz. Director, ProturernoM Somces Divsion PeaM 0UI1R016.11rrn3 ee►263214dtriea Pepe 1 el Js1v 07,T31 f201 4 VV Puri Ora' Orig lnvr m a E •[• 111 r, 7 L Carter Fence Company, Inc. 3490 Shearwater St, Ste E �- Naples, FL 34117 Bill TO BOCC CkTk of Courts Firrance Dept Attn: Acct Payabie 3299 Tamiami Trl B Suite 700 Naples Fl. 34112 -5749 ' iim INVOICE Invoice # 50142 Date 8113M14 V, •"'"'�� It -, �" � . �� .3, .t...... PO # Terms Conrraet/Job-# Es-t./ WO # Sales Rep. Ordered By 4500152006 Net 30 13 41149 AB Anthony Description 7ransmftfal Amount Installation 5492 SR 92 425.00 Rcplucc (2) Sets Of Hiriges.On Gates at 5492 SR 92 vml Adjust Gates U N i Height: 6' ca ° r_ C-) a rn chi C, f= 0 Total: S425 ' co Completed 819!14 0 cD c r C y O z Thank you for your business. Please call if you have any questions. TOTAL s425.00 Payments/Credits SO.00 Balance Due $425.00 Phone. (139) 353 -4102 Fax: (239) 352 -1687 Visit Us At: WWW.Carter- Fence.Com :1dK:j0iil:a014K:AMA IIr: 7;A - -1 October 31, 2014 To whom it may concern. Ref: Invoice # 50142 Carter Fence Conipan,: doesn't purchase material for single jobs. we purchase stock: materials. Unless the job is a cu_.tom job. then use required to order customize materials for that particular job. Let me know if anything &rther is needed or if you have any clttestions. Sincerer Kenneth Carter President m<ej-ectec for i, _ L' I& �J • Carter Fence Company, Inc. ® 3490 Shearwater St. Suite E 3490 Shearwater St, Ste E Navies, FL 34117 Bill To 1300C Clark of Caorts Finance NO Attn: Acct Payable 3299 Twiami Tel E Suite 700 Naples FL 34112 -5749 Al INVOICE InvaEcc 11 5014291 Date 8/I312014 PO A Tenets CoXtIaWJ04 M Bst / WO N S-fes RIP. a rte 4500152006 r r e r 1 Anthony Deserfptfon Trattsneft al Amount Revised 425.00 Replace (2) Seta OfMoges On Gates at 5492 SR 92 lnvnir.p- and Adjust Oates Height: 6. m<ej-ectec for i, _ L' I& �J • Carter Fence Company, Inc. ® 3490 Shearwater St. Suite E 3490 Shearwater St, Ste E Navies, FL 34117 Bill To 1300C Clark of Caorts Finance NO Attn: Acct Payable 3299 Twiami Tel E Suite 700 Naples FL 34112 -5749 Al INVOICE InvaEcc 11 5014291 Date 8/I312014 PO A Tenets CoXtIaWJ04 M Bst / WO N S-fes RIP. Ordered By 4500152006 Nct 30 1341149 1 Anthony Deserfptfon Trattsneft al Amount loatallation 5492 SR 92 - 425.00 Replace (2) Seta OfMoges On Gates at 5492 SR 92 and Adjust Oates Height: 6. Taal: $425 Completed 8W14 Hours: $185 Material: 5239 Thank you for your business. Please caU if you have any questions. TOTAL $425.00 Payments/Credifs 50.00 Balance Due S425.00 Phone. (239) 353 -4102 C� Pax. (239) 352 -1687 Visit Us At WWW.Carter- Fence.Com Send all Invoices to: Cobol Cetrl:y Bcerd -it Co rKy CDmin x,n•Nr C.,II ur C—dy Bca•j ,r Crxrdy G•,rtmxelar »n P•onrerrlarl Ser ryes Oveper ,Aft Arcorte P%,*$. Pvine• 236- 252 -8407 3299 Tanrarni Tit E Stu 'CC, Fee, 2357320344 Napl -Ft 341'2 -5749 tax Gampt. 0383158965310 ()P em at lc'n:renclerk� col ie^kx com Purchase Order number must appear on r reteted correspondence, sh,poing papers Stlt MV*kM: vendors 100508 CARTER FENCE COMPANY INC 3490 SHEARWATER ST, STE E NAPLES FL 34117 Please deliver to: COLLIER COUNTY WATER DISTRIBUTION 4375 PROGRESS AVE NAPLES FL 34104 -3000 Purchase order 4500156604 0111212015 i Purchase order Prn Jur>ts:t 4500156604 "OrtartPatann WAter E,ept Twtnx ai.. Nun Mots" 0wcopflon CAW ft UnR Price Per Unit Net Value C(0117 = •••13.!1,45 ReNACe2"a_,t92S"2 4- I, - 406-253214C34099 kcF.ACI._5.1v:N NNGLS UV GnI L$AI 34'J2 :iF15: c51ft�4115 '•' tart) cwrlpleNy delrveree "• Tote ow',alue oxen Itn USD 426.00 VENDOR Terms and Condtions I I.w YQ.W R sg'w» l0 7wllpy hnfh d� Art1163e Ordr Ttxrnx a•IiCaddkns n u�t xard al the COIIN Cnrlty Prucurr••erc �en ces On1xr�'1 a 1• fbuninnng cNGergnv ne4PunTlnnns'K2lY'Irhrurv.•m• /All twns Wx. ear•. u6ntidelk" rrd payrrrY: arms F other the 0'FV' {lR agrees Ir. Prwloa prods anasarvlDO, o »'Nd r M . F scha.o Craev w[5 tlro trlte2. Ierme. 0grvery m9trod end 3p31u fu* an Ixtw ogee NNIt9 clopwlnertf am»ddaly 1! ode- 6Ill Ill !'Awl cons as speri%e.l Send all rroDlcex a CON' w Ccsrdy Buse Of Cca.rdy Cr Iraxxl%erx Alto Aron rt. Pw,4tl. 3229 Tamam Tn F I;* '(,P Nape; FL 341125749 CR Mad tc. DX4XIQrPc011 tWk COr^ i,,^. Purcmw Order : outhonieo U)Oer c )x10 n of CU M' Cou* 8o am o1' =oU1N Conmx:.anors DY ;,- 1, '-. .L'orr10 Maixwicz, U rwc I. Pro, Wwwd z>oYroL LIIVI:IOr ?nrtM lVr'. -MIRQ Ir!`S �Ba25):143XVSi %yr 1 J' =1- 0111212015 w L� • Carter Fence Company, Inc. • 3490 Shearwater St. Suite E Naples, FL 34117 Bul To HOCC Cleric of Comm Finance Dept Attn: Aoct Payable 3299 Tamietlli Tr( E Suite 700 Naples FL 34112 -5749 Z` Kev-1, arter Prc rm INVOICE � ' Invoice # 50142 ' 1 ' ' Date 8/13/2014 am _ 1 PO M ple-�—' Conlrart/Ab k Est / ;VON Sales Sep Ordered i3Y 45001$6604 1341149 A13 Ad,, Desorption TFansrRlRal Anaffm h mIlatio0: 5492 SR92 425.00 Replace (2) Sets Of Kngem On Gates at 5492 SR 92 P8 o f t AcUust Gates Biling Date :06104/14 Height: 6 Melbourne FL, 329 04 &isconer ACCt:21377 Total: 5427.89 1)s 12. 9 Completed 819114 Labor: (3) Men - 2bn 6 runs Including TTavd = 6.2 hrs 0 $30.04 - Gstcmer PO 8: 1186 Phone: (800) 451-2612 da'ea Per5or. :C.RO8ERT60N Material: 5241.89 (See at:aclxd vc for inoica) Rdra paynw.to tlllllllllllt tlllllllllllt _ _' Material: $241.89 (see attached... order 4 :0- 6017186 P.O. Boa 818 Snipped Via :DIRECT Yimt u8 on the web... Contact Name :KEN CARTER Thank M for your busitims. Please cat! if you have any questions. TOTAL S425M Russell Springs. KY 42642 www.spsfonce.com CusL MDbLle :239- 860 -2972 So.00 TO A 1.3% FINANCE CHARGE. ACCAI /NTS OVER 30 GAYS ARE SUBJECT TO Balance Due 5425.00 PLEASE USE THIS COPY FOR PAYMENT. NO ORIGINAL COPY %VU BE MAILED. "muom Product tern esl:npeon nee Amount IND BOX HINGE 90 degree 4in P.S. 45.00 180.00 lsfl:oo Freight 48.20 6% Tax 13,69 Total Order 241.89 ® O ➢RIrITISIG% PAM Phone f 239) 353 -4162 Psaor 4 aamr. A., dnc,I"Mlre mast ee ones M WKImS d&NMV Documem. Burry a4reas VlaltUsAt: WWW.Carter- Fence.COm wo.ra0awlkablat.....1..wic mnwdwrraer 9wNbed— jeda16%maamiT.nwioe F.. (239) 3S2 -16 ?7 er arse _ PRtela MAY GelANOE MATUOVT MOIKF_ unurw aWlY.:. b s so+- ..saawc. sao. ens & Steel, LLC S32te ' uvore E a :06- 0 171 86 P8 o f t 525fgbutbP Biling Date :06104/14 Melbourne FL, 329 04 &isconer ACCt:21377 1)s 12. 9 Payment 7ems:2% 10 NET -30 1918881 Gstcmer PO 8: Phone: (800) 451-2612 da'ea Per5or. :C.RO8ERT60N Rdra paynw.to N.ade b'! user :charlierobertaon SPS Stephens Pipe & Steal, LLC order 4 :0- 6017186 P.O. Boa 818 Snipped Via :DIRECT Yimt u8 on the web... Contact Name :KEN CARTER Russell Springs. KY 42642 www.spsfonce.com CusL MDbLle :239- 860 -2972 Fax cumber :2393521687 tiol7 1—CARTER FENCE COMPANY Ship Yo:CARTER PENCE CONPANY 3490 SNEA WATER STREET (239) 353 -4102 NAPLES, FL 34217 3490 SNEARNATER STREET " NAPLES, FL 34117 nd Inv is E AI Y _,$�4.1QM PS IS M�RESPCNSlBLe POR RNAL OUINT— M-CRIKEOFFS.'._ #43c7OroN Lhe- - ... _ " —... .. R_e�n�iiw"tFK�e -b+ _ —Ara AMOU:9 _Ow MD BOX HINGEfOde�eetinP_S _43_.0_0 19oOo !_4__4 180.00 Freight 48.20 6% TAIL 13.69 Total Order 241.89 "muom Product tern esl:npeon nee Amount IND BOX HINGE 90 degree 4in P.S. 45.00 180.00 lsfl:oo Freight 48.20 6% Tax 13,69 Total Order 241.89 ® O ➢RIrITISIG% PAM Phone f 239) 353 -4162 Psaor 4 aamr. A., dnc,I"Mlre mast ee ones M WKImS d&NMV Documem. Burry a4reas VlaltUsAt: WWW.Carter- Fence.COm wo.ra0awlkablat.....1..wic mnwdwrraer 9wNbed— jeda16%maamiT.nwioe F.. (239) 3S2 -16 ?7 er arse _ PRtela MAY GelANOE MATUOVT MOIKF_ unurw aWlY.:. b s so+- ..saawc. sao. -ter: ri i ran I .� EWA M I a:a rrrar.