Loading...
Backup Documents 04/12/2016 Item #10D B . Q . Concrete, L . L . C . Concrete Bins at 4800 Davis Blvd CO 1Ui E Dwight E. Brock Problem : County staff wanted to build a gravel storage structure, used an inappropriate process, and false information was provided to the Clerk to induce payment. 2 Concrete Bin (s) at 4800 Davis Blvd .:, ,.. „. ....................„,,, ....... , ,. ... .:. :,:. ,-.,__, . , . ., . .. .. , . . ..:, I Arr .' ' .,...4.A„.. ,,,,,... ', ,', ' ., . \ ' 4 , l:,1 , 3 Concrete Bins at 4800 Davis Blvd. 186' 20' I 20' 45' 124' 30' 25' All Walls are 6' high and 8" thick. 62' 4 Problem : County Staff used an existing PO which was reportedly competitively bid for " Curbs and Sidewalks " . No separate competitive process was performed for the bins costing $ 154,478 . 94 5 6/1 1/2013 11.C. Executive EXECUTIVE.St\I rIAR\' Recommendation to award Invitation to Bid 117B)12-59748 for Concrete:Road.Sidewalk Curb and Floor Installation and Repairs to BO Concrete.U,C an the primary vendor and Ronness Inc 0%the secundary condor,and authorize the Chairwoman to sign the attached Summary agreements. OBJECTIVE.: To provide for the installation and repair of concrete.nraic.sidewalks.curbs. Boors and related services for all County Departments on an as needed basis. C o'tract CONSIDERATIONS: Notices of the solicitation were sent to 571 rums.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 Bonnets,Inc.is the second lowest bidder.Stall'is recommending that TTB 12.5974R be awarded to BQ Concrete.LLC as the primary vendor.and 12,..5974R an as ne Ind.as the he Secon vendor,with ill bias li he inched ve t Cnunry Puchax order os an as needed basis.The Secondary vendor will be utilized in the event that the Primary comer is unable to provide the service or comply with the time n:quiremrnts. Staff requests that the Board waives the minor irregularity(per Purchasing Policy VI. El regarding the contract term in the solicitation document,and award per the term as described in the contract for one(1)two year tarn,with the option to renew two(2)additional one(I)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 EXECUTIVE S11t'1M.AR1" Recommendation to award Levitation to Bid (1'113) 12-5974R for (_'oncrete; Road. Sidewalk Curb and Fluor 1nNtallation and Repairs to HQ Concrete. LLC as the primary vendor and Honness Inc. as the secondary vendor, and authorize the Chairwoman to sign the attached agreements. 3)ITD dl2.$974R-Rid Tabulation: 4)ITB 12.5974R Concrete:Road,Sidewalk,Curb and Floor Install and Rep airs. Packet Page-377- 6 . Two Contracts 1 1 BQ Concrete Bonness (Primary) (Secondary) • R O RE EM120Mj V.19 A CREEMC R•I24•Y� for IR( 00r10N1c Real ilbbaM.Cat and Foos..mall and R!}yLie fin'Rona NON.Cs.and Fluor MNIO.SWUM. TN10 AGRLEAENT a Naos W 4■0e44 wo a,a 11", Jay Oa INS Non WA RT..na1.ass•»wM Me 5a...,:,e_aM of...,,Lp•_.'0'3 M+'J 0130*.'In Rawl A Carry Co.doslgwea IN Caaw Couray.Fbaya.•Wear sun Ns ',anon Ine Bore ot raarly Conna.won N CP-b'Coolly FINS.a poll./RA.h0SIO1 M Fr INN N Elmo Ihr!YNRo shot.to as In'Co n,•n'Oaaet)and RC C•ROn*.LLC as On INN M Real.(Nei***114411011 o ea n&Crony.or•0.ww1 ae Bonne,oo.as V. Fyony Connor.r aona•r••n m Nnaaos.n no Ban M F*nRe nano sus—en.>s..v.. Bwondery Cont..,soho•ta0IO0e Suwon t 10.We e•nos*.oboes Nam.a9Jraw'¢ A"J'r 3.-..R yr 4:0323 NON FL NI I'S...WIN rM vmd b as IN'Cross': •39V Scwv Aae..e,Vq.n.none,So Cs■nye'hanw'Men n Is a IN Collat.'I INC.RUIN el a m,n IN WITNESS WHEREOF.On Conramr aro N County.Nat oars reopocyrq.by M Who.. r• Connor of x; res9,Cr Vont MUUrWrM lNnnands WwW se FM tiro aW Oar NFr abpyFwYNn IN wWITiESSI QE01".I M9NnlNnc ono County ywN a nK+r Ow by on Fnfa x0 OWNER Caa srw NI ATTEST: • BOARD Of CO*M65ICRLRS ' a COLLIER,oe.. -FLORION x r. ATTEBT ...- BOWDON WIMT'COrRR55WkcR9 I COLUER COUNTY.FICRM at Wu DaaOnnr.F�Bmdr,Cara Mte•io I V t C. Riau Cighol[wri r� BT. u,. ac_,..,.._ By__-^l [p lFC_ M taws a TAF OW. O•oyo A'IIUL7 Cs4 C11NlIYaTY olt L1 er:'G iiiiiwo,.., .2r.. law NbOnW Y Na r No C yNR.NOiy. to *AMOR. vwd N L{l�a�opoallcFN,e..0 fib ten and ..e APO rpno as b lo,andJ • ■ ■ i My t numbs% M 7 wan ' °TAY YAlo+oy Merle F a IN' yy, NT CO747 po CONTRACTOR W Gonntl `4'/\\ b Bawaa yb�e� x ._,ice rL w S. RoIWN.I. � 6g,S .n- 1111 WIaY. aipnWr. a• Tartu`irm�lcu B,Lda Ctuarld -- �JA ffi34 tons rr 6a,f,F Type CT-5ffrial T Ty nln a _ry :, O#a Irons SRa. BFar M -- ,o• sou-neyWNra I•N mar. `-_,& _ :;.e 104.f!Ro _ TNWRIM AT.Tn RON f .vr r•VAN eel Irma p°R".9 na9rA- 7 nvotces to: Cater Cores Bore',Ca"Co-Osaty: Cater COO*Ease a Care,Cmn-isnanes P.o,ae,err 9va,co Meson NS.*crooner 34raee 9•,a+e.^�Y1C5}MO' L_'amem:'7 E Ste-CC 'o Eaema 84#0,4%553tCr, �*RL4e CM ems r eCCicemaawere*Ca^ .uransu Orme numbs,Molt I M 10411041•0 ir en m bO Single yorraaynarnoe Erapeari palms me tomb*.'. .rrOr/101■33 Purchase order �a - - 4500146934 -..1014,92013 Purchase FAD,MS •.:•••- peal mart PARE"R.041 II Please deliver to: GROWTH NW,AGENENT Dr,- , _ x.o.,Care ROAO6WNTENANCE DEPA:,'VE(.T Order 4800 DAVIS BLVD NAPLES FL 34101.5308 //// Te—:ePa/ l Vet3771r to 1E.3Q 1baaId ...... . Onto OM LION Prat Pot aril No N.I . o00tC Cut 8•ae•ea auntna a SC:.i3E 33 EA 77 575 53EE_. ■ $605,635 .23 1 , Tabs net ARC eC.to L WB.tl823 I Terms of Payment Net 30 Days j Item Material Description Order Qty Unit Price Per Unit Net Value 1 00010 Curb&sidewalk maintenance 605635.23 EA 1 00 605.635.23 ` = mined"�'-neri __toeca7ea nl�r leoim teer rler tarnmacao Sena a'v.v:a Cam Co.rb a:wo o Corti Cam nmtaw: AEA Accara:ASADA 1n9 Ts-1m-f T'E Sae 730 V/es R.34,174749 OR mot b bc000migramerooccom -.e.urCax Crle s aatnraeo o naero/eta,a Cater Cour,Baal enC urp Cam^t:sone:a .aM'e?Amerce Da aretre"en Severs Drsr, 8 Problem : County policy (under review) allows staff to purchase up to $50 , 000 . This project was $ 154,478 . 94 . o Staff issued 8 separate work orders for the single structure — each less than $50K. 9 Collier County' Road Maintenance Work Order 1 of 8 p6.0RIDA - Contractor Work Orders Work 40119,•fir RM27079 Repair material bin slab and walls at 4800 Davis facility (Large B i n) Name Recur maawai 0 r MO 300 wa sat 4 W:ca.s slates C TON.. Mr ■v Work Order Type COTtratted Pork AOMty 111-452 0061O1t11 REPAIR Details Rapaa 9a.airp dab and wails la'matenM sterna at Davis Cooky mmaa u Edda Rssser/ion Vonbms ell/0 A 454 rem-trig mei Project Manager GOMM.,361 Department R0a0 MimteMiiR Total Coat estimate Asogoed To\inspector Cr..,.,,tilde Total Cost as oaf 035.500.91 0.0.Number 4500146934 Duration estimated Stan Date eatlmaM 001E/2014 Duration Actual ...Oder tumor Start Data Adgl 6/zL2a1+u:oo 00 AM Stop Data Actual 9/26/204*12:00:00 a4* Rltt17079 Repair material bin slab and walls at 4800 Davis inspector Note& role:AMC 6o1WAC10r 130006104i5OCSS on O4W,43050'1 Rte. facility .1 1/750014 01646 Chews,Fdd4 00 1NEeRIN 1 Nt4tN old 1-10 maN+OUa ENGIKERINfi M10 NSPCC, lab.-Actual meat roomer,on ass Merl Dale ID AM89 Nowa units Completed Cost 01170414 01646 cr...,Edda 943-t1,MRRCT MOONT S.OV, 1.00 maMaaa 140 23 EMLI0EERINC AND INSPECT 9034/20 la 6:669 n*nut,Alexander 034-Gust-RAT 0111CC 153000 :.-' fl rt7.- i-:5, ,nsPaROn it connate Ens Ymoo teed 110000 venftaoatV appr.4 4x data¢may for moire•152 159.See*110111,0 am0a.¢III more 952/3004 0194*Ckasr,boo. 943 11,61*ACT MOW 901Y, 1.00 mannous $40 2/ (nfMNH30n. DYGINtf IlEd*110 Wafer Subtotal: 0.00 T onnoalS .43.39 0/27/2014 30046 Chesser.Edde 036 TRAVEL TIME 3.25 neannoun 310.06 9/312014 01041 Cromer.boat 943-tW11/1(7 t4SIM 9JN, 1.00 D960 manna. 54013 ECIONO M0 NSPCC, ANNICOce of slob 100 bins 9/4/2314 00046 Oe9Mr.Eddie 036-TRAVE.TIME 3.15 nonlO,n 14.03 910/201a 01646 Chaser,Edbe 9NI[DINGNMi00105140. 0.70 manNws 621.16 ,styes..of mbar m 0.0.00 Subtotal: 0.00 minimum 030,00 97//2014 0104*Ckwr,Woe 942-03101ucv WWI 9.P%. 1.00 mnnikn $40.23 rNGn*ERtSG AND IN5ffc q��r����vuparc,n et ions a4*Yob Mg�6i���� p 420 1 —IiiitliL iii40fi9lat-i—ii iIiiilailiifillinfm iii■ �u5 Contractor\Other(Estimate) 7I Start Date Contractor Contract Activity Cost Other Cost $0.00 `1 Contractor\Other(Actual) h Start Date Contractor Contract Activity Coat II 9/26/2014 B.Q.CONCRETE 101-457 CONCRETE REPAIR 537,895.52 Is Notes Invoice verification/approval and data entry for invoice 3:152-159.See attached invoice for l' more information. r 8/18/2014 B.Q.CONCRETE 111-457 CONCRETE REPAIR lam we:-.aav Notes p.. Other Cost $3712.95.52 ..1"4 I I Other Cost $37,895.52 Wednesday,April 15,2015 7 WMneWae.600 11 20:1 2 of 2 10 Colli r 0011111 Road Maintenance CR o Contractor Work Orders Work Order :_-Number RM27378 Repair material bin slab and walls at 4800 Davis facility Nan..Repair material en slat)aril walls at 4800 Oats Status Comcetec tadlity 2 of 8 Work Order Type Contracted Work Activity 111-417 CO6CRETE REPAIR Details Repair existing slab and walls for materia,storage at Da%r3 ractily contact is Eddie&ester/ion VoMwms Bat 2 30 X 45&retailing veal Proje[t Manager GOraiti,1R ( Large B in) Department Roao Maintenance Total Cost Estimate Assigned To\Inspector Chesser,Edon Total Cost Actual $37,895.32 P.O.Number aS1.21ab934 Duration Estimate0 Start Date Estimated,a/I8/2014 Duration Actual Start Date Actual Stop Data Actual a/4/2014 1.:x-SG 4m Inspector Notes meet wRit=tractor Bobby to 0sSCSSS 0--n lnstallaban On lite. tire appmyed Mls mvn.cc 153 01946.14 bin a2 tabor-Actual Start Dale ID Activity Hours units Completed Cost Subtotal: 0.00 .t of $0.00 Menu. i tray Co..nt C $0.00 Equipment-Actual Start Date ID Activity Hours Cost Subtotal: 0.00 $0.00 0.00 $0.00 Contractor\Other(Estimate) Start Date Contractor Contract Activity Cost Other Cost 00.00 Contractor\Other(Actual) Start Data Contractor Contract Activity Cost Notes Other Cost $37,895.52 MIL :a 1M Other Cost $37,895.52 • Wednesday.Apnl 15,2015 1 Of 1 11 Collier County Road Maintenance ---FLORIDA Contractor Work Orders W ork Order :: `Crdrr Rnm er Repair material bin slab and walls at 4800 Davis RM27379 facility Name Repair materia;An dab and wars at 4800 Davis Status Completed fa 3 o f 8 cility Work Order Type Contracted work Activity 111.457 CONCRETE REPAIR Details Repa r ex sting slab and oats`or i^aterai storage at Davis Facility contact is Edd a Chesser/ion Vorthams Bin 3 10 X 20 b retamng mat Project r en Go )R (S m a I I B ■i n)Department mant Road Ma.rtecance Total Cost Estimate Assigned To\Inspector Chesser,Eddie Total Cast Actual $13,114.65 P.O.Number 4 50014 69 34 Duration Estimated Start Date Estimated 8/18/2014 Duration Actual Start Oats Actual Stop Date Actual 10/14/2014 12:00:00 AM Inspector Notes meet wits contractor Bobby to OscusS bin inStallatOn On site. Labor-Actual Start Data ID ACtivIty Hours Units Completed Cott Subtotal: 0.00 ;L; ut $0.00 r4lasi,'ej Entry Court; 0 $0.00 Equipment-Actual Start Date ID Activity Hours Cost Subtotal: 0.00 $0.00 Entry Court: C 0.00 $0.00 Contractor\Other(Estimate) Start Date Contractor Contract Activity Cost Other Cost 60.00 Contractor\Other(Actual) Start Date Contractor Contract Activity Cost 10/14/7014 B Q.CCVCRFTF 111 451 CONCRETE REPAIR T'7I' Notes Other Cost $13,119.65 Other Cost $13,114.65 ,'.'oi'xxaY.Aix;1S,2C:5 1 of 1 12 :011111' :011 I1 t\ Road Maintenance c•. Contractor Work Orders Work Order Work Order Numb.,RM27380 Repair material bin slab and walls at 4800 Davis facility Name Raper material bin slab and walls at 4800 Dew, Status Completed facility 4 of 8 Work Order Type Cbntractad work Activity 11.1.457 CONCRETE REPAIR Details Romer oodeng slab and walls for material storage at Darts l ec.l ty contact 6 Eddie Chesser/Jon Vorthams TIc 4 20 X 20 8 retaming wall Project Manager Cott Ma 1R I B ' ` Department Road Maaltenarce Total Cost Estimata 1 Assigned To\Inspector Chesser,Eddie Total Cost Actual$13,114.65 P.O.Number 4500146934 Duration Estimated Start Data Estimated 8/18/7014 Duration Actual Start Date Actual Stop Date Actual 13/14/21214 12:00:00 AM Inspector Notes meet with contractor Bobby to discuss hr Installation on site. Labor-Actual Start Date ID Activity hours theta completed Cost Subtotal: 0.00 (Units of y0,00 Measure) Entry Count: 0 $0.00 Equipment-Actual Start Data ID Activity Hoer. Cost Subtotal: 0.00 $0.00 Entry Count: 0 0.00 $0.00 Contractor\Other(Estimate) Start Data Contractor Contract Activity Coat Other Cost $0.00 Contractor\Other(Actual) Start Data Contractor Contract Activity Coat 1,-,';4/7(;14 Ii l (77\aITF c:1 4s7 C::NCRC E 113,1:4.65 Notes Other Cost $13,114.51 Other Cost $13,114.65 Wednesday,Apnl 15,2015 1 01 13 Collier CouxitY Road Maintenance FLORIDA Contractor Work Orders Work Order XCr<O-icr NumD?! p?r RM27381 Repair material bin slab and walls at 4800 Davis facility Name Repair mater al b r slab anc wails at 4800 Davis Status Completes 'ira 5 of 8 Work Order Type Contracted Work Activity 111-457 CONCRETE REPAIR Details Repay exis1ng dab and walls for material storage at Davis Fac lity contact is Eddie Chesser/ton Vorthams Sin 5 20 X 20&retaining waa S 11 B . ) Project Manager Goren/.1R Department Road Mantena'KB Total Cost Estimate Assigned To\Inspector Chesser,Eddie Total Cost Actual$13,114.65 m ' 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 AD, Inspector Notes meet with cont-artoi Bobby to discuss Din,nstalalion on site. alex approve(this bin r5 invoice 156 approved 926.14 Labor-Actual Start Date ID Activity Hours Dab Completed Cost Subtotal: 0.00 (Units r.' $0.00 Measure) Entry Count: 0 $0.00 Equipment-Actual Start Date ED Activity Hours Cost Subtotal: 0.00 00.00 Entry Count: 0 0.00 $0.00 Contractor\Other(Estimate) Start Oat. Contractor Contract Activity Coat Other Cost $0.00 Contractor\Other(Actual) Start Date Contractor Contract Activity Coat 10,14f2;)14 B.Q.CUNCRETE 11'.