Loading...
Agenda 03/08/2016 Item #16E 4 3/8/2016 16.E.4. EXECUTIVE SUMMARY Recommendation to approve the administrative reports prepared by the Procurement Services Division for modifications to work orders, change orders, surplus property and other items as identified. OBJECTIVE: To promote accountability and provide transparency to the public and gain the Board's approval/ratification for various procurement-related transactions. CONSIDERATIONS: In accordance with the Board's Procurement Ordinance 2013-69 as amended by 2015-37 and the Procurement Manual (Section 19 Procedures), the Procurement Services Division produces a regular Administrative Report which provides for Board approval of the following transactions: • Administratively approved work order modifications and/or contract change orders/Amendments that do not exceed ten (10%) of the current Board approved aggregate amount; • Modifications to the current Board approved performance schedule (number of days); • Surplus disposal and revenue disbursement; and, • Other items as determined by the County Manager or designee. The attached Change Orders report covers the period of January 21, 2016—February 11, 2016;the Surplus Report covers the period of January 21, 2016-February 17, 2016. FISCAL IMPACT: The net total for 3 changes to contracts is $6,071.00. The total number of days added to contracts is 30. No revenue was received for the disposal of surplus items. LEGAL CONSIDERATIONS: This item has been reviewed by the County Attorney, is approved as to form and legality, and requires majority vote for approval. - JAK GROWTH MANAGEMENT IMPACT: There is no Growth Management Impact associated with this action. RECOMMENDATION: That the Board of County Commissioners ratifies/approves work order modifications, change orders and/or Contract Amendments, surplus disposal and revenue disbursement, and other items as determined by the County Manager or designee in accordance with Procurement Ordinance 2013-69 as amended by 2015-37. PREPARED BY: Diana De Leon, CPPB, Contracts Technician, Procurement Services Division ATTACHMENTS: 1) Change Order Report 2) Change Orders (backup) 3) Surplus Disposal and Revenue Report 4) Philips Equipment Donation Request(backup) Packet Page -921- 3/8/2016 16.E.4. COLLIER COUNTY Board of County Commissioners Item Number: 16.16.E.16.E.4. Item Summary: Recommendation to approve the administrative reports prepared by the Procurement Services Division for modifications to work orders, change orders, surplus property and other items as identified. Meeting Date: 3/8/2016 Prepared By Name: DeLeonDiana Title: Contracts Technician,Procurement Services 2/17/2016 3:32:29 PM Submitted by Title: Contracts Technician,Procurement Services Name: DeLeonDiana 2/17/2016 3:32:30 PM Approved By Name:NorthrupAdam Title:Procurement Specialist,Procurement Services Date: 2/17/2016 4:09:11 PM Name: pochopinpat Title: Operations Coordinator,Administrative Services Department Date: 2/17/2016 4:13:15 PM Name: MarkiewiczJoanne Title: Division Director-Procurement Services,Procurement Services Date: 2/17/2016 4:38:14 PM Name: PriceLen Title: Department Head-Administrative Svc,Administrative Services Department Date: 2/23/2016 5:15:01 PM Packet Page -922- 3/8/2016 16.E.4. Name: KlatzkowJeff Title: County Attorney, Date: 2/24/2016 8:23:56 AM Name: WellsLaura Title: Management/Budget Analyst, Senior, Office of Management&Budget Date: 2/25/2016 9:27:32 AM Name: CasalanguidaNick Title: Deputy County Manager, County Managers Office Date: 2/29/2016 8:41:38 AM Packet Page-923- 3/8/2016 16.E.4. c N W a N ET, N— . o O L C E 0 c ff 0 0 E o co v o U Q o • a c e G V Ks 'C U 'y O N w m N N ° a= G N T O d N J a) • c A 0 o o o u_ 0) -' N O ,L L '6 00 0 M 0 O 0• U N O O E O J r 0 U ° . co L or od 3 (6 o- a, d a) N- 0 ° o > 0. co o m V c ' r a U) a N O co O a)(O co O y Q E a)cro > c E N p 'c z 3 U Q o 'c L cc L LL N N VI C a a H e c c o m co � E' ca C N c 0 ° ' a p .0 E ci ca a 0 rn 0 .c- c7) •6 E o 0 o n 'v o ° F- r 0 Q EA N O N t0 (.) y, N Co 0 'O N w -o ca II O U co a) N N a mU o °o m aa, m p c 0 o (o w U C 7 LL. N a3 Q a) Ql ao co co a r: .. v ° Z co U U Q co, 2 M co 0 U o a) o F- "6 N 0/) 7 Op^ O N 0) a C .V U W N- ° o l0 T O U > • c U O cO W ` f2 O ro " Co N Q a C E N LO N .O• z N ct 7 O Q O a) V +. N U_ OW UUen _ o -0 g a m a) a -ca a) U a) To N 2 N W a Ln j O O L N L o 2 > 0 7 co > N r vi T 2 c U 0 O op 0) CO 0 m < o '�m a E r` o `n v a 3 z ac) a7 Q a Q o a c a) O 2' Z Q � 0 )a o2 a) O 3 N w W 0 L N N O L 2O N - a c co C E a) c°) c .5 c o O � a 0)2 a a) (a U C la N C N wY -_Q � LL -0 c a C o N ... r V N U w T O O U a C a) U d a) C aS -O •N co 0 a) > N LL a)co o >_ O O W LL' -0 a) c c 0 a --0 a) C as g 3 0 a a m o a S CI L .. O N L .0 2 o a a) c o C O O Y E O 7 o U 2U U U N O a) — 2 n a) a) N a .L.. U La U N L C L C C .3 N o a) a. m o a c 3 U N a) a) Y O 'D a) 7 co Z Q c c N a 2 co o a o Q N V E E T O '0 co a) U C al .= N E E o E . E 5- c m of O 0 0 to LL 0) N co a) v ;D 0 N c _• Z O 0Z yU It 3 a) rn a) co ca m a) J p or o ) aN. cr 0 a) d' V 0 CO (6 m 0 Lo o)r a a) C — •CO a c ' c a1 c a0 o N 'O Q (D a) co N .L. a Q 0 a) a) a) N al .- O .0 ° 0 ° L ,c:2 0 a) N LO L 2 0 E N co L a) o f) > 0. 