� Carter Fence Company, Inc. • WO Shearwate, St, Ste F Display Contract :Item Overview ro a Naples, FL 34117 Caeaacujoa a Dot Sate, Rq Item 11 JA 450015 ?006 9 W6 [1$ ® Account Assignments 13 41149 Big TO BDCc Clerk 0(cow' Finance Depa rum Acet Fryable 3399 Tacniami Trl E MoVendor Agreement J46000037791 Agreement Type WV 1 , Agmt Date 107/16/2014 smk700 Suit Naples FL 34112 -5749 t'laaaallNII/ _ `100508 CARTER FENCE COMPANY INC Currency IISD Outline Agree men ems 20 vid Adjua e! ki�:pbt: 6' Tidal -. S425 Cnmplctai 819114 40 1 III 50 II - e3 y Short T I 300,000.00 14 -6280; BCC APPR 07/08/14; ITEM #16E10 1.00 GHOST REQ #10212310 1.00 TIME & MATERIAL QUOTE REQUIRED 1.00 TIME & MATERIAL REC) LI IRED Standard PO 45 152006 Created by Randy Jones Nl**� Overview On 3 Prnt Preview Messages i G' Personal Setting Accounting Documents and PO 4500152006' 100508 CARTER FENCE COMPANY— Doc. date 07/ Itm A Material Short Text PO Quantity OUn Deiv. Date Net Price Per 0 ... �T.. ur chas�%�. �4.,,,7779 e... 10 K Estr13-41149_Replace 2 hnges.. 420.750EA 09/30/2014 1.001 EA FENCING ADIMEGLIO ro a rrraar Caeaacujoa a fim- i wo s Sate, Rq Item 11 JA 450015 ?006 Nn 30 13 41149 AB 10 1 , Drscription t'laaaallNII/ _ instal 5492 SR 92 20 II Rq�laee ( qs Of Hutee..% Gales at 5492 SR 92 vid Adjua e! ki�:pbt: 6' Tidal -. S425 Cnmplctai 819114 40 1 III 50 II - e3 y Short T I 300,000.00 14 -6280; BCC APPR 07/08/14; ITEM #16E10 1.00 GHOST REQ #10212310 1.00 TIME & MATERIAL QUOTE REQUIRED 1.00 TIME & MATERIAL REC) LI IRED Standard PO 45 152006 Created by Randy Jones Nl**� Overview On 3 Prnt Preview Messages i G' Personal Setting Accounting Documents and PO 4500152006' 100508 CARTER FENCE COMPANY— Doc. date 07/ Itm A Material Short Text PO Quantity OUn Deiv. Date Net Price Per 0 ... �T.. ur chas�%�. �4.,,,7779 e... 10 K Estr13-41149_Replace 2 hnges.. 420.750EA 09/30/2014 1.001 EA FENCING ADIMEGLIO BCC Meeting 3/22/2016 County Manager asserts: There is a change in the way contracts are processed for payment IL Clerk Acknowledges There was a change ... County staff started allowing vendors to invoice Lump Sum instead of the contractually required Time &Materials 101 1 314 Clerk Audits Invoice & Renuests E Record Company code Document no. Fiscal year 00170498 1000 Exc. Date Time Status User Description Item 000 08/19/2014 000 08/19/2014 08/19/2014 000 08/19/2014 08/19/2014 000 08/20/2014 08/20/2014 000 08/26/2014 08/26/2014 coo 08/28/2014 08/28/2014 Wism Ew io low m 08/29/2014 15:40:22 1.0 Connie Murray Received 15:51:54 50 Aileen Plys Assignment Changed 15:51:54 501 Aileen Plys Reassigned - Data was modified 15:52:00 20 Aileen Plys Resubmitted 15:52:01 258 Aileen Plys FT from AP -Need MIGO 13:22:51 20 IARAGM Resubmitted 13:22:52 270 LARAGM FT to FT -In review 10:27:39 60 LARAGM Sent for Approval / Action 10:27:40 604 LARAGM Approval required 08:01:50 61 Pam Libby Approved 08:01:51 614 Pam Libby Approved Psi W"W JW_M�.fflv�w oft %iw iw 09:03:34 252 Aileen P1, FT from AP- Missin 09.03 :27 501 Ail een Plys Reassigned - Data odifi was med 09:03:33 20 Aileen Plys Resubmitted 09:03:34 252 Aileen Plys FT from AP- Missing documentatn 12:26:46 50 LARAGM Assignment Changed 12:26:46 501 LARACM Reassigned - Data was modified 12:26:50 20 LARAGM Resubmitted 12:26:51. 225 LARAGM AP from FT -Other (See Notes) 13:01:48 50 Aileen Plys Assignment Changed 13:01:48 501 Aileen Plys Reassigned - Data was modified 13:01:59 20 Aileen Plys Resubmitted 13:02:00 261 Aileen Plys FT from AP -Other (See Notes) 11 :39:32 50 LARAGM Assignment Changed 11:39:32 501 LARAGM Reassigned - Data was modified 11:39:35 20 LARAGM Resubmitted 11:39:36 224 LARAGM AP from FT -MIGO done 15:14:37 50 Aileen Plys Assignment Changed 15:14:37 501 Aileen Plys Reassigned - Data was modified documentatn �-� �/s� i�ir� 110/13/2014 10:25:43 35 Connie Murray Rejection Processed 110/13/2014 10:25:43 822 Connie Murray R- Biling lump sum inst y y ��1100/')T 1133 1100::2255: :44 0:25:43 82.0 3 Murray ReBilingnlumpcsumedinst of T &7 of T&M 08/29/2014 000 08/29/2014 08/29/2014 000 08/29/2014 08/29/2014 000 08/29/2014 08/29/2014 000 08/29/2014 08/29/2014 000 08/29/2014 08/29/2014 000 09/05/2014 09/05/2014 000 09/05/2014 09/05/2014 000 09/05/2014 09/05/2014 15:40:22 1.0 Connie Murray Received 15:51:54 50 Aileen Plys Assignment Changed 15:51:54 501 Aileen Plys Reassigned - Data was modified 15:52:00 20 Aileen Plys Resubmitted 15:52:01 258 Aileen Plys FT from AP -Need MIGO 13:22:51 20 IARAGM Resubmitted 13:22:52 270 LARAGM FT to FT -In review 10:27:39 60 LARAGM Sent for Approval / Action 10:27:40 604 LARAGM Approval required 08:01:50 61 Pam Libby Approved 08:01:51 614 Pam Libby Approved Psi W"W JW_M�.fflv�w oft %iw iw 09:03:34 252 Aileen P1, FT from AP- Missin 09.03 :27 501 Ail een Plys Reassigned - Data odifi was med 09:03:33 20 Aileen Plys Resubmitted 09:03:34 252 Aileen Plys FT from AP- Missing documentatn 12:26:46 50 LARAGM Assignment Changed 12:26:46 501 LARACM Reassigned - Data was modified 12:26:50 20 LARAGM Resubmitted 12:26:51. 225 LARAGM AP from FT -Other (See Notes) 13:01:48 50 Aileen Plys Assignment Changed 13:01:48 501 Aileen Plys Reassigned - Data was modified 13:01:59 20 Aileen Plys Resubmitted 13:02:00 261 Aileen Plys FT from AP -Other (See Notes) 11 :39:32 50 LARAGM Assignment Changed 11:39:32 501 LARAGM Reassigned - Data was modified 11:39:35 20 LARAGM Resubmitted 11:39:36 224 LARAGM AP from FT -MIGO done 15:14:37 50 Aileen Plys Assignment Changed 15:14:37 501 Aileen Plys Reassigned - Data was modified documentatn �-� �/s� i�ir� 110/13/2014 10:25:43 35 Connie Murray Rejection Processed 110/13/2014 10:25:43 822 Connie Murray R- Biling lump sum inst y y ��1100/')T 1133 1100::2255: :44 0:25:43 82.0 3 Murray ReBilingnlumpcsumedinst of T &7 of T&M !- Record I Status I Status Description iii: Last Sub Status description JVendor no. n Duestic F G H ! Vendor name I FT I Grp I Ref. date 2 001625 83 ' 035 Rejection Processed R- Biling lump sum inst of T &M 0000116794 ACTION AUTOMATIC DOOR CO x: FM 07� 16,14 S2142 3 x00265686 r 035 Rejection Processed Biling lump sum instead of T &M F0000100435 BRADANNA INC X TG1 10/05/15 1699 4 x0006 8115 035 Rejection Processed R- Biling lump sum inst of T &M 0000108712 BSSW ARCHITECTS INC X PAD 05/22/13 8834 01, L' Sri i. gelerAl$n PrSS g illn3Wm&.�zm �.sj..4f � ��4.�.0�:1� ��: °.9giH T Tirl�. � � � � � � � � � P'l. mil � I� 170498 035 Re ection Processed R -Billn lump sum inst of T &M ��iT41�" r 0000100508 CARTER FENCE COMPANY INC X WT 08/13/14 501 i��iA' �4' �T1' �' h�i"' ed4b' �'4b"��1�1��1'JC'�Zt�f"�1{�I'}4 8 00226689r 035 Rejection Processed R- Biling lump sum inst of T &M 0000100476 CDM SMITH INC X WWL 04/23/15 80521 9 00228580 r 035 Rejection Processed R- Biling lump sum inst of T &M 0000100697 CONDITIONED AIR CORPORATION WT 04/25/15 32617 10'00294006 r 035 Rejection Processed Biling lump sum instead of T &M '0000119654 DAVIDSON ENGINEERING INC SWC 02/08/16 15870 11 '00294007' 035 Rejection Processed Biling lump sum instead of T &M '0000119654 DAVIDSON ENGINEERING INC SWC 02/08/16 r15872i 12 00294008 r 035 Rejection Processed Biling lump sum instead of T &M '0000119654 DAVIDSON ENGINEERING INC SWC 02/08/16 15873 13 `00301862 r 035 Rejection Processed Biling lump sum instead of T &IJ '0000119654 DAVIDSON ENGINEERING INC SWC 03/09/16 15963 14 00004858 r 035 Rejection Processed R- Biling lump sum inst of T &M X0000100855 DOUGLAS N HIGGINS INC X Z1 09/07/12 4723 15'00080952 r 035 Rejection Processed R- Biling lump sum inst of T &M 0000100855 DOUGLAS N HIGGINS INC WWL 07/22/13 4749 16 "00274035 