-45'CONCRETE REPAIR 013,114.65 Notes Other Cost $13,114.65 Other Cost $13,114,65 Wednesday,April 15,2015 1 of 1 14 • .l►Anne Count ' Road Maintenance FLORIDA Contractor Work Orders Work Order Work Crdrr Number RM17382 Repair material bin slab and nd walls walls a at 480 4800 Davis facility Name Repair malaria bin slab and walls at 4800 Davis Status rn-p:etea facility 6 o f 8 Work Order Type Contracted Welk Activity 111457 COKCRE`E REPAIR Details Repay ex sting slab and walls for mates*storage at Davis Facility contact is Eddie Chesser/Jon Vortttams Bon 6 20 X 20 6<renaming wal Project Manager Gorerel,1R (S m a I I Bin) Department Road Mamteranu Total Cost Estimate Assigned To\Inspector Chesser,Eddie Total Cost Actual$13,114.65 P.O.Number 4 50014 69 34 Duration Estimated Start Date Estimated 8/18/201a Duration Actual Start Date Actual Stop Date Actual 10/14/2014 12:00:00 AM Inspector Notes meet wit!'contractor Bobby to discuss tin Installation or site. Labor-Actual Start Date ID Activity Noorr tangs Completed Chat Subtotal: 0.00 ((Ants of y0,00 Mee;i.•p'', =r try(I, i, $0.00 Equipment-Actual Start Data ED 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 60.00 Contractor\Other(Actual) Start Data Contractor Contract Activity Cost 101:4/2C14 B Q.CONCRETE 11145?CONCRETE REPAIR 5:3.1:4.60 Notes Other Cost $13,114.65 Other Cost $13,114.65 Wednesday,April 15,2015 1 of 1 i Collier Count-v Road Maintenance FLORIDA Contractor Work Orders W ork Order worx Oder Number RM17383 Repair material bin slab and walls at 4800 Davis facility Name Repair mater al b r dab ant walls at 4900 Oaws Status Comoletec a°'ra 7of8 Work Order Type Contracted Wo•k Activity 111 457 CONCRETE REPAIR Details Repair existing dab and walls for material storage at Davis Facility contact is Eddie Chesser/ion Vorthams BLt 7 20 S 20&retaining wail Project Manager Go Ma 1R (S m a I I Bin Department Road d Mdmtena'ltt Total[oat Estimate Assigned To\Inspector Chesser,Eddie Total Cost Actual $13,114.65 P.O.Number 4500146934 Duration Estimated Start Date Estimated 9/18/2014 Duration Actual Start Date Actual Stop Date Actual 10/14/2014 12:00:00 AM Inspector Notes meet won",contractor Bobby to discuss bin indatation on yte. Labor-Actual Start Data ID Activity Nouns Units Completed Cast Subtotal: 0.00 (Una $0.00 Measure) Entry Count: 0 $0.00 Equipment-Actual Start Date ID Acthky Hours Cost Subtotal: 0.00 50.00 i•.uv Cot, n 0.00 $0.00 Contractor\Other(Estimate) Start Data Contractor Contract Activity Cost Other Cost $0.00 Contractor\Other(Actual) Start Data Contractor Contract ACMtdty Cost B.Q.CONCRETE 111557 CONCRETE REPA:R $13,114.65 Notes Other Cast $13,114.65 Other Cost $13,114.65 Wednesday,Ap0I 15,2015 1 of 1 16 •,t)ltTel'Cos lilt Road Maintenance FLORIDA Contractor Work Orders ,1 v;rderNUmoer Work Order RM27384 Repair material bin slab and walls at 4800 Davis facility Name Repair malari bin slab and wa',s at 4800 Davis Status^n'^o ant raaury 8 o f 8 Work order Type Contracted Work Activity i:1 457 C.ORCRETE REPAIR Details Repair ex sting Oat and walls for Tateral storage at Davis Facility contact is Eddie Chesser/lon Vorthams Sin 8 20 X 20&retaining nal Protect Manager Lorentz,1R (S m a I I B in) Department Road Mactenance Total Cost Estimate Assigned To\Inspector Chaser,Eddie Total Cost Actual $13,114.65 P.O.Number 4 50014 69 34 Duration Estimated Start Date Estimated g m/20!c Duration Actual Start Data Actual Stop Date Actual 10/14/2014 12:00:00 AM Inspector Notes meet win,contractor Booty to discuss bin InStanatdn W sty. Labor-Actual Start Data ID Activity Hours Units Completed Cost Subtotal: 0.00 (Onds at $0.00 Measure] Entry CCINX: 0 $0.00 Equipment-Actual Start Date ID Activity Hours Cost Subtotal: 0.00 $0.00 Entry Count: C 0.00 $0.00 Contractor\Other(Estimate) Start Date Contractor Contract Activity Coat Other Cost 50.00 Contractor 1 Other(Actual) Start Date Contractor Contract Activity Coat Q 111 45,CGNCI.i I F'..P1I 1.1'v.65 ;U'<,'f.t4 8. .CONCRETE Notes Other Cost $13,114.68 Other Cost $13,114.65 Wednesday,April 15,2015 1 of 1 17 Problem : Vendor Contract for " Sidewalks " allows no more than 20% of the work to be sub- contracted. Liberty Concrete advised that they performed 100% of the construction . BQ did none. ,K Billy Summers, BQ Representative BCC Meeting 4-28-2015 On these particular invoices we've done 4 100% of the work. 20 4 years we've worked for 1 ow you guys. Every single one of these has been approved PIIIIIP .0), by Travis Gossard, they walked every single job we did. 19 6/11/2013 11.C. Ceotber County ASSerli gpahrg bn INVITATION TO BID Invitation To Bid : Data April 3 2073 From: Adam Northrup.Procurement Strategist '1',201311.C. (239)2626098(Telephone) (239)2526302(FAX) 80% / 20% Rule Prose cnhmp®doReryov eel(Email) remit To: Prospects*Windom Subject: Sollclutlon:12d87OR-Concrete:Road.Sidewalk,Curb and Floor Install and Repairs. As requested by the Denson o'Growth Marageme'^R the Colter County Board of County Commissioners Purchasing Department has Meuse the re for the purpose of obtaining lab any and convolve responses. Id be C^sV et Please refer to the Public f olae ncluded in the doc,.men:for the opening date and time and aq any applicable pnbIT6("ordinance. Al questons regarding Iris ITS must be submitted ovine on Lee Collier County Purchasing Department E-'rocJrement websne'.wwe.colbe'aov.net/ted.All responses to questions will be posted on the websde with electrons notification to all prospective vendors, cis ern npnn Nb one■nvam to your pantapatn-In Caller Countys compet Bve procurement process. cc.Aids Blanco.Travis Gossard city. E - - M .1.11 INNIN 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. Packet lege-128' .rd Sub sea As Coax County Govenenee has sutar red OShA remoseniseves to sear try Cofer County hdny property and/or ngl.o'.wey fame puronae of impost or of any Voles s wp,k aperratens. Tlas stone,n is nonenegor able by any determent sndrer Venda. All new aerarinal installntora.5.1■neogsomlo NF>A 70E Shen Croat Pteoau ve Device Coor inesne and Arc flesh Sidi'whore semis as determined by Me eng ear. •1000705 'a Pa free...en..►ru....1 Mt,Inrvr.n yarn,-'Penn 441 20 BQ Contract AGREEMEN 712-5974R Incorporates ITB for Concrete:Road,Sidewalk,Curb and Floor Install and Repairs THIS AGREEMENI is made and entered into this ti"r day of !• vey,�. 2C13, by and Bo between he ara of County Commssioners for Collier County.Florida.a political subdvison of the State of Florae Meter-latter rete-ed to as the County or"Owner')and BO Concrete,LLC as the Primary Contractor,autnonzeo to do business in the State of Fiorkla,whose uuslnyss address is 69'7 Pine Rioge Rd 0329.Naples FL 30'19 Iherrthafror referred to es the'Convaatoi IN WITNESS WHEREOF,he Cnntrantor and the C o my rave racy respecrve•y.by sr authorized person or agent,hereunder set:her hares and seas on the date and year tiesr above writer WITNESSETH. I COMMENCEMENT: The contract shall be for one(1)two(2)year period cornmen;ang on OWNER- award o'the contract and terminating two(21 years nom date of award or until sigh trine as at outstanding work requested prior to the expiration of the Agreement period have been ATTEST BOARD OF COUN Ill COMMISSIONERS completed This contract shall have two 21 additions Of year renewals,renewable annuay COLLIER C,DWrY FLORIDA Tre County Manager,or his designee may at res discretion cetera the Agreement under an Dwight E Brock Clerk of Courts of the terms and conditions contained Ili this Agreement for up tC one hundred eighty "BTI I i lays The County Manager,or his iesgnee.shat,,give the Contractor wearers notice of the By.IId,{s__� .CQ.c • By County's intention to exteno the Agreement term not less tha-lent 101 days Prior to the end of Date Georgia A -ileI Log Chairwoman he Agreement tens hen et effect. Attest as to Chairman's 2. STATEMENT OF WORK The Board of County Commissioners deemed two 12)firms to be signateteehly ore-qualified and awarded a Contract to kern firm fnr services as identified in Exhibit A.Scope Approved as to form and Pf Work,hereby atuacirec aria incorporated by referenx Each awardee will provide complete Legality services for Concrete:Road.Sidewalk,Curb and Floor Install and Repair on an as-needed oasis as may oe required toy:rye Owner in accordance with the terms and conditions of ITB i #12.5974R and the Contractors proposal wnrch a ncorporateo by reference and made a- Assistant Co pry Adomey Integra part of this Agreement The execution of Isis Agreement shall not oe a commitment to lie Contractor Ira:any work wit be awarded to the Contractor Rather,this Agreement governs the rights aria oblgat:on of the Ouoaton procedure outlined in he next paragraphs and all Work unoenaker by Contractor for Owner pursuant to this Agreement aria that Procedure cranny the term ano any extension of the terry of this Agreement Any County Deoamhert may use this contract provided sufficient funds are mUaoed m rts midget Poor to the star of each rsoraaual nob me user department shah provide a description CONTRACTOR:----, of work to be performed to the Primary Contractor The Primary Contractor steal have five Si BO Concreteyrl 1 bus•ness nays to respond that they are Mang and aloe to complete the rob in tie•uquirod time J 'came the bser aepartment wr-then ss,ie a Pu•close Orde"or the work j • Signature STATEMENT e- uafied and a Contract to of each firm oor services as identified in Exhibit A,sS to be Scope aTW rgn'aF�rleS County p 4 .re of Work hereb • - hed -nd inco •orated b reference Each awardee will •rovide com•lete _�wnzr services for Concrete: Road,Sidewalk, Curb and Floor Install and -eoair on an as-needed iit1y basis as may be required by the Owner in accordance with the terms and conditions of ITB #12-5974R and the Contractors 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 Quotation procedure outlined in the next paragraphs and all Work undertaken by Contractor for Owner pursuant to this Agreement and that Page 9 •rocedure durin• the term and an extension of the term of this A.reement. 21 Liberty Invoice to BQ for Bins Liberty C..crele&Masonry.Ise. Proposal P.O.Nei 1113311 I Naples,F1.34'.� I Ono loom. 0 100% sub-contracted aIIZOI4 6.R Name*room to Liberty Concrete Ma 40 Fu.334408 ATTN&II Summa (Bobby Tatum) o Contract allowed Toyl 200/0 sub-contracted Ceiba Calory San d Rod- M� Ar Labor,RWm ii t FpymX a am a 0.0'L.'. I3l2E6 rirb(roam Walk biaaM(2)9ay 31011" 43'.adya a 2T ai(1111,h 1 A 10-A*C- O Actual Construction Cost by Liberty Total $130,288.(}0 Concrete was $ 130,288 BQ Paid $90K F' Total sin-taco Mow fa.. E-mnr 239391-951R 2)9.397.9060 LAc11y CanrrooµynMo cam 22 BQ Contract Excerpt - Page 21 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 blank 23 BQ Concrete LLC Invoice 6017 PINE 34119 RI)0329 Invoice #1.59 • Da. Invoice• Naples.fl.34119 vrz4cu14 159 Bill To Representation Collier County Roads Bridges of Detail Charges P 0.No. terms Prolec. 45011149:14 1)u.:nu rttc int DoanOty Doecn9)40 U/M Rale Amount 112,3115 434,Mil.C n.n(c Installation 50 Yid 9000 10.114.65 11 (056)CunAru41an Fm,..., MI 50.00 550.00 II (II 57)Equipment Openmr PH 40,00 440.00 2(457)ryuipmem Opel... PH 40.00 80.00 55(454)Levy PH 20001 1.100.110 11 (46))1rac(∎r Whoslod E444.00, PH 50.011 550.00 2 464,C1oo,erc Pump hock PII 140.00 280.04 Quantity Description UIM Rate Amount 112.385 #54,Misc.Concrete Installation SQ Yrd. 90.00 10,114.65 11 (#56)Construction Forman PII 50.00 550.00 11 (#57)Equipment Operator PII 40.00 440.00 2 (#57)Equipment Operator PH 40.00 80.00 55 (#58)Labor PH 20.00 L100.00 11 (#61)Track or Wheeled Excavator PH 50.00 550.00 2 #64,Concrete Pump Truck PH 140.00 280.00 .• , — . __ PM 417586 1800 Davis R24 Total 015.11465 Material Pio Repare05 , 24 BQ Contract Excerpt - Page 22 & 23 1 I{ Unit of FM Item#'Cat-•0 !Item Descri•tion measure ICurb and Gutter Items !Concrete Curb&Gutter Removal&Dis•.sal TYPE E Less than or -.ual to 150 linear Foot' linear Ft $ 6.00 21Curb and Gutter Items 'Concrete Curb&Gutter Install(TYPE E(Less than or=•ual to 150 Linear Foot)' Linear Ft $ 12.00 „""—r T - '---,. s..-!'. — w.__•_-,.w. — -—_..,...-- w r --. — - .,. s . ,-•rimAs ! e 'In all •eo ace �4171111•taro AA... 521Concrete Dram.- Item Mitered Ends Removal&Dis••sal of Existi • ' •uare Yd $ 14.50 531Concrete Drains!- Item Mitered Ends Install/Re.-cement' . •:r- Y• • 541Mlsc Concrete Miscellaneous Concrete installation# I •uare Yd $ 90.00' 551Misc Concrete 'Miscellaneous Concrete Removal&Dis..sal of Existi # i •uare Yd $ 36.00 561Miscellaneous Man HourlConstructron Forman# Per Flour $ 50.00 571Miscellaneous Man Hou Eoui•ment 0.- ator# Per Hour $ 40.00 58IMiscellaneous Man Hou Laborer# Per Hour ; $ 20.00 Page -22- 0 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. Unit of Line it=Cate•o item Descri.tion Measure 60 Equipment Crane 100 tons and below# Per Hour S 95.00 61 Egui•rnent 'Track or Wheeled Excavator# Per Hour 5 50.00 62 Equipment IL. • Stick tracked Excavator(60ft or.reater * Per Hour S 125.00 63 Egui•ment Tow behind Concrete Pump(with •to 1000 ft dischar.a Hose)# I Per Hour 5 90.00 64 Eq '•ment ICortrete Pump truck to 200 ft boom)# Per Hour $ 140.00 65 Material Items Llmerock Delivered and Installed)# Ton 5 25.00 WsMaterial Items ILlmerock Delivered and Installed)# IS•uare Yd $ 14.00 Material Items Fill Din(Delivered and Installed # !Ton 5 19.50 68 Material Items Fill Dirt(Delivered and Installed)# S•trare Yd $ 9.50 69 Material Items IFlowable Fill Excavate-able delivered * !Cubic Yard $ 90.00 -_ 25 IV Bo Concrete LI.c Invoice Invoice: 152 Na"PINE RD 0329 Napier 3411 .FL JI I RIDGE D011 n.mo.9 ■ ( 1 of 8) Large Bin ell 7o C'wlr.Came Ravi*&yso Date: 9/24/2014 F O Ha T000 PO: 4500146934 I7tH71,.l Dix an'tar p 04010110 DgaoMan UM Rob Atego l 131.771 484 Mot Casa.r 1555511111445 SO Ym 99.00 29117.12 29 i576I LaM,YS[IMn Im mo PII 7/CO 1.19000 71 11171 Fip+ww OOwarr PII 10.09 I.IMOD 1(4771009.w¢t O0[wr. PII to/0 woo 734(9101 Lobo H 7000 1.100.00 Total: it II MI I tort m.lalN Loo.w PH 1000 I,MOM 2/N.c ucsr P.00 Ton4 II 199U 700A0 $ 37 , 895 . 