Loading...
Agenda 10/11/2016 Item #16E 4 16.E.4 10/11/2016 EXECUTIVE SUMMARY Recommendation to extend Contract #11-5790R Safety, Security, and Access Infrastructure Programs and Equipment with Commercial Electrical Systems,Co. for three months or until a new contract is awarded,whichever is soonest,while public request for proposals are solicited. OBJECTIVE: To continue receiving the existing services, as needed by County Divisions, for safety, security, and access infrastructure equipment, labor, and materials in order to protect the community, equipment,and facilities/buildings. CONSIDERATIONS: The current Safety, Security,and Access Infrastructure Programs and Equipment contract with Commercial Electrical Systems, Co., dated May 8, 2012 covered an initial two-year period commencing on June 1, 2012. The contract was renewed for two one-year periods and an additional one hundred eighty (180) days in accordance with the terms of the contract. The contract will expire on November 30,2016. County staff is in the process of soliciting public proposals for a new contract and requests the Board's authorization to extend the current Commercial Electrical Systems, Co. contract for an additional three months (through February 28, 2017) or until the new contract is awarded, whichever is soonest. Any extension that exceeds six months (cumulatively) shall be approved by the Board of County Commissioners. This request is pursuant to the County's Procurement Ordinance Number 2013-69, as amended(Section 19D Contract Administration Contract Extension). The extension will provide County staff the opportunity to complete the competitive solicitation process. FISCAL IMPACT: The three-month extension of this contract will result in an additional fiscal impact of approximately$20,000 and will come from existing operating appropriations. GROWTH MANAGEMENT IMPACT: There is no growth management impact associated with this Executive Summary. 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 RECOMMENDATION: That the Board of County Commissioners extends Contract #11-5790R Safety, Security, and Access Infrastructure Programs and Equipment with Commercial Electrical Systems,Co. for three months or until a new contract is awarded,whichever is soonest. Prepared By: Megan Gaillard,Internal Controls Manager,Facilities Management Division ATTACHMENT(S) 1. 11-5790R Contract-Commercial Electical Systems (PDF) 2. 2014 Renewal (PDF) 3. 2015 Renewal (PDF) 4.2016 Contract Extension (PDF) 5.2016 Contract Extension 2 (PDF) Packet Pg. 1681 16.Ek; , 10/11/2016 COLLIER COUNTY Board of County Commissioners Item Number: 16.E.4 Item Summary: Recommendation to extend Contract #11-5790R Safety, Security, and Access Infrastructure Programs and Equipment with Commercial Electrical Systems, Co. for three months or until a new contract is awarded,whichever is soonest,while public request for proposals are solicited. Meeting Date: 10/11/2016 Prepared by: Title: Manager-Internal Controls—Facilities Management Name: Megan Gaillard 09/18/2016 11:57 AM Submitted by: Title: Division Director-Facilities Mgmt—Facilities Management Name: Dennis Linguidi 09/18/2016 11:57 AM Approved By: Review: Administrative Services Department Pat Pochopin Level 1 Division Reviewer Completed 09/19/2016 2:17 PM Procurement Services Lissett DeLaRosa Level 1 Purchasing Gatekeeper Completed 09/20/2016 9:04 AM Facilities Management Dennis Linguidi Level 1 Sim.Reviewer 1-8 Completed 09/21/2016 8:19 AM Procurement Services Sandra Herrera Level 1 Purchasing Reviewer 1-4 Completed 09/21/2016 10:13 AM Facilities Management Miguel Carballo Level 1 Add Division Reviewer Completed 09/21/2016 10:30 AM Procurement Services Allison Kearns Level 1 Purchasing Reviewer 1-4 Completed 09/25/2016 6:39 PM County Attorney's Office Jeffrey A.Klatzkow Level 2 Attorney Review Completed 09/26/2016 8:53 AM Administrative Services Department Len Price Level 2 Division Administrator Review Completed 09/26/2016 4:54 PM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 09/27/2016 10:33 AM Office of Management and Budget Laura Wells Level 3 OMB 1st Reviewer 1-4 Completed 09/27/2016 3:26 PM County Attorney's Office Jeffrey A.Klatzkow Level 3 County Attorney's Office Review Completed 09/27/2016 4:48 PM County Manager's Office Leo E.Ochs Level 4 County Manager Review Completed 10/04/2016 10:57 AM Board of County Commissioners MaryJo Brock Meeting Pending 10/11/2016 9:00 AM Packet,Pg. 1682, ...e. 1 .E'4.a AGREEMENT #11-5790R for "Safety,Security and Access Infrastructure Programs and Equipment" THIS AGREEMENT, made and entered into on this day of INV y , 2012, by and o between Commercial Electrical Systems Co., authorized to do business in the State of Florida, a whose business address is 12369 Crystal Court Loop, Suite A, Fort Myers, FL 33966, hereinafter called w the "Contractor" and Collier County, a political subdivision of the State of Florida, Collier County, Naples,hereinafter called the "County": r WITNESSETH: N w U 0o 1. COMMENCEMENT. The contract shall be for a two (2) year period, commencing on N )1 n e (t Zo t a, and terminating on Mat) 3 t t 2o . y The County may, at its discretion and with the consent of the Contractor, renew the n Agreement under all of the terms and conditions contained in this Agreement for two (2) additional one (1) year periods. The County Manager, or his designee, may, at his discretion, ...