035 Rejection Processed R- Biling lump sum inst of T &M 0000120440 FA REMODELING & REPAIRS INC PUL 11/10/15 F890 17 00294521 v 035 Rejection Processed Biling lump sum instead of T &M 0000120440 FA REMODELING & REPAIRS INC PAD 02/09/16 1909 18 00301461 r 035 Rejection Processed Biling lump sum instead of T &M 0000101239 GA FOOD SERVICE OF PINELLAS COUNTY HS 01/31/16 SCOW 19 X00139760 r 035 Rejection Processed R- Biling lump sum inst of T &M 0000113928 GARAGE DOORS OF NAPLES INC FM 04/04/14 '21881 20 X00139572 r 035 Rejection Processed R- Biling lump sum inst of T &M 0000113928 GARAGE DOORS OF NAPLES I1JC FM 04/07/14 21818 21 00105569 r 035 Rejection Processed R- Biling lump sum inst of T &M 0000101341 GROUND ZERO LANDSCAPING SERVICES X CRA 11/04/13 2465 22 00107749 r 035 Rejection Processed R- Biling lump sum inst of T &M 0000101341 GROUND ZERO LANDSCAPING SERVICES CRA 11/13/13 2470 23 P00250385 r 035 Rejection Processed R- Biling lump sum inst of T &M 0000101383 HANNULA LANDSCAPING & IRRIGATION I1J Z2 08/04/15 r18927I 24 100198588 035 Rejection Processed R- Biling lump sum inst ofT &M 0000101405 HASKINS INC Z1 12/22/14 1FINA 25 ,`00083536 ' 035 Rejection Processed R- Biling lump sum inst of T &M 0000108259 HDR ENGINEERING INC X Z2 07/31/13 000941 26 00179803 " 035 Rejection Processed R- Biling lump sum inst of T &M 0000104574 HOLE MOIJTES INC TEC 08/22/14 770677 27'00295356" 035 Reiection Processed Billna lump sum instead of T &M x0000124244 ISS FACILITY SERVICES IP•JC FM 02!15/16199716 Sheetl 6 Carlo Fence C'ompanr. Inc. INVOICE 3490 Sheanvater St. Suite E drderr N 1 54112 :Ti TTTi i�,! IL Carter Fence Compn„r. Inc. INVOICE 3490 Shearwater St. Suite E 7w Atifo 9 4112 Naples, FL 34117 D1Yf 9ear2013 Na TO calla C—stY rft:llt, MN.gr C1 AIR, Fv— 1rgn.mv P(3lior 41 W 16 Naples, tT. 34101 POR TerPSe 0 Fu /WO0 Soaks Rory 01d.1Yd RY 4500155148 Ihr ,n " 1 1 145:114 K(' M.Kr{I„(nll T}fRt1AMi �IfYtlN 6%Tm $1.05 - - 139AKt1up $M' � Stephen Pipe Matc,riaL $ 1404.36 19% ., M f2W�6 63: Tu: f92.15 S $125 Si'WM PpMiwal-fl404 J6 ' 15% M-,ukLp $210.65 I%T. $8516 pi210.65 6RTu M 16% Tax. $85.16 (42)1n) Sw-- 0a $60 - f2S20 ` 9oom Bommi momB BB!• mommi Bommi BB!• Bimmi BB!• Bommi Boom Boom _ (7011n) IOsLailers A $47 - f)335 I..$S1 -17547 _ Item 0400 Propail was Na Uone l$7,75W-�L° Ir <' ,y.d• TMOI you ra YOY1 bwna� Fiweo e111 If 5nP IM.e rn. - vr.e,,:,, TOTAL 3.2.173.7 Payment.T/CredU•v w.00 ACCOL'NIl U1'lR i1 DAYS AIIA fUi1Mi lU A 1 511 L INAMC 6111A0.1it fLLASL CSt FOR ►AVM1MI,NDisR1G&NAI:YIKY WIt3 III MARSD Balance Due 512,173.47 PAPrf: 123q J11 1202 !'a2: /IJVI JSb /177 VWt W Al: WWW.Cirtir- Finti.Ctxn Pifr y 0 • • 'Ste n's Pipg 8 Steel, LLC - - Yi�"TSQ"iT`�'63= 0$'!1'3 - -P. " 5256iaeibulbn 0. ailanq Date :u /OS /1a Mlboumf FL. 32W COStcmrc A-- ;21317 T ((321172! -2932 Paa ent Terw:26 10 NET -30 3414!F.a' l (0 0)451.2 ssitonet 54tas Pn«ro'. 15001451.1612 �. lb riCn :C. ROBtRT6VN Madf1 4 — Palma -•m K40i eY esir ILarl Lrrobrresar. F& St phone P,pr d Sleet, LLC SPS Orof2 1 :0-10471]] Shlppe9 Via :O2 P.D. Bos 815 Vlift us on lbf -0.., Contact Wif :RiN CMTIR R uaeall Springs, KY42642 www.aP.JeFNV.eern Cust babl:f :239- 160 -2972 Fax ssu -blY :2393521697 51 Now:B$SBATC11 CONTACT KANUT toil D213'JY.P : CAPTEP F2NC! COMPANY 3i,:F T CULM PBNCL COWARY 0•(2391 3490 SHEMNATCA STAEE. 353 -6102 I C" 1 NAPUS, FL 3111' 3490 9BSARNAT7:R STRICT NAPKS. FL 361:7 CUs70N•• —10 'PSK NOrRESSONSM4e IOlt4�41�'7n1Yf9N rAKROP!S� ONe•e, ' :- rr,,,l - - ;:>• -.. .-. � '-s::A ern Oeeaou "►du I 50' S0 C;fr_ BLKVNLEYT 6(9c- *),?2m KT2SNKI 6.901 34 S.00' a { 0IK' BLK PLY 2 -/!2' A S'/• 1 PP40 VVELO 11sii6 Pis Sl, 0961 221.22 3I 3 0!pa BLK PLY 2 -a 6 r PPaO WELD Yh6ri PNa :1.0144 14- -7 NY : 4 O w BLK PLY PS DOLIF CAP 2 -In.. 1.8149 . Sa SP 1 ) 0 . BLK PLY PS LOOP CAP 2l tbiin IT ]: 24 0 fs IBLIt PLY TENSION BAND 2 Win 0.11311 .t 12 12� 0 is BAN PLY BRACE BAND 2.1:IM 0.7919 6 0 BLK ►tY PS RAIL CND COMBO, -014 1.6679 30I 10� 0� f OL1L ►LY TlN5ION BAR 72 "1314- ).0761 ! I l 1� 0 ll BLK DOY VNL TENS WIRE 9qi SWOOTH 11000') 42.44 It a 0 t00 0 BLK VNL ALUM TIE 9gar6.1:7m 0.0515 S. a3' al 41 O�u IBiJ(FLY BULLDOG WNGE b172 PS 11.904 47, 12I 1 1 C o1 BLK PLY 72-11 -5!111 CROP POO ASNBLY 24.1]! ]4.13 1001 100 0 r BLK PLY S&N Sneat•, yam RUSPERT 1) 2" a 2 BLK C DGATC t OW.41.6K•SP40/ysEAT ail IF 417.9 _ 36 I� `CA.'t'C.i I C✓� t U 4% CT4r9r 85.16! - - - -- (� coal �L TOtr1 Orhr -1.504 S) ' �' its ��i� tt� �. t!♦ m m Boom 1,404.36 Fuel Charge 15.00 16% Tax __-___-85.16� (Total Order 1,504.521 r. rl m•.. •o fNniiaPw wrl a..se w.w�w e.:.q Oz 1lyrr ifiw V PM ra 4,4KaW 1Pr1 Pre�rfw.Ynl r. M<AViN 114N •wrW SiNKr *I Fal 0 L95 rem MMI I I :w 111 T—A We* Collier County Board of County Commissioners Payments to BU /Gatekeepers 06;01!2011 - 03/31/2016 Document Document I I Reference Number Date Payments Invoices Text Subtotal 2000254971 6/22/2011 5 714 42 2000273357 3/21/2012 291 83 2/23/2012 291.83 SR 2525 d51006935961 FENCING 2000273836 3128/2012 2180780 Payments 6/1/2011 - 3/31/2012 928 633 2000291434 1 11/20/2012 999.98 SR 2951 151007398091 10/2512012 999.98 1 Remove and reset one gate post and line post 2000298343 2/20/2013 99.00 Payments 4/1/2012 - 3/31/2013 18,029 33 359 7� SR 3602 51000804301 10/812013 359.70 {CAXAMBAS GATE REPAIR 2000327736 3/19/2014 697480 Payments 4/1/2013 - 3/31/2014 21,824 38 2000347259 12/10/2014 540.00 SR 4439 15100879677 11/13/2014 1 540.00 IGATE KEY PAD 2000347770 12/17/2014 375.00 Payments 4/1/2014 - 3/31/2015 12,100 42 2000366463 9/9/2015 17,191.61 SR 4574 5100930903 8/5/2015 13,774.95 NCWRF FRONT GATE REPAIRS SR 4904 REVISED 5100930894 3/31/2015 2,383.33 PREV MAINT GATES SR 4905 REVISED 5100930897 4/30/2015 1 1,033.33 PREV MAINT GATES 2000378883 3/9/2016 17491 Payments 4/1/2015 - 3/31/2016 19,961 47 SR 4876 5100965111 5/1/2015 74.98 IREPAIRS SR 4879 5100965110 4/24/2015 99.93 REPAIRS Account 119733 S 104.844 23 S 104.844.23 $104,844.23 Payments 6/1/2011 - 3/31/2012 32,928.63 31.41% Payments 4/1/2012 - 3/31/2013 18,029.33 17.20% Payments 4/1/2013 - 3131/2014 21,824 38 20.82% Payments 4/1/2014 - 3/31/2015 12,100.42 11.54% Payments 4/1/2015 - 3/31/2016 19,961.47 1 19.040/, 59 Total Invoices /Credit Memos $104,844.23 100.00% 07 Fal.o F- 0 C) ,'1 / .111 1 / 1 V Collier County Board of County Commissioners Payments to Carter Fence 04/01/2011 - 03/31/2016 Reference Document Date TPayments Invoices Text ISubtotal 3/2120121 270.00 _ 6F.45 2212012 27000 service call immo. airport 3/282012 23.710.00 Payments 4.1.2011 - 3. 31.2012 102.188.00 3/318220012 1:090.00 --6 58 I I 1,090.00 (INSTALLATION EAGLE LAKE PARK 3/192013 625.00 Payments 4 1.2012 - 3 31 2013 109,288.00 3/12/2014 6;185.00 48509 2/122014 885.00 INSTALLATION 312 STOCKADE 48512 2/122014 5,300 00 INSTALLATIN VETERANS PARK 3/192014 19 200 00 Payments 4.1.2013 - 3 31 2014 95,766.50 3/132015 3,659.92 51843 2/22015 BROWARD STREET 1,738.08 5_1844 2/2/2015 973.76 WARREN STREET 52127 2272015 948.08 INSTALLATION 505 ESCAMBY 3272015 25.294.77 Payments 4. 