52 1 I RMI91fin 1110 Dots Blot. Total f174144$2 Moroni Pb.Ir9w 26 i'. 11 BO Commie uc Invoice Invoice. 153 6017 PINE RIDGE RD 0329 NAQICA,Fl.30119 OM awSl r M244011 1A1 (2 of 8) Large Bin O u MI To , PAW A*Wpm • Date: 9/24/2014 P O.pt %P M hoop PO • 4500146934 4910141031 Ow-wowyg _ Otowly a - t*I - POO Marl ID 721 I21.Mkt.ammo ihwOo w $Q Yd MM MIMI 21 WC Ononw.n honow 1O1 $OM IAD OD 2$1/221 E0p.rn Op. P11 MM 1.120.00 2 11$22 Overman Opw..r P11 MAO b tot 214 11M)V$w PN 20.01 4.IOD 1n Total: $M122nat. Wi..I.dF aw P11 20.0 LOW CO 2 MI,l'wtwk Pump Owl PH tM M 2MA0 $ 37 , 895 • 52 1 1 ,,n Y.J!'"i ■ 001.1HI,.: Total 112.y<p 4......„Www r...._ 27 aQ concrete LLC Invoice 6017 PINE RIDGE RD 0329 - Invoice: 154 1 Naples,FL 31119 Ow M0�'� W200•10 IN Oil TO (3 of 8) 00440wnq Root.Ott*. Date: 9/24/2014 P.O.No Terms 'NOM 430.110•34 _ 04 P0: 4500146934 1 12311440.Nut Commit fooNiotom sO Yta _ /010 I01N 133 II(0101 CMlreee.am Amer MI 3000 144.00 II 0/5710430Po 1(10mem0. MI 4044 44000 2(M)bwpoem0/twot IN 40 00 000 35(s1011440 ON 21.00 1.10000 II (4011 Trxsor VYeMO L.w.rm 111 3.40 �mm TO 2 ON,concrete Meet Took PO 140.00 _W 30 1 1 1 $ 13 114 • 65 L _i i , 1 NM I I+. 4001 Its..N1,1 Total III I:t n. Non 03 28 RD Concrete LLC Invoice 6017 PINE RIDGE RD#329 D.. 6.au0 Invoice: 155 Naples,FL 34119 0 2132014 II) (4 of 8) Be To Collier Como Rood A Bridges Date: 9/24/2014 P.O.No. Te1,1a Pmfact 450014034 Doe 4500146934 s r.ayl *unity D00ap-10n UM MOO A100140 112 305 M.Mia.C..am toeollaoe SO YN 0000 1411403 II(1M)Cornrnaao Poem P11 5000 55000 11 MI/Fquipa0HO01 0.r hl 4000 44000 2(457)Equipment DRe.ar PH 4000 n a 55 p50,Lao PH 2000 155000 Total: 11 (4411 Track or*UAW E■wv.0 PH 50.00 55000 2 004 Comm.Pomp Tray PH 14.00 21000 $ 13 , 114 . 65• R 017500 - MIA 0/00 D..a BIN. Total 513.114.65 Nam&001 Rg0ir 44 29 DO Concrete LLC Invoice 6017 PINE FNMA.RD*329 Invoice: 156 Naples,FL 34119 Date mw.c.a 9:247014 Ise EMI To (5 of 8) Collrr(n..mn 0.61AIIn*, I Date: 9/24/2014 4 0 0 0146014 7660064, l 19401005 P O: 4500146934 Ouan01y Dato90Un WM Rabe Amwld 112 Say PSI.Mne.Cortese Inualb(on M)Y(d 90 00 10.114 65 II 14305C041vuenan Fvmsae. P11 5000 551110 11 0571 Pg0lp040 nperelos P11 4000 44000 2 1007)E.plpnela npeola PH 4000 x0.00 55(8011000( PH 2000 1 100 60 II 0611 Towle,Wheeled PO4.10.6 PH 0000 5'000 Total: 2 b1.ConcteH Pump Truck PH 140.00 20190 $ 13 , 114. 65 1 , I1 ` KM•17161 •_ 4000 1h.,111.4. Total 513.114 65 Ma.m.kin acpun.1 30 Bo concrete LLC Invoice 6017 PME R10(3E RD*329 Invoice: 157 Naples,FL 34119 or. Rwab• x144014 IS, ..T. (6 of 8) C01180‘Comfy Ro44•sus.. Date: 9/24/2014 '°69 '�" P0: 4500146934 43MI4N31 1»ma Ow* GNa.tlen UM Hole Amount 112 301 014.1 .Caws*IsWron SP Y.0 »N 111.114.0 II 0361C4aPK.i Panr PSI 1000 51040 11 1459IP >04446v PH 4600 40.00 2('S'I2q..Opens. PH MO MAO II(NI)T...a•Wlaa4nl tawas PH 30.00 IMO 2 Na.C>wM Nap Truk PH 14010 1. 24000 SS pS011Yo. M 00 1.100.00 To to •• $ 13 , 114. 65 1 , , i -- RM.•',: Mk):1..n„.,. Total 01 S 114,3 S3. ,.:P...Raper.N 31 DO 17 PINE LLC Invoice Invoice: 15 8 601 MNF RiB(it as Irlx9 - Nq,ks,FL 34119 D� � � SWAN IH ..Ye (7 of 8) CMw Calm! Mad II*Mrs I Date: 9/24/2014 •0 No Y� PO: 4500146934 yM11NN MO_�. aim, Maroon - 110 N .,..N. 117 161 SW MK Comb YYllsra SQ YN 1040 10.1141 11(/%1Cwwrs2 it NM. HI MN 11690 II 10111 LMsome OS MAN 401 4040 41.40 7 WM CKyeaM°pouts m 00 /6.M T Is(MIA. m 100 LINOS 1 otal: (40//hut oN1w401.casM m 1000 s4040 2 INK Corm*Pro That m 1040 NOM $ 13 ) 114. 65 ,..,•,_,, _ . jpt& MIN*, I 32 eo call[tde Llt Invoice 6ot1 PINE atrx*.sn1aav Invoice. 159 Nortek ft.Ut 19 Ifer Imo* MHilt lee M.. (8 of 8) (at.r Date: 9/24/2014 Pato TN.* Mow 1l PO: 4500146934 s am* Owl oeenp.• WY Me *moo MAO Pk Kw G.m.*lrrlr.. t0 Yr1 MM */MN If Mal C• ••• ham. n, MM 1111 IN le(I111••• •••OP.. PH NIPS MS MI 1 11111 e7yrw N... PH NH MN f!OM Ulm Pit MM LIMN ft(w91 Toga MIM'e�.wnM.. PH >.M 'SIN MOO M )1w.r Total. ..w.n.q Teri $ 13 , 114 . 65 1 . ne ee*TM ....lm..Mw Total tutus' t1w tl.n�.s.w 33 9. P •, DO C9.n91f LLC Invoice BO Comae*Ile Invoice 6417 PINE RIDGE RD 6729 O. ««... 6011 P1NE RIDGE RI)0fl9 D...____ ® +. HI 1v ..t✓n.. r>. NRt4,..FL 34119 - RO Canape ut Invoice 0017 PNL RIDGE R119119 0.. ---no... 00 C9 ..9e Ile Invoice Naples.FL 34119 -... 1n 6017 PINE RIDGE RD 91:9 F1ap em ----1 41.FL 34119 - u e wa Po Cora.tu Invoice r i9 N1i MK RIDGE RD OS I ...e C Kr. .r mg,1.1 4119 ..A» r. It IOW 1100.«wlu Waite ""' MO «Ba.K RR%IK MqD 1 �. as M.-re 191».n.,11g. Llaa MO 7f I)f.37 aw. mu ®= Ira I... I jai I.i Oel MIME b4 O..er.Yl IRM ©© Ae.1/n I.e10.M 6eewtu Invoke "« In fer MM.rrl..re «a alms I.WOOD .....1.141.e,p m« N 191110....Fa. M« 1,a« 20000 Y. 4r ntuw �� « I -u R 91f.N.9«9919•91 w« I am � 'A.r M :: 4.A 34.+9 1 9 a ,. WAIN.s �000 -- .. MO i 'I.. i .+.j 11111.«s» + j a Dww�a N 1011.10 t ee .Kl.N ,Y« 1.61 Vi.... Total .1,«ff )ffMf f! PPP- Each $37,895.52 Each $13, 114.65 B.Q. Submitted 8 Invoices - Total : $154,478.94 34 Built ONE STRUCTURE with Shared Wars ro-TETTETraTe-w 0 124' 25' Invoiced 8 Separate Bins 62 fiq • • 35 8 Bins Each < $50 , 000 Calculator Tape Entry Sub-Total Notes 1. + 37,895.52 37,895.52 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 8. + 13,114.65 154,478.94 Invoice #159 Total = 154,478.94 36 BQ only paid Liberty $90 , 000 and billed County $ 154 , 000 ( $64 , 000 difference) Audit Trail of BQ Invoice #152 BO Concrete LLC Invoice 60I7PINE RIDGE RD•329 ors Naples,FL 34119 WNM■4 02 ..To . Display Contract:Item Overview 1 Li", Li j , , IN r .* 8 2 Account Assignments c"s Agreement 4600003297 Agreement Type WK Agmt Date 07/09/2013 Vendor 100433 BUDDY QUARLES Currency USD P .No I Outlne Agreement Items I110 114114 I' Item I A Material Short Targ.Qty 0 a 10 U entail) cvorocn 3,000,000.000 EA in ns si4.Mir C4r4TY WHIM. soy. 2 0 U I 12-5974R;BCC APPR 06/11/13;ITEM#11C , 1.000 EA 21(P%Colombia**Fear n1 is PH71Egroowso4wao M1 30 u PRIMARY 1.000 EA I las?I ks.v op.. PH 224 lnnl.,l., ►11 40 U GHOST REQ#10200700 1.000 EA 21 141311 Trot.•1adrd Eun41w M 2 sot c.,am,Pump u.a ►x MIMI sow , ndard Pb 4500146' : Created by Randy Jones Overview On '�' -, r? (j0'1 Preview Messages RI ;,','Persona Settng Accounting Documents :rd PO 45)0:46934 Vendor 100433 BUDDY QUARLES Doc.date 1C/08 . Itm A Material Short Text PO Quantty OUn Deiv.Date Net Price Per 0'1 '•i r... ' •• ' -• c , (Aline me... 10 K Curb&sidewakmaintenance 6)5,635.230 EA 09/30/2014 1.001 EA CONCRET..Rookmn V10204090 0 4600003297 38 IIIBilly Summers, BQ Concrete Representative Addresses BCC "We've done really good work for you guys Bvardo/CaunlyCommisslvnels - " or we wouldn't keep getting the contract 1 PubliccCnmmenl s k every year." took , We can use subcontractors anytime we "` want, as long as we do 80% of the work. I 4. UDilf4 di Cowl&L7dmiA/Ss/©n91s PUNIC COMMIT! 1 These are not subcontractors, none of them, not one. On these particular invoices we've ro done 100% of the work. 20 years we've 1 r worked for you guys. ' Every single one of these has been approved by Travis Gossard, ° they walked every single job we did. n Board olesumya mmiss/anas y IPpbli�CaMmenl _ _ 3 2!t 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 Clerk's staff spoke to Bobby Tatum, Liberty Concrete, and asked if he had to identify himself to get through the gate. He said he did not have to call anyone to get through the gate and that he had the gate code that county staff had given him and the code was #0048. Site was Readily .0 Accessible .__ AIM to Sub- _ a Contractor 41 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 It was unfair for BQ. We signed a contract expected with Buddy. We ex p him to be p aid . Then it's held .up , with no warning . 9 The get paid. doesn't guy And I dust think it's wrong. (As essentially stated on Watchdogcity.com 5/5/2015) 44 Commissioner Hiller le ; indicated that the Clerk was being abusive by ter. E 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 • � Y are trying to make Attorney t in 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 6111 /2013 to 6110/2015 County staff approved 74 invoices from BQ Concrete totaling $ 1 , 622, 249 . 16 There were zero invoices from Bonness 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: (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. (n) See that all terms and conditions in all leases, contracts, and agreements are performed and notify the board of any noted violation thereof. 48 1013 ORDINANCE NO.2013-40 County A.`O DINANCE OF THF.BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY,FLORIDA,SETTING FORTH THE TITLE; PROVIDING FOR THE PURPOSE; PROVIDING FOR A Ordinance KoAR REFERENCE TO COI N fY MANAGER; PROVIDING FOR THE BOARD AS POLICY MAKER; PROVIDING FOR TIIF, APPOINTMENT, QUALIFICATIONS, COMPENSATION AND VACANCY OF THE COUNTY ADMINISTRATOR;PROVIDING FOR 2013-40 TIIE POWERS ARD HE RE EA THE ORDINA ADMINISTRATOR; PROVIDING POR 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. (County Manager) WHEREAS. Chapter 125. Florida Statutes. authorizes the Board _qf Car' y Commissioners to provide for effective administration for the adequate and efficient proviso*all services to the citizens of Collier Count).and WHEREAS,the Board of County Commissioners believes the foregoing objeCtive.ay.TI hest he realized by placing in the hands of the Count) Manager the multitude of a nistr fve, ----•---->•--t•--tom--tom---rtiNNI! SECTION SIX: Powers and Duties. a) . . . to that end, the County Administrator shall by way of enumeration and not by way of limitation, have the following specific powers and duties to . • • (14) See that all terms and conditions in all leases, contracts, and agreements are performed and notify the Board of any noted violation thereof. 49 County Employees Certified that the Receipt of Goods and Services was Pursuant to the Contract Record : 00180316 Company code : 1000 Document no. : 5100867381 Fiscal year : 2014 Exc. Date Time Status User Description I 000 09/26/2014 09:20:55 10 Leslie Penn Received oo0 09/26/2014 10:58:54 50 Jessica Arencibia Assignment Changed 09/26/2014 10:58:54 501 Jessica Arencibia Reassigned - Data was modified 000 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 . —lb am M • oc0IAlexander Blanco Approved = 1Alexander Blanco Approved -. 1Alexander Blanco Sent for Approval / Action IREYESBM Approved 'REYESBM Sent for Approval / Action IGORENTZJR Approved °°° IGORENTZJR Sent for Approval / Action = ITravis Gossard Approved Tara Castillo Assignment Changed Tara Castillo Reassigned - Data was modified Tara Castillo Resubmitted Tara Castillo AP from FT-MIGO done 50 PRODUCTION REQUEST FORM CountyStaff SAP GOODS RECEIPT AND SIGNATURE AUTHORIZATION S I i. EFFIC_VE AS Of:1 �1 MEAL -Id�Ttt•J?-6 AI'91 Certification - UPDATE PCP ERUVNt,EMOEUra .�_N. IIEIaOVAI/TERMINAIIJN :ii k' C REST NAM''Travis V M1a I Ar MAMF Gossard I:tvARIMEM I. WORK Vicnn 239-252-8924 — Transportation Landscape Maint. 11 •••l understand that by authorizing items for payment 1 om attesting that goods hove been received and verified and that services have been performed and verified"• LAST NAME: Gossard u - � ,. .....11111 , , Uat the coD antes In each area that you are requesting authorization tor: vi 1:11 See attached list ox . ***I understand that by authorizing items or payment I am attesting that goods have been received and verified and that servicesl_ - ha have been •e ormed and veri led.*** i- AU REDDEST MUST RE APPROVED RSV HEXER THE MAST GOITER DIRECTOR OR DIVIS��ORR*ADMINISTRATOR: SIGNATIMI[ C �� _._._-_. DA'E.—/O-Ve -L —._. Please return wandered original to the Finance Department.e Floor,Building F 1/2 Jittery _. 51 Billy Summers, BQ Concrete Representative Addresses BCC l Every single one of these has been Bard 01 Cnurrtye®mmiss sn�is approved by Travis Gossard , they walked every single job we did . 52 Dat 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 Clerk publicly stated at BCC Meeting that BQ was being audited, 4/28/2015 some Commissioners urged the Clerk to Pay BQ CD4/30/15 Several Commissioners Publically Pressed the Clerk to Pay BQ 5/8/2015 Clerk Requested Additional Records of County q n y Staff •■11 �. 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 53 Vanderbilt Beach Road Wall GOy�IF R Cotf I1 OFrNE C►RC�` Spring 2016 Dwight E. Brock Damaged Wall Vanderbilt Beach Road ... } ` . ..,., .,, ,ter:, , ..jiiiiitH/ . "g"" ..,,ws ✓ .P + ! s. Z' r fi Z' I .. 'Nib, IOW asmor 55 Problem: o Clerk receives false information in writing attempting to elicit payment for a made-up invoice o Work was done by sub-contractor, Coastal Concrete not BQ o County staff certified the goods and services were received pursuant to the contract. 