(6./--N extend the Agreement under all of the terms and conditions contained in this Agreement for d w up to one hundred eighty (180) days. The County shall give the Contractor written notice of 6 the County's intention to extend the Agreement term not less than ten (10) days prior to the end of the Agreement term then in effect. 0 to 2. STAIIMENT OF WORK. The Contractor shall provide Safety, Security and Access Infrastructure Programs and Equipment services in accordance with the terms and conditions of.RFP #11-5790R and the Contractor's proposal referred to herein and made an c integral part of this agreement. This Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in ccg writing by the Contractor and the County Project or Contract Manager or his designee, in compliance with the County Purchasing Policy and Administrative Procedures in effect at r the time such services are authorized. CD E 2.1 Prior to the issuance of a Purchase Order, the County shall provide a summary of Work g to be performed which will afford the Contractor the opportunity to submit a formal Q Quotation for the Work; the Contractor shall respond with the information sought within three (3) working days. The Quotation shall be based upon Time and Materials or as a lump sum. The County will negotiate favorable terms and conditions, and the County user Department will issue a Purchase Requisition with the submitted Quotation as backup documentation for subsequent issuance of a Purchase Order to the Contractor. Page lof9 Packet Pg. 1683 16.E.4.a In each Request for Quotation, the County reserves the right to specify the period of completion and the collection of liquidated damages in the event of late completion. 2.2 The services required by this contract shall include but not be limited to the items/services described in this Scope of Services. The County shall order services as required but makes no guarantee as to the quantity, number, type or distribution of services that will be ordered or required by this contract. 3. PAYMENT: Time shall be deemed of the essence with respect to the timely submission of .E. invoices under this agreement. Contractor shall provide invoices within three (3) to five (5) 302, days from when the work is complete. Invoices must include: 2 • Facilities work order number, Lu • Description of the work, t; RS • Date the work was performed and completed, '5 • Total number of hours and hourly cost, 0 u) • Break down of subcontractors hours and materials, ill 0 • Itemization of materials and equipment and associated costs, and •• 00 • TOTAL cost of the service(s). 0 c., • The number of the Purchase Order by which authority services have been made, shall 0 appear on all invoices E 112 Payment will be made upon receipt of a proper invoice and in compliance with Section 0 >, 218.70 Florida Statutes, otherwise known as the "Local Government Prompt Payment Act." cn To ,---,. Collier County reserves the right to withhold and/or reduce an appropriate amount of any 0 qr. payments for work not performed or for unsatisfactory performance of Contractual 6') requirements. w .P. 4. SALES TAX. Contractor shall pay all sales, consumer, use and other similar taxes associated c.) with the Work or portions thereof,which are applicable during the performance of the Work. E o o 5. NOTICES. All notices from the County to the Contractor shall be deemed duly served if mailed or faxed to the Contractor at the following Address: o C.) Commercial Electrical Systems Co. w 0 12369 Crystal Commerce Loop,Suite A 43) Fort Myers,Myers, FL 339664083 Li? Mr. Fredrick M. Sullivan ,- Phone: 239-931-9132 'IC 0 Fax: 239-931-9859 E .c o Email: sullifla3@msn.com 40 z a All Notices from the Contractor to the County shall be deemed duly served if mailed or faxed to the County to: Collier County Government Center ,....-„, Purchasing Department 3327 Tamiami Trail,East Page 2 of 9 Packet Pg. 1684 16.E4a Naples,Florida 34112 Attention: Joanne Markiewicz, Interim Purchasing/GS Director Telephone: 239-252-8975 Facsimile: 239-252-6480 The Contractor and the County may change the above mailing address at any time upon giving the other party written notification. All notices under this Agreement must be in writing. 