0 0 a m r` 0 2 H 0 Lo 0 w F- o n C0 Z 0 H I- 2 N vi c ti a) if; a' 7 c- O a) 0 co co rn o co 0)a if') co rn 0 a > c o c a c o L. c..) co a N a) `- a L a N a .0 a) - - .0 N Q 7 N (n o 3 U 2 Y N U a) o 0 `o ° ` ° v ° o c a 3 E 3 ca m 3 .0 .0 aF a) rim a- 0 o d 2 0 IL 0 2 S 0 I- Packet Page -924- 3/8/2016 16.E.4. -„ - ,,..n, Public Utilities Department January 28, 2016 Planning & Project Management Division Jeff Janco,Vice President Bonness, Inc. 1900 Seward Avenue Naples, FL 34109 RE: Zero Dollar Contract Change Notification# 1 MPS 306 Force Main Phase II Contract No. 15-6451 Purchase Order No. 4500160066 Collier County Project No. 70044.6 Dear Mr.Janco: By copy of this letter, the above referenced work order is being issued a zero dollar($0.00) change as indicated below: The above referenced work order time is hereby extended by 30 calendar days. The previous total number of project completion days was 225. The new substantial completion date shall be May 23, 2016. The new final completion date shall be on or before July 7,2016.Note:Time extensions cannot exceed 20% By extending this work order, the County is not relieving your firm of its obligations to perform work in a timely and satisfactory manner or any consequences resulting from failing to do so. Collier County hereby reserves all legal rights, including, but not limited to, rights to terminate, suspend or elect any other appropriate course(s) of action should circumstances warrant with regard to the referenced work order. Draw against Allowance As detailed in Work Directive No. 1, provide concrete pads for plug valves. Original Allowance Amount $50,000.00 Changes to Date $0.00 Current Allowance Amount _____ __ ' _____ __ ___ $50.000.00 1 Cost of this Revised ed Allowance Amount $46,575.00 9 - Sincerely, Ore ' ! / r Wayne M. Karlovich, P.E. Senior Project Manager f Swainson Hall/1 curemn Strategist, Purchasing Department iyo Approval: ? , ...,4 Date: /� '" C: Robin Sheley, Clerk's Finance Division Planning&Project ManagementDivison•3339 Tamiami Trail East,Suite 303 •Naples.Florida 34112-5351•239-252-4285•FAX 239-252-5378 Packet Page -925- 3/8/2016 16.E.4. c\ Co ,er County Public Utilities Department Planning & Project Management Division October 12, 2015 Jeff Janco, Vice President Bonness, Inc. 1900 Seward Avenue Naples, FL 34109 RE: NOTICE-TO-PROCEED FOR MPS 306 Force Main Phase II Contract No. 15-6451 Purchase Order No. 4500160066 Collier County Project No. 70044.6.3.4wmk Dear Mr. Janco: This letter serves as Collier County's official NOTICE TO PROCEED (NTP) to your Company to commence with the above referenced project. This NTP is issued pursuant to Contract #15-6451. The purchase order number is shown above and a copy of the P.O. is enclosed. This NTP is limited to the scope of work for: MPS 306 Force Main Phase II for the contract amount of $1,107,858.57. Please include the purchase order number, contract number and project number on each application for payment to facilitate the payment process. Commencement date for the services associated herewith shall be considered to be October 26, 2015. The substantial completion date shall be considered to be April 23, 2016,. Final completion of all work shall be considered to be June 7, 2016, a total of 225 days. No work is authorized after the final completion date herein unless the time of the contract/work order is extended on or before the final completion date. Invoices for unauthorized work will not be paid. If you have any questions, please contact me. Sincerely, M/r;4, 4 Wayne M. Karlovich, P.E. Senior Project Manager cc: Swainson Hall, Procurement Strategist Pia/mg&Prcect Managenent Dmston•3339 Tamiami Trail East,Suite 303 •Naples,Florida 34112-5361•239-252-4285•FAX 239-252-5378 Packet Page -926- 3/8/2016 16.E.4. / BONNESS INC. Paving and S3ieworli Contractors 1900 Seward Avenue Naples.FL•34109 www.Bonnesslnc.com P(239)597.6221 f(239)597.7416 Florida CFICOCiv9444 Horioa CUCii122479 01.18.16 GOOD MORNING WAYNE. WE WOULD LIKE TO REQUEST A 30 DAY EXTENSION TO OUR CONTRACT TIME DUE TO THE PLAN REVISION AND FDOT REVIEW PROCESS.THANK YOU AND HAVE A GREAT DAY. REGARDS, AL DEMARTINO ESTIMATOR/PROJECT MANAGER 1 900 SEWARD AVE I NAPLES, FL 34109 P: 239.597.6221 F:239.597.7416 I C: 239.398.1700 ADEMARTINO@BONNESSINC.COM Packet Page -927- 3/8/2016 16.E.4. ' ES INC, a Ama s,„„a„1 Averme Naples,Florida 311.451 (239)597-6:741•'NIX(237)5437-74 I I, V 4ww.t Tonnes Sinc,ccirn Proposal 1/18/2016 Submitted To: Public Utilities Division Planning &Project Estimate Number: 94942016 Management Address: 3339 Tamiami Trail East, Suite 303 Bid Title: MPS 306 Force Main- Phase II# 15- 6451 -CO-Additional Time Naples, FL 34112 Project Location: US-41 Contact: Wayne Karlovich Project City,State: Naples, FL Phone: Fax: Engineer/Architect: AECOM Thank You for Considering Bonness Inc. Item# Item Description Estimated Quantity Unit Unit Price Total Price I 01 Additional Time 30.00 DY $0.00 $0.00 Total Price for above Items: $0.00 Total Bid Price: $0.00 Notes: •Subject to prompt acceptance within 30 days and to all conditions stipulated on the reverse side,we agree to furnish materials and labor at the price(s)set forth above. •Change order based on the request for 30 days of additional time be added to the contract for plan deisng changes and FDOT review. •Any deviation of contracted work will require a signed change order.Work related to the change order will not be completed until signed by the project manager. •The above proposal is for listed items only. Payment Terms: Payment due within 30 days of date of invoice, regardless of when payment is made by Owner ACCEPTED: CONFIRMED: The above prices, specifications and conditions are satisfactory Bonness Inc. and hereby accepted. Buyer Authorized Signature: Signature: Date of Acceptance: Estimator: AI DeMartino 1/18/2015 11:00:45 AM Page 1 of 1 Packet Page -928- 3/8/2016 16.E.4. PUBLIC UTILITIES WORK DIRECTIVE CHANGE PROJECT NAME: MPS 306 Force Main—Phase II CHANGE # 1 DATE OF ISSUANCE: 1/19/2016 