56 Email Starting Job VBR Wail From: GorentzJR <JRGorentzacoiliergov.net> To: Billy Summers H , "beconcreteglearthlut.net" Cc: GossardTravis<TravisGoasardacohergov.net>, ChesserEddie <Edd:eChesseripcollergov.net> Subject: VBR Wail Date: Dec 29, 2014 10:39 AM Bill, This is a time and material job and the ntp and workorder has been issued. This needs to be done asap.So have them order whatever is needed for that job and getter done. Thanks, J.R. Gorentz Contract Supervisor Road& Britge Maintenance Department Growth .Management Division (239)252-8g25 Office (239)213-0136 Fax 57 Vanderbilt Beach Road Wall Repair $end s6 1 0.0.Cooly sad a Ctwq Cmonholottom Colt.CoW►/00066 Cowl, -. n.a...2 I0 0701 v9 irw17At 00700 1 20.73 n0pwo FL IOta4SPs T.4.np 07`001 bpi0S3 -1 OR wool It 000111dUN}11MO• mw Mewo.O.sr 1ttw11..r mewl oAoRtrer wrolal ..rr..ow.....,.h 0 wren.R01...aw Vottlor. 4OL Purchase order 14 Moor o1lAnaw +.•• 4500161200 ...tOlOSr10/4 OW CONCRI'L LLC .w..arn WWI kW. 0017 Mt!R070t R0.CO. NAPIX3 FL M710 Please deliver to: DNReP0.1. a.rmmr Purchase ROAD GROWTH MANAGEMENT DIVISION COM ROAD MAN TtNANCE DEPARTMFNI 4000 DAVIS BLVD NAPLES FL 34104-6306 Order .( Tome� No F --- a;,7� , pen A.W MNYYMn 'f F.0 YNrY1._ 6..760• { 00000 t7MVtTO.M11h Cowho01e 7n.wlertea. W0.000 a 700 •03.00000 ' 4500154206 r_ 10.. ..°Ow 0 go im I -----I $400,000.00 ; VENDOR Tonne and Conditions TIN VOOON pow to.wu04' V Prins O.Nr'form and C00 lot ON.KI Rom.1 My 00046.0 . .ol.por.r76 ...1eflyp..753 fiwl.km 46.01?SR00.1. .w M Nreo. u.*.Oa V00000.11.•••Ill 1 Mold*pawls 0.3..7Moso 0006.w HO Pura....Cfl.7 WI.Ow Wlw.awns 601.7.....W somos••on Soo non, 7. Moen dloW..w•Nr•t.11eey 0 wdw No.wa6A cannot orar w.o.aA.d 3 0001.0 n+m.lo Collw Cory*Bows or Cowry Clor..sm7a.. Aver Meow.Poyotl. 117N Trot...7o E 31.700 Np..P(1.117.5776 T.Poseurs O R,r.ItwY./WNW ti0lbn al Collor Cooky 00.60 a Ce.ly Catwawtw.by 1"f-- b.,n.►wtw.tot.(76076 s.Mtw 1 Moat.op Meow .0 Nato t tt.t.wt.wr , w..r. 58 ( .mitre'(. )11111\ Road Maintcna, ,_ Contractor Work 01111'1, we Or/Y N.rber RM18005 Vanderbilt Beach Road Sound Barrier Wall Damaged in Accident 00110 vanaernr edam Roac Sean)throw tall clen1OM Mews ua,vetel II Modem wen other Typo AYMh lit 527 FENCE Wald/ I/152A4.. ... .... . ... ... w.emme uam Na.a a1*fill mot..Nn /eWOn. Wong Orde Nu Orr Vanderbilt Beach Road Sound Barrier Wall Damaged RM18005 in Acddent $'0+720'00 1/26/2)11 0209 Banco.AIOa1e0 9i2{O2MRAC7 SIAM SUN. 050 wonthon 121.20 EVG1MleING AND 79599C11 Aa 10.and I e0prvOe/Me jab ale Yee.0 e W!er06ar n6/6.92.Ow,to at the concrete w011 MI 712010 12'00:06 au Work Drder ,k e46Cle maw.Nita 942COY10CAMtnSPECT' M6 was pest.. v22/2025 01616 Glaser, 0 WI{OM0930 MANT SUN, CI 00 coca+... 410 II l?IGIMEFRtNG AIM INSPECT' Impeatbn of well,ep61 I/20/2015 01016 Glaf891,thaw 942{ONTMCI MA101 SUN, 0.50 m.nla�n 120.11 nan6Yee 6It.N ENGINEERING MD:6991C1 RM 18OO5 m n�a_ m.e.e� 2/3/2015 01046 Cneee,MN 9a2{ON PACT MAW SUN, 100 mYlFeun 110.2] naenevs pGM ENGINEERING AND 5902001 wrath-don a wl N�ae Se 17 wal Subtotal: 0.00 e10locee 1116.11 _________ _ -- -..-- random 64143 h10Y CAUnC 0 070.72 man0eur 02120 {01910101-MINI mamma 670 u 1/26/2015 Clodq 200710999190 OM as MAaIIIµ.7 War UM, 1.19 0IAA0 01101110111010 Me IT 1/27!1015 OM-133200990021 F150 942{ONIRACI 1410151119. LM KM mare.. 520.11 4W30'10G94 111410684206 AND 1114 5 9/23/2015 0Q-433 2009 POW 1550 912087116203 MVO 0119. 1.06 01948 520.13 4wS1009ACA0 650[eekgro AlpY IN0.T aunlmas s.. 2/3/1015 CC2.33 2009 MAC 7150 1142.COMMC7 MINT SUN, 2.50 022J1 awSURERCAS 00 1NEMING AND INSPECT -- 1uM00al: $'" . -00111 011000811 000.15 snobssa 620.11 Bey Canc. 0 448 546.90 06sM0ee t 011110 0110.0110 m441164 920•u 9eN O011110619e\MIN(A901w) 12/16/2014 140.CDRO T9 1114271106!119A30/116702. 12.360.88 nen 102 Other OW 120,180.1111 I4...... IBW69.1,00rY6ry n,2015 2 or 2 59 Vanderbilt Beach Road Wall Repair Frown Billy Summers II <billysummersbeconcreteOearthlink.net> Sent: Monday,February 09,2015 11:26 AM To BCCAPCLERK Cc ChesserEddie Subject invoice Attachments: #233,RM 018005.pdf; BQ concrete Vanderbilt repair,Invoice 12-30-14-TW.doc Please send me confirmation that you received this email,or I will assume that you have not'eceived It. Thank you, Billy S.Summers 11 Construction Manager,BQ Concrete.LC,BQ Construction LLC 239-289-0230 Cellular 23S-262-7320 Office 239354.4458 Fax Billy Summers submits an e-mail to BCCAPCLERK(collierclerk.com requesting payment with an attached invoice #233R and a materials back up invoice from their supplier Coastal Concrete Products, LLC. 60 >IQ Concrete 11-0 Invoice 6017 R1lclidgc Rd. 329 F1 34119 hate k00c.'a • 17 1 BQ Invoice BO Tv 233R Rnai 4:310424,Innis 7500 Rowo m 91y d. ].vier,1131101 I;S.l PU.050. Tens P1geet 43001242(0 Du:.[lmain Item ()escrow ESt M4 Pip0Ot Prof% Oly WM Hate Curr% TOMI% .0110001 110 1450 10000 0 011 50.00100.00ti 100.00. '00.00 4004104400 11912041 r5 041 111000 0 011 10(0100101% 13001% 13000 E40w44.11:000.0 1050 4111, 10000 11 +11 2000100151°. 11000% 19000 CuFSdexIul Ldn1 On1 194 20000 1 +II 00,0010000% 100,10% 211200 Tr141.e Who-4A E944.0441 454 431 15000 2 404 90.00 1041 00% 190.2.. 18100 0460 11uveu.Coups. IFwlaam 111510 0M1ce00 1,rnee Pnc 1 97000 '0 e. 110(0 10P NI% 11110(1% 1.920 00 3141.4141. Muh•ayu1 AUMawuelo 32400 20.00% 10003% 120.03% 224.00 Yunh8S4 outs&aC vonn.0004 00 440 1111)2 0000100 1 001 01F 51000 12 ea 10.00 100.151% 100.00% 000.00 111.0091 Mak•Iry on AO Ma..nia 11520 20.00% 10000% 12003% 11130 0,0,1.0010494k 4( e4nh.da4 NO49 91003 (1-4400:441414 21001000 99 en 210(0 100.00% 1 40110% 2301000 Ma;end... Ma1k•uk a1 All Maenals 4.60000 20.00. I%.00L 1034(51% 4.005.00 0v.Me/an.i,l rf 1ro11f..00,d Kivu Lae ea: LAN fee 4 l 1010.0004 3.104 32 I -3,15432 190.00% I x.031. -1134.32 50(0!.000 tort-105. Balance Due 1011 51000 V.nd&rbiu Wall k.n•n Total 020,101.80 $28 , 388 . 88 vs,lukk 61 Vanderbilt Beach Road Wall Repair per BCC /BQ Contract ,r-T---.4 ,--�gg Display Contract Item ovwiie ca i l"D aI S E 03 PI ii® el U Pd Ya 21 CIACCOUnt Anprments $s Agreement 4600009291}10reement Type flit Apnt Date 01143 2013 Contract Vendor , QUAKES Currency 0S0 Mite Ape- t Hens # 12—5 9'74R Rem I rem at text CONTRACT WIRED Tog 3004:000.900 acLitet Dote 9.001 N LA.7 S Gm Pot s<«I , converts to 20 0 2:59741- f J ( 6'1T?fr. 1.000 EA 1.001 EA 74507 30 0 PRIMARY _.., 1.rOJEA 1.001 EA 11507 40 0 GHOST RE1)#10100100 1.000 EA 1.901 EA 1450' Agreement #4600003297 I04500154705 4noted by Itawdy.ionar • 0oamnx, , Dn....... r • Cemt PM*, aleswa0R is 6 nenauisame Acroorttq OOOnrcts whichties to 1 4 Standard PO .e500111205 Ivenda 10043781100V QUARLES OW data 10 Oa 1014 OsbolInvete CAnacnns foal AOd,l o Cannullupon ►,taws 01,010 WWI t1.e.a me MO Purchase order Slfepnen BMW pgUDO You kNarence #4500154206 e r OAAan(e e® a'.e8 5. ISM 0. D .Date wt nt per 0 $d(soup Rcouatone r Pure as R. Rt DMlle AOeemon loon 0.. slot to atm ►wM+una Doc Se, No "' 10 FA oA 10 2015 1.001 FA CL'.M6'TF COnTMCTOltiArr 1:02:4771 1C3 400t0C3110 yC . f 62 County Employees Certified Receipt of Goods and Services Pursuant to Contract Record : 00209279 Company code : 1000 Document no. : 5100891848 Fiscal year : 2015 Exc. Data ' Time Status User Description m .cc 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 09:35:46 501 Jessica Arencibia Reassigned - Data was modified 000 02/11/2015 0935:49 20 Jessica Arencibia Resubmitted 02/11/2015 09:35:50 258 Jessica Arencibia FT from AP-Need MIGO coo 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 (_-- 7— m •--- ------- ' Edward Chesser Approved lEdward Chesser Sent for Approval / Action l Diane Lynch Approved r ' Diane Lynch Sent for Approval / Action • IWF-BATCH Sent for Approval / Action I• GORENTZJR Approved RENTZJR Sent for Approval / Action °°° clo,Travis Gossard Approved . °O° 1Gloria Herrera Assignment Changed °°° ol Gloria Herrera Reassigned - Data was modified '°° Gloria Herrera Resubmitted Gloria Herrera AP from FT-MIGO done —=0, IIIII I= MI . mo4 —me um me me me—mu me ' 63 -_- PRODUCTION REQUEST FORM St aff SAP GOODS RECEIPT AND SIGNA TURE - - AUTHORIZATION LE.r7 IS ENE:AIN: EFEECNE AS OF:Z Certification REM �>4�3 A.9.5� _ UPDATE Sag EMTH%EMEEOVkEi REMOVAL/TERMINATION C-E'1F OF.-_ FIRST NAME Travis MI. IASTNAM!Gossard LERAtIMtvl: WORK Vterul 239-252-8924 Transportation Landscape Maint. "**/understand that by authorizing items for payment I _- . �- om attesting that goods have been received and verified and that services Ilhave been performed and verified.••' LAST NAME: Gossard ill Ust the cos:Centers in each area that vise are requesting out m e,do,or COST CENTER AUTHORIZATION TO r' See attached List cur E-JIMIS ti—IIM— ---0-- --UI * i un• erstan• t at •y authorizing items for payment 1 am attesting that goods have been received and verified and that services! have been .e armed and veri led. *** SIGNATURE/' i7/ " _.._--- ati. /� . _ 13.__- RANT NAM,:Zo NAt I/L I. T Please.refuel complered origirrol to the Fnaace o partmeN!r rroor Duil.Saq r i/-T.3140e5, 64 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 #11C *ALL RATES AND CALCULATIONS VERIFIED *20% MARKUP VERIFIED VENDOR APPLIED 10% DISCOUNT 02/23/2015 09:09:32 EST ARENCIBIAJ (Jessica Arencibia) 65 BQ Submitted Phony Sub-Contractor Invoice From: Billy Summers II Sent: Thu 1/29/2015 2:35 PM To: ChesserEddie Cc: Buddy Quarles Subject: this is my back up for Invoice 233 RM :18005 BQ concrete Vanderbilt repair 12-30-14-TW.doc(156 KB) Please send me confirmation 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 LLC, BQ Construction LLC 239-289-0230 Cellular 239-262-7320 Office 239-354-4458 Fax 66 - 0a 4\ Ploduc BInvoice tim Coastal Concrete Products, LLC Prospect Avenue Tpt(230)2133-0700 Submitted Napes,Flinch 34135 C3 005 teO Far f 120.11050 To: BO Concrete Phone: 249-2316 Fax: Phony Address: 4790 Pine Ridge Rd Job Name: 'Y anderbi't Beau,RD Attn:Bill Summers City.State.Zip Code: Naples.FL 34119 Job Location: Date of Plans: Job Phone:289-0230 Date: 12/30/14 C oast al We hereby uhtms soeoioaaons and estxnates'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 t>�l� c attd 12 top caps and�l�s $25,236.00 1 Concrete ____la InvoiceCoastal Concrete will not be liable for underground utili ties,imgation lines,lardscaprng or sod We propose hereby to furnish materials,complete in accordance with above specifications. For the sum of$25.236.00 Payment Terms 5C%down remainder upon deliver/of matenal to site Sales Person Tim Winschel The amount was over-inflated by 368% . Mew*is'pedant Poppers r3 due upon aonrpleoon. e Dote 67 t Products) 1 0 , Proposal(rain Coastal Concrete Products, LLC 92t Prestige Averse Teo 123051'83-9700 Coastal �Caplea Panda 3txoa ye x2395 263-t05a GCl73,Ba0o To: FBC.7 tcrete Phone: 249-2316 Fax: Address: 4790 Pine Ridge Rd Job Name: Vanderbilt Beach RD Attn:Bill Sommers Concrete City,State,Zip Code: Naples,FL 34119 Job Location: Date of Plans: Job Phone:289-0230 Dab: 12!30/14 Proposal We nests and hat to r pa it damaged p far _ilea and matehal to repair damaged precist concrete fence on south side of Vanderbilt Beach R0, 8'high,wood lode color to be simlar to existing Materials to beiliargind top caps and 96 panels $6,840.00 ————9i BCoastal Concrete will not be liable for underground utilities,irrigation fires,landscaping or sod Sent t o Q We propose hereby to furnish materiel and labor-complete in accordance with above specifications, For the sum of Payment Terms _._ 50%down.rettla tiler 0 days Sales Person T im Watscfel Al magedal is quaranieed in be IS deW6M.AM work le be cenbeeled M a worlmanrde manner accusing to stream oracboes.Any uderation or devotion hos above seecilesboo ewolveag eslre coats to be executed coty wen written sides and vrdr Cease an extra huge over end aide The semis M agraanarac nsdr eit open**as.accidents or deloys beyond our meta Owner to carry l e.lessdo and otter necessary msuranos.Out servals see MlyttvSraQ by riat ell ben romans, Ammonzeo synot re TM /!•rf�`^��,/ Wee This Wupnaal may be w/hdraam by us d seraplld wiles_team Acestance or Proposal Tye ems puma,apedtrabora end cord bons are s ores and are hereby accepted.You are auororee In do '50 Mod(as s eefred Payment is due upon mrnpahon. 79nnh.-e__ ` Oafe \'2,\ -2 4 68 Coastal Conaeie Products,Lt.0 7742 Alive Rd Fort Myers,FL 33912 Deis boron.a ■a 1013 '03 Coastal BQCCarom « .u.0 6017 Mae Ride Rat e329 Hooka FL 34119 Concrete ,..,.., Mik.t.' L 12411 e Invoice T °�°� ~ P Du a moo L'StY1O11 72M V +t BO RA Daaubalon Project Vaedett0R Bead Rd`Faaee Repv MI NM NMI Labor a°-..dl to rps dar aged pro-cast°°^ode~fake a soot sods• Vendetta $6,840.00 Sauk Rd.n Hood look color to be stealer 10 ems.Mmria s to be replaced ) Weds(12)Poet sad Kip apo and(96)Pave o _11•`. S e nt to BQ y pod deposit Ct..too 7,dmd;.73111.13.240 00 -1.740.00 Mail to.7742 Alko Rao Pon Myers FL 33912 Sala la OW 000 ha ban a passe mortis{with}cal Total $3.60090 Plasm• Fans PaymaltaICnsdit so,to 239400.4079 230334.1399 33,600 OD Balance Due 69 on Chan es BQ Version g Actual Altered and sub-contractor submitted as r°a document yr invoice Prtaa:<e. 'I PFOpOSa!iron' Invoice r.., Coastal Concrete Products,LLC .astal Concrete Products,LLC 3vil Pamper.Au:+es The i219,203-8700 Naalu,Fwd.N 100 fax 1239.255.336 3�'Prospect Arrnla Tee 1030:6}0700 LdG`ataEJ Napes.tbnda34s% Fax 039 26}1038 CGCwtf1W60 To:(10:fcrraH+ phone. 