6. NO PARTNERSHIP. Nothing herein contained shall create or be construed as creating a partnership between the County and the Contractor or to constitute the Contractor as an agent of the County. w 7. PERMITS: LICENSES: TAXES. In compliance with Section 218.80, F.S., all permits necessary c for the prosecution of the Work shall be obtained by the Contractor. Payment for all such 0 permits issued by the County shall be processed internally by the County. All non-County permits necessary for the prosecution of the Work shall be procured and paid for by the Contractor. The Contractor shall also be solely responsible for payment of any and all taxes levied on the Contractor. In addition, the Contractor shall comply with all rules, regulations and laws of Collier County, the State of Florida, or the U. S. Government now in force or E hereafter adopted. The Contractor agrees to comply with all laws governing the N responsibility of an employer with respect to persons employed by the Contractor. co 8. NO IMPROPER USE. The Contractor will not use, nor suffer or permit any person to use in a^ any manner whatsoever, County facilities for any improper, immoral or offensive purpose, or w for any purpose in violation of any federal, state, county or municipal ordinance, rule, order 0 or regulation, or of any governmental rule or regulation now in effect or hereafter enacted or E adopted. In the event of such violation by the Contractor or if the County or its authorized c representative shall deem any conduct on the part of the Contractor to be objectionable or V improper, the County shall have the right to suspend the contract of the Contractor. Should t. the Contractor fail to correct any such violation, conduct, or practice to the satisfaction of the County within twenty-four (24) hours after receiving notice of such violation, conduct, or v practice, such suspension to continue until the violation is cured. The Contractor further re agrees not to commence operation during the suspension period until the violation has been °' corrected to the satisfaction of the County. 9. TERMINATION. Should the Contractor be found to have failed to perform his services in a manner satisfactory to the County as per this Agreement, the County may terminate said 5 agreement for cause; further the County may terminate this Agreement for convenience with g a thirty (30) day written notice. The County shall be sole judge of non-perfoiinance. 10. NO DISCRIMINATION. The Contractor agrees that there shall be no discrimination as to race, sex,color, creed or national origin. 11. INSURANCE. The Contractor shall provide insurance as follows: Page 3 of 9 Packet Pg 1685 16.E.4,a A. Commercial General Liability: Coverage shall have minimum limits of $1,000,000 Per Occurrence, $1,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. "99—N This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. B. Business Auto Liability: Coverage shall have minimum limits of $1,000,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include: Owned Vehicles,Hired and Non-Owned Vehicles and Employee Non-Ownership. -7) C. Workers' Compensation: Insurance covering all employees meeting Statutory Limits in (7) compliance with the applicable state and federal laws. The coverage must include EmployersLiability with a minimum limit of $1,000,000 for each 9E' accident. Special Requirements: Collier County Government shall be listed as the Certificate Holder C). 03 and included as an Additional Insured on the Comprehensive General Liability Policy. (.1 Current, valid insurance policies meeting the requirement herein identified shall be g maintained by Contractor during the duration of this Agreement. Renewal certificates shall ill: be sent to the County ten (10) days prior to any expiration date. There shall be a thirty (30) day notification to the County in the event of cancellation or modification of any stipulated 7,s insurance coverage. .13 w Contractor shall insure that all sub-Contractors comply with the same insurance requirements ic, that he is required to meet. The same Contractor shall provide County with certificates of w insurance meeting the required insurance provisions. 12. INDEMNIFICATION. To the maximum extent permitted by Florida law, the Contractor 1-11 shall indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' o L.) 'fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally o wrongful conduct of the Contractor or anyone employed or utilized by the Contractor in the ;:72 performance of this Agreement. This indemnification obligation shall not be construed to 19 negate, abridge or reduce any other rights or remedies which otherwise may be available to 7. '5 an indemnified party or person described in this paragraph. 0 This section does not pertain to any incident arising from the sole negligence of Collier County. 13. CONTRACT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Facilities Department. 