EFFECTIVE DATE: 1/19/2016 OWNER: Collier County Board of Commissioners PROJECT#: 15-6451 CONTRACTOR: Bonness Inc. ENGINEER: AECOM You are directed to proceed promptly with the following change(s): Description: Provide concrete pads for plug valves. Purpose of Work Directive Change: To provide additional support for buried plug valves. Cost of Work Directive Change: $3,425.00 to be provided from project allowance, detailed as follows: (5) 6"x42"x36" 3000psi w/ WWM reinforcement concrete pads @$685.00 each Attachments: Bonness Inc. estimate No. 94922016, dated 1/18/2016 If a claim is made that the above change(s)have affected Contract Price or Contract Times any claim for a Change Order based thereon will involve one or more of the following methods of determining the effect of the changes(s). -. ter Method of determining change in Contract Price: Method of determining change in Contract Times: ❑ Unit Prices ❑ Contractor's records ❑ Lump Sum ❑ Engineer's record ® Other N/A Z Other N/A Estimated increase (decrease) in Contract Price: Estimated change in Contract Time: $ 0.00 ZERO calendar days. RECOMMENDED: AUTHORIZED: By: Don Bramlett,PE t "L' By: Wayne Kariovich Engineer Owner's Representative ter, 01/28/16 1:14 PM Packet Page -929- 3/8/2016 16.E.4. wit- I ' DONNESS INC. 1 1-,,,,In,,"' .,,: , ". ,:,„,,,....,..„ 1 t9CX1 Seward Avenue Naples,Florida 3401 (33L)$g7-6221•Fax(239)5q37-74 Ifs www.bon nessinc.com Proposal 1/18/2016 Submitted To: Public Utilities Division Planning &Project Estimate Number: 94922016 Management Address: 3339 Tamiami Trail East,Suite 303 Bid Title: MPS 306 Force Main-Phase II # 15- 6451 -CO Plug Valve Pads Naples, FL 34112 Project Location: US-41 Contact: Wayne Karlovich Project City,State: Naples, FL Phone: Fax: Engineer/Architect: AECOM Thank You for Considering Bonness Inc. Item# Item Description Estimated Quantity Unit Unit Price Total Price 01 06"Concrete Pad For Plug Valves (3000 PSI W/ 5.00 EACH $685.00 $3,425.00 WWM Reinforcement) Total Price for above Items: $3,425.00 Total Bid Price: $3,425.00 Notes: •Subject to prompt acceptance within 30 days and to all conditions stipulated on the reverse side,we agree to furnish materials and labor at the price(s)set forth above. •Change order based on the request to pour five 06"x 42"x 36"concrete pads for proposed plug valves. 'Due to critical nature of escalating material costs; asphalt and concrete pricing is subject to change.Should this situation arise, Bonness Inc.will provide documentation of material adjustment(s). •Any deviation of contracted work will require a signed change order.Work related to the change order will not be completed until signed by the project manager. •The above proposal is for listed items only. Payment Terms: Payment due within 30 days of date of invoice, regardless of when payment is made by Owner ACCEPTED: CONFIRMED: The above prices,specifications and conditions are satisfactory Bonness Inc. and hereby accepted. Buyer Authorized Signature: Signature: Date of Acceptance: Estimator: Al DeMartino 1/18/2016 10:20:51 AM Page 1 of 1 Packet Page -930- tt4 Prc 3/8/2016 16.E.4. Change Order Form ❑Contract Modification ❑Work Order Modification ❑Amendment Contract#:I 15-6459 Change#:I/ S I Purchase Order#: 4500160202 I Project#: 55150 Contractor/Firm Name: DeAngelis Diamond Construction, Inc. Contract/Project: EMS 76 Project Manager Name: Robert Fuentes Facilities Management J 9 Division Name: Original Contract/Work Order Amount $ 1,545,626.00 6/23/15 11B Original BCC Approval Date; Agenda Item # Current BCC Approved Amount $ 1,545,626.00 6/23/15 11B Last BCC Approval Date; Agenda Item # Current Contract/Work Order Amount $ 1,545,626.00 3/29/2016 SAP Contract Expiration Date (Master) Dollar Amount of this Change $ 6,071.00 0.39% Total Change from Original Amount Revised Contract/Work Order Total $ 1,551,697.00 0.39% Change from Current BCC Approved Amount Cumulative Changes $ 6,071.00 0.39% Change from Current Amount Completion Date, Description of the Task(s)Change,and Rationale for the Change Notice to Proceed 8/12/2015 Original 3/09/2016 Last Approved 3/29/2016 Revised Date 3/29/2016 Date Completion Date Date (Includes this change) #of Days Added 0 Select Tasks ❑Add new task(s) ❑ Delete task(s) ❑ Change task(s) ❑ Other(see below) Provide a response to the following: 1.) detailed and specific explanation/rationale of the requested change(s)to the task(s) and/ or the additional days added (if requested); 2.) why this change was not included in the original contract; and, 3.) describe the impact if this change is not processed. Attach additional information from the Design Professional and/or Contractor if needed. 1) EMS 76 was originally designed in 2003 and the project was delayed several times. In 2007 the project was suspended due to the economic downturn and insufficient funding sources. In fiscal year 2014/2015 the project was resurrected on June 23,2015. Contract#15-6459,Agenda item 11 B,was approved by the BCC in the amount of$1,545,626.00 to DeAngelis Diamond Construction, Inc. PCO#4 is a replacement of mini blinds which are in the contract with black out shades, requested by EMS staff. PCO#5 is the installation of additional circuits in the ceiling of the Apparatus Bay to accommodate retractable powers extension cords to avoid having extension cords on the floor which will create trip hazards.These cords are for the refrigeration units in the Ambulance that keep medicine and other pharmaceutical drugs at a constant temperature while the unit is parked. Additionally, three(3) circuits were requested in the exterior parking area for