1.2014 - 3.31.2015 72,08460 32.814.69 55442 REVISED 2/22016 I 32,814 69 I INSTALLATION 6200 WATERGATE DR 3/182016 12,372.17 Payments 4 12015 - 3 31 2016 192,424.27 55441 2/162016 12,372 17 6200 WATER GATE DR PELICAN BAY WATER FACILITY Account 100508 S 571, 751.37 S 571.751 37 S 571, 751.37 Payments 4.1.2011 - 3.31.2012 102,188.00 17.87% Payments 4.1 2012 - 3.31.2013 109,288.00 19.11% Payments 4.1.2013 - 3.31.2014 95.766.50 16.75% Payments 4.1.201_4 - 3.31.2015 72,084.60 12.61% Payments 4.1.2015 - 3.31.2016 192 ,424.27 3166% 204 Total Invoices /Credit Memos S571,751,37 100.00% In Summary o The Clerk has routinely sampled supporting documentation. The County Manager asserts that the Clerk has changed the audit process. This is not correct. o County staff solicited bids &BCC approved the contracts for time and materials. o County Manager brought lump sum issue back to BCC and requested retroactive approval. There is no public purpose to pay more than originally contracted for work already done. 107 li '1 r Tim kenco Board o/COUNYCommissiONS 3 -22 -1 1I. f.188d 98,11betiSWfSSI# tidr/irftiif "I mean there is no answer. This is an insoluble problem. I don't think there's anything we can do or any action that we can take to make the Clerk do his job. He is the poster child for dysfunction." A." There is a Solution *When the BCC enters into a contract o Require County staff to monitor and follow the terms and conditions of the contract o Require County staff to provide documentation in accordance with the contract 109 Collier County - Class Specification Bulletin Page 1 of 4 Project Manager Class Code: CO -T County 13875 Bargaining Unit: General/Non-Union COLLIER COUNTY Revision Date: Oct 1, 2015 SALARY RANGE $29.57 - $45.69 Hourly $2,365.96 - $3,655.38 Biweekly $61,515.00 - $95,040.00 Annually PURPOSE OF CLASSIFICATION: The purpose of this classification is to manage and coordinate activities of construction projects for an assigned division. ESSENTIAL FUNCTIONS: Provides direction, guidance and assistance to contractors and work crews; coordinates daily work activities; organizes, prioritizes, and assigns work; monitors status of work in progress and inspects completed work; confers with contractors and work crews, assists with complex/problem situations, and provides technical expertise. Ensures compliance with all applicable codes, laws, rules, regulations, standards, policies and procedures; ensures adherence to established safety procedures; monitors work environment and use of safety equipment to ensure safety of employees and other individuals; interprets construction plans and specifications; researches code books as needed; initiates any actions necessary to correct deviations or violations. Consults with division management or other officials to review status of division projects, review/resolve problems, receive advice/direction, and provide recommendations. Reviews construction plans, designs, and specifications pertaining to projects; develops designs, drawings, or maps associated with proposed or approved projects; makes recommendations concerning improvements, modifications, design strategies, structural systems, or other aspects of project development. Prepares and administers project budgets; submits justifications for budget requests; monitors expenditures to ensure compliance with approved budget. Prepares project schedules; monitors progress of project in meeting established schedule. Coordinates process for bidding and contracting of services; prepares Requests For Proposal (RFPs) for engineering services, design services, construction services, inspection services, maintenance services, or other services; prepares bid packages; conducts pre-bid and pre- construction meetings; issues addendums to clarify questionable issues; participates in negotiations of scope of services and fees for professional services agreements; makes recommendations to Boards regarding selection of vendors and awarding of contracts; compiles language for contracts and specifications packages. Coordinates acquisition and/or maintenance of required permitting; researches federal, state, and local code requirements; coordinates efforts between multiple divisions, co- applicants, and consultants to prepare application documents; develops programs and reports as required by permit. Oversees, administers, and coordinates work performed by consultants, contractors, or other service providers; administers annual maintenance contracts; monitors work to ensure compliance with terms of contract; reviews invoices and payment requests submitted by consultants/contractors. Manages projects during design and construction phases; attends regular project progress meetings; prepares, reviews, and processes change orders for changes to contracted scope http://agency.governmentj obs.com/collier/default.cfm?action=specbulletin&C1assSpeCID=... 4/12/2016 Collier County - Class Specification Bulletin Page 2 of 4 of work; processes purchase order requisitions, work orders, and invoices; reviews project progress reports submitted by contractors; monitors adherence to project schedules. Conducts inspections, monitors work, and maintains records to ensure quality control; inspects quality of construction work and materials; coordinates final inspections with contractors and engineers; coordinates project acceptance with other County divisions or government agencies. Prepares executive summaries for presentation to Board of County Commissioners, Planning Commission, or other officials. Provides technical advice, information, and assistance concerning engineering issues, project management issues, design/construction activities, and other issues to contractors, consultants, County staff, public agencies, or others; responds to questions or complaints; assists in resolving engineering problems, project development issues, or conflicts involving project participants; recommends solutions to problems. Coordinates projects and work activities with other divisions, consultants, contractors, sub- contractors, utility companies, state agencies, outside agencies, or others as needed; coordinates with utility engineering staff to identify location of existing utilities and conduct other utility work. Coordinates public education activities relating to division projects, services, and activities; coordinates neighborhood programs involving participation of residents, such as resident traffic teams; speaks to property owners and community organizations and provides information regarding projects and activities; develops press releases and public information materials for distribution. Participates in legal activities relating to projects; attends hearings during court proceedings and provides depositions; meets with County Attorneys to discuss cases. Prepares/submits requests for review/changes to ordinances or resolutions. Prepares or completes various forms, reports, correspondence, executive summaries, requests for proposals, requests for qualifications, schedules, flow charts, progress/status reports, budget documents, cost estimates, purchase order requisitions, notices to proceed, work orders, change orders, punch lists, agendas, action plans, permit applications, permit reports, grant proposals, drawings, designs, maps, or other documents. Receives various forms, reports, correspondence, statistical reports, schedules, bid proposals, drawings, construction plans, design plans, flow charts, permit applications, contracts, change orders, progress reports, budget reports, invoices, payment requests, insurance certificates, inspection reports, technical study reports, laboratory reports, photographs, master plans, specifications, standards, product literature, codes, policies, procedures, trade publications, maps, manuals, reference materials, or other documentation; reviews, completes, processes, forwards or retains as appropriate. Maintains files/records of project documentation, contracts, construction drawings, and other divisional records. Operates a motor vehicle, personal computer, drafting tools, survey instruments, camera, general office equipment, or other equipment