14. CONFLICT OF INTEREST: Contractor represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the Page 4 of 9 Packet Pg. 1686 164a:" performance of services required hereunder. Contractor further represents that no persons having any such interest shall be employed to perform those services. 15. COMPONENT PARTS OF THIS CONTRACT. This Contract consists of the attached component parts, all of which are as fully a part of the contract as if herein set out verbatim: Contractor's Proposal, Insurance Certificate(s), RFP #11-5790R Specifications/Scope of Services and one Addendum, Exhibit A,Scope of Services. 16. SUBJECT TO APPROPRIATION. It is further understood and agreed by and between the parties herein that this agreement is subject to appropriation by the Board of County ° Commissioners. 17. PROHIBITION OF GIFTS TO COUNTY EMPLOYEES. No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier 3 County Ethics Ordinance No. 2004-05, and County Administrative Procedure 5311. Violation w of this provision may result in one or more of the following consequences: a. Prohibition by v the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business El with the County for a specified period of time, including but not limited to: submitting bids, E REP, and/or quotes; and, c. immediate termination of any contract held by the individual N and/or firm for cause. cn 73 18. IMMIGRATION LAW COMPLIANCE. By executing and entering into this agreement, the Contractor is formally acknowledging without exception or stipulation that it is fully w responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be E amended. Failure by the Contractor to comply with the laws referenced herein shall constitute E a breach of this agreement and the County shall have the discretion to unilaterally terminate c this agreement immediately. 19. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County encourages v and agrees to the successful proposer extending the pricing, terms and conditions of this ce solicitation or resultant contract to other governmental entities at the discretion of the IT successful proposer. d.+ 20. AGREEMENT TERMS. If any portion of this Agreement is held to be void, invalid, or a otherwise unenforceable, in whole or in part, the remaining portion of this Agreement shall 2 remain in effect. 21. ADDITIONAL ITEMS/SERVICES. Additional items and/or services may be added to this contract in compliance with the Purchasing Policy. 22. DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives Page 5of9 Packet Pg. 1687 16.E.4.a of Contractor with full decision-making authority and by County's staff person who would make the presentation of any settlement reached during negotiations to County for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed-upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of Contractor with full decision-making authority and by County's staff person who would make the presentation of any settlement reached at mediation to County's board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat. .0 Any suit or action brought by either party to this Agreement against the other party relating to al or arising out of this Agreement must be brought in the appropriate federal or state courts in :et' Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. 0 t• 23. KEY PERSONNEL/PROTECT STAFFING: The Contractor's personnel and management to be 2 utilized for this project shall be knowledgeable in their areas of expertise. The County reserves the right to perfoim investigations as may be deemed necessary to insure that competent e persons will be utilized in the perfoii lance of the contract. The Contractor shall assign as many V- people as necessary to complete the services on a timely basis, and each person assigned shall g be available for an amount of time adequate to meet the dates set forth in each Quotation. The Contractor shall not change Key Personnel unless the following conditions are met: (1) fil* Proposed replacements have substantially the same or better qualifications and/or experience. Ti (2) that the County is notified in writing as far in advance as possible. The Contractor shall f; make commercially reasonable efforts to notify Collier County within seven (7) days of the II change. The County retains final approval of proposed replacement personnel. 17.) 