emergency trailers that would be parked in case of an Emergency situation. PCO#6 is a deduction to the contract for the allowance of security systems. The original amount of the allowance in the contract is for$47,766.00 and the actual cost of the security system is$38,977.00. A deduction of($8,789.00)will be applied. PCO#7 is the installation 136'of 2"conduit with pull boxes and wiring for a preemption system that is located in the traffic signal unit on the corner of Logan Blvd. and Vanderbilt Beach Rd. In the initial design (2003),Vanderbilt Beach Rd. had not started the road widening to six lanes of traffic,this new system is required to stop traffic on Vanderbilt Beach Road to ensure Ambulances can safely exit EMS 75 and head VVest. PCO#8 is the installation of a gang box, conduit and a specialty button from Apparatus Bay to Room 100(Electrical control room for the preemption system. PCO#9 is the installation of two(2)parallel feeders in 2"conduit with three(3) 3/0 and(1) 1/0 THHN copper wires for the connection of electrical service from the new utility pole with a transformer that FPL is providing at Vanderbilt Beach Road in place of a new transformer and concrete pad which will save money and space by the driveway for better access to ambulance unit. 2) The changes were not included in the original contract because they are recent requests from the EMS Division,that they now find are needed for the safe operation of the Station. These needs were not anticipated when the original design was completed (2003). 3) If this request is not approved,the station will have inadequate electrical service for the upgraded equipment which wasn't available in 2003. The new equipment could still be used, but it could be a health and safety risk to EMS staff if this equipment is not powered by adequate electricity. Revised: 10/28/2014 (Divisions who may require additional signatures may include on separate sheet.) PROCUR E T USE ONLY Packet Page -931- Admin �t BCC es 3/8/2016 16.E.4.- f °. _. °, i f 2 /7//�/Pre tared by: ( i Date: r Robert Fuentes Project Man er,Facilities Management Division , Acceptance of this Change Order shalt constitute a modification to contract t work order identified above and will be subject to all the same terms and conditions as contained in the contract!work order indicated above,as fully as if the same were stated in this acceptance. The adjustment,if any,to the Contract shall constitute a full and final settlement of any and all claims of the Contractor 1 Vendor I Consultant/ Design Professional arising out of or related to the change set forth herein,including claims for impact and delay costs. I ,{ \ � I t Accepted by: �i J; is Date: c c'-‘,-,' ,'t r Chris Di11,"froject Manager, DeAngelis Diamond Construction, Inc. I i f Approved by: .- '( 1, �,,/� .. Date: / �` David Aieamesbergcr`,"AiA�-Bae€317 'Arc ierct , fic. I i 4 0 Approved by: t 't.� '.'i, , .,! t t f Date: r i0, Ss rf hi:inda Cummings, Procurement Specialist, Putties g Division i f \s t • Revised:10/28/2014 (Divisions who may require additional signatures may include on separate sheet.) PROCURE.E 'USE ONLY 1 vit AGmin BCC ES _ Packet Page -932- 3/8/2016 16.E.4. C� ITB #15-6459 - EMS 76 BID FORM 5/12/2015 SELECTED Nt/lr� Item DIVISION OF WORK SUBCONTRACTOR ITEM AMOUNT g4 1 GENERAL CONDITIONS $ 192,850.00 2 SITE WORK&UNDERGROUND South Florida and Jensen $ 273,032.00 3 EXTERIOR PAVING South Florida Excavation $ 67,146.00 4 LANDSCAPE&IRRIGATION Renfroe and Jackson $ 56,378.00 5 CONCRETE West Coast Structural $ 73,100.00 6 MASONRY West Coast Structural $ 60,100.00 7 STUCCO American $ 94,272.00 8 MISC METALS Sunmaster $ 23,187.00 9 CARPENTRY Suncoast and Bradford $ 51,129.00 10 PAINTING Jamestown $ 32,285.00 11 WINDOWS Heritage $ 42,517.00 le+,1-3 0'" 12 DOORS Fields Door and Hardware $ 41,630.00 13 HARDWARE Fields Door and Hardware $ 15,400.00 14 RESIDENTIAL APPLIANCES Florida Builder $ 4,781.00 15 CABINETRY Sharp Interiors $ 30,854.00 16 FLOOR COVERING&WALLTILE Ciano $ 36,373.00 17 SIGNAGE(INT&EXTERIOR) 12 Visual $ 2,910.00 18 ROOF TRUSSES Southwest $ 13,250.00 19 ROOFING CFS $ 60,000.00 20 STORM PANELS Sunmaster $ 9,318.00 21 FIRE SUPPRESSION West Coast $ 14,995.00 22 MECHANICAL Tropical Plumbing and Lead Mech $ 77,540.00 23 ELECTRICAL Collier Electric Company $ 168,500.00 / I (04-7' -. 24 EMERGENCY GENERATOR Collier Electric Company $ 42,713.00 25 DATA&COMMUNICATIONS Collier Electric Company $ 6,250.00 TOTAL BASE BID(without Allowances) TOTAL $ 1,490,510.00 26 ALLOWANCE No.1 - Security Systems $47,766.00 3B,`37�•ao 27 ALLOWANCE No.2 - Additional Preserve Planting $5,000.00 TOTAL BASE BID LUMP SUM Including Allowance#1 &#2 TOTAL $1,543,276.00 1 z5 `,p 7' ADD ALTERNATE COSTS ALTERNATE No.1 - Substitution of HORIZONTALLY OPENING Apparatus Doors > $ 207,000.00 ALTERNATE No.2- 4 Color Epoxy Painted Floors in Apparatus Bay > $ 2,350.00 ALTERNATE No.3- Additional Contractor Lump Sum Cost for the expedited 180/210 Schedule in lieu of the 270/300 Non-accelerated Schedule. $ (`-0 COMBINATION BASE BIDS PLUS ADD ALTERNATES BASE BID+ALTERNATE#1 $1,750,276.00 CONTINUED ON PAGE 2 OF 2 ,,. Packet Page -933- 3/8/2016 16.E.4. CONTINUED FROM PAGE 1 OF 2 BASE BID+ALTERNATE#2 $1,545,626.00 BASE BID+ALTERNATE#3 $1,543,276.00 BASE BID+ALTERNATE#1,#2,&#3 $1,752,626.00 If this Bid is accepted,the undersigned Bidder agrees,to enter into an agreement with Owner to perform and furnish the Work described in the Bidding Documents for the Bid Price and within the Time of Completion indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. In submitting this Bid,Bidder represents