as necessary to complete essential functions, to include the use of word processing, spreadsheet, database, graphics, computer-aided design (CAD), e mail, Internet, or other computer programs. Monitors inventory of division equipment and supplies; ensures availability of adequate materials to conduct projects and work activities; initiates orders for new/replacement materials. Communicates with supervisor, County officials, employees, other divisions, attorneys, engineers, designers, consultants, contractors, developers, vendors/suppliers, utility companies, state/federal agencies, the public, community organizations, outside agencies, and other individuals as needed to coordinate work activities, review status of work, exchange information, or resolve problems. Attends various meetings and hearings, serves on committees, and makes presentations as needed. Maintains a comprehensive, current knowledge of applicable laws/regulations; maintains an awareness of new construction methods, materials, trends, and advances in the profession; reads professional literature; maintains professional affiliations; attends workshops and http://agency.governmentj obs.com/collier/default.cfm?action=specbulletin&ClassSpecID=... 4/12/2016 Collier County - Class Specification Bulletin Page 3 of 4 training sessions as appropriate. ADDITIONAL FUNCTIONS Performs general/clerical tasks, which may include answering telephone calls, making copies, sending/receiving faxes, filing documentation, or picking up/delivering project documents. Provides assistance to other employees or divisions as needed. Performs other related duties as required. In the event of declared state of emergency, employees in this classification may be called to work during days or hours other than those for which they are regularly scheduled. PERFORMANCE APTITUDES Data Utilization: Requires the ability to evaluate, audit, deduce, and/or assess data using established criteria. Includes exercising discretion in determining actual or probable consequences and in referencing such evaluation to identify and select alternatives. Human Interaction: Requires the ability to apply principles of persuasion and/or influence over others in coordinating activities of a project, program, or designated area of responsibility. Equipment, Machinery, Tools, and Materials Utilization: Requires the ability to operate, maneuver and/or control the actions of equipment, machinery, tools, and/or materials used in performing essential functions. Verbal Aptitude: Requires the ability to utilize a wide variety of reference, descriptive, advisory and/or design data and information. Mathematical Aptitude: Requires the ability to perform addition, subtraction, multiplication and division; ability to calculate decimals and percentages; may include ability to perform mathematical operations with fractions; may include ability to compute discount, interest, and ratios; may include ability to calculate surface areas, volumes, weights, and measures. Functional Reasoning: Requires the ability to apply principles of influence systems, such as motivation, incentive, and leadership, and to exercise independent judgment to apply facts and principles for developing approaches and techniques to resolve problems. Situational Reasoning: Requires the ability to exercise judgment, decisiveness and creativity in situations involving the evaluation of information against sensory, judgmental, or subjective criteria, as opposed to that which is clearly measurable or verifiable. Leadership: Customer Service: Financial Accountability: ADA COMPLIANCE Physical Ability: Tasks require the ability to exert light physical effort in sedentary to light work, but which may involve some lifting, carrying, pushing and/or pulling of objects and materials of light weight (5-10 pounds). Tasks may involve extended periods of time at a keyboard or workstation. Sensory Requirements: Some tasks require the ability to perceive and discriminate colors or shades of colors, depth, texture, and visual cues or signals. Some tasks require the ability to communicate orally. Environmental Factors: Performance of essential functions may require exposure to adverse environmental conditions, such as dirt, dust, pollen, odors, wetness, humidity, rain, http:!/agency.governmentjobs.com/collier/default.cfm?action=snecbulletin&C]assSnecTD=._. 4/12/7(11 h Collier County - Class Specification Bulletin Page 4 of 4 temperature and noise extremes, fumes, traffic hazards, or bright/dim light. MINIMUM QUALIFICATIONS: Bachelor's degree in Civil Engineering, Construction Management, Landscape Architecture, Environmental Engineering, Architecture, or a related field; supplemented by six (6) years previous experience and/or training that includes project management, construction supervision, budget administration, contract administration, and experience in specific area of assignment, which may include utilities engineering, transportation engineering, traffic engineering, landscape design/management, environmental program administration, stormwater management, facilities management, solid waste engineering project management (solid waste processing, disposal, transfer, and recycling facilities) or other area of assignment; or any equivalent combination of education, training, and experience which provides the requisite knowledge, skills, and abilities for this job. Must possess and maintain a valid Florida Driver's License with any applicable endorsements and maintain eligibility requirements and endorsement(s) to drive a County vehicle as provided in CMA 5805. Fingerprinting required. SUPPLEMENTAL INFORMATION: BCC123 Exempt http://agency.governmentj obs.com/collier/default.cfm?action=specbulletin&ClassSpeclD=... 4/12/2016 • • • • • • • • • • • • • Collier County Florida • • Spring Training Stadium & Practice Facility • • • • • An opportunity to expand Collier County's • • park and recreational facilities utilizing • • Sports Tourism, State and Private Funding. .g • d • • • • • Presentation to the Collier County Board of County Commissioners • April 12, 2016 • • • • • • • • • • • • • • • • • • • • • • • • South Collier Regional Park- Conceptual Plan • • d • • • • gi ; '.i • '_i: At, „, � • 1 • 11�I * s • ilal� 1 _ f` ' • * • • • • 4/11/2016 Page 2 la AM AI r 0 ilk • • • • • • • • • • Collier County's Opportunity • G • • Opportunity Details • John Schuerholz, the President of the • Atlanta Braves, has toured the San o 3tJJJEJff I 'I • Marino property and believes it is the 9 Of STORIES • / f I 9 optimal location for the Atlanta ` Es °" • Braves' Spring Training Complex. _ t_N • JOHN • • San Marino is a property available to SCHUERHOLZ ,` • bring the Atlanta Braves to Collier • County for the Spring Training season • L,F F Alt • and to develop a new Spring Training Facility that could act as a catalyst for John Schuerholz President,Atlanta Braves Naples Homeowner • economic development in the area. alp e 4/11/2016 Page 3 • • • • • • • • 1 • • • • • • • • • • • • • Best Practice: Tourist tax pays for Spring Training • • • Team County TDC Funds '` Tigers Polk Yes 29° Mets St. Lucie Yes Pirates Manatee Yes r� Twins Lee Yes O O 0 — Red Sox Lee Yes 0, • Astros & Nationals Palm Beach Yes O Cardinals & Marlins Palm Beach Yes E 00 Yankees Hillsborough Yes • Orioles Sarasota Yes -J Rays Charlotte Yes Phillies Pinellas Yes 25° Blue Jays Pinellas Yes 83 81° h 4/11/2016 Page 4 • • • • • • • • • • • • • • • • • • • • Economic Impact: Lee County with 2 teams 4 • Spring Training (6 weeks) Sport Tourism (Year round) • 2009 Lee County Spring Training • 2014 Lee County Sports Tourism Study Estimates — 1,154 fan interviews — 113 amateur sports events • Twins & Red Sox home games in Lee County • Includes additional facilities of • 73% non-resident City of Palms Park and Terry Park i • 27% resident • • • Economic Analysis: • Economic Analysis: — Fans with Spring Training as — 159,530 hotel room nights used by primary reason for visit players and families attending — Non-resident expenditures only events 4"' — Exclude spending during weeks when teams are practicing but not playing games r 4/11/2016 Page 5 A • • • • • • • • • • Economic Impact: Lee County with 2 teams L • G • r • Spring Training (6 weeks) Sport Tourism (Year round) • • 2009 Lee County Spring • 2014 Lee County Sports • • Training Study Tourism Estimates • • • $41MM + $63MM • Direct Spending Direct Spending 4. outside stadium outside stadium r Source: Lee County 2009 Spring Training Study, Source: "Baseball's multimillion dollar business heats Davidson-Peterson&Associates, May 2009 up in Lee", David Dorsey, News-Press, February 11, 2016 4/11/2016 Page 6 • • • • • • • • • ■ • • • South Collier Regional Park- Site Plan • • 4 • • S 1 i STF SITE LEGEND • Spring Training Site Plan 4 p ` d aP • Z Wf. / 4 it t � . .. !; Ip r --'". V; � __._ + s us,�r-war u�o 0 • _ _..—..._. — i a Sua Pang TDJ Sown, f � 'a Gr gamy 5 1 0,cay,r ealorp.mw la) • I ' ,-a'aa 9 OYO`la]I I n i I{ l awr a lw a • C l I t, •>r•-.,c• _w;l 1 I wwr r..a;.ra m } gaa fa► aar„ rw,a, arm U +,, ar+*a-a wm • _._ - - - - - I . • pp I- l i- T q =' d. 4 44 / 1 F' ,, •I: .7 .. • . , :-,-,- -..-...-.--:-.-: ''' I r . • , � • t: ,. . • .t._ • _; l POPULOUS • , f4 I" !° r 4/11/2016 Page 7 ( • C. w South Collier Regional Park- Site Plan A , - I i i ra • 1 iI- . • m° + ', I I • Q • o i v ,., i - _zss r _ I 011111111111111111;* . 01. xi -; . 1 a; r Ass- * 1 i 4/11/2016 Page 8 • • • • • • • 0 • • 0 O STF Construction Cost Estimate 0 A $53,000,000 A national construction company(the"Company")recently Construction Cost Estimate completed two major league baseball spring training facilities in Florida.JetBlue Park for the Boston Red Sox and CenturyLink Sports Complex for the Minnesota Twins were Estimated Total STF Costs $53,000,000 built in the last three years. These two projects,along with many other sports facilities completed by the Company represent a solid sampling of completed projects. Data from these projects were used to assess an accurate cost opinion for the proposed Atlanta Braves training facility in Collier 4 i County,Florida. •.w- '' 4 _- "" 1. The JetBlue Park project most closely represents the scope of the proposed Braves facility for a ground up project 4 s z•••.. .......-AL-. '--F \ ,".,It {" which was designed by Populous,Inc. and completed in 2012 in Fort Myers, Florida. JetBlue is almost an identical w scope,although slightly larger,and was completed for ��,.;i=v y i . wit.`+:a'acia. *i. 0 $53M. Based on the Company's assessment,the proposed C Braves facility,has a probable cost of$53M assuming the -"r' -- project is built in the next two years. T" A jetBluePark Fort Myers,Fl 4/11/2016 Page 9 i Funding Model : Construction $53M; Land $25M 4 (5) (11) (1) (2) (3) (4) Sum(1)-(4) (6) (7) (8) (9) (10) Sum(6)-(10) • Major Stadium Repair a, Collier County State Team Naming Total Debt Service Maintenance Insurance Operations Replacem, Total Year Revenue Revenue Leases Rights Revenues (P&I) Budget Budget Budget Budget Expenses • 1 3,085,704 999,996 1,100,000 300,000 5,485700 (3,845,700) (660,000) (300,000) (600,000) (80 (5,485,700) 2 3,155,504 999,996 1,100,000 300,000 5,555,500 (3,915,500) (660,000) (300,000) (600,000) (80 (5,555,5001 • 3 3,222,104 999,996 1,100,000 300,000 5,622,100 (3,982,100) (660,000) (300,000) (600,000) (80 (5,622,1001 4 3,290,504 999,996 1,100,000 300,000 5,690,500 (4,050,500) (660,000) (300,000) (600,000) (80 (5,690,500) • 5 3,345,504 999,996 1,133,000 300,000 5,778,500 (4,120,500) (660,000) (300,000) (618,000) (80 (5,778,500) 6 3,415,754 999,996 1,133,000 300,000 5,848,750 (4,190,750) (660,000) (300,000) (618,000) (80 (5,848,750) 411 _ 7 3,491,004 999,996 1,133,000 300,000 5,924,000 (4,266,000) (660,000) (300,000) (618,000) (80 (5,924,000) 8 3,560,754 999,996 1,133,000 300,000 5,993,750 (4,335,750) (660,000) (300,000) (618,000) (80 (5,993,750) • 9 3,6611 .-6_... _ 9,554 999,996 1,166,990 300,000 6,086,540 (4,410,000) (660,000) (300,000) (636,540) (80,t (6,086,540) 10 3,697,804 999,996 1,166,990 300,000 6,164,790 (4,488,250) (660,000) (300,000) (636,540) (80,L ) (6,164,790) • 11 3,774,554 999,996 1,166,990 300,000 6241540 (4,565,000) (660,000) (300,000) (636,540) (80,000) (6,241,540) 12 3,854,554 999,996 1,166,990 300,000 6,321,540 (4,645,000) (660,000) (300,000) (636,540) (80,000) (6,321,540) • 13 3,916,391 999,996 1,202,000 300,000 6,418,386 (4,722,750) (660,000) (300,000) (655,636) (80,000) (6,418,386) 14 3,996,641 999,996 1,202,000 300,000 6,498,636 (4,803,000) (660,000) (300,000) (655,636) (80,0001 (6,498,636) Aft 15 4,078,891 999,996 1,202,000 300,000 6,580,886 (4,885,250) (660,000) (300,000) (655,636) (80, (6,580,886) 16 4,162,641 999,996 1,202,000 300,000 6,664,636 (4,969,000) (660,000) (300,000) (655,636) (80. (6,664,636) 17 4,231,000 999,996 1,238,060 300,000 6,769,055 (5,053,750) (660,000) (300,000) (675,305) (80 (6,769,055) 18 4,316,250 999,996 1,238,060 300,000 6,854,305 (5,139,000) (660,000) (300,000) (675,305) (80r (6,854,305) 19 4,401,500 999,996 1,238,060 300,000 6,939,555 (5,224,250) (660,000) (300,000) (675,305) (80,. (6,939,555) 20 4,491,250 999,996 1,238,060 300,000 7,029,305 (5,314,000) (660,000) (300,000) (675,305) (80 (7,029,305) 21 5,562,863 - 1,275,201 300,000 7,138,064 (5,402,500) (660,000) (300,000) (695,564) (80.: (7,138,064) 22 5,654,613 - 1,275,201 300,000 7,229,814 (5,494,250) (660,000) (300,000) (695,564) (80 (7,229,814) 23 5,748,863 - 1,275,201 300,000 7,324,064 (5,588,500) (660,000) (300,000) (695,564) (80 "21 n1' 24 5,844,863 - 1,275,201 300,000 7,420,064 (5,684,500) (660,000) (300,000) (695,564) (80 25 5,924,474 - 1,313,458 300,000 7,537,931 (5,781,500) (660,000) (300,000) (716,431) (7,5"d - 26 6,021,724 - 1,313,458 300,000 7,635,181 (5,878,750) (660,000) (300,000) (716,431) (7,635 27 6,118,474 _ - 1,313,458 300,000 7,731,931 (5,975,500) (660,000) (300,000) (716,431) (8() (7,731,931; 28 6,218,974 - 1,313,458 300,000 7,832,431 (6,076,000) (660,000) (300,000) (716,431) (80: (7,832,431) 29 6,304,313 - 1,352,861 300,000 7,957,174 (6,179,250) (660,000) (300,000) (737,924) (80, (7,957,174) 30 6,409,313 - 1,352,861 300,000 8,062,174 (6 284 7501 (660 000) (300 nnm 1727 0741 (87 (8 052 174) Totals 134,916,332 19,999,920 36,420,556 9,000,000 200,336,808 ) 4/11/2016 Page 10 • • • • • • 4 Notes to Funding Model A 1) Amount of money that Collier County would need to contribute in order to qualify for State Law 288.11631 'Retention of Major League Baseball spring training baseball franchises' program. 2) State Funds allocated to financing the STF via State Law 288.11631 'Retention of Major League Baseball spring training baseball franchises' 3) Team Lease is the sum of Facility Lease, Parking Lease, and Concession Leases paid by Atlanta Braves each year based on PBC Nationals/Astros Lease Leases are estimated to be over 30 years with payments escalating by 3% every 5 years. To be negotiated between the County and the Team. 4) Stadium Naming rights (corporate) are estimated to be $300K per year based upon current market conditions. No growth rate assigned. 