24. ORDER OF PRECEDENCE: In the event of any conflict between or among the terms of any of E the Contract Documents, the terms of the Request for Proposal and/or the Contractor's 3 Proposal, the Contract Documents shall take precedence. In the event of any conflict between 461 the terms of the RFP and the Contractor's Proposal, the language in the RFP would take V. precedence. re * * * * 0 a) E _c c.) Page 6 of 9 Packet Pg. 1688 16E 4.a IN WITNESS WHEREOF, the Contractor and the County, have each, respectively, by an authorized person or agent, hereunder set their hands and seals on the date and year first above written. N. BOARD OF COUNTY COMMISSIONERS Aft EST: COLLIER COUNTY, FLORIDA Dwight E 4BrodcsClerII:of Courts �► '' c By. , . � � . Zit ,.a By: d Dated: Fred W. Coyle, Chairman x (SEA' )''"S'80—'21)p- L ad C 0 U Commercial Electrical System Co. U • actor 00 0 7/ N G 10 By. -44-0111° U) `est ess Signature cn Cl)ri 01/ (.) Type/pr' t witness ..Afy r ► cv Second Witness Typed signature and title E 0 a te` evc, L )apr'e, I'Type/print witness namel' 4- C 0 U 0 o> ti Approved as to form and legal sufficiency: C nd C:Cr." — ✓ s Assistant County Attorney Print Name Page 7 of 9 Packet Pg.1689 16.E.4.a Exhibit A Agreement #12-5890R Safety, Security and Access Infrastructure Programs and Equipment Scope of Services and Costs The awarded Contractor shall: 1. Provide equipment,labor,materials and services to support a comprehensive and state of the art Safety,Security and Access Infrastructure Programs And Equipment as requested and directed by the Facilities Management Department project manager or his designee. Equipment, labor, materials and services include, but are not limited to: Lu a. Provide equipment (all types) including but not limited to: surveillance, camera 12. (CCTV, IP, etc), television monitors, digital video recorders,network video recorders, 3 access, monitoring systems, access control systems, facial recognition equipment, 2 intrusion systems, x-ray, hardware, software programs, UPS monitoring systems, call (-) boxes, touch screen systems, wireless systems, access card printer and supplies, name badge systems, perimeter security systems (including but not limited to a electronics, fences, gates, barricades, stanchions, bollards, and other equipment cg associated with perimeter access control systems) package inspection monitoring systems, air quality monitoring equipment, magnetometers and like systems, door cui and door hardware, including keys, gates, fencing, fencing hardware, people and package detection equipment, communication equipment, radio equipment, patrol systems, key control systems, biometric systems, panic alarm systems, indoor air ii41,1 quality systems, artificial intelligence systems, burglar/ intrusion systems, weather To systems, UPS systems, and any other similar devices that prevent safety,security and access breeches, and assist with the maintenance of safety for people and facilities. b. Provide installation and construction services for all of the equipment identified 3 above as directed by the Facilities Management project manager, and for areas such as security stations, lobbies, kiosks, etc. Construction services include, but are not 2 limited to: project management, design, construction, permitting, furniture, special t ballistics rated and non-rated materials. ec c. Provide security consultation services for all of the equipment identified above, and 8; new / emerging technology, as directed by the Facilities Management project 4 manager. d. Provide security monitoring services for all of the equipment identified above, and t new / emerging technology, as directed by the Facilities• Management project _g manager. 2. Provide a single point of contact for the awarded contract. 3. Respond to emergencies, as declared by the Facilities project manager, within one (1) hour or less. "Respond to emergencies" is defined as "physically and actively working" on the issue provided by the Facilities contact. Page 8 of 9 Packet Pg. 1690 16,E4.a; 4. Respond to non-emergencies, as declared by the Facilities project manager, within three (3) days or less. 5. Provide at least a one year warranty (from date of acceptance by the Facilities Management project manager) on all equipment, materials and labor provided by the awarded vendor for each quotation. 6. Provide quarterly summary and specific reports to the County's project manager that includes,but,is not limited to: • Types and description of projects completed, N • Locations of projects, • Contractor and subcontractor number of hours and dollars per location, • Equipment and supplies per individual project and costs, andcc • A summary of new and innovative "best in class" recommendations for future c i considerations. cn U w Service cost: v o j Item I Description Hourly Price N 11 ( Service Representative $85.00 2 1 Clerical $40.00 3 I Senior Technician I $95.00 , 4 Project Manager I $65.00 I cn 5 Senior Technician(will be site I $95.00 Supervisor) 6 I System Designer $60.00 a 7 Factory Engineer $95.00 8 System Technician $85.00 9 Junior Technician $55.00 E Mark-up: c) Item Description Hourly Price o 1 Sub-contractors 11% 2 Parts or equipment rental 14% cc rn ti 7. Schedule quarterly, or more, contract review meetings with the Facilities project manager. 8. Submit pricing quotes that are all inclusive based on the direction provided by the Facilities E Management project manager. No additional mark-up, profit, or charges will be accepted. a 9. Use the Collier County contracted vendors whenever possible as subcontractors. 