that: a. Bidder has carefully examined the Bidding Documents. b. Bidder has had the opportunity to examine the site of the work,existing conditions,and all other conditions affecting the work on the above-named Project. c. Bidder has carefully correlated the information known to Bidder,information and observations obtained from visits to the site,and other information identified in the Bidding Documents with the Bidding Documents. d. Bidder is familiar with federal,state,and local laws and regulations applicable to Project. e. This bid will remain subject to acceptance for 180 days after the bid opening. f. Bidder has received and reviewed I da nu tiers_1_thru,_3_. DeAngelis Diamond Co t ction g 4 5 Company Name C/ "" Norman Gentry- Executive Vice President 5/28/2015 Signature/Title " / ' Date PAGE 2 OF 2 Packet Page -934- 6 3/8/2016 16.E.4. • C o n tDWvCUia WNr 77 O g. 4 I n n n f $ 00000rrr. A 3 i rrr rr N�Nt \\ \ \ Et to 0 p el mmmmmmmm0.4 m 0101ooa.tUNtntfl = a d a m 7 n °: L7 m A OOOOOrrrFp €° p j z in a .....N N N (('^')� a rrr......`...0). 7� 1 A �r��r���0 O d d m 0 D > > Pb rrra.r+rrrr_ 3 OO 0 I,�, TOt O,Oiln to tiv Q €1 W . 1 2 11 UMM11fl11n11$1a1111111111MO■11$ t C m n s -, - z a «<�o P a € CVO 5 x 0 C a - 111ll l 111111 [ ill [ 11L1 11111 JII11 • C —€ u,� . tJ o R:. ,D.,..1 2 a F, vtpw r.ar O a l.t• CI 1.0 W M 4 0 o 0 0 0 z m@ a macro.Ci Q pcOrrnn nn2 m-Unm zn=rzz 3 nm ==Pm I-3 nnzzw .. ro^n,d grororo � r'nn��•� a-. ,gn. ss� rn_ ZZZ� 0 ro D bn(p�ro . (�1 d d d .-. z �U7>Cldm.�b ZH>.>.Irprt m @Ecclm �a 0 DM;Ov A . 0 rTi Q m~0r%� f1 QqC r+m y d g,,,-1., w O rnm-ml toy 6) Ca o,tN 9 m -iOQ NM m Q .'I ?"o O O QC Z V a 0 2 r S o n ° n Z o v my-o zorn Imo r .. La rn z 0 g rn n " o o 0 lit rn v A o -d n m 0 mz l �lllll II � ( I Ill 111 � 1L� 11 )� , , l • z N !n n n !3 0n3 3 5t@ m Pb n v» v Da a e -I A G rt O -1•-0. 'C < < m 1711 _co m rn;� h H ftPn L CfHd dd 8 (n N H mmn rn7g , g Au a a a ammg71o'm ro c 4 N N ∎. I I nnn1n ,� -t O O ' O O Ot r Packet Page -935- 3/8/2016 16.E.4. 1 Procurement Services eO ic'r t..,.:Oui-tt`V Change Order Form el Contract Modification O work Order Modification O Amendment Contract#: 13-6180 Change#: 1 Purchase Order#:l N/A Project#: N/A Contractor/Firm Name: Galls LLC ContractJProject: fee Shirts and Apparel — rAlice Faye Franklin Collier County EMS I Project Manager Name:i _ Division Name: �� _ I Original Contract/Work Order Amount — N/A 6/10/14;16.E.8 Original BCC Approval Date; Agenda Item# Current BCC Approved Amount N/A 6/10/14;16,E,8 Last BCC Approval Date; Agenda Item# Current Contract/Work Order Amount N/A 6/9/2016 SAP Contract Expiration Date (Master) Dollar Amount of this Change $ 0.00 #VALUE! Total Change from Original Amount Revised Contract/Work Order Total $ 0.00 #VALUEI Change from Current BCC Approved Amount Cumulative Changes #VALUE! #VALUE! Change from Current Amount r Completion Date, Description of the Task(s)Change,and Rationale for the Change Notice to Proceed N/A Original N/A Last Approved N/A Revised Date N/A Date Completion Date Date (Includes this change) #of Days Added ( N/A Select Tasks 0 Add new task(s) 0 Delete task(s) O Change task(s) ®Other(see below) Provide a response to the following: 1.) detailed and specific explanation/rationale of the requested change(s)to the task(s) and/ or the additional days added (if requested); 2.) why this change was not included in the original contract; and, 3.) describe the impact if this change is not processed. Attach additional information from the Design Professional and/or Contractor if needed. 1) These items need to be added to support the continued operations of EMS,providing uniforms and accessories for new and current employees. 2) A non-bid line was used to pay for these items historically. Finance will no longer pay against a non-hid line, and are holding invoices to be approved by the BCC before paying the vendor,which has not been the practice historically. Items to add are: SS Poly Cotton Dress Shirt in White or Light Blue,$13.50 ea LS Poly Cotton Dress Shirt in White or Light Blue,$15.50 ea Zipper Application, $6.00 ea EMT Patch,$1.49 ea Right Chest Polo Embroidery–1 or 2 lines of text-$3.50 ea Paramedic Patch, $1 . 39 ea 3) Invoices are being held up for payment,as each non-bid item must go to BCC for approval. , Prepared by- Alice Faye Franklin t.i Li '"% Date: 2/11/2016 (Project Manager Name and Divi$r'on) Acceptance of this Change Order shall constitute a modification to contract/work order identified above and will be subject to all the same terms and conditions as contained in the contract/work order indicated above,as fully as if the same were stated in this acceptance. The adjustment,if any,to the Contract shall constitute a full and final settlement of any and all claims of the Contractor/Vendor/Consultant/ Design Professional arising out of or related to the change set forth herein,including claims for impact and delay costs. Accepted by:_______ _ Date: (Contractor/Vendor/Consultant/Design Professional and Name of Firm,if project applicable) Approved by: Date: (Design Professional ansl Name of Firm, if project applicable) _ , pproved by: .;..2 i;�� Date: (Procurement Profeessie alfi ) Revised. 10/28/2014 (Divisions who may require additional signatures may include on separate sheet.) PROCUREMENT USVONLY Admin R C I BCC ES Packet Page -936- 3/8/2016 16.E.4. Gal/s,LLC 1340 Russell Cave Rd +,k ro::y u„r,%K s„rely I,p4nn,.