71a-1,11 P0.. To:BO Concrete Plane: 249-2316 Fan: Addna:4790 Pins Ridge Rd Job Name:Vanlletbi0 Beach RD AIM Be Semmes Address:4790 Poe doge Rc Job Name:Vanderbilt Beach RD • • City,Mate.2lp cots:Naples.FL.147'9 Joe L«axon: City.State,Zip Code: Napes FL 341'9 Job Location. Pale Df Plats: Job Phone:209-0210 Oslo:12100/14 Date of Plans: Job Phone-289-0230 Date: 1213011d an nervy stern 10•frown ant..anaw.1a1 •-al.enmpe are•tamale 310 �b00 and manna t0'epee damaged precast comm.fen's on south side of Vandomia Bean 103, 6 fin,wood b t.oobr to be similar to extend Mate-Tab:o be rapeseed include 12 costs and top cape ( • r damaged precast concrete fence on scud side of Varderbil Beach RD and 96 panels Se.640 CO ••look.co0r'o be sender to ex sting.Matenals to•- --12 posts and 12 hop caps `. Y and%panels 125236.00 �,,« 3 �:i . .;oaatot Cdnxab w/I not ho Babe Be unc83crotir 8 stitos,mgabp'Ines,landscaping 0'sec. Coastal Concrete sill not be table to-underground utilities,0097300 Ines landsrapng or sod. tie propose hereby to fume manna and Labor—nern:YeO,n a comancn wen above specdonons, for no 0.17101- We propose .,iu�-,:., ,;t0. •tece in accordance with above specifications For tie urn o '26.236.00 Payment Terms 50%doves rcmao10Cr 30 dap.. Payment erns 50%down,remander upon debility of material to site Sales Person '0,Wesehel �` asIneledats 004 v.nl nle as.*weer Aewer.k,be rnaa.gl0 a rmnwNe va.wr am ot3 bewhom mectors Any Sales Person.Tim Wdisctlel **roa.,as dowbcr*tussahs.,raecAwh1 moiety hoe eo u.t 60 sweated any tow weer oaaws.alas.hough 0'estra dh9. oherwd Mew he=aae.All,nrnarm swimeet soul a bats,bcctle.o Je9N beyond w onlrot Omer teyry he.longs Al nWmal a gsar0bfa it ben bnha FY ak a bamipNtl n aa0Amai*t mamsaamMBb 100400 pi0 Mg .48 0358-ne0atmry mum.08 xs06ea are'uf.63060 a1 Warar009 Chhoc>sM 9403000. ate!for 0 awWOm town anis.W0M1CAOn who NW 0073 con a be*mated or*taw men melees.and eh Mama Male shop achy.I.cor arises.moves et 0aMeee a9.axae TAY ,///',�—. anddrw newesan n0,onOo wakestrll cowed ay Wo*con,CUnpr.erooapeared Qnwbour%Ih.bmem Mobs T s pelphal roe asr4MMr by us n 3-0800plo1.+0 Adage 0MC30.0.9awr TAY Amrgeaner of Pis 0W 114...p-Inv.aredkaavw end-nalonn ant,at300anw and an leveq anOp.r raw re emwe.0 a0 Nose Ths popcsal esh be hinderer by es 8 no aceeobd wew3 tsar oars. Ne cad.as.n,f nl•ermare is dem upon 10lish... Dimon 1. Dade \-2,‘ -Z e)1.cc Aaepaoe of Ftixsai The above pees.sparrtoslom as condhora see s0ahrsory art we hereby aaepwd.vas art a0d,abebco ea rwk as ewoket.haw•a.a.w 4b^...halm s.,.;. __ _ SpnANe Dot 70 Clerk's Audit Revealed Sub-Contractor did not Create Invoice Provided by BQ L4)Coastal Concrete Coastal Concrete letter May 12,2D15 Products confirming they did not James MDlenaar,tsq Imenal Audi:Marager County of Co he Oen of the Ora,t Cue! create document.. . y.tm.l Ire:Letter dated May 1,2015.Records Confirmation and Bequest Dear Mr Nino naa., I am our tirg in regara to your correspondence dated May 1,20:5 wherein you reouested that we Denied Denied Denied" cmfirm or deny that ow company created documents labeled Ala:Nnent A through D. • .. •. • Atadlment A:Confirmed.Please rote this Is a proposal that cometed into a lob flat we rete to Interaany as 20:5-185.-owl 00 Is for$6,840.eke Myou d work order°mice 503 Owed 1:28/15.We received•deposit in the amount of 53,140.rue rest is outstanding which one one sod trouble co loading from OOCunaete. At^.adlmert 1:Darted.Please note neural matters in rho eminent.Ciro.to labeled"invoice".Our company solehimoires through Ouickboots and the tomca!of invoices is different Scope of work is invoices company solely nvoices identical to attachment&Tin Wirochel who s noted asocr sates person is sell wiry cur company and did not prepare th s cocurnert. through QuiekBooks and the AC.ammecta Dened.Again,please note sins lsammvolCearo we Solely bit Waugh Out-Mods. Atadument D.Denied.Again please note dab Is an invoice and we saAh bll through quclbooka.Our company name n misspelled.Our talepbore number s not correct Invoice number does net correlate toot•numbering during Mat Limn period format of invoices is different." You further requeltel anY additional records with tespect m dealings ow company has hac Wthf/O Conceit.Please note err records tnocate three jobs 1. 2015185 8 for the same worts as ettaclenentA.Backup information attached 2. 1014-139 was for repair work backup kfonnatan attached. 3. 2014070 was for remit work.Customer executed two poaosah dated:7/0/:3 end 1/7;le but Awaited amcurO was below proposal as quantitws our no Less. 71 BQ "Phony" Document Identifies Author as Billy Summers Info BQ concrete Vanderbilt repair Invoice 12-30-14-TW '———— E-mail attachment I Related People Read-Only Document Properties- I Author This document has been opened In read-only mode.Changes Size ' Billy S. Summers II Save As cannot be made to the original document.To save changes, Pages create a new copy of the document. Words Total Editing Tim1 :odd an author Title 'Last Modified By Compatibility Mode Tags Billy Summers II 'T Some new features are disabled to prevent problems when Comments ' Convert working with previous versions of Office.Converting this file will enable these features,but may result in layout changes. r t• Related Dates Last Modified 2/9/201511:23 AM p Protect Document Created 2/912015 11:23 AM r Control what types of changes people can make to this Last Printed 1/29/20152:33 PM Protect document. Document Related People Author Billy S.Summers II tt Inspect Document add an author Before publishing this file,be aware that it contains Last Modified By Check for Document properties,template name,authors name and Billy Summers II Issues- related dates Headers Show All Properties Content that cannot be checked for accessibility issues because of the current file type 72 Summary Problem: Fraud and lack of oversight Solution: County staff reviews contract details and confirms compliance BEFORE certifying completion and requesting payment 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 Fencing Installation & Repair BUE d/b/a GateKeepers Carter Fence GOv\.R C plj,,T tIi E C1RG∎) Dwight E . Brock 7/8/I 4 EXECUTIVE SUMMARY 7/8/2014 16.E.1O. Recommendation to award Invitation to Bid(ITS)146280"Fencing Installation and Repair"to Carter Fence Company,Inc.,and BUE.Inc.,d!b/a Gatekeepers/Gateswork Executive (Gateswork);and authorize the Chairman to sign the attached contracts. OBJECTIVE: To provide resources for new fence Instaliatons and repairs to existing fences for County departments mcluckng,but not Smiled to Facilities Parks and Recreation,Public Utilities, Summary 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 Recommending and qualified to sevice the County. It is recommended that both companies be awarded a contract. Individual jobs will be awarded as follows- New work and repair Aw a rd of Contract For sti e purchases estimated to be less than$50,000 per order,the department may select one of the awarded purchases (s),quote out the work among all awarded vendor(s),or competitively solicit to'new quotes per the Boards Purchasing Ordinance For purchases estimated to be greater than 850,000 per order and less than$203,000 per 14.-6280 t o order,the department may quote out work among the awarded vendor(s)or reap conduct a separate new solicitation per the 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 6121.000 annually. GROWTH MANAGEMENT IMPACT: There rs no growth management impact associated with this Executive Summary. BUE Inc. LEGGAL AL CONSIDERATIONS;This dam s approved as to form and legality,and requires majority vote for Board aupruval.—SRT RECOMMENDATION: That the Board of County Commissioners awards Invitation to Bid(ITB)14. 6280'Fencing Installation and Repair to Carter Fence Company. Inc.. and BUE Inc..dlb/a GatekeeperslGateswork and authorize the Chairman to sign the attached contracts. PREPARED BY: Acam Northrup,Procurement Strategist,Procurement Services Carter Fence Attachments: 14-66280-BidT ation 14-6280-Bid Tabulation Carter Fence Contract BUE Contract Packet Page-1894- 76 7/8/ 01• 6. AGREEMENT 14-6280 for Fencing Installation and Repair A e n d a THIS AGREEMENT is made and entered into this day of 2014,by and between 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). P ro p o s e CI WITNESSETH 1. COMMENCEMENT. The Contractor shall commence the Work upon date 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 Ct o nract renewable ble of the y.The County. This contract r,or have three e,may.at his discretion,(1)eon,extend the renewable of the The County Manager,shall his designee,may.at his discretion,extend the Agreement under all of the temis 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 Counts intention to extend the Agreement term not less than ten(10) days prior to the end of the Agreement term then in effect 14.6280 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 FIB#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 Agreement shall not be a commitment to the Contractor that any Work win 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- 77 AGREEMENT 14440 Contract 14-6280 Fondue Instal roc lation and Retied THIS AGREEMENT a made and unwind into the 0�'day of_ ),.1 2014,by and between Me Board of C My Commissioners for Cotter County.Florida.•pddal subdrvisbn of the State of Incorporates IT B Fbnda(hereinafter referred M as Ile'County'or"Owner l and Carter Fence Company,Inc. authorized to do business m the Stale of Fbrda whose bosoms•address is 3190 Snearwater Street. and Governs all Work • Fa all Work estimated to be less than$50.000 circa the deperhnere may select rd one of the awarded Comraciods),quote out the work among all awarded Corrbador(s): rv�cec or caroetifiyeN solicit for new Quotes to the = orb. •the . For Work emanated to be greeter than$50.000 per order and*se hen$200,000 oer o one order tiro department may Quote out work among the awarded Contractor(s),or.may ,agar conduct a separate new soaritabcn. (10) -------- to speedy the period of complMbn . . .in accordance with the terms and r°°m° 0on :pre! e the 9 `he user department shall orovele a m1 conditions of I T B #14-6280 The Contractor shat hays eve(5) I complete the Work n the required Work • of —----—--- en by • For Y Work aatknated to be less than$30.000 per order.the depatrerrt may seed of the one of the aalatded CdnaadnRa):quote out the mak among an awarded Contractorls). or competitively mach for nrrw quotes. any . For Work paneled to be greeter pen$30,000 per order and leas than 0200.000 per -—W em "4185.!'.-nor—n Nor— Contiaci°r(shar`aey "or. artment approval. .. .this Agreement governs the rights and period of . a (3) obligation of the procedure to obtain Work w ,o .need outlined in the next paragraphs and all Work t ai en undertaken by Contractor for Owner pursuant on� smg to this Agreement during the term and any extension of the term of this Agreement. INIMININNIMMIININ um 78 cot.C:ouyrt:) TB 141.628 o INVITATION TO BID Dab: CKS1,2214 From: AvoT niort^rut: Requires d. the test sh.1 be repeat.,to,al'.en'.10 representative locations end to ell suspect Time & Materials fence sections.Further the County requires awarded vendors to 1. Provide warehouse distribution of bnw rnvento y pails in the Collet andlor Leo Court),area. 2 Abide by all County safely standards Cie M011 3. Provide quote tdom.bon upon•guest by lie County=led mansion in the folbwnp hmebeme. s For ennramcy wort cronde vorba'quota whin one hour from contact by the County's project manager. b For general repay wadi-provide women quote wenn three ill business days horn contact by the County's roiled manager A'no quote d'no bid'rn considered a mid Quote by the County — ——- r a n - : . Provide invoices (billing) that identifies the ounty's purchase order and the supplier's quote i umber; invoices (billing documents) ust match how the quote was • ocumented for labor and material I osts associated with the project. MAIM- -MIN------MIN—=II I 79 � rr. 7;8120'.4 16.E.10. Payment this contract,provided sufficient funds are included in the budgets) Thus contract will be E.10, purchase order driven. M ethod 4 NOTICES: All notices required ma in or made pursuant to be d in/wed by to given to by the County to the Contractor S: All shall be made in writing and shall be delivered by ho be by tax,e-mail.or by the United States Postal Se•vioe Department. first class mail service, postage prepaid, addressed to the following Contractor's address of record ny ny under Carter Fence Company,Inc the 3490 Shoe water Street all Naples,FL 34117 all Attention:Ken Carter,President .ny Telephone:239-353-4102 urs Fax:239-352-1687 the Contract Email:helty@caMr-fenea.eom he All notices required or made pursuant to this Agreement to be given by the Contractor to the a County shall be in Wing and shall be delivered by hand.by fax,e-mail or by United States ale Postal Service Department.first class mail service,postage prepaid.addressed to the following •it County's address of record Collier County Government Complex ce. Purchasing Department E N—— .. -'i `nnnINITEINN MI 3. The Contract Sum: The County shall pay the gb ge nd Contractor for the performance of this Work pursuant ce. to the prices offered by the Contractor in his �l response to ITB # 14-6280 — Fencing Installation & I the Repair per Exhibit B Price Schedulq, attached herein rol ee and incorporated by reference or subsequent quotes. um um um mom Imo gm gm mom mom gm IN=mom mom mom mom um 75 MO Packet Page 1933. Packet Page-1934- 80 BUE Price Schedule 7/8/201416.E.10. Exhibit B 1 z F.) Price Schedule Contract 14-6280— Fencing Installation and Repair Item # Position Title :1: Hourly Rate 1 Supervisor $45.00 2 Helper $25.00 3 Gate Tech $45.00 _ Percentage Item# Description (in Decimal) Percentage markup on 4 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. 81 Carter Price Schedule 7/8/2014 16-E.1O. Exhibit 8 1 013 El Price Schedule Contract 14-6280-- Fencing Installation and Repair Item # :1 Position Title I - Hourly. Rater' 1 I Supervisor __.-- _-- ' $60.00 __y 2 installer _' $45.00 3 ' General Labor $30.00 �I ' j•^ • •r `r.