10. The awarded vendor(s) shall closely coordinate the equipment and installation services with other vendors should the Facilities Management project manager direct the integration with the County's proprietary software infrastructure. Page 9 of 9 Packet Pg.'1691 L1-Mag-ZOlZ 14:56 Fax Fax n 7 MRY-' 1-2012(FRI) 093B Commercial Electrical Systems (FAX)4413563353 POC:16.E.4.a , /""4,.....,.......0.1141 a RD omf IOD M CERTIFICATE OF LIABILITY INSURANCE 10.----- 5/11/203.2 NIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND NE CERTIFICATE HOLDER. ---------_---------- IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policyties)must be endorsed. It SUBROGATION IS VVAIvED,subject to the terms end condidons of the policy,certain policies may require en endorsement. A statement on this certificate does not confer rights to the 1.... eradicate holder in lieu of such endorsement(s). PROONCEN MAYA= jettc-- Lia. Schwartskort Ben B.Town Insurance AgencyFlow (541)487-3517 I " .19411 36S-3143 -tg IL - - . • 3731 5 Tuttle Asra n.,,stsadc,isis@bantorOWA.tnis-cam 0 PRaDuCIER 00012772 • u) rtanntaMEICLI- - — — —. C Sara a ota FL 34239-640 -- INS ursepo Awn:ame COVERAGE NA=i $1 . INSURES) imsURER A On=ton Specialty Inn Co 12936 x DJ Comrseraial Zlectrica1 Systems Company smusEss Ameican Stases Ins Co 1.9704 t.). INSUR0 c,FCC/ Zna Co ,10170 E 44 .5 Independence Ct eisostEe o tConsterco & Illcbset... Ins Co 194.10 lE elseNgsr e... 100 Sarasota FL 34234 . INSURER F: (Ow --- COVERAGES CERTIFICATE NUMBER:12/3 all FL Lee REVLSION NUNIBER: 0 —THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED FIFI OW HAVE BEEN ISSUED TO'DIE INSURED NAMED ABOVE FOR THE POLICY PERIOD .. INDICATED. NOTWITHSTANDING AM'REQUIREMENT,TERM OR CONOMON OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO YVHICH THIS op I CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POIJCIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS.EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS o N - 1 ripe OF INSERAKCE AODITILIEN 4:6R.YIND POLICY NURSER POLICY EP 0 ICY E)CV,' F'-‘.. MINODkinkaa mi.. 4, LAWS CR GENERAL LABILITY EACH OCCURRENCE S 3.,000,000 471,r. * . 1 til X COMMERCIAL GENERAL uArsurr no- ‘, , s 190,000 2, A. 1 CLMIAS-MASE OCCUR EV411066 5/1/2012 ,11201.3 ma)Exp pm=mon s 5,000 ).. U) lt Contn-ao tual 1...i.eluilitY PROWL a Aov iNsew s I.,000,000 WA Xn13 ofteRAL AGGIT-GUE 6 2.000.000 ---..-- MNI-ACDREORTE LIMIT APPLIES KR: PRODUCTS.COMPOP AGG s 2,009,900 f; III Poucv 71E r:Ac r—LOG S in --------- FL AUTOMMIE LAMM CONSINCD SINOLE LIMIT $ 1,000,000 — Me areminq co X Arrr Avro BODILY INJURY Par ( mesan) B ill ALL OWNED AUTOS 14=01039-1 5/1/2012 5/1/2013 - ODDLY INJURY Poe socluen0 $ I-.a> II scHEDuLso rams propEray tsusAar E $ E 1E3 HR cit Atm= (Po madam 0 Ell NON-OWNED AUTOS PIP-Bask S 0 .. DNA&ear car S I 4.. UMBRELLA UAC r--X- occUR EAC113:2CCERRENCE s 2,000,000 a E x =E.=LIMB , cutms.mABE AGGRE3ATE s 2,000,000 -1-• c 1111 ordwarieLE s 0 D RaYLN-r1ON S 0 - 0381eS53.7 sti./20:2 - 1/203.3 s (.) — — ec C WORKERS COMPENtATION x IT!Norcastit.4%1 1c411-11- o AND EMPLOYERS'LARILITY Y I N — a) Apo PROPRIETOR/PARTNEPJCXEDUTIVE E E L EACH ACCIDENT 5 1.000,000 r- oPFicr.entEusel EXCLUDED? N i A in laminator/In NH) 2)%643 02 5/1/2012 1212013 E.L DISEASE,-EAGUPW 11___.._1ADALSULt) LI KIIi20j,15.1zrezugarOPERATIONs Wow EJ.OtSrioSE-FOLI:Y WAIT s 1 000 000 1 — C : s en Floater 00545D-3 'ild 2 1312 - 1/2 013 Joknan rams Bireent CnnA V50,00C Douesols sixe o E vEsONIPTION OF OPERATIONS,=imam t 9 MOLES{Attach ACORD 101,Additional Remarks SthemM,IT mem apses Is requIvadi .0 T are Alarm, Voice G Data Systeme Contractor. License Holder: Jessen I.. Ditaranto, Lir VEFOO 0087 0. Collier County Soave C.) of County Commissaonera is included as Additional in nomad as respects geneirel liNbAtity as required by writ ten contract with insured. 30 day notice of cancellation applies except for 10 day notice for non-payment of premiums. 'crt — CERTIFICATE HOLDER CANCELLATION (239)252-6400 SHOULD ANT OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE 'THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POUCY PROVISIONS. Collier County Board of /0"-•••• County Commissioners Amos=REPRESENTATIVE 3327 Tent.'ami Trail East Naples, FL 34112-4901 Ryan arown/Erm --_----- ACORD 25(2009/09) ©1938-2009 ACORD CORPORATION.All rights reserved. IN5025 poinsi) The ACORD name and logo aro registered marks Of ACORD Packet Pg1692 3 kAIA1 VUfl D4k, ottiLVitt A.J.z.tr :40, An FAUZ C/VV4 rax server —' &EA1 Co ler County Administrative Services Division Purchasing May 2, 2014 Mr. Frederick Sullivan Commercial Electrical Systems Co. 12369 Crystal Commerce Loop, Suit A Fort Myers, FL 33966 Email: sullifia3@msn.com a) w RE: Contract Renewal ri11-5790R"Safety,Security&Access Infrastructure Programs& Equipment" 0 Dear Mr. Sullivan: (t) Collier County would like to renew the above agreement under the same terms and conditions for Lu one(1) additional year in accordance with the renewal clause in the agreement.This renewal is co contingent upon Project Manager approval, c• if you are agreeable please indicate your intentions by providing the information as requested below. v/ I am agreeable to renewing the above referenced contract under the 04 same terms,conditions,and pricing as the existing contract. The following attached documentation must be provided with response. 