+rt n.re Anparo, Lexington,KY 40505 Tax ID Number 20.3545989 ...” ,.. Customer: Collier County EMS Date: January 7,2016 Attn: Karen Wood Customer#: 54 Fax# 904-630.1488 From: Chris Groham Total writs Item# Description Qty Veer Price Discount $c1997 SS-Poly Cohort Dress Shirt in Wilde or Light Blue 1 $13.50 $13.50' Sk996 LE Poly Cotton Dress Shirt in Wbda or Light Blue 1 015 50 515.50 UU011 Zipper.pplicaiion 1 $6.00 $6,00 EG0077 Paramedic Patch - 1 - $1.39 57.39, ----.-100078 _ EMT Patch 1 $'I 49 51.49 Amendment to Bid#13-6180 1 ■ 0i e It q d to none,'lax on all shipments all 4 a P7 d .5 r t 01alp una local TOT C;e n(Y.Cosiurners 110 trl'S Subtotal 537,88 retV.11/,i:.l uinexl tax enp.aut resale cell 1,Gale n hie stunt orlca_ yiu,wva last au lux.4.06.:un»nl un rtle:rbit uS el041r tax nap o,bnualinuI„c erOr9 yawl lops account x to(859{;US-554 L Ohipputo I 5 14111 9 70.00 Total 577.88 'Thank r.l,l lot Inc.hpn lll only l r e:n,+y1101 Lnil Bess. Packet Page -937- 3/8/2016 16.E.4. ^alls,uz om Russell Cave Rd *. ^,..1~4ykt~~rc»*+'g.p,°nt="^*.~ Lexington,x,^ues Tax mNumber: 20-3545989 Customer: Collier Dourly oil u*^i February,,mm Attn: Karen Wood Customer tr: •:•Suua ,""# 804'630.1,40# '=". Chits Graham Total with »"°" | Description City ,°,p*" Discount PECOI Rtnw Chest Polo embroidery-/",2.linos°'text ` 03.W p,m -- --- ■ --- 7 ' --- -- | • -----�� � | Amendment---'---- --------T-- ---- ` ----------|--' �-� ��� | ---- / - - | 111111111111111 ^--trao0r au to have a wined tat oloauptionot tea ate coati:cote On Ole al our office It you would yout taa orompt ttg.P.01 OA Mk tat, ulaaso �----'---- -- - i ' ------l-- �� ~m �=°ham�*=w�~�. 1-4001./110 �°�°�~^�,°==^. �� Packet Page -938 3/8/2016 16.E.4. N N U-; o•Y N 00 '. '` v .r ?'♦!I . yr if). yr IA.;. v 00 10 0 O �� O' rn ,110 F M,NIm, }, 0I 1 1, F y�, "�`` w1 NI mI�I1x71 coI x s�k , ,..0 t, O rn I ---- >'-?----- - - ------- ---- ------- - iii am. 4 LL LL cc z 71Y ,o v. 4 ` m 0 10' H '^ '" 0 T' -c v 10 cc 1m 10 m i0 Ig 212 F. y c, '11 W1W w >I> -' H '.m ��� Iw VtJ ! szI 0�1 v v �b.. K12' LL W , ,W.LL Z H �i "6 3! 2' K O a, s w w = :Q H1__ Y 2 2 O` O c N LL _ ut 0 �5 N W 1 Z LL �V1 Y m V a) °s 0 0 -I N I z H O )V N O 0• N �+ % O O .-1 lJ Q J Z J x 'p >- 0 ut y x m „ U F LL,s Q z 0 w w m m c' c x at''P-' ,H'SN `tU n N N 0 W 0 j F LL d 0) i "O1 V) l%) O Y t¢.Alq W W W 1 , , 1710 17 Q 1�1cc1ia iW w � 0) (0 m1 x: x _ r` s 0 01 01Y I2''wlW Iv Y 0'1 E 5' UII 2�, O' 0 - *� 1v z, -c ,v1 v ` elc.:1:'il14'Hi l'-.t.i. � z z1a Y g�''a .m " �I 0 �! 01 �' u W W w1a x1 w m m' � �I oil ¢ W aI C. ml �I a i fi t' .0 01 OO W WIIJINIIZ W!Q �I �!�- �I, �i, v O 1�� �I� Zla':� Z ZIP ^ QiOH Q� 01 g 21 Q Q o Np r .. w. ow--1 0 0 i a H 2Ir0J 0 a 17 0_, 2 17 J N m (9,-1 * Q X10 , NI 0 .--i #41;'� I�O, 1 0 N I 1 1 O i a: -r'''' 0) N 00 m ,1I N 1 m tO 1 ' N (0 w ,, 3 �--1 0 00 0 M M- - M .-1 44 > O .r ;-ei 0 ,1 m l.-1 N, O O'. O (N 111 C aJ L ti �� #�. ,;—,I 0 0 I 0 N O O O lD Y ', m 1 0 tO .-1!if, lO 0 0 0 N' 0 1;,114.-6,-;t:, 3ro" OF , O o 010 N .-, 8 -4 O -0 0) r o0 O .ems -o U O o 0 1 o 0 — 0 00 C LL !� :?� N.CJ N N1N1N1 0 U U - 19 4--,:A y 1 �. (O c-I d O N I UI) ct N l0'1I N .-1 N r.,-,, Q)' a) a) a) a) N a) a;*- Y, '�',1 N lD N 1 lf, ,fl 1 00 1 0 1 N ut w, U) U) ut u. u, O ,� * N O O N'1.l0 M 1 N M 11 N V 1 v) U ut vt U) U) In 0 O r COIN N1 00 0 1 0 1 a t0 m m1 Q ¢ Q Q Q Q Q Q N f#' d�r .--I c-I' c-1 .--I'N 1 O' N 0 0 0 1 U, a 0101 0 oloio o 0 0 01 c' c c''1 c' c' c a +O'OI 0101, OI O1 OI O O O N ' .z mlm, m M,M m m1 m m m, Z z Zi z z z z rip c mot° d 0 0 n 07'�7 0 1 0 0, 0.0101 10 m 1 tT N .° s � ' ' , -1 �i - - v I Li" vl vl in 111 o! i m m m ' 3 N ",� N .-1 1 HI HI e-,I N 1 lO lO' lD m 1 ar$U { N,N NI N.NIm11 Idol Vl' It) m um +,a i: cY C}'I C i V',CY V a--1 a-y .-1 N 1 1 w V, l/) IN C ''. �, 2 2 z <. Q <. a a Q a '�-p,:= W W W w 1 W W: z Q. Q' 2 Y Y I Y Y I Y Y 7.j 0 J J 0 0-' LL 0' 0 O_1 0_ O_ '»'4 E 10 1 cc m, O J_ J_ O' O' O' 0 0 0 0 7 Y Y Y Y Y Y Y Y v,Ivll,, v) v,1U, In 2 V ?n W W LL-II W W W: w >" L 1 H 1 C CO H H I CO CO J J 1 J J J } } W W W W W W 1 W W 10 1 IY 1 Q IY m H H I-.. H H H H Q J J J 's � 2, I 2 2 II, Q. <C Q', N, <C J J J J Q Q Q lO 0 (-) 01.0,, > m co 0 0 1 N 0 7 W 1,aal+ a1 a) a) ate+ 4. I 1 (> O ro ie io i0 CO co 1 = c o .S 0 2 =I, 0) 0) 0) � v 0) . CO m v a) v v E (9 l7 17 1. !l7 17 ? X Y t 0. .v- f0 0) 0) a) 0) ! Q1 a) ,es _'a` I - 0 m O - O O.I'O 'O '"O 13 c c al 0) a) , 0) v a) a) i. -s- Kiss 11 1- ! v a O'.1 0) m a) Cl) 1 a) a) * . n Y a (V c v c c 1 c c 1 c c I :, ;1" �'" C E ` O N 0 V LL 10A 100 Y 11 000 Y 1„ O . - c O_ c O. c O_!c fl.l C O_ c O_ r v`c`--s a 1, -O a ro .- '1, c -, ,n a) O 0 1-9O -9C90 -20 -20 a 10 1=' v c 1� o v a) plc vl � i � m'o v10 v a,•' (O - V > a1''1 E _>' c z. v) LL N W I v) W N LL 1 N LL v) LL tz �C c i c ,C I Y = c Q1 _1 m C O O. ,_ L Q):.� N 1 v) a) Vf i N ul a) ut a) N LI, .'' .?�>ml1 -i m' �i ∎._1:m v= (0 ro 0;,� z c, s v O ("on CO: -∎ m c la, O ra O m r f O O 2 0 01 0 °-1 a1 > CO CO L' - .H I Z M a yr C7 vl Z v, Z N Z vl Z v, Z vl Z t I I I I +�moo' O�,f±^r -a - - -a -o -o'' v c c = c c c c y 'y�j n _- 0) a) Cl) Cl) Cl) N T O O O O I O ! 0 O �v;K =:. V! V! V -6- V' . c C 0 , 0 ':. c 0 c )I a) Packet Page -939- 0 0 0 0 0 0 0 3/8/2016 16.E.4. z x off. Q �o on v C b0'U i w 4 �I p C , '� I _ O.. 0) in .(0 C m QI C y' a)I ut O CO d. m CC CD SC C Ui C Vi N, 0 0 O C — O. N'. Q Y' 2I C l.fl G O v v C) _ 0 x H O, 7 (0 Y I Y 0_ 0) w w < w N N Q, ':Y N J CI E al� ,-ii �I �', si sL JI x e,-21 l0 N 00 0! �, O <. ;n a+ £ > 2 C C (U d 0) 0) 0) 0) 0) 0) 0) 01 0) 0) 0 N N V1 Vf VI VI VI N VI V1 VI O Q V1'� N 1 U N 'q ' QI Q ci C c' CI c c c' c' c ^ <.. of o, o' of of o o o� o o p z z z z z z z — N N ' Z Z Z' N :a U ," I li m_ Q Q Q Q Q Q QI QI Q''' Q • Y Y Y Y Y Y Y Y Y Y 0L 0_ 0L 0_ n. o_ d d a .9 O O. O. OI O: O O'. O O O N Y Y Y Y Y 1 c,1 cc' o '' �, wl. F—w'. wF— -J l w'. J J J J J J, J a a a a a a a a a a CU CU v a) v v (11 v e) v ro a)m a) m l is Rio a) v v v I v , v v v v v a) 0) 0) 0) 0) 0) 0) a) 01 a. p o 0 0 o , o a v v a) a) n) c) v v v O v v a I v v v v v a. '; c c I c c c cc c c Ic m � I v v Iv v Iv �v 00 0D 0.0 on }'''. 