5) Total Revenues are a Sum of(1) (2) (3) (4) 6) P&I estimated by Financial Advisor assuming current market conditions. 7) Major Maintenance budget based on Lee County JetBlue average budget. (Includes scoreboards, videotrons and major expenditures) 8) Stadium Insurance based upon Lee County average Insurance for JetBlue Park. 9) Stadium operations are estimated based upon Florida Sports Foundation estimate of average Grapefruit League Stadium Operations for Spring Training. Costs are estimated to increase by 3% every 5 years. Collier County may elect to add additional programming such as camps and tournaments, requiring additional costs. 10) Repair and Replacement ("R&R) includes field maintenance, seed, and upkeep. R&R costs expected to rise 3% every 5 year. !. 11) Total Expenses are a sum of(6) (7) (8) (9) (10) 4/11/2016 Page 11 • 1!' r • • • • • • 0 0 0 f Stadium and Training Facilities ✓ Stadium • Stadium dimensions should mirror SunTrust Park with 7,500 • fixed seats, 2,500 berm seats • >60% under shade at start of game • 360-degree concourse • • Indoor press box with room for 50 people • • 6-8 ticket windows • • 6 premium suites for sale 0 • 2 suites for Braves' staff with direct outdoor private seating • access • • • Outfield bar/ picnic area 4/11/2016 Page 12 • Stadium and Training Facilities d • Training Fields • 7 Complex fields (six full fields, and two half fields) will have the following characteristics: • Triple-A field, Double-A field, both half-fields, and 3 of the quad fields should be grass ✓ One of the quad fields should be field turf ✓ Triple-A complex field should mirror dimensions of SunTrust Park ✓ Triple-A and Double-A field should be equipped with light tower • ✓ Speaker/ PA system should be in place for quad fields in order to make announcements and play music during batting practice • • 8-pack MLB pitching mounds (adjacent to ML clubhouse) • • 12-pack MiLB pitching mounds (adjacent to MiLB clubhouse) • 12 covered batting cages with lighting • 4 ML batting cages wired with video technology(adjacent to ML clubhouse) (1" • 8 MiLB batting cages wired with video technology (adjacent to MiLB clubhouse) • 4 out of the 8 minor league batting cages should include pitching mounds • All batting cages should have an adjacent storage area • ML batting cages should have adjacent video room • • Agility field (40yd x 80yd) adjacent to weight rooms (80% grass/20%turf) • Covered tower in the middle of the clover fields that provides visibility to all 4 fields wired for video • technology • • 4/11/2016 Page 13 • 1. rI • • • • • • Stadium and Training Facilities d ✓ Office Space - Braves • A 70,000 sq. ft. building which houses a ML clubhouse, MiLB clubhouse, and offices is required. The entire facility should include high speed wireless Internet. • All meeting rooms and multi-function space should include video • conference and projector equipment (i.e. clubhouse, classrooms, lounges, conference rooms, multi-purpose room, etc..) • 10,000 sq. ft. of office space • Patios on exterior of executive offices • Large conference room with seating for 30 people • Executive offices should overlook back fields a 4/11/2016 Page 14 • ti Stadium Authority Market Comparables A • s( Most Recent Example: ,ca.�'rum ��n • Palm Beach County SPRING SPRING TRAINING TRAINI-N-`Gli mrommm • • A $135 million dual team stadium is currently under Facility Use Fee • construction in Palm Beach County. This complex will serve as Years Payments(Per Team) • the Spring Training Home for the Washington Nationals and the Houston Astros. Palm Beach County negotiated three • distinct fees that are paid annually by a Joint LLC formed by 1-8 $626,120 the teams. 9-20 $711,500 alk • By making the teams responsible for annual, consistent lease 21-28 $754,190 payments,variability of debt service income was mitigated. Total $19,580,480 s • All three licenses combine for annual payments which start Parking Area Fee at $2.2MM ($1.1MM per team). These annual payments are Years Payments(Per Team) • made over 28 years and escalate on a prescribed schedule every 9 years. 1-8 $101,530 • • Palm Beach County utilized the State of Florida Spring Training 9-20 $115,375 . _— Retention Program and matched the amount locally with TDC 21-28 $122,298 il taxes. Total $3,175,120 • The teams are responsible for all repair, maintenance and Concession License Fee operation of the facility during Spring Training Years Payments(Per Team) • This development will require the State of Florida to contribute $50MM, the County will contribute $108MM, and 1-8 $372,250 the Teams will contribute $68MM over the 30-yr life of the 9-20 $423,125 term. Total Construction for the project is estimated to be _ $140M M. 21-28 $448,513 ® Total $11,644,400 4/11/2016 Page 15 sr • • • • • • • • • c • Questions? • _ d • An opportunity to expand Collier County's park and • • recreational facilities utilizing • Sports Tourism, State and Private Funding. • • • • J _ ' r 1; . ' : . ` isr �.1 + 70,,,,e1,"'" L .I 1►�!� I i pie e - s •• ' IF a s . ��• \\w►� `-- — "'Ivy Ali li , jr,�IM ,6 • 1 ' ♦ a� :�, II�b1\ If 1!\N/11.11. t �L • F ,,,,, ' m 4 n, ° t + 117 14 / ��\J • 4/11/2016 Page 16 • • Iv 4 -wn p (p') lav •D•p'•p'p Z1 c22p ![3].(3]� �bn? a a a a a a a a7�a a7CV D'.. A y 2 N'0 6 HW m -O m N®N m c a m m m m m C i`i i Dc) O O 5 5 5 5 5= m CD m m (Sz] 7 g$ m o �^ ,S 5 t J w 4 D O OCCm cp am o. aa'm_. annnn g S5 m ",� mmmmmmanaa Dmc3a° �•3a a7a a a Dc °m roe -, a�g1 5 5 3 5 g 5 W W �'__ >m-a n n 0. 0 a a a n n 0. = 0L N'< N mm NNSm S.Nmw2m mVC mm m $ooC)0o5naKK a.. ‹.<42a3 ao gam N N0a0io ° m a ° N w0NO ymQ ON w 0 o a o'0 0poo ppop c,a it W g gW C)C)f)C1 a W a cm gp J c . c = c c c . c c c c 3 c 3 c O 0)[O O 4y > >Q�<' ��()C)t-1i aNC)C>�C) mana�an mmtkOCCDCDDwO CD CD m m CD CD CD CD m mmm ; �Oc 03 ,19„11.,000a, , ,,000 v bn yincncncncn N m m m mmmm m m m m m m n(D ;r ° ° pp o 0 0 0 0 0 0 0 0 0 0 Awo C)A 3 = s°vv°v � �v°v°vvbv 111 m O000$$vm �`G m a o00 o CD CD CD 0 CD CD CD o < Q W n' a T o.. < < < m m v < < < < 0 0 1 m m m m I m m < < ti O O 0m w c DaD � aaaa m m 33 CO jmv � ��m to� �� •+ ?m � � � m CD CD CD m CD CD CD CD o n D) m mmw cmmmm aaaaanmm rn y 1 s 0 --°'- --m m m - 3 < < < c< < - 0 0 0 0 0 0 0 0 0 0 0�Ei 3 o m m a n 0 a N m m m m m m m o 1 0 0 0 0 0 0 0 0 0 m O. m 0 N �'< o ^�o $Q 4 2$ > > > > > > 0 0 0 0 0 0 0 0 0 0 0 °' 3 . 0 c -a - W. a o 0 0 0 1 0 3 a 3 a d 3 0 a o a m a mg5 f n5.5.S.5.� mmmm 4 � c 0 G ,,, ,..L.„1 ,, ,,„_,„„. m < @ m m m m m m m m m m' < SC •C) m D A ;^N m 0°S g tD0 m m m°m A o 0 0 0 0 o t1 A 2 a a A a A a 2 A O 0 0 a 1 n .aC m Q I.+ w f a a 0 .Q!. 0 o 1 v v b y 7 > > > > > > > p 7 7 n p m C .< > H_. Q(p'� 7 7 m m m m m m m m m m m <K 91 ( ' m a `4 -n m a m m m m n n n n a a a -. O ,C %,.. - $432-Na_.--0 :2 n O a a a a a a N w N N N N N N w N w O O Q r D f 0 w m m m�m m m 1 -� -i -a -� 1 -i CD ' m �<'<�<Fc�< _( W m W - 4> O W W -I 4e o co O am ,. f = 2 m�aZma �c� 3 3 3 3 3 3 3 3 3 3 3 jmB ° $� Ca O a a 3 0 N NN N N NNN N)NNNN-NNNNN NN NN NN N NNNNN pN) N N N N N N (N) N N N IN m CD W W (WD CO A CCD V V V W W V W 0 V W V CCD A A N N W N W+-W N C A A A A W W A A A (VT A Om A n a m O W W co 00�" V>V C011 WACCCDV W W mm0 Vmm�T VCV m m 0) m m W CJ CD V W . O W �GW) 0 O N A A OOOD t0 O t0 fD W CD(�0)O O(pip V N D) O) V OOD N AO N W O 'I�a a V V W N +V> 0 CAACD W V 00 V mmmD)CD A V ODCS0A0 V W a) A A _ W D D D m g g D D D D D D� D D D D D D D D D !