Loading...
Agenda 12/12/2017 Item #16C212/12/2017 EXECUTIVE SUMMARY Recommendation to award Invitation to Bid number 17-7202, “NCRWTP Level Indicator Replacement,” Project Number 71066 to Gulf States Electric, Inc., in the amount of $129,600. OBJECTIVE: To maintain reverse osmosis potable water production capability and reliability at the North County Regional Water Treatment Plant (NCRWTP). CONSIDERATIONS: The proposed scope of work under Invitation to Bid number 17-7202, “NCRWTP Level Indicator Replacement,” is consistent with the Capital Improvement Program (CIP) contained in the 2014 Water, Wastewater, Irrigation Quality Water, and Bulk Potable Water Master Plan/CIP Plan approved by the Board of County Commissioners (Board) on November 10, 2015, as Agenda Item 9C, as Appendix III of the 2015 AUIR/CIE. Funding for Project 71066 is available in, and is consistent with, the FY2018 CIP Budget. The scope of this project provides for the replacement of liquid level indicators for 13 chemical tanks, concentrate wetwell and the plant clearwell that have reached the end of their useful lives. The existing indicators are 24-years old, being installed during initial plant construction in 1993. The County posted Invitation to Bid (ITB) 17-7202, “NCRWTP Level Indicator Replacement,” on August 14, 2017, and distributed it to 2,199 vendors. Forty-seven (47) bid packages were downloaded, and three bids were received by September 14, 2017. The bids are summarized in the table below. VENDOR BID Gulf States Electric, Inc. $129,600 Simmonds Electrical $174,365 PWC $193,300 Staff and local engineering consultant, CDM Smith, Inc., determined the lowest bid was fair and reasonable and recommend awarding the contract to Gulf States Electric, Inc. The bid is 29 percent above the project consultant’s $100,000 opinion of probable cost. The Procurement Services Division concluded bidding was competitive and representative of market conditions. The bid tabulation, bid analysis, engineer’s letter of recommendation, contract and notice of recommended award are Attachments 1, 2, 3, 4, and 5 respectively. The ITB informed the bidders there might be unforeseen conditions associated with the project. The project quote incorporates an allowance of $10,000 that includes, but is not limited to, undocumented infrastructure, as determined by staff, that may be encountered during construction. The price for any additional work shall be negotiated prior to commencement in accordance with the county’s Procurement Ordinance and the terms of the agreement. FISCAL IMPACT: The source of funding is Water User Fees Fund (412). There is no change in operating costs. LEGAL CONSIDERATIONS: This item is approved as to form and legality, and requires majority vote for Board approval. -SRT GROWTH MANAGEMENT IMPACT: This project meets current Growth Management Plan standards to ensure the adequacy and availability of viable public facilities. 12/12/2017 RECOMMENDATION: Award Invitation to Bid number 17-7202, “NCRWTP Level Indicator Replacement," Project No. 71066, to Gulf States Electrical , Inc., in the amount of $129,600; and, authorize the Chair to sign and execute the attached contract. Prepared By: Tom Sivert, P.E., Senior Project Manager, Public Utilities Engineering & Project Management ATTACHMENT(S) 1. Bid Tabulation (PDF) 2. Bid Analysis (PDF) 3. Engineer's Letter of Recommendation (PDF) 4. [Linked] Contract (PDF) 5. Notice of Recommended Award (PDF) 12/12/2017 COLLIER COUNTY Board of County Commissioners Item Number: 16.C.2 Doc ID: 4168 Item Summary: Recommendation to award Invitation to Bid number 17-7202, “NCRWTP Level Indicator Replacement,” Project Number 71066 to Gulf States Electric, Inc., in the amount of $129,600. Meeting Date: 12/12/2017 Prepared by: Title: Project Manager, Senior – Public Utilities Planning and Project Management Name: Tom Sivert 11/07/2017 9:36 AM Submitted by: Title: Division Director - Public Utilities Eng – Public Utilities Planning and Project Management Name: Tom Chmelik 11/07/2017 9:36 AM Approved By: Review: Water Steve Messner Additional Reviewer Completed 11/07/2017 9:51 AM Public Utilities Planning and Project Management Oscar Martinez Additional Reviewer Completed 11/07/2017 10:18 AM Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 11/07/2017 10:41 AM Public Utilities Operations Support Joseph Bellone Additional Reviewer Completed 11/08/2017 8:35 AM Procurement Services Sandra Herrera Additional Reviewer Completed 11/15/2017 9:47 AM Procurement Services Ted Coyman Additional Reviewer Completed 11/17/2017 4:53 PM Water Howard Brogdon Additional Reviewer Completed 11/20/2017 9:14 AM Public Utilities Planning and Project Management Tom Chmelik Additional Reviewer Completed 11/20/2017 9:44 AM Procurement Services Swainson Hall Additional Reviewer Completed 11/20/2017 12:38 PM Procurement Services Kristofer Lopez Additional Reviewer Completed 11/20/2017 2:20 PM Public Utilities Department Heather Bustos Level 1 Division Reviewer Completed 11/20/2017 3:58 PM Public Utilities Department George Yilmaz Level 2 Division Administrator Review Completed 11/21/2017 5:17 PM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 11/21/2017 6:10 PM County Attorney's Office Scott Teach Level 3 County Attorney's Office Review Completed 11/21/2017 6:11 PM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 11/27/2017 9:10 AM Office of Management and Budget Susan Usher Additional Reviewer Completed 11/28/2017 11:39 AM County Manager's Office Leo E. Ochs Level 4 County Manager Review Completed 11/29/2017 12:30 PM 12/12/2017 Board of County Commissioners MaryJo Brock Meeting Pending 12/12/2017 9:00 AM $0 $50,000 $100,000 $150,000 $200,000 $250,000 Bid Analysis ITB 17-7202 (NCRWTP Level Indicator Transmitter Replacement) KEY: Dashed Green- AVERAGE BID Dashed black- +/-1 std dev of avg bid Dotted red- +/-20% of eng estimate for horizontal construction Kristofer Lopez, Procurement Strategist Tim Sivert, Project Manager 17-7202 NCRWTP Level Indicator Replacement Bid Tabulation Sent:2199 Downloaded: 47 Submitted: 3 Item Description Unit Estimated Quantity Cost Amount Cost Amount Cost Amount 1.1 Mobilization/Demobilization Lump Sum 1 $6,000.00 $14,330.00 $14,330.00 $8,500.00 $8,500.00 2.1 Furnish and Install Concentrate Area (Transducers and Transmitters)EA 2 $6,000.00 $12,000.00 $8,745.00 $17,490.00 $8,700.00 $17,400.00 2.2 Furnish and Install Clearwell Area (Transducers and Transmitters)EA 2 $5,300.00 $10,600.00 $9,789.00 $19,578.00 $8,000.00 $16,000.00 2.3 Furnish and Install Sulfuric Acid Bulk Tank (Transducer and Transmitter)EA 1 $7,600.00 $7,600.00 $9,180.00 $9,180.00 $11,800.00 $11,800.00 2.4 Furnish and Install Sulfuric Acid Day Tank (Transducer and Transmitter)EA 1 $5,900.00 $5,900.00 $10,661.00 $10,661.00 $11,800.00 $11,800.00 2.5 Furnish and Install Anti-Scalant Bulk Tank (Transducer and