00 �' 00 0.0 '811 00 OD b4 Y C Q,, C Q- C O-I C O_. C O-' C O. C ail= Q: YRi O_ p 0) O v 1 0 m O v 0 v l 0 N O .„ O O p , o a 1 0 0) o a) o v 0 0)1 0 2 0 a) o v o v o v C C C ; C C iC ' C iC C _'� C N LL' V1 LL N LL V) LL N LL VI LL V1 LL VI LL V1 LL V1 LL 9 ut .v ' 0) u, .0) ut 0) N .9 ut N N " .v .y Q Q N'', Q. 01 O_ N O_ v 1 a 0) O. N _ O_ d' O. O-'D_ O- o Q O_ (0 d Q Q O. O_ "I n Q 10. O- m!o Za n ns o m @ n ns o o n N Z E N Z N Z N Z N Z w 0 Q C - C C C 1 C C C i C C C Pi.e O O O O O O O O O .o C I C C C fa – m O C F 0 0 0 o Packet Page - - ° 3/8/2016 16.E.4. c . County P.dm:ns; Ser ices D,s∎0- naa-..rer,,- Sern.w Collier County Surplus Donation Application (Pursuant to Florida Statute Chapter 274) Collier County reserves the right to change the status of the Surplus Property at any time, including auctioning or selling items to the highest bidder, in an effort to seek the highest return for the taxpayers. Complete the Surplus Donation Application form indicating name address and location of the organization. In order to qualify County staff will require a description of the property and how it will be used, along with a copy of the organization's IRS 501 C(3)status. 1. Name and permanent mailing address of applicant organization: C�zRFa col... apL€ Pas- CIZAA`v xL L e sc,.- ►a-�tt�cT t45`%5 Q t..LAEms_ -aokA ARJ) , 4f 4 FL 34‘‘9 2. Representative of applicant organization to whom inquires should be addressed: Name and Title - '9 Gy i W Telephone Number ,,29- J - 7s'/ Fax Number,739' 75'/ Email Address - h r s t1a, ? c7nJ -e . o r4p 3. Provide a brief background statement regarding the nature of activity and purpose for which the applicant organization was formed. .tk c■¢_ -00-0o R su « 5EVAJ LQ$ TO The- Qeltou1-+r-S i NCZSG3 , PdV° Gv-E3TS oc Grccp-t FAQ s c.,Q.Asr 4. Provide a description of the project or purpose for which this equipment is being requested. nclude specifics of why donating this equipment to your organization or program will benefit the citizens of Collier County. C� p P4v\L\t3 C Tart_ cro2 "C14 -o r T' 3E u...-r∎utz v) wC -ta GR 33 r.iwpuE3 c PttoAnoE 2v k '+a cA • n.u,.s 5. Attach an equipment list (from the current available Surplus Property List at ..1Auctions\FY16\Surplus Spreadsheet FY2016.xlsx and, identifying the organization's priority order. The person signing this application on the organization's behalf certifies that the information presented in this application is correct and complete; that the applicant organization does not discriminate in its programs or services on the basis of age, race, gender, sexual orientation, Packet Page -941- 3/8/2016 16.E.4. familial status or national origin; and that the equipment obtained through the County's donation program will be used for public purposes only and not for the benefit of private individuals. Attach the organization's IRS 501 (C) (3)tax status. Applicant (Print) gter 6/S HO1) Title �?,;ct�l /...i1 re tt 12) Applicant (Signature) '(.� 'JX"f ./ Date /0" / This completed apptifc. ion, equipment request sheet and any additional supporting materials should be submitted to the following: Collier County Government Procurement Services Department Tracey Payne, Procurement Services Manager 3327 Tamiami Trail East Naples, FL 34112 Email: traceypayne @colliergov.net Packet Page -942- 3/8/2016 16.E.4. 0000073 07/03/15 r fiY'?A° Consumer's Certificate of Exemption R 04;;; DEPARTMENT issued Pursuant to Chapter 212,Florida Statutes OF REVENUE 85-80166260310-8 01/16/2015 01/31/2020 MUNICIPAL GOVERNMENT Certificate Number Effective Date Expiration Date Exemption Category This certifies that GREATER NAPLES FIRE RESCUE DISTRICT 14575 COLLIER BLVD NAPLES FL 34119-9605 is exempt from the payment of Florida sales and use tax on real property rented,transient rental property rented,tangible personal property purchased or rented,or services purchased. 1100113% DR-14 Important Information for EXempt Organizations R.04/11 .f \� DEPARTMENT OF REVENUE 1. You must provide all vendors and suppliers with an exemption certificate before making tax-exempt purchases. See Rule 12A-1.038, Florida Administrative Code(F.A.C.). 2. Your Consumer's Certificate of Exemption is to be used solely by your organization for your organization's customary nonprofit activities. 3. Purchases made by an individual on behalf of the organization are taxable,even if the individual will be reimbursed by the organization. 4. This exemption applies only to purchases your organization makes. The sale or lease to others of tangible personal property,sleeping accommodations, or other real property is taxable. Your organization must register, and collect and remit sales and use tax on such taxable transactions. Note: Churches are exempt from this requirement except when they are the lessor of real property(Rule 12A-1.070, F.A.C.). 5. It is a criminal offense to fraudulently present this certificate to evade the payment of sales tax. Under no circumstances should this certificate be used for the personal benefit of any individual. Violators will be liable for payment of the sales tax plus a penalty of 200% of the tax,and may be subject to conviction of a third-degree felony. Any violation will require the revocation of this certificate. 