4E1 CD am not agreeable to renewal of this contract. By signature this contract will be in effect from June 1,2014 through May 31,2015. Please take a moment to review the Collier County Online Bidding System and refresh your business profile information. Log into the County's site at http:hbid.callieroov.netibidl,select My . Profile and My Commodities, and review information and commodities to ensure they accurately reflect your business. co.i 44. • 4 • r‘Co7;*Ct Purclasing Eticastat*3327 Tamtarni Trail East Naples,Florida 3411249Di yon.caliewy.rintinurcha.cing Packet Pg. 1693 *16.E.4.13, collier county ovc o/Ltzoia li:et :Lo pm e^lac Ituv% rax urver--- .-- A . Page 2 of 2 RE: Contract Renewal#11-579OR"Safety,Security 4 Access Infrastructure Programs& Equipment" 1 Please return this letter to the Purchasing Department with your response at your earliest convenience. 1 you have any questions you may contact Brenda Reaves at 239-252-6020, email brendareavesecolliereov.net or FAX 239-252-6592. Best regards, --c- c Markle ' z 7alli‘t tv 'V Director—Procurement Se Iii „.,14.,;.,..1.,,,..;- .4.4.. RI...,T, ,, .... g 172".. 166.fia,k,' 1 CC I of CkintradiAe.nevislik--wr47.7:e 14,,,,• . m ,4 • , i...„-, ,,,,strm.,,I.,...,0,24.0,6w :: , ,,,,, '''.- ---7.1.--;1. 131 "-` "7 -,....to.•• - ,-4.i.,.p.:44,..44. 44.44,r,-.4 .r.4, r Wig i,fle roiNG.,, ,i t.,,,.•i ii, ,ig gigg'VR'g,ii,10..,i iiain"7 ..g''"'"Vti"..''..”*".rg4 Mg* Name of Company w '1 . c.) Company Signature -----___, ,--2;,- •• (Corporate Officer) Print Corporate Officer 4 —70.-,/,,e b.7.---vs,."..AO 0 (NA Name 71 Signature Date 6 12-It ti* a) c a) ee , mt )w•t...,,,,:m.,,,m)..,r)p)1 ,..ri-vp...9,0-n..,,,,,r.t.e-t,,vry m.,... .. .- via:,.. „... z,r,:sm,4).3=7 ..pRa -1 ),./4ett,..- T- , c) '''z''''.4:11"0-4,R7443.43"tEir7-r4irarni VtAlatOctigantatttintOtr OM; rt. .,;....."'- -1 ,. D, Ire,R 41. - ,,,,, • > .§i ---., fa.- .- ',.% , f t1:1it-lortNi..;r",":• •...f,,, i--;t„.5.11 ..9rolleq-.11, A§.1.4, M.Siti:11",..9,01 ,5100R17 t19. Fitalle.L.P:m.Aer,firmati,PAIN. c inigii.t.t.•,....„...t.K.m.„*-„,aidto".„-tAx"24d,-..,,,,,...m4,,,' ,:UT'orliaMI:211 . MItk.$4..1411%`., ...........„...t4:11',Tag=4„,,t„,:,.;.•••.'!".••..'"......"...........,2,..*.74,W4,,,P.AiliA! Ilass4,..._,..,,,,..,„, 4TPPT,,v,',".•,,r..0%,,,trfrmyr-rterprit mr., .-",,t--,rrYPIN•ThEmut,i 1"1 a) Contact Name - `14-0‘,-*.e..1- D 0‹ k.....k— E = 0 rs1 1 q I 1 6 6-- ,-- 7:5 OL Telephone Number Z't I q 44 t611 5--qi ' 1 7 FAX Number IA 1 -).).„s-'.‘r - --,-- ..-i-s i Email Address ii --4*-•.„.), c., e LL4,-. CE s— ,„ XI Address 1 1 2. `3 L, 1 C krb c,4-A ‘,.... C.,, ,vv.N.v)",-cy-c_ '''''- L c--c-? A %00 5 C: Dennis Linguidi, Project Manager.Facilities .---- -- „., .----- Packet Pg 1694, Cot County Administrative Services Department Procurement Services Division March 9, 2015 Mr. Frederick Sullivan Commercial Electrical Systems Co. 12369 Crystal Commerce Loop, Suit A Fort Myers, FL 33966 Email: sullifla3(c msn.com o 0 U, as w RE: Contract Renewal for#11-5790R"Safety, Security&Access Infrastructure Programs & Equipment" 0 U Dear Mr. Sullivan: LU w Collier County would like to renew the above agreement under the same terms and conditions for one(1) additional year in accordance with the renewal clause in the agreement. This N renewal is contingent upon Project Manager approval. 7a If you are agreeable please indicate your intentions by providing the information as requested ai below: I am agreeable to renewing the above referenced contract under the same terms, conditions, and pricing as the existing contract. The following attached documentation must be provided with response. • Provide updated and current insurance certificate I am not agreeable to renewal of this contract. By signature this contract will be in effect from June 1, 2015 until May 31, 2016. Please take a moment to review the Collier County Online Bidding System and refresh your business profile information. Log into the County's site at: http://bid.colliergov.net/bid/, select My Profile and My Commodities, and review information and commodities to ensure they accurately reflect your ousi- Procurementocurement Services Division.3327 Tamiami Trail East•Naples,Florida 34112-4901•239-252-8407•vwk'w.colliergov.net/procureme .c Packet Pg. 1695 16 E.4,c{ Page 2 of 2 RE: Contract Renewal for#11-5790R"Safety, Security&Access Infrastructure Programs &Equipment" Please return this letter to the Purchasing Department with your response and insurance certificate at your earliest convenience. If you have any questions you may contact Lissett De La Rosa at 239-252-6020, email lissettdelarosa(a)colliergov.net or FAX 239-252-6592 or 239- 732-0844. Respectfully, „ . ce -,Th CaWelf,li•- arkiewicz N Division Director—Procurement Services d Li ii § n `_�f T '° m kz c#&"F e x,. ? a '4t" e`, $§e'� .. W � '� r ic�ep ice o Gontracfi Rene a} � � �, kY O Name of Company 6inrn t✓_ i�°G !'i l4/ Vii: S S d COw Company Signature ,---., (Corporate Officer) // co s(•;2"------ Print Corporate / J N Officer Name j� L fry)es �l ��'Ctir7` U Signature Date w g / .3 / a) a: %U, 0 �' ua s T ax r ; r•fi } °£ � eta^ ter a';:•,:'..'