�=. . ' S gtiPercentage.' Item#; Description a �; s �x� r ' a(in Dieclmat}' Percentage markup on 4 Materials .15 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. 82 BUE Price Schedule Item # Position Title Howl Rate 1 Su•ervisor $45.00 2 Hel•er $25.00 3 Gate Tech $45.00 Percentage .; Item# Descri•tion • . ln' ecimal Percentage markup on 4 1 Materials .25 Carter Price Schedule Item#:Positydn Title. _. '= HoUrty. Rate- , 1 1 Supervisor _ I $60.00 2 1 Installer I $45.00 3 ' General Labor 1 $30.00 •.• .', '•,:.--.-,: ;''7' '_;. 'Percentago `,��,,p �+_.►tea .d•�.� - .. 7�_` �M Item#' Qp�Griptl i s . .J=';':.:, .,1 ..`-in ecienat}''. Percentage markup on 1 4 Materials .15 83 Contracts Approved by Board of Commissioners & Contractors - 7/8/2014 AGREESENT tO6.'9e BE AGREEMENTN,jyq Faaalr Ilrei blemand eam wr 1165A3REENENT•mall w0 wuwd ido a V Wy al Jot 701•Want Wooten Female IrwNllaeon and Mawr ate Bead A Cra"Cmawebaeeb Cellar Caeh.Fledge.•Foesob lWSaaNn el ea Snow ol ,1101011 TIPS AGRCEMCNT a TO.tad r.nkrW FIB In, dry a 2014.et and ardaeen eadvrme tar. •9ae<o'Ca., .... .. .. r r . NWa.R 31 •of ea;here . Herd Bo,BoukBats• Hekraa, IN WRRE7S WIEREOF as Contactor sod Ins Covey us sack wfgcewry.by an aMOVd • NNW N Baer waau.*,to vat hands endures on Me dew and tsar FM Bowe esker• :N wr1N=S8 yrtror..OF.0a Cwtary and Iris Couny now wan.ww.oloty.W on wdantiae The . coml.., every at.net hw.nes lab'hoer nenw awl vests an d+ewk and over Rd save alWn. (Wm BOARD OF COUNTY/�COAMSSIONERS i`o co^r, O Av �11.3- .1- 7 E Ova.G� OOr COMFY COWS/BONERS At IESI COLLIER Create ORIM ,Work t q BOATER COONIVF aORICM M OV E Cork or Caves eaxn r , days o+ il ) /y�{ Tam un o C . T {OeRI US OW aGl\1WY-, N e1NYQYR�I Mild WO* e'7waa Carew Fe•ce Comes^r.Ino sty.p id glREaIRF Dover pad M u Co tNr^e■rn o OBE.NS..Nola dakaa errs l Oaweaa5 We.,ono The•, aa-d he cnm Cora • —*WILL' :?.."417-..-' wi be uw Er___ tern at -A-4Y) 11 KRA Cal•Br t%. Fad MRnaN Nth • Ty ry.r7r- Typed Senators temdM � N;kW. R•TYaFd LOrwar~x ... Crony J �113606st'_. AMdupk a� Wevwa Tea Crpye�' �L"G Loa Fwe tie r�hr y��tart, c„,413.BA � a�// A f �'ltiaevnnl Y/b•asa 11arn• TM pJ0'F �T te, oM/Baa Nine Pm..to A _ .•' Norm des deaelWam tans r P...w• Aererea ea to regnapd*stye RI.'wnN MarwM wnbm.na ..�,.r Awwa.FCdaray*names, A1aaNrs Canny AeWny ,_•Y"tY C•/ C�;f NOM Pler•Ils7. Paso la , 84 County Sends Award Letters to Vendors BUE Carter Collier County Coder County Fence Admmistrative Services Division Administrative Services Division %'urchasinc Purchasing August 12,2014 July In,2014 Robert Unger,CIO Ken Carter,President RUE Inc. Carter Fence Company,inc. 13(11 Rail Head Boulevard,Sldte i 3190 Shcarwatcr Sneer Naples.FL 3+110 Naples,Fl 14117 RE Contract*146260"Fencing Installation and Repair" RL:Contract#146280"Fencing'intonation and Repair" Dear Mr.Unger.. Dear Mr.Carter Wean pleased to enclose sour copy of the fully executed agreement for the abet-c- We are pleined to enclose your copy of the fully executed afire m ant for the above n/erenced sit ices which was approved he the Board ol County Commiusiutw•ra on referenced services which was approved M•the Board of County Commissioners on Jul 6,2014 as Agenda Item 161.10 Jule B,2014 as Agenda Item 161.111. W e anticipate a successful relationship.and in order to meet that goal,w want w We anticipate a successful nlatnot snip,and m order to meet that gait we want to s-nn v our expcatah,ws regarding your role as a contractor as follows: c mnvey our expectations regarding,sour role as a contractor as tnl lows 1. Flexibility in making changes,including resource allocation an the mead arises; 1. Flexibility in making changes,including n.cony allocation as the rand arises; 2. Creativity in finding cnxa-eitectisr.solutisms to unanticipated problems; 2. Creativity in finding cent-effective solutions to unanticipated problems; 3. Cmiperatinn and timely communication with County Protect Manager and staff 3. Cooperation and timely communication with County Protect Manager and staff; 4. Proper documentation of costs and expense.assist-ions'with this crmnart 4. Proper docuntr rwtln of nets and expenses sews iatad with this contract C'ongratulatiot —————————I♦—— —�—�M————�————— Regarad ita'e•I • n owe want to convey our expectations. . . Adam Procuent rem 4. Proper documentation of costs and (.. ttrnnisI I expenses associated with this contract. i • I•n.e nsure MOM MB OM — NM WM WM OM NM MN NM INN E ————MIN MIN MI N M nrraxs dcer.r.32 rrrv.r.«t« tit,: ..44.-.e, .asrrgca.rr• ore ie.. • .:4-.4...'44„1.ro.Tre,s.y 85 BUE Scenario ----- - - _-- Sand all Invoices to: Collier County Ooar4 of County Commesbners Cilia County hoard ol County Co mbs:o'Ne Preo mm.n!Sank.ONION Alen:Aomunts P0)40. Phone:239.2524407 1;1- 3299 Tswana 19 E 510 700 Pao 2397324844 Non Fl 341/24749 Tao Exempt:83401096653104 OR anal ay.bcompOerkSoweaoarkown County Proctors.Order number men appear on Hated correspondence,snipping paper and Invoices. Vendor +,9733 Purchase order DUE INC Pon*. 4500157460 .00212112016 GATEKEEPERS 1001 ML HEAD BLVD.6TE 5 —_ 11111011111fIlle ___ u rc ase NAPLES Fl 34110 Please NORTH COLLIER REGIONAL order NORTH COLLIER REGIONAL PARK BEACH I WATTRNRDISTRICT 4500157460 NAPLES S L 4109 RD pp Number Date 02/26/2015 NAPLES FL 34109 Order to LOttll3tt Person Parks Adman I^en MAIMir Daec04_ OwNrOfl Grit Pee.Per Ow a elese B I.1i E 00010 FENCING MSTALLION IREVAap 9400 EA •110 0.40000 •.• Kent ocmaelMy delivered Told natvelus sad a. DSO 0.49.05 VENDOR Terms and Conditions The VENDOR agrees to comply 401 as%urns..Order Terms ird Conctrame as 0Xrna0 an as Co Mr County....runner Services Oman ab: nap:purdalat9.m 0919004900P140'9 Hri i20PoicyrFonla 990m:0400..Miram9 danry and payment tame.Fortner the VENDOR A0'on to- t. PrOaioe mods.04 sanv sot td n Mn Pinhead ONer wr7r Me ono*lama.cc eery me0ad and ap.df WW1 HOW above. �..2. Rory de.amnerd Immed.Ttery d order arrenssnl cannot occur ea 9pea1000. 3. Sand ap rrv01a5 b: Coate County Dowd Or County CAfmlaaoo.r. Attn:Amaral Payable 32591amlam f d Est.700 N.plea F.34112.5749 OR resod b:bocepde11 C08adut.ovn The RaWSC Order Is arell0nt00 under Aredbn ol Corot County mad of CA.my 000 nia.lrw.by 1.. '.h Nava Merkleela.Moiler.Pmapanam 9.HOY Moen 91.4044C40,11.0 W1-14000-00.6 hr.dr BU E/Gate Keepers Invoice GATEKEEPERS PERS ea t/5c<-/ '5-174/ " '° "' ," I)0I RAIL.HEAD BLVD t IL•C' `i 71C/ 3l J Suite*5 NAPLES.FL MI 10 (239)254-0077 anfo(iY g8kccpcts.uxn !!n 1. 10 I:ti VOIt, `.. 4'`R 5115 PARKS AND RI(RF AT1ON 1 000 LIVINOSTON RD NAPLES,FL 34109 US "*"VIARC(O1)FI NCI:OPTION•4xr00 T.O.4500157460 rcorrrnAcr GATEKEEPERS WILL FURNISH AND INSTALL APPROX 294I.I"IEAR FEET OF FOUR FOOT TALL BLACK 8,400.00 COATED CHAIN LINK FENCE. 'THE FENCE IS TO BE BUILT WITH 2 i2"TERMINAL POST,I S'ii"LINE POST.t S%$"10P RAIL AND 9 G A MESH GATF.K,F.EPERS WILL EVRNISI I AND INSTALL APPROX 44.92 LINTAR FEET OF FOUR FOOT TALL TAN P.ti,C:1•ENCE THE P V C FF.NC.F,1S TO BF A CAMBRIDGE SI NIL FOR PRIVACY C+ATHKF..FPERS WILL FURNISH AND INSTALL(I1 TEN FOOT WIDE?P.V,C DOUBLE SWING GATE TLHE P.V.0 FENCE 1ST()BE INSTALLED ON THE FRONT PROPERTY LINT FACING 7111 PARK AND Tlit. THREE REMAINING SIDES WILL BE DONE N FOUR FOOT TALI. BLACK CHAIN ,INK 88 Audit Trail of BUE Invoice GATEKEDERS •. u r .-. 1701 RAIL HFAD 81.19) , a 4,1 Display Contract:Item Overview Sure ti APLES.F1 14;W '14)254.00"7 ri• a [• F J $ o G?= 41 EN l • a10 IP Account Assignments q}3 atoaggk,xptn can _......w,.�._„ _ •greement - ?0 Agreement Type WK Agmt Date 08/12/2014 • endor _q s3 BUE INC Currency USD /III i 1U PARSE AND RILIO ATI[MI •uthne Agreemen, terns vnvits.FL 34109[K l Item I A Mat Short Text Targ.Qty 10 U •t i;: D.[JI; • 100,000.000 20 U 14-6280;BCC APPR 07/08/14;ITEM#16E10 1.000 30 U GHOST REQ#10213041 1.000 40 U TIME&MATERIAL QUOTE REQUIRED 1.000 4ARC,rku)'Ewe OPTION N•••• P[I 45001c'4M1 50 U IrCOK^*AC* TIME & I I TERIA L Q• ' TE REQ• IRED (LirF(l1•/FRSWILLIUMISHANDINSTA AMOK 2441.MAR • • ., CRAW)CHAIN LINE FE(c THE FE\CE 1510 DI,LILT WITH 2 17' c IN AL POST 15'r L7.1'POST 133'TOP RAIL AND 9 G A ti. . Standard PO 4500 r`7460 Created by Randy Jones Document Overview On 0iPrnt Preview Messages $e Personal Setting Accounting Docume Standard PO 4500157460 19733 BUE INC Doc.date 02/26/2015 la Header 4'"RI S..Itm A Material Short Text PO Quantity 0...Deiv.Date Net Price Per 0...Mati G... Requisitioner ... Outine Ag.. Con... Stor.Location El C X FENCING IIISTALLION&R. 400.000 EA 0'707/2015 1.001 EA FENCING HOLDER 10220063 10 460000379. •0 89 Email from Count y Procurement Staff Regarding Backup Detail From:CatoeMatthew imaiito:MatthewCatoeCcolliereov.net] 3 Sent: Friday,5epternber 25,2015 10:03 AM i To:bob0g8keeper .ccrn Cc: BetancurNatali 1 NataliRetanrurPcolliorE=_ov.no:> Subject: FW: Pricin i Mr. Unger, I randomly reviewed 10 or so other invoices you submitted,none of them had a mark-up listed,and have been paid. Did you change something in your invoice process? If you do a time and material R&M)job and invoice T&M 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 actual cost of the material? I completely understand you issued the items out of your inventory but there should still be something that shows the cost to support the invoiced amount. Respectfully, Matt .01 fear er Collier County-ProI curement Strategist 3327 Tamiami Trail'East Naples, FL 34112 Tel:239-252-8929 Fax:239-252-6421 90 Count y Staff Misdirects Vendor From:Bob Unger 113+tltzat?t?tiAa-4tbkerS t ] Sent: Friday,September 25,2015 11:45 AM To: CatoeMatthew Subject RE:Pricing Thank you for your tauestion. That is our point exactly We NEVER sert in Quotes far T&M as we were never asked to do 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 have never been asked to do a job from our Contract which is T&M. Doesn't surprise me as our contract with Collier Schools is the sar� *NW i('1illFili�C'Ofb'i�irl�ihO�YrIrWtTi�1'WiiiiYP1rYvat tooriber t�iiln�t�I&�lea■roo1■t-- ':4' Thank you for your question. That is our point exactly. We NEVER sent in wi quotes for T&M as we were never asked to do so; what we did, was we "1 replied to requests for a BID. That is how we have had done it previously KA since our contract, we have never been asked to do a job from our 'al Contract which is T&M. Doesn't surprise me as our contract with Collier ari Schools is the same way .... They never ask for us to perform on the aura contract, but rather have us continue to BID on the jobs. I assumed that is intii,dust how government does things. accrren rerkrBluirlillefirnIKVISTMAIRRIVITIS.511,1PMPlirmrrn r W. TI ir.niPsTileyililivenirrsiri estimate:although we never required that 91 Carter Fence Scenario Send all Invoices to: Cecimererl ewe.lCounb Caner Wows Are.ACO,n Payable fnmrMSSOnen pan *230.5xn+wa legs., 32n.An. t I' eke Para 239.2520x44 3299 Napes H.38 1r'E Bur 700 Fax 23Ft 8S-A014 OR v Fl o bcoap749 Tax oetnlpr 85-80159665312-I OR ensb bceapcerNpcose2krkoo,t Purchase Order manner most appear on ail related cot nspondenco.shipping papers and Invoices: vendor 01005011 Purchase order Pom a. 4500152006 na417/31/2014 CARTER FENCE COMPANY INC 3490 SNEARWATER ST,STE E NARE3FL34117 censer Purchase order Please deliver to: COLLIER COUNTY WATER DISTRIBUTION 4375 PROGRESS AVE P')liu,Tber 4500152006 -»s 07/3112014 NAPLES FL 34104-3000 CGMac1 Harsco Water Dept Terra- IMmr Mama& Daarptlon Onto,Op UM Pap he Unit Net hi* 00010 n44'381149 Rep au.2hr000 5492SR97 820070 FA 100 42076 404-753714934999 ite.L ::E 7 Se,S OF eIN5ES ON GATES AT 5492 5997 EST01341 t9 ••• Pot completely dead •. Total rot value eat,5X 11SD 429.76 County Purchase Order to VENDOR Terms Mtd Conditions The VENDOR agees to dprnaly with R Pw%ase Omit. ard a n: outlined on d Carty P, tro nth 5nvs f4p.7puKha4fn9ooOyw.MotPucnulrg%20PO1c y4Or reJAl larS.dsq.I ncdd ng deliver;and payment arms',attar tha VCnJO9 arm tM Carter Fence 1. Prowls goods and services Mined In des PerMase Orde•with tnn ptes.Darns.del se,r method and speohea8ons lien etOve 2. Notly 4eoar:^atsl Innexatatery 40•da'ratITNd cannot 054.5 es speteac 3 firm eX immices In Cone.Canty 004404 County Commas owl 8101 Aecou eS Payable 3299 I imam Td E St.703 Ss:Ma FL 34112.5749 OP ninsa to t tspobraecoa,Reeneeem The Pmtraxe Order le amho.Qd under dreg o,or Coker Cooney!rte cravenly Come...one by Jame Marbewia.Denoo•.P-ocvement Sena04.Oilnton toes Sp t104a .t•6.11.0eae 'a,.1 ar 93 r s. Rtttat Carter Fence Company,Inc. ( OICE 3490 Shearwater St,Ste E Invoice# 50142 C a rte r Fence Naples,FL 34117 Date 8/13/2014 Original Bill To Attn: Clerk Payable is Finance Dept 'I Attn:Acct ravahie �b° � 3299 Tamil=Trl E ? --) Suite 701:0 - - —- Invoice Naples Fl.34112-5749 PO# Terns Contract/Job 9 Est../WO t! Saks Rep. Ordered By 4500152006 Net 30 13 41149 AB Anthony Description Transmittal Amount R e'e c t e d In4ullattnn 5492 SR 92 425.00 J Replace(2)Sea Of Hinges On Gates at 5492 SR 92 and Adjust Gets o Height.6' < ct at a G ,_ for , Total.5425 T m zQ Completed 8/9/14 G % :Az, x Absence of s N ,.. ,:. ...Time & Thad yogfor your business.Please call if you have any questions. TOTAL 5425.00 Materials PaymentS/CrediVS $0.00 Balance Due $425.00 Breakdown . .. . Phone:(239)353-4102 Far.