6. If you have questions regarding your exemption certificate, please contact the Exemption Unit of Account Management at 800-352-3671. From the available options,select"Registration of Taxes,"then "Registration • Information,"and finally"Exemption Certificates and Nonprofit Entities." The mailing address is PO Box 6480, Tallahassee, FL 32314-6480. Packet Page -943- 3/8/2016 16.E.4. 1, 777 C+DEPARTMENT OF THE TREASURY lilL'INTERNAL REVENUE SERVICE CINCINNATI OH 45999-0023 Date of this notice: 11-06-2014 Employer Identification Number: 47-2260647 Form: SS-4 Number of this notice: CP 575 A GREATER NAPLES FIRE RESCUE DISTRICT $ CHARLOITE JOHNSON 14575 COLLIER BLVD For assistance you may call us at: NAPLES, FL 34119 1-800-829-4933 IF YOU WRITE, ATTACH THE STUB AT THE END OF THIS NOTICE. WE ASSIGNED YOU AN EMPLOYER IDENTIFICATION NUMBER Thank you for applying for an Employer Identification Number (EIN) . We assigned you EIN 47-2260647. This EIN will identify you, your business accounts, tax returns, and documents, even if you have no employees. Please keep this notice in your permanent records. When filing tax documents, payments, and related correspondence, it is very important that you use your EIN and complete name and address exactly as shown above. Any variation may cause a delay in processing, result in incorrect information in your account, or even cause you to be assigned more than one EIN. If the information is not correct as shown above, please make the correction using the attached tear off stub and return it to us. Based on the information received from you or your representative, you must file the following form(s) by the date(s) shown. Form 941 04/30/2015 Form 720 01/31/2015 Your Form 2290 becomes due the month after your vehicle is put into use. If you have questions about the form(s) or the due date(s) shown, you can call us at the phone number or write to us at the address shown at the top of this notice. If you need help in determining your annual accounting period (tax year) , see Publication 538, Accounting Periods and Methods. We assigned you a tax classification based on information obtained from you or your representative. It is not a legal determination of your tax classification, and is not binding on the IRS. If you want a legal determination of your tax classification, you may request a private letter ruling from the IRS under the guidelines in Revenue Procedure 2004-1, 2004-1 I.R.B. 1 (or superseding Revenue Procedure for the year at issue) . Note: Certain tax classification elections can be requested by filing Form 8832, Entity Classification Election. See Form 8832 and its instructions for additional information. If you are required to deposit for employment taxes (Forms 941, 943, 940, 944, 945, CT-1, or 1042) , excise taxes (Form 720) , or income taxes (Form 1120) , you will receive a Welcome Package shortly, which includes instructions for making your deposits electronically through the Electronic Federal Tax Payment System (EFTPS) . A Personal Identification Number (PIN) for EFTPS will also be sent to you under separate cover. Please activate the PIN once you receive it, even if you have requested the services of a tax professional or representative. For more information about EFTPS, refer to Publication 966, Electronic Choices to Pay All Your Federal Taxes. If you need to make a deposit immediately, you will need to make arrangements with your Financial Institution to complete a wire transfer. Packet Page -944- 3/8/2016 16.E.4. (IRS USE ONLY) 575A 11-06-2014 GREA B 9999999999 SS-4 The IRS is committed to helping all taxpayers comply with their tax filing obligations. If you need help completing your returns or meeting your tax obligations, Authorized e-file Providers, such as Reporting Agents (payroll service providers) are available to assist you. Visit the IRS Web site at www.irs.gov for a list of companies that offer IRS e-file for business products and services. The list provides addresses, telephone numbers, and links to their Web sites. To obtain tax forms and publications, including those referenced in this notice, visit our Web site at www.irs.gov. If you do not have access to the Internet, call 1-800-829-3676 (TTY/TDD 1-800-829-4059) or visit your local IRS office. IMPORTANT REMINDERS: * Keep a copy of this notice in your permanent records. This notice is issued only one time and the IRS will not be able to generate a duplicate copy for you. You may give a copy of this document to anyone asking for proof of your EIN. * Use this EIN and your name exactly as they appear at the top of this notice on all your federal tax forms. * Refer to this EIN on your tax-related correspondence and documents. If you have questions about your EIN, you can call us at the phone number or write to us at the address shown at the top of this notice. If you write, please tear off the stub at the bottom of this notice and send it along with your letter. If you do not need to write us, do not complete and return the stub. Your name control associated with this EIN is GREA. You will need to provide this information, along with your EIN, if you file your returns electronically. Thank you for your cooperation. Keep this part for your records. CP 575 A (Rev. 7-2007) Return this part with any correspondence so we may identify your account. Please CP 575 A correct any errors in your name or address. 9999999999 Your Telephone Number Best Time to Call DATE OF THIS NOTICE: 11-06-2014 ( ) EMPLOYER IDENTIFICATION NUMBER: 47-2260647 FORM: SS-4 NOBOD INTERNAL REVENUE SERVICE GREATER NAPLES FIRE RESCUE DISTRICT CINCINNATI OH 45999-0023 CHARLOTTE JOHNSON nni 14575 COLLIER BLVD NAPLES, FL 34119 Packet Page -945-