...:'.,,'..,•:,,';‘,..,.,12,4 € N 3 �° ,, Upcdated contact,lnforma o . t. �� 0 in or• ake-sure ou act i ' �g .,went} a . .f, E Contact Namew n O�_e�c�` f- U � / j ,� 4 Telephone Number 9i, - 9/ 9/ 9 FAX Number pians Email Address &del 1 a ces- co ,, co ievl -Address d ; r ' ' , j j - w CPQ--Co , Co %6-3 f' ' v 5 ica oi77tn. .iV&- b1 My�/5/ Ft 3g9 4'6 C: Miguel Carballo, Interim Manager, Facilities Mgmt. , Packet Pg. 1;696 1�6'E4d tosi Cotrie-r 4-Paity Administrative Services Department Procurement Services Division May 5, 2016 Mr. Robert P. O'Dell = Commercial Electrical Systems Co. — 12369 Crystal Commerce Loop A. _ 31 Fort Myers, FL 33966 Email: bodell@ces-co.com vs Re: Extension of Contract#11-5790R "Safety, Security & Access Infrastructure programs & tj Equipment" cn 00 U Dear Mr. O'Dell.: N The above contract will expire May 31, 2016. In order to maintain required service levels in the c interim, we request an extension of your contract as provided for in the Collier County Procurement Ordinance until November 30, 2016 or until the new contract is awarded and fully a; executed, whichever is sooner. The previous contract will be terminated on issuance of the new w contract. However, any Purchase Order/Work Order that extends beyond the expiration date of the original contract will survive and remain subject to the terms and conditions of that contract 5 until the completion or termination of the Purchase Order/Work Order. co If you are agreeable to extension of the referenced contract, please indicate your intentions by providing the appropriate information as requested below: t. I am agreeable to extending the present contract for the time period indicated under the same terms and conditions as the existing contract. I am not agreeable to extension of this contract. {f: \� hW"< Procurement Services Division•3327 Tarniami Trail East•Naples,Florida 34112-4g01 .239-252-8407•yowl.colliergov.(1eGprocurerlieflisenke's ' Packet Pg. 1697. 1 6.E.4.d Page 2 of 2 Re: Extension of Contract#11-5790R "Safety, Security & Access Infrastructure programs & Equipment" Your prompt attention is urgently requested. Please return this letter to the Procurement Division Services with your response as soon as possible. You may fax your response to: _ 239-252-2860 or email lissettdelarosacolliergov.net. If you have any questions you may contact me at.239 252 6020. (1) x w Regards, ca L.(� � .r 'V �.- o v Joan Mark\,ewiczz CO Director-=Rr-ocurement�er-vide DiuiSiOn v Co o Acceptance: c Commercial Electrical Systems, Co. o N c 0 x ContractorNendor w i as By: OD 3a2----- c 0 Signature m O Q,C)Q$1.a.-c- 9, acT-0-• V,\®4 r N a+ C d Name and Title E 0 as a Date: — 11 --\(P Miguel Carballo, Facilities Mgmt. Packet Pg. 1698 a # ' Oro ent Se cinion eptentor 131 20Th. C Mr. ':1 edit— �,z Eleccel Steins j,i rr am. , w Re: oil Dear Ma co win tv ;'r 6. In r to maintain tis legis 44 the i on t f your contract as ,4 E�`=, for 4n the N #.� f ,_, 3r l li s„ 28,141'7 t or until the new coot pis `,a �t o 113 the, Is .er. 1 yet + or#ngefl u �.. lei k�}l i= arid, will ...d -p evl s ;.'.�#:11+ 9 i::a j4 �C 15 n Purchase Orden l�order'that ,. d® a terms tio.4 t a 1h6 S� a will s€ur iv a and remain 1 tot + i i °n 71„, h �1i the p to ination of the r se ` p o U if o e, .;.... le'toextensiono treferenced leaso ind�e y r t t t _,_ jml pp e eM °nips fisted below ” a ble to e tending the present conte for the time,period Indi et w.rt terms and conditions the sixes#ir c?n„ ; t arn4tot to extension of this contract. "':. p.u• :`i.: <.>,: 1. �398 `" Q2� � y+ {x� tgCdiJ$d $9TWGB Packet Pg:1699 16 E.4 e I •e2o1 Eta ter ioi ofm , ga =et#i' ,c,7 '-40, uri g Alia$81, ,. "" ,' " .tis 4 qdl 'Your pre pt Attieriti.1 Is urgently ted. Please return This letter to The ? --- `;ent ,Servloes paastn V t r . 1.. i :41 n Mg possible. fru may fax response,sei 239-252--18e0 or email ilL .,L.:1,,,, ,s , , WWW div net. If you have any elaestlons you may 0 .. ant ete at 240-252 . x '�1;.*.-1**w, w R C O AUJ Keay cnc 1htel`?t`l olte P oCu 'nt Division u, o Co N "'N. Co, N C 0 N C '0_,t.‘:;,* _ )46 !C W By: 414 4 V if V I C f.. .Havre h co oo cpN Na. and c d E q 13 �. • MI. ,- ,aartedlo and Megan dalllate, ,. -, t .'. Management Packet Pg.1700