(239)352-1687 Visit US,At:WWW.Certer•Fence.Com 94 Carter Fence Email irl= /FENCE O41PA N Y October 31.2014 To whom it may concern Ref: Invoice=50142 Carter Fence Company doesn't purchase material for single jobs_we purchase stock materials.Unless the job is a custom job.then we required to order customize materials for that particular job. Let me know if anything further is needed or if you have any questions. Sincerely Kenneth Carter President 95 ' - . . . Carter Fence Company,Inc. IVOEL! Carter Fence 0 3490 Shearwater St Suite f. Invoice n 50 42h 3490 Shles.FL er 1 Ste E voic S/13.1014 0:42% J+ Naples,FI.34117 Bin To Revised BOOC Clerk mfCow Faunae Dept Attu:Acct Payable 3299 TaoUaoU Trl E Suite 700 Naples FL 34117-5749 invokePO a Twat Centreeraoh I ,WO It Saes Rep Ordered By 4500152006 Na 30 13 41149 AB Anthony Description TreresethaI Ammar TrataOption 5492 SR 92 —..-- 425.00 Replace(2)Sets OtRmges Oo Crates at 5492 SR 92 and Adjust Gates Rejected Height:6" Tow:Sou Completed 8/9V14 for Marten$185 Material:5239 Absence of im•you Lae your ent3neat Piston call it you wee soy wetmmd TOTAL sas 00 Payments/Credits moo B a c k u p _Balance Due 3425.00 Phone:(239)353-4392 —- Fir:(739)352-1687 Visit Us At WW W .CarMrfsnce.Cosn 96 Send all Invoices to I,in. 11 -•••.3i. aRa RsNf 1 Ft 41-OTli 4 -1r ir.D -1r v yrM Porch as Order num00r must poop.on an mind ceneao0ndence an 00.1p Da Dera and lnvol0aa V.ndo.o 100106 Purchase order CARTER FENCE COYOIINY INC 4500156604 ,4.01112/2015 3490 0LEBF /TER S1!TEE ,r,.• Purchase order Please COIUERdC liver OUNTY NNTER OISTRIBUTION Pr. 1I:rtc' 4500156604 01112/2015 1375 PROGRESS AVE NAPLES FL 34104-3000 .-nrtazt Pot SAC Water Dept NM Wade( Clereelpreet Onlerf* 505 PM*Pa URN Ms*Mao y_f',...•.l.:.I:.�11�,:L�- .,. I:�'1'.a'!!'a1:._.la'.t 4111+ Tda naeraue e+.n m JSA lllp+. County Revised Purchase Order VENDOR Tams andCmdlfors to Carter F e n c e 10•4.•EA v.. ••••a n:'ld Rte .,,.h Mr u -A ' 1 y 50°a ••••: ".•..•r.o ,to.^hwrr-M*p v n.U::.w,%3 UrA.n=rn A1040. s.(,. r,..',.k.u..,rJ.mt r,r•a-t F 4-+r Inn of tti..^01...10 +r WMr gcn6 an arn-A,00.90 r M%0.4,14,93.1.344 041 Ins 010..IaM''c.00+ply^01--s-?Sill wa0'.a ux l.i cv.w • Silt,1.netno d ar+..od4140010.IAlmon,roar/ t as 5•0354.1 '_.13A a 1•x100,. Collet Cc1/dY Brae.d e.:uc+Grr nauxnn- Anr,*00.41.1,t1. Ing Tam am TaFTNMt Woe,' 111',2',003 Inc PAT WA 3 ryl,amerced vgdr or,Inn Of•_41 xN+6tn0.Utne l9aah;;!v.N!T;[5' Sarno MYFwaS:_K._.,Fr,...r A,•.0.....-:,:,:L,+i:N One pm-,nAa 1 1,4• .M[SRlaal..01 +n•� 97 2nd Revised Invoice : Carter Provided Backup .........., 1 INVOICE °Stephens Pipe 8 Steel,LLC (.JO[CE • :06-017166 Py I<I•' Carter Fence Company.Inc. us Meulie a:aTlny Oore a6rou11 I Melbourne PL Sltba CYSSOber 4=01:21117 )2/)/[9.19]2 \ ^.stone 2rro.:21 10 pit-30 ^'� 3490 Sheawater St.Suite E ' ' �Le Pe.:utal 161au1 cnecoaer r 1 Naples,FL 34$17 ' Invoice# 50142 V Phone:1900)4514612 de'es Per sor. ,c.ROneRrsoa Rt rA esyn,.R•a Made 67 User :rtharlieroberuson Stephens Pipe 0$1ee1,LLC 66E Order 4 :0-6017166 ' Stripped V/4 :DIRECT Date 8/13/2014 P.O.ell Spr Vin.l us On the Web-. CO63463 bozo •KEN CMTLR MD To , Russell Spnng6.KV 42N2 W.vw.spsronce."m ti,t Pkblly :239.660-1972 �4.Y^u-,be :219351166. HOLY'Vat of Coati hrence Dqr Aon.AC.:+P7yehk gala !':3490 0 FZMCE COMPANY Slum To:CARTER 53-40 COMPANY 3299TR1USld TdE 3490 SN6AANATEA STREET (2391 3AAeWA'2 NAPLes. FL 34117 3490 SNEFL 3411 STRUT Seim 700 Sgep pI eby �l L o ` NAPLES, rt.34117 \apes:1.34E12.3740 _y59TOM6.1ird,/ILOt+IP+F74 e4119'4/3 P8 a OOLRtarcNS,.,.toe wR,n 0040N7#3 pR MREOrrs: bRr+1/TSTa7 4RT^.'r''.n, Nx6 +0..,.w Asa �_c__ 4i _ 00. IND eOLNR4aEp Ise 4in P.S. aS CO� I.ao �e n : .__ Pre4 he 160.00 PO4 Tins ComnrNJab0 EL/WOO Sake Rep. Ordmi By 65 T:R 13 69 4500:96601 Net30 .34.149 413 Mfbaq Total.01,ler-_. ..241 89 Description 2lanrinf ad Amami Installation:5497 SR92 425.00 /teeter(2)204 Of Rhyme On Ore 4 3402 SR 92 •Adt au Oeler Mr 0 Height.F MN�..w-tom MI,ir !eR—...-•-_ Tow:: t -_."------ - ---Product item Descnpt�on _ - ---- .rice Amount ' Completed ft9'II A IND 80X HINGE 90 degree 4in P.S. 45.00 180,00 labor:l/)Men•26496 ova IxLtling Mini-6.3 M424$70 00- • ]186 — /t Mewial:S24I.19(SeeoPechd*undo,ime kel 180.00 • Material:$241.89(see attached... Freight 48.20 vtw sue twme tw ame n 6% Tax 13.69 Thank you ror your kninac.Pleas can if)wl have and 4. 0.05. TOTAL 342300 Total Order 241.89 ca,n7SOVOAi,)D.s ARE SU3IECT 10415%rIcows.ce cows Payments/Credits 56.00 t PLEASE USE TIM Coil FOR PAYMENT.ooQG0.4L COPY WILL aEMA...w.. Balance Dee 543.00 n MR:/SICK e4.S Phone,(239)353-4162 R.iw r rot M m.. .,ra e..14•• WM. be Wilt Usk:W W W.GrMPFrrlq.Com r.-3. arerm. C.n•a roM no ew waa +o-u a.....1y...w Fax,/239/352.1641 a'"A'7'Ices rer u,r.ay.Irrnvr ROlAr R.uw,.,yxia.l.w-,.aaa.ra. 98 OK Audit Trail of CARTER Invoice Carter Fence Company.Inc. • 3490 Shearwate.St,Ste E !111:2 IP n1 Display Contract : Item Overview Naples.FL 34117 Dm IX al rj PE 2.:® Q ti g 96 na ® Account Assignments $3 Bill 7. allll Ckra or lours-manse Dept ;""AUnra➢ahle , Agreement 4600003779'Agreement Type WIC Agmt Date 07/16/2014 9 ram„m ref E Sure 700 Naples F1.34117.3749 Vendor 10050e CARTER FENCE COMPANY INC Currency USD Outline Agreemen __ ror r c.n.e✓t.a a i wo w — I I E .item i - shalt T. Tar.. •1 4300133106 l Net 10 1341'49 AN oe3e.yoo. r.4araar ..10 U •,r 1:4. 5.4•r • 300,000.001 wm, 3497 SR 97 •20 U 14-6280;BCC APPR 07/08/14;ITEM#16E10 1.001 Replace .s0rWanes.0n Gate m307SR92 7.6 ne . pu, 1 30 U GHOST REQ#10212310 1.00' N°eht 6' < .40 U TIME&MATERIAL QUOTE REQUIRED 1.001 T4lt 5473 .50 U Cnenplerat 1p9,t4 MB TIME & MATERIAL QUOTE REQUIRED m r _ Standard PO , '152006 Created by Randy Jones -nt Overview On 1 - IPmt Preview Messages I Personal Settng Accountng Documents :ndard PO 4500152006 .. 00508 CARTER FENCE COMPANY INC Doc.date 07/3 • 8 e •.. Itm A Matenal Short Text PO Quantty OUn Deiv.Date Net Pace Per r' r • ... T..Purchase'r,. Outlne Agre... 1C F. Este13-41149 Replace 2 hnges. 420.75CEA 09/30/2014 1.001 EA FENCING ADIMEGUO !;j • •• 4600003779 99 BCC Meeting 3/22/2016 County Manager asserts : There is a change in the way contracts are processed for payment ,00 Clerk Acknowledges There was a change . . . County staff started allowing vendors to invoice Lump Sum instead of the contractually required Time & Materials 101 N. 2014 Clerk Audits Invoice & Requests Backup Record : 00170498 Company code : 1000 Document no. . Fiscal year : 0000 Exc. Date Time Status User Description Item •o0 08/19/2014 15:40:22 10 Connie Murray Received coo 08/19/2014 15:51:54 50 Aileen Plys Assignment Changed 08/19/2014 15:51:54 501 Aileen Plys Reassigned - Data was modified coo 08/19/2014 15:52:00 20 Aileen Plys Resubmitted 08/19/2014 15:52:01 258 Aileen Plys FT from AP-Need MIGO coo 08/20/2014 13:22:51 20 LARAGM Resubmitted 08/20/2014 13:22:52 270 LARAGM FT to FT-In review coo 08/26/2014 10:27:39 60 LARAGM Sent for Approval / Action 08/26/2014 10:27:40 604 LARAGM Approval required coo 08/28/2014 08:01:50 61 Pam Libby Approved 08/28/2014 08:01:51 614 Pam Libby Approved -�-- _- WW lia i dauellim maglitiomMopi J.--------- um 108/29/2014 09 : 03 : 34 252 Aileen Plys FT from AP-Missin• documentatn ..milli — — p - r- ------ 08/29/2014 09:03:27 501 Aileen Plys Reassigned - Data was modified boo 08/29/2014 09:03:33 20 Aileen Plys Resubmitted 08/29/2014 09:03:34 252 Aileen Plys FT from AP-Missing documentatn 000 08/29/2014 12:26:46 50 LARAGM Assignment Changed 08/29/2014 12:26:46 501 LARAGM Reassigned - Data was modified 000 08/29/2014 12:26:50 20 LARAGM Resubmitted 08/29/2014 12:26:51 228 LARAGM AP from FT-Other (See Notes) Coo 08/29/2014 13:01:48 50 Aileen Plys Assignment Changed 08/29/2014 13:01:48 501 Aileen Plys Reassigned - Data was modified coo 08/29/2014 13:01:59 20 Aileen Plys Resubmitted 08/29/2014 13:02:00 261 Aileen Plys FT from AP-Other (See Notes) 000 09/05/2014 11:39:32 50 LARAGM Assignment Changed 09/05/2014 11:39:32 501 LARAGM Reassigned - Data was modified 000 09/05/2014 11:39:35 20 LARAGM Resubmitted 09/05/2014 11:39:36 224 LARAGM AP from FT-MIGO done 000 09/05/2014 15:14:37 50 Aileen Plys Assignment Changed 09/05/2014 15:14:37 501 Aileen Plys Reassigned - Data was modified 110/13/2014 10 • 25 :43 35 Connie Murray Rejection Processed 110/13/2014 10 :25 :43 X822 Connie Murray R-Biling lump sum inst of T&M 10 13 2014 10:25:43 35 Cone Murray Re��oonPProce Processed 10/13/2014 10:25:43 822 Connie Murray R-Billng lump sum inst of T&M 102 The Clerk Calls into Question the Absence of Backup for Time & Materials, including Carter Fence A e 0 E F C H I - 1 Record Status' Status Description ' Last Sub Status description Vendor no.I Vendor name IFTI Grp' dRe�f. 1 2 00162583' 035 Rejection Processed R-BilIng lump sum inst of T&M 0000116794 ACTION AUTOMATIC DOOR CO X FM 07/16/14 S2142 3 '00265686' 035 Rejection Processed BilIng lump sum instead of T&M '0000100435 BRADANNA INC X TG1 10/05/15'1699 4 '00068115 r 035 Rejection Processed R-Biling lump sum inst of T&M '0000108712 BSSW ARCHITECTS INC X PAD 05/22/13'8834 1 +`i. a �rLerQS f�,$�ri&willowJas" 'ie.r u: Ti I ncst / I 11170498 OS- Rct eProcessed Pralr_ to sum inst ofT TO i'■ 1�' git SCE TM•., Y i 14 TO T1152912873'C35""KTIERN PTIANT4rRTIMirft,WIUMMI TIMM'9,01611b lfirtI TERTLITE'C17101PMAT Mit' PQd'►T 1371 14T' 8 '00226689' 035 Rejection Processed R-Billng lump sum inst of T&M '0000100476 CDM SMITH INC X VVWL 04/23/15 80521 9 '00228580' 035 Rejection Processed R-Billng lump sum inst of T&M '0000100697 CONDITIONED AIR CORPORATION WT 04/25/15'32617 10'00294006' 035 Rejection Processed Billng lump sum instead of T&M '0000119654 DAVIDSON ENGINEERING INC SWC 02/08/16'15870 11 '00294007' 035 Rejection Processed Billng lump sum instead of T&M '0000119654 DAVIDSON ENGINEERING INC SWC 02/08/16'15872 12'00294008' 035 Rejection Processed Billng lump sum instead of T&M '0000119654 DAVIDSON ENGINEERING INC SWC 02/08/16 15873 13'00301862' 035 Rejection Processed Billng lump sum instead of T&M '0000119654 DAVIDSON ENGINEERING INC SWC 03/09/16 15963 14'00004858' 035 Rejection Processed R-Biling lump sum inst of T&M '0000100855 DOUGLAS N HIGGINS INC X Z1 09/07/12'4723 15'00080952' 035 Rejection Processed R-Billng 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 11/10/15'890 17'00294521' 035 Rejection Processed Billng lump sum instead of T&M '0000120440 FA REMODELING&REPAIRS INC PAD 02/09/16'909 18'00301461' 035 Rejection Processed BilIng lump sum instead of T&M '0000101239 GA FOOD SERVICE OF PINELLAS COUNTY HS 01/31/16 SC00; 19'00139760' 035 Rejection Processed R-BilIng lump sum inst of T&M '0000113928 GARAGE DOORS OF NAPLES INC FM 04/04/14'21881 20'00139572' 035 Rejection Processed R-BilIng lump sum inst of T&M '0000113928 GARAGE DOORS OF NAPLES INC FM 04/07/14'21818 21 '00105569' 035 Rejection Processed R-Billng lump sum mst of T&M '0000101341 GROUND ZERO LANDSCAPING SERVICES X CRA 11/04/13'2465 22'00107749' 035 Rejection Processed R-Billing lump sum inst of T&M '0000101341 GROUND ZERO LANDSCAPING SERVICES CRA 11/13/13'2470 23'00250385' 035 Rejection Processed Railing lump sum inst of T&M '0000101383 HANNULA LANDSCAPING&IRRIGATION IN Z2 08/04/15'18927 24'00198588' 035 Rejection Processed R-Billng lump sum inst of T&M '0000101405 HASKINS INC Z1 12/22/14 1FINA 25'00083536' 035 Rejection Processed R-Billng lump sum inst of T&M '0000108259 HDR ENGINEERING INC X Z2 07131/13 00094 26'00179803' 035 Rejection Processed R-BilIng lump sum inst of T&M '0000104574 HOLE MONTES INC TEC 08/22/14'70677 27'00295356' 035 Reiection Processed Bdlna lumo sum instead of T&M '0000124244 ISS FACILITY SERVICES INC FM 02/15/16'99716 Sheet/ + 103 Example : Carter Fence Invoice & Backup from 9/4/15 • Carter fence Company.Inc. INVOICE 3490 SI.Rw.tet SI.Suite E 1=1® (arts Fence Company.Inc. INVOICE 'SaD�1 e q"De&sIPPI.Li .os-e4+�n['s �. ° 3490 SMelwaler St Suite E p,...--..7.- A.war. ]Stt f1F>W r. it LOT-1. Neplea.Fl 341 17 , I T iw..rr.I11b%razes Oar . Y ee."4.1 a:1N1 Nil . .:.SPAAR1n1 S.0*. POP 41111 LLC uT30 33 titre 3 ., P.O.S.1/1e VOA....,o... Lt.CAMS 3 ewr0 e.'•W1.M'1011 worm .,saw T3»s_ON Tl CASs i�rt•�,W~Yd . DISPATCH CONTACT 1Yrltr 3OP au1100 Am Perms oTnm.r 3. Pap 41115 -:14101.O*SC%=n1.A.Y 23T)P Teets MOMS' \IP..,l.14101 1410 SIMASATi11 STALL: '2331 353-1141 1p1K1 n 1111, i1 LC s r..2TO 505250 i I 11AP/AS 6151:7 :✓S! ,.0,A11.0A1/.t POP MA.PL•^",e.t.a,...., sesn' ,+-. ....+.new'" - KAYMl 3Sir s PSa.uPtw MT Q fl Pal news rAUrf'1N. It/e'Ot .1.41 11". Orden/IT IRA KYl.T 1.0•RNwRSLSY.IM. .%10111110 IAN..mono IA20114 KC MA*in '4 Si . <A KY P earl CSP.0154 t+h1.1PM. , .. gAeb l J 71,�,rg L *Waal + •• R.KY PS LOOP CAP L,ySM 6%Tot SIN I • SA PLY*021.Sl1OVJOIO a ,ale KY S.AC.SAND 01* el___ ____ ___ ,R.PLY PE RAP t.I COMBO rM he Maw U111.71 ALP PLY MAIM 4R 72•.L5• 0 0:,I< . 13141 Wolof.WO Stephen Pipe Material: $1404.36 t ! c.,1 AIX COO V.L MAMAS M SWOON C/1P1 53 41 6i V. /it Tax Nl t7 .• R.VOL ALUM Ye 11..1.,.14 1• • TIL/P.l till 115°/ Markup 5210.65 PLY,no0o.wgs l-N1.1 1 1,1 �.. 1e1.oAa.too ARlLr c , 3` LgMwPV.51eeLP 11W1.% ° .'r AAA PLY Y.11w03•,a.MAPES, . I TA 1bWP S110 40 16%Tax: 85.16 I °-' ;R156/BATE,.WM,N•MN.__ •� , 1T Ta'• YoTsa US I.1a,.r1/.T.,.4 s1%u•u1m tV t...e.e.r—.•e. ----m 1GL.}eA 1c,t -c.lC T•.... I f0.11�: fRM,b.Y4n*345-WS — :. � Tn[.L o •-St 1a,1111,1•,A, 1,404.361 •huMO.hV i%Oarbl.br(3 ., ,,;- .,, '. .l_ ` Fuel Charge 15.00 • 71**'old AY"op Pasoan.w.all u .,L... .n TOTAL 111.17101 , 6% Tax 85.161 A3YDL„rSUPAS XP,,,A,Atl..l,10.1„1:..,"1„L... '..—. °' '°"° Total Order 1 504.521 PLUM VS.”Ps ton Kw PAY.3.r.m.1oLP...t op,vl.a NI..1r0 emiMce Du! ,,,,1r_ U i 1 Pbr:out 111.4112 Visit U.At www.C.nefFeweeCete , ••.••• ..4... a,.. r..,am 111.141! !,. . 