� ''D 7 °a a o E > 0 0 0 0 a a a x x a a 3 5 0 o g o 0 3 3 a 3 N 1D (u m z z s n 3 3 3 338.8.3 33 3 3 3 3 3 3 3 n m R .s.s.s. mv'ov tDV�D�tRR44�S � 4mmgs s 4 4 4 4 4 4 4 4 4 R a ! III 2aaa o zzzz;mkk) € 3> > $ m m b b N § b b b w b m � � w m In �i mp 00(o m OO p(em 1 % m Imm m m m m 4 m N t C) 0cgg m 0333332 8 mag amm m fy A y N (D fD . a o f)010C) m 88888 Om m 8 m 00 m m c m m Nm Q. s 0 D DDDD OZ rs rs DD Z m 7� Z z m }� v. D mm mm �o_p a o �o_p a w a �.ma yaCD msm w fD f71 a s fmD fD tmvl) m A N om) O 88 1 1 O W -4-.4-•-.0-.4000 OV D J 8 # ,1N AAV W V A NNA aaW aW a + 8 8 8 A ■I V W W W W T 0 0 W W W W W O W VW W W W A W � . C) 66 G x66 66 mmmm mm��n000� 0 m) W W C W c c m �� 000 �I o000000oO A r A m m m m m m m < m m mm m A A A Z Z 2 2 2 Z n m m m m Z Z Z Z Z Z Z D M 0 00 OOmZ000O00000000000y��� W n n n n n n n 2 O MM m Z Z Z Z r r C)m y Dy D D D D D D D D 3 3 3 3 3 3 m m- ZZ g o_ AA D D D D C)C)m GO A mmmmmmmmnnnn()C)rrzm Z Z Z D m Z2 Z ��mm mgl-TDDDDDDnC)ZC)C)nZZ O C) O C) n 80• �Lrng�azzzXIMMCCcopOCOCI E Cm� m cmi 8 D4 m Z cc c 0010 ZAwp3�3�3DDDDDD 8 8 IO O -lm o m 2) W vvMv ZCzmmmmmmm-(M111� 3 3 3 3 03 ro v, r «1< mvD)0cn�� zzzzA� D > 2m o Z 4)b) 0) CCC C) 4M%oo00000Wo0000 Z -< < a) ZZ-ZIZ mn r.l-I-i-I1mm00C)f)CIC)I Z Z 2 Z �o rr r mmmm p_ y� C) n C) f) w « < XX X ATT XXXXXXXZZ X X X rJ ° m T.� yy g- o 0 Ar k mm0*vvvvvvv�3000000;;g(DD uDi uDi in `L O O DO 0 g 0 'x,0-3 r N N N N N\ I x Om : LCLOQ W QO= >>>0DAW W -Lm W W W m W W W W W r. > w X > L> NNQN> N3 N O NN N N N N > N N ° '-, 06. ` ZR N > N ACW CV W� `— CCC CDN p C2 to D CO A W A > :1 C 'w m O j N N N N) N N N N N N N N N N N N 0 N N N N N N N N N N N N O O O O! O O O O O O C N N N N N N C 0 O O O O m O O 00 0 _ M mm m m CCCD mmmmm W N Cm T T mm T T T T T CD CD CD00m N m T m m 0N T A 0 0 N WW 0 > >n> A o80W )CCCZ AwN Ao00 A W A A A A % M p D N D p N n g3.5 ' ' 8 00 N 0 O wN O gO < omWA W 8 8 W 000 A a W A O CD V W m V A NWN m W W m mmN O 00_ m W A m W O O O W w > 1-1-•0o V W m P( 1 W 8-TI A O m V 00 W A w N m m O W V W N > > rn m ° > ( w CD CO m b No 2 VS OOw W j G o(Wm6 ° O O V wW N lO 0 V 3 N D W CN m -> O mm I I >Im W> CD .7!1V-t.-0 COCO V Oa N N O > > > > > N > N 'OC A A 0 0 SA N0 gO WV v N v O O N �N - NV A - .)5.1 D N0 W CD M-. O NCDDV Na)W 00 D0 V 0 JO O lN ( c p m WWOW OAp8 T W OaOp0 80mpp Np 8 A A 8 8 8 8 8 & 8 8 W-400-. T T-. ti m W mWW 00000 N A 000 8 NT N j aOOaa 4, N a CD m m V WV A W 0 CT w I o OODA 0)N ? W WAV a N Q WW W .>LDC->o(DW CmC 00=0 0 0 0 O (D tD (0 m `D - (00 Q m N �N N N N N N N' (g N e Q N N t N N-'N N N N N > - m > N C m ��DNAt� o WAA W"WD WvmQw _w_ S,TCTWTO_La A[NJto� V V .`D V OD 0 A CD v m O 0 0 'O O 0 0_O 0 0_0 0 Nt�(�N N N N�D Nt�D Ni�D N N N Nt�D Nt�D Ni�D Nt�D N 0 N N 8 O O O O O O O O O 0 O) 0 0 0 0 o O O p 0 0 0 0 0 0 0 0 0 0 0 m mm m m mN CT mppmmmm W N0l mmmmm mm OCD 00 m 0(W CT CT 0) m CT m 01 01 CT A m I0) < �jN r o f0n Ncp.m x rO ID ID 0LTm� v v v m 4 M r Op -0�1 °00 r mm 54 m(n� D Z O- D D D A tD Z 1P - Dm m„z8 - �0) Z ZZV CAD D 0 0)) 0)) C(D (NOD ZZ 772 NyC<CC �p� a @ mm0, m .A D 5y� v 3 X 2 72 0 y m m 0 0 m OD O =_') 0 0> iD , ; cn y 'T... - N 0 Z o 0(m ^ D 0 or r NN000CD -�-.- CeQ"CC-sC m tD (O tD m m W m > �,oD A N N C) N N R N N N N N m .7.t.7. -.-.-.>N NNNN N N N N N N N C 7 -0. I 0 oQD LT a; (0-N NNo� m °o v �! CC �Lnm (O (O o m o CDD (o LT omm '9 N Nr3 N N NNN N N N N N N N N N N N N N N N N N 1313N N N N N N N N N N N N N N 'N Cp m O .0 0 000. 00000000000000000000000 0 0 0 0 0 0 0 0 0 0 0 II0 v (D (n mm m ma. m m m m m A m m m m C m CT m m CT m CT N CT CT m m m m m m m m m m m m m li0) G / o m G m n d mo A a ,&a 317!A CvC c c v TIN*a D C *??0 g o VI'g c A N *c D T VI'g n w m mm v== .;ma.A�mo3-ng al0v go 2a 22ang,1. 8. §. a00c70o-o- go oiI. n , d533o < ^opd mg N 0i N N �ao nO OaOaa 0nnppan .acm j m og m _pvm „-N m m -.o 3 m 3 m 3 la m 3 m 3 m Com m Cm&uS O_ C ' 800- m o W o ' 36' a ” oa@ -On wF' 3.0cacac acaca c.o6 m=a3a60V,13noNO$0.000.ag8< ,,g o N mm Om ' °� o no A.oap m.p m.o m.o m.o m.cm.0oitgm oandmmme em ao � > ao m m.V 3 W,< i 3-N &q.gq f0 m m < m m 1• 1• O V d O n 3V m m N m N_"O S.o R g.a 10 s'p C . O 3 CN l N l N Q O mm m o EO i O m n a (O kla 4 O O O' 3 0 2 N a V O m 9- a) C O N , ., B O L wn n B wn — C d O O M 9 N N x —F w m S Y 5 NO n£ m S --. g a 81g.. F C f Is _ O O O O V O O ? m 3 d 4m vm nra 1O 0. .6w mnw aallaa 2 £ as > ' mm n m- mm c an ' c =on by w, a ,vp0A'22 NnNS m o mm om,m ^m w rn C ? '° n dN 3-* ft l-M o-d 0 3 8�; 2ogyo `°"3 R . Qw m c j F vj O $ O'o > a> &a m.a. m 33 w 0 3O �O ^O O ION 3 a N l i., @.5. m d O N m 0 C md Na0 pF 3 �adnda2 nmama Q H ma aaaa_ gaD ° Do `°,- > O O O p g pp O O sO'C v d N c > 0 A 0`G m m w m m g.-ig-d 0 1 ac .> a l , g “ o o eo a ms '° m e 8 e a o 0 0 0 0 3 m m'm n mod 3 a 3 33 33 33 m m w , , , , , d I N N O fD W• NN 0 W I. 4 Dm mD Dm Dm Dm Dm D D D >>>> D D s a'a'= a • s sa s�s �a sm 3 ro 3 3 3 3 3 3 333 m f m3 mm '3 •m 3 4^ 0; ; b.0 3 16 b b b b bb n � Pei m a i , m m m S 00 a 0, m co' Cn �j kn Ti In' in N y W y; pn oa N 00- m () m t0 m m m m m m _, m m m m N m a w IS m m m N c v 0 n. .co m . . ,W ,, .-0.. 0 ®N N ®N N N _ 0 O CO CO D D D D D 2 2 2 i o Z Z Z Z Z Z Z Z 2 -z C r - mr Z . D 0 2 o �• oC C C '-C C CC CC CCCC •cc0 o < 0m) 1 w w v, W v, " 000 oo ' z� 5 5555555� `�50 0•n m m m m m n DN D< • $ z z v v v o o ;°> � � Dz z ziRiziii -RR1 1a 1 m m m m m v1 1 ' *O (0 000000000 . 00*0 �CD�! 0 *o °m° �� MM MM , < no D D D D D D D D D m m 3 N 1 - N W - y 0 0 0 m IM m m mlm m m m m • m m r r m • 0 0. 2 2 Z Z Z z z 'ZZ ZZ ZZZZ •ZzCD CD u, O G) G) G) G) G) G) 4) 00000000 0 G)0 0 • o n 0 0 A• 4• 9. 4• G. CA A.A•0.9.g.4.0 9.• Ge p.z Z -m .®.q 2 1111111111'0 O 0 0 0 010 0 �° N 1 1 1_1�1 11 c (i CI N C) m 1 -1 1 1 1 -1 DOOM ')1 MMEm 0 m1 mT cmmommmm 'n ^°o o, 8 2 0 0 0 0 0 0 >7Dlm mmpcm 8 MOMMm<EM0MMEE MO N O W O O x w N m N-- N�oNQ N NN NN NNN,-°—N �a� o A �J w -I I� N - _ 2Qm N -m - -Q.--w °LN)1n o� V wd a N N ) N N N N N N N N N N N N N N N N N N N N N N N N N N '.N`p O 0 0 0 o 0 0 0 O 0000_ 0 0_0 0 0 0 000000000000__ O ry 0) 0 O 0 0 0 0 O 0 0 0 0 0 000000000000000000 0 _. 4Wj 0 Z 2 z N W 0 0 00-.M-+ -. U) T" ZZ ZZ ZZ 0 W((C�OI 0 0000) t0 tO tO tp t0 iOW tO.ptO IO N0 0< G G C G C G W tDAtD 0 0 W p0 11 0)Oi C�I fl1 0 0 0 A A N O O-p p N W �Aa fD)D W 0 0°0 N N N,A V�11 (0)1 A 0D (0)1 N (0)I (�� C0)1 0 0 0 A 0004,N M 0. -04,0.M M N O W CD W N fD co 0 W 0 j N V7 b b O W o V N: IO N W O 0 co V N A A 0 3 0 V A N • 0 O A N W W _N - CO — N N — � N 01> O -CO 0 V 0 tD W V A f)1 N 0 A C)tD V 0 V N O g A V 0 W 0 V 0 N 0 W tD W W -..0.00 W A V A 0 N N O0 0 0 0 CO W V O 0 0O 0 0 0 0 W!D 1D00O- N N I D O V 0 0 O 0 O V !CD j CO O D 0 p p p p N .0 O r o O N O pA 0 0 0 ppO ppp pw p 0 p 'N A A A A A A A A A A A A A A A A A • I I I ! I I III IIIoo o IIIIIIIIAIII i cn rn I 0) 0 0 0 0 0 0)0)0) 0) 0)0)0)0) 10) 0)0,0)0)000000)0)0) .o • 4, t W t' t _ _000 00CD00) �� 0�0NC) oo_0 • 'L. 0 LQ. Q N N zt JNQQ - -L0QQQ Q QQQQ NNNNN Q2 N N Q N K3 -o� QQQr.J —wN N A ��JJ 0 N N 0 m ANO N NN N a. NN NANNC3N N N m N N 0 0 N N 0 0 N N N N N N N N N N N N 0 0 0 0 0 0 0 0 0_a O_ O 0 0 0 0 0 0 0 O O OO_ O O O O O O O O O O m Cr, Cr, 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 m O 0 * V) C m - CD O W X 0 m D D 0°2 r I 2 2 m 2 2 2 2 M M -1 - -mn T3 z Co W > O 0 C n m r 1 Z V cr.. m m in -< moo rmr Oc-lO of 0 00000 0 oz 0 ocmn m ai vsi o n Xai� �' Dro 0 � (TO ; 1 x O t o 0° m O p°E W�D A * A N N m N N A 1}1 C N q r * C D m N 1 N m X D C) z m O 1 w 0 mb mX _ �Nr T� m m 0 N r m 1 m 0.s D O m; A m m Z z c) o m i i' 1Co A m m c 1 r n m 4) ‹ m 0 0 0 m w C) ; w e. -,NN C' N'°C)C' L' NNNNN 0 N N �N+ - rn i "3 mm m a N -- ON8 A 4-,300 O O ° m N N N N 4.3 N N N NNN f 3 N N N N N N NN N N N m 0 0 0 O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N N 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N