104 Total Payments to BUE : $ 104, 844.28 6/1/11 to 3/31 /16 Collier County Board of County Commissioners Payments to BUE/Gatekeepers 06/01/2011 -03/31/2016 _ Document Document Reference Number Date Payments Invoices Text Sut:total 2000254971 6/22/2011 5 714 42 2000273357 3/21/2012 291 83 SR 2525 5100693596 2/23/2012 291.83 FENCING 2000273836 3/28/2012 2,807.80 Payments 6/1/2011 -3/31/2012 32 928 63 2000291434 11/20/2012 999.98 SR 2951 5100739809 10/25/2012 999 98 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 2000318163 11/6/2013 359 70 SR 3602 5100804301 10/8/2013 359.70 r CAXAMBAS GATE REPAIR 2000327736 3/19/2014 6 974 80 Payments 4/1/2013-3/31/2014 21.824 38 i2000347259 12/10/2014 540.00 ( 1 SR 4439 I5100879677 71-/-1V2014 540.00 !GATE 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 'PREY MAINT GATES SR 4905 REVISED 5100930897 4/30/2015 1:033.33 PREY MAINT GATES 2000378883 3/9/2016 174.91 Payments 4/1/2015-3/31/2016 19,961 47 SR 4876 15100965111 5/1/2015 74.98 REPAIRS SR 4879 :5100965110 4/24/2015 99.93 REPAIRS Account 119733 I I S 104 844 23 I S 104,84423 I $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 4/1/2013-3/31/2014 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 19-04% 59 Total Invoices/Credit Memos $104.844 23 100.00% 105 Total Payments to Carter Fence : $571 ,751 .37 from 4/1 /11 to 3/31 /16 Collier County Board of County Commissioners Payments to Carter Fence f 04/01/2011 -03/31/2016 Reference Document Date I Payments Invoices Text Subtotal 3212012 270 00 36845 2/21/2012 27000 service call ammo airport 3/28/2012 23 710.00 Payments 4 1.2011-3 31 2012 102.188.00 3/182013 1 090 00 36958 3/7/2012 1,09000 INSTALLATION EAGLE LAKE PARK 3/19/2013 62500 Payments 4 1 2012-3.31 2013 109,288-00 3/12/2014 6 185 00 48509 2/12/2014 885 00 INSTALLATION 312 STOCKADE 48512 2/12/2014 5,30000 INSTALLATIN VETERANS PARK 3/192014 19 200 00 Payments 4 1 2013-3 31 2014 95.766 50 3/13/2015 3 659 92 51843 2/2/2015 1,738 08 BROWARD STREET 51844 2/22015 973 76 WARREN STREET 52127 2272015 948.08 INSTALLATION 505 ESCAMBY 3272015 25 294 77 Payments 4 1.2014-3 31.2015 72 084 60 3/12016 32 814 69 55442 REVISED 2/22016 32,814 69 INSTALLATION 6200 WATERGATE DR 3/1812016 12.372.17 Payments 4 1 2015-3 31 2016 192.424 27 55441 2/162016 12,372 17 6200 WATER GATE DR PELICAN BAY WATER FACILITY Account 100508 I S571.751 37 I S571,751 37 S571.751 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 2014-3.31.2015 72,084.60 12.61% Payments 4 1 2015-3.31 2016 192:424.27 33.66% 204 Total Invoices/Credit Memos S571,751 37 100.00% 106 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 Tim Ns =___, Board Df Mounly Comm ssianerS 3-22-1 11 f. hurl ttslfsct lsr ss s rslilicslisi " 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 . " 108 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 109 Collier County - Class Specification Bulletin Page 1 of 4 1 D Project Manager Class Code: Co Y 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&ClassSpecID=... 4/12/2016 Collier County - Class Specification Bulletin Page 2 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 1 0 0 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=... 4/17/2016 Collier County - Class Specification Bulletin Page 4 of 4 1 D 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 1 Hi: . rk r:1 .4 I ..f L." kaz N ›0 .--si.,m ilPf ..:. 5,VaIEk -saasas0§4 I . . . . . . ;;AR-15qqqqqqV4WVOI qt a, aaToB2042,2204- passagFgFglam - 1-1-1-4-1-i-a-g-W- a,; ,.., -, 0 aps," “C:q.zggg5L-TIFgg 2.2222.ggrnrrnngg CD 131 iBri115 (133E0q w0 .02 a2,7000a. . 000 MgOAMO , WWWWWW00 M M =ca g. 99- E go gmma mmomom EammF. ° SoMPPPSomm Z 7 7 7 7 7 7 7 7 7 7 ; 'TZ . = • = ... 60 . mv -. alala -0 .9. gggag. ggaaa ... -Ica =2=-2Ezzo2V2gasia -55:00aaa g . . S S §§§§§M - 0 2 . m m 2 2 2gqgo • 8c,,37,P0:- --- wagafogg, aaaft1,10 - 2,8 . -. ,Q== "K . " 3 ggclif,IMPia 0 0 0 0 0 0 0 0 0 0 g . a. g . g .,-c -aai,--so ma q. -.. -_cp, .8. in"I' gigggi iiiliaaaiaaal; • a, 0 ..,_= - (Mafe,gV.; * - . 1, g 45.5.5.5.-% • zaaa$ . 7 3 7 7 7 I CO Co 0, _ Co Co a) Co 1 0, Co 0, < a E:0 aaaa 2 2 2 aaaa a, 0 8 „ * - - gdO , . 22. -0 w . a. g_ 2222129. " c a008 ..E.z--:Ig &=, Wig; -0 13 13 13 0 al 0 0, 0 to 0, lik11111111 :1 <,< $'116 la 'g'11 .14.'iSI 2.0 CfaMO"aa CA CA (A 0 co co co - 0 0 CO :-. • P 1 gi t' commem -i -i -I -I -i -1 --I --I -I -I -I R go Rga N .51 CD a maaaam go go go go A., A, go go go go go 8 u. ! -r1.3 P ca a 6. as! a C.) P.)ram m mmram mraramm...mrarararammramkarammiaramm m m m m m N N r4 N N r.) Nm co CO mo cocowoom.Immm.c...4-4-4-401woomm--JTmlmmmlo m . T , T . CC) ii.,R . CO A CO V V V G4 M_)..g 0,C3....1g VCIDAJ,636,8 NJ CA I.)CO A I A A CO CO I±: 0, CO li CO 00.22 8-8n' .'JW&.T888...8882:12;3 2 12 T, '4', CO 8 8 2 8 '4 . H2 °-@ . 0 = V -.-4 Co it -...4-. 0404o 4,(00,-4 0 0 V010010014o VCOCO A C,A 0 V Co .0> A A .0, CO 0) KO 0, 0, ILo,,- 5-- M Z..a. -6. 4 -M 44'4413.444444wgtt4ttt44t4 4 Ittttiitttt ? :-; CD „ r- Or 33 a 6 . . 0 03o3V 7, az ooao o > 44Thaliiiglialtligmmi44T4 ,413 0 § 2 § iiiiE .0. (CC 3 i3 5.5.5. joil'o VFIMW41;t2-400 4 4 4 4 l'3 gl = . . 'Ott a) a) C s. aala ollitisEkkettilltiggww ,g1 5 §. 5 .. 5555 = 1'500 .... R 1 oo 000 a. .4.' 9. g, R a, g: 5 - = M g IR 8 RE 8ggs il;KM333- .ag aSS - - 2 ,1 s li, i ii (. . - , a 3 0 0000 . 88888 - 8 ,38 = 00 .2 2 E2222E © . 2 g > . ›).» z .... 0 gr . m ,g,t 1 cickgF ? 2, I . -0 ei Fe; s S S ii a a ma A 55 ES ma fa * 0 0 0 01 **** CD CD ** 1 . ' I P.) 8 r3888 ""NNO0 OONNNNNNNNOQ 0 g g ""WO00000AAAAAAAAWWWWW CO 0 . 00 . 0 . 8 ,.,,,E . gg 8g8i: V.-488:37:WWWWWT,TIEEEESRE § 8 8 8 8 8 8 8 8 It :8 il; 8 C* -4 Co VV V MMO.... -4-4"",W. C.,CM.0100 MWWN M M W w W W !CA 0 -. 1 1 6) 00 0 0000 000ohn-mmm,imMMMMUIMM0000 000WWWWMW 0) C 1 3.- > > > C C C ! > PPPP IPPWK)353S6688888M4immmmmW1 m WIWImmi .-< r• r ,-, EE E poop -1 -lomm[xxxxxm'mzzzzzz**0-1 -I -I -I Q fll O 00 0 MMMM G)1°MZQ00000000000000 „,,M m m m Z 2 Z Z Z Z Z > W • mm m ZZZZ 1-1-0M>>>, MCCEECWWM X W M 0 0 0 0 0 0 0 Z I-1- m MT ... -e. -.1 '0‹ (/) MM M ?G; g.) 00m035Da000C100000001-1-EM m m 7T1 IMMMITIMMM I-I- 'WM 1 22 00 CC 2 o C -q-1-1-1 mmmm -1 -1-4-4 oz z z z zm*_-0-13-013-0-0-ozzzzzzEE 0 0 0 0 ,zmo>>>>>»000000t 53<w>xxxxxxxiccccccloo m m ,m m 2 mm 0 on CD E caw CD mx7:117) 1 om =1-)-1-1-1-1-1-1..m? 0 0 0 0 V" 1-id . z -1-1 -1 0000 1 zza°0MIMMMZKM>> 0 0 0 0 1 , 0 m x7J W -0 m m m c z r z,m!MmM,Mm,m -I-I-I M M M E 1.53 1 1 oa r- 55 > zzzz ^ Izzzzzzz000000 Za' o M rr r .< -<.-<-< f71 ..0,-1H-1--t-i-t-immmxmm 0 0 Z 'GI " Z WO Co 0000 RM-Im0000000W0WWWW li i 1 14 a cc C MMMM >I-I TrnmmmmZZZZZZ 0) m i m Fi Fi Wir(:)- Jr_ ii000000] Z 2 2 2 O r mrTimm I ,0 =.a•- L>a>).- ,-1›.> 0 0 0 0 C.) xx x , xx , r.) , !cxxxx3-1(zz X X X M -T) , , , , , , 00 cif-W1 9 m m 1 1 m@. I '-- m mm m x000 mmT*-4-1-imm2wmmmma..0 0 0 0 * mmmm * mo 10 8 E cax E zm** rro_J..13711371-o 13 TEE lam mmEED D > D D D D D , * >0 a 0 mm 000000 -.co ca co co * o o 0 o z ° 0 w-a --, .... s Elm NQ QQMO"OQA-4" ""MCOO"WWWWWW00 " -' Co _ lB• - Q -.N a m isia-.K1 131aQm-sOragiaaNaam-.1.) m m m m -. -.• -. -. 0 - . ra M ,.. -,o., Z-7 MQ Q " .1..- 0A AQMQ:4QWW"" 4""QQ2er0.PNWWWWWAMA " " ..4 " Z .O.Ind . g8 . i-,-, .,.., ,-:- ... .i..)-F.- . . . . . . . . . o 0 0000 000.00000000000 00000000000000000o - 2 . 88 . 88.. " mm..0................100000000 . . . . . !. 1 . .. . - --- ....-occ000..1.0TTT . . .cn . . . . 1- o- . 00 0 .88 "8824 6a.. 0000VVA e .- . ........ -0.- - .....-. 8 CO .ag Ca -4 APOWN WMWO WMAO"g882WC48g 0-4M" 0 000004. .P. 00 .4,0. " i.n 0.0 o., . . mm -.COO w CM CO (0 - @T, . *. ?I 28 28.0-88866 0 , 0 8m , 0 ^30-011g00 . , I c , 3 co Fogr-j"°;,m I , , 1 _. -.Mg-. $0$0;;W4 IQ IV CO ..• .■• J1 .■• > , N -.-. -% N) MIONIDID :D.100 , 1,) 0■. .,1 WO.NC0 --Jtv....o. • Ipggv,mmcog c; -6' N R,' .s.1 --8 :.-i g g ;7', ,40 . -)P.) . pr,301 -1 4..0"00NPPM*4m. PP PPPP745, 9, :-+ 7-49, 00 :,, P0Pco 0S Co .g g ,..- i(?)*M-.1g88883ggg88g81.4g88N8 8 & & 8 8 8 8 8 2 8 8 8- , , 0.00 _ iii i ilS 8 88 8 888g ..... 1 . CC m m . .- g . .. 88 .1T. 2.2212222§gn . d 615" r7;.WWWWWW , F, .?4 '.3,. F, .t4 6- CO," E W 1 o- ........228 . . 0 CD 0 . m - . m _. as -. Q).. N".4 g P.0. :- 8. 4 ▪CD) NKN" g1,3"Qg W..."Q"W g eW.cR 0A g 8Q Ig=T 0 0 0 0 0 W r.) CO 9, CO M A Z8" CD) A O 4 O 0 M Q T e D O V V V V N N N N " -) R - N l . .Fi g N CO 1W.cs 8 0000000 oo a 0000 • a, 80) a 80)ool mmmoomoommoommommommoloommommom mom ., m M • o-. P 0 cacammoo -1 » I co . -< 0 cc>xl .... m 0 o :-._.O., JJ M K 7/ 77 X Se : M JO m rn m n) q c , o ..xmgm ,- ,- mm 1Qe2? -0 --. > 2 0 > > > m up ! TT-1--00 E 8522 m »Qmmq m 0. m., m - , 1 0 0 -< mm o. 77 > 0 73 X1 XI , na ZC-4 0) 0 07 0 CO 5 512 z -,p cmc w,„)ms --i-ic-1 ME Z *z4 0 r m OC V-12 MM-0>cli mm " z3 730 Md... " e, Z r<m E rrIzt A 0 1§ MMO' RI .'. 0 0x17• x .?<E mEc > -a 0 , .-•, F' ox ro m op > 0> a -- .. 0 m moll 0 r C 1 r a m. 66 i 73 m Mqu, gg m PO Zo -.I Do o, 6 7,8 mm -• Q - 0 QQ oRtc,,,R ,t-LJ-•-,mcArat- o-.wwwwwwwcom !co 73 j mmr-v- o m -. m CD) ra -. WM88Q4Slac7; Mr08 8 8 -4 0 0 CO 8 '''' ZP, 2 o o I.) i:-. 3lB mrammmi.-)raKimiammrammi.-7mmfammm m m m m m m m m m m m ,,,59. N c■Li 0 oo o ooloo 00000000000000000000000 o o o o o o 0 0 o o o o 0 , ° . a, mm En 881mo mcommmoommodomicomommommommooloommoom !o, 10 Li �vO m < Tat o na gga anA7c �CC �c T.c �c 5 OT•-waDA *V so io.4 0)0) _WNma wD , m.� Q°o n?c�a� 3 °>>, 3Q3p3p3p3Q$ 3g � � <_ �c�' > > v, y c cc cc cc � co-L;. pmm2't 4a'c^a °cFm�a,4'm3m m1�m Pam >j-4, n^ s>; O Oa0aa„aa 4aa»'.nc ' 5 mi 0^f° da3 , -�..mmmv 3y3y3y3y3N312 mOay-3 Ommmamrina d"0-'-'00-”" ,3N o � m m m� w m m p� Ao m m A p'PP-+N A"AA" m �' 4.m D3) 00,°m na 01 Oacccge)Qpa ca ca c ca ca c A6a .n3 66a,1an$8 $$o.°o°ona$o? nc° A m p n n C m C m;C m . m C m C W O N m � p m` _.3 o c� � � m 3Y Arc p .p .,o .p .p .o .A A$ < � .�A A m m m W a 0 2��$a o�j$ o o m ? "' ,- � 01 m 3 '< m a c n n m �'�S W 3�9 m 9 �9 �9 m m m � � 2f3-2 co v m v ro p << n n my 1" m3m ' W m m O mO O m m O m O.m O_m O_m O-m O--2-2 Nm N V m N m NS.0) O+.O.,m 9. 9.,2,On 13 P-'m m w O m m � m - 3 F g £ £ g a g F p a c!: .02 <° 0 e° 02'< °a 8 . g m o -. m �p W � ''I' o W m 3 g a m m o O o o v m cn o : A cm o m3 am'o mm m n mm N if; ; ; b ;(3 = e- o f.W=� P p^� O < m �.N S C O.O U O� O� O� O P -� - g n .c.W n m Q.m 1= 'G p �'»8 -'p I c'O R'O R'O 1;-O 1112.12-6E3 v 5 -O a O O O O O a m m f'. 3 h N m N m N N m m ` m -P d m N P d P d P DD N m � C , N c p F 4 O > > > g � se+ a O O 1ON a m y ya N m d O m g 3 1 3 ! i i 5A W �1m o !R O I g m m a aa a s 2»? 0 D c av o)-. o cg $8 SSg SS 2.a . m b m � 3 - g* = N 3 e ee e e ee m S. n 3 mmm ' gm n n3 33 33 m m _ 33 m'0 . N N 3N IIV N N N N N N N N N N N N N N N N N N N�Np N N N N N N N Co Z7 N W N W -.4 W OVD (0)(� W -0D OAA0)O) W -A V(0)i 0) (CJI 01 A A(A W N N 0)O V A Co 0 v cm N N 0N) V (m)) 0m) > A O 000))00)O]W V C.)0)N O N W N O(AO TA 00)1 COO A W W Co n3 0 a 0 'O m v m m m m -i--'v -I i-I-I- m V 7 71 -i 13?"_"Y M v -i • O 5 O ..4 ..4 . a go g g O 66665 g > >> >7 O > > a 0 m 3 m 3 3 3 3 3 3 3 3 2 1 1 m 3 m 3 m m 5 m m 7J 2 3 m v � � � '� ?O IJIP. 1 2.s. 0-Zt"5214 2�, § § b b b b biP ; % it< b21 , % tk Iam w m m m m W W m O O m 0. 1 O . c 0) g) b -N 0 0 W w m g �' 88 n n n W n m A m m m m m m C 0 a A A m m m m n N _� o 0 0 0 0 �0 3n c c 0 a m m m a� 00o.o. m m n a. O ' 0 0 0 0 0 0 N 0 0 N .40-0 0 0 0 0 0 0 0 0 0 0 0 0 N IN N N m N V V V V V V O.+" 0)+ N I.u OD V N N N N 01 01 . V W O O O E OD(� W (� (�(�(�(� W On m N O N N N N N N W fJ W(li N 01 O)O OD pD Ou O OD OD OD W W 01 N N N N N N 01 000 N 2 N s O) W W W W W W W W W W W W W OOOOoo N N W 1) , ,, , , m # ,- 2 2 2 2 2 2 22 D y 0 tC c - v DD D D D D zE2 5200 ZZ Z22ZZZZr r m _2{O D D D O0 2 Z Z Z 2 2 2 2 Z Z 2 Z Z' m M C O 0 0 0 4 0 31—0C C C m_C C C C C C C C C C C C C A A 0 CO m m m m m m"r°o 00��5 5 5555555555° A 0 8 v v v o o v �m�a aa�DS 5 55555 �� m 'm A A A A m Z w c D D m� <r rr GA gg DRDm2A 00(2,, Z mmm,mmmmmmmmC r 3 Co z 2 Z Z Z Z Z 0 I CO Z 0 Z2ZZZ m G000 GGm G G 0 GGGGGGGGGO 0 4 k k O P D m e e RD OOW 4D OD 4D W RZ 2 O C I''' 0 m m Q_ �m�� mmmmmmm ww XXX X X,� D D�DD XDDXX H7 a) Z 0 0 0000 00 ,m N A ' -i 1 -1 -i -I -I DOOM ' M M;m A ' -I Z m C m m O' ' m' _..m o O 8 2 O O O O O O O y m r r C O EO 3 m Ow -o x f A w aD ll 1 Iv Lei m Nm N���� v N N)o� ' W K3-.-.Q N N N ,� N`N < _ C3 w ww°0 N N N N N 13 N N N NNNN N NNN N 13 N N N N N N 0 N N N 0 0 N I p O O 0 O O O O O O 0000_ O O O O O O O O O O 0 0 0 0 0 0 0 0 _O 2 0 01 O) . N 01 01 O) 0 01010)01 000.. O) ........m.0. 8 w (ll. 53 5 N N m . mm mmmm mp mmm N WOO O O O O D N 0 m N WW�a O W W W OO NNN 0)V a O N , V A O O 0 m j( A 01 N p0 A Vi pN m 8 N m w) 0 o CO m0A 2 I X A C (wm b aD m m m w Co N O 01 W 0 . bw N (Cl a4. o 3 P 1 -4Z N W W N -. W -. N N -. + N± W r. W OD O V T 0 W V A t)1 N 5)A 0 m V 0 r N N W 0V O N O W m W W A O m W A V A OD N V O N O 0 N V O 01 01 0ONOD OOW mmCTNO N ,,,5^(0O 0101 0 W 5)Co 4" t0 c A ^O 8 0 p p p p u O8 V O O N pp A N O S 0pp09p8pp88 'N iii iiiii p 0) O , O) O 0) 0) 0) O .8 ..... I J ............ O Oq N▪ N m N N N ' 'QQQ ' -'IOLQ^1Q Q LQ'QLQi1LQ1 QQ- Q`' INO N Q N - - QM N 0 W N ra r:5 A N.i O) C` N O ND A VO �p33)Co V m ODN �p3NN AA A W O1Nf L.)m C 0 O 0 0 0 0 0 O O 0_O O 88808 O 8800 .A88888 0 m 0 01 01 N 0 01 0 01 01 00.8 . .0.. 0) ..........00 86 O O * N C '0 in A mx0 m D D W 2 c? 2 113111 2 xE ; m '1 m 0 5 O O C A 2 r c Z 0 r r r r m r r r r O n m z m < 1 Z a moo mOc4O g O 0000 O OZ A 1 m CO t 5 r A A C 2 m-1 N ?>1-0 O W W <W O O7 00, O O m 0 y2 DA 0 V vvmvv V V' mV D N m m (A m 0 m N A N N v co'it N N 0> ma m z 0 < > mb m 2 NNE r T Imo m rnCo D �m� w w m D m c 0 t- 0 Co m ;o m m 0. o 0 0 m 8 w E m n Z D , m ; m N -41NN NNmNN N 121212122 CN 'om Ln co i NLa N�fi'CDCC) )�nv3 m a VV �- 0QQ£'°' � I" D'' N N N N N N N N N N N N N N N N 13 N N N N N N N N N a N N 13 �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 0 0 0 0 0 0 -. m W 0) N 01 0) 0) 01 01 01 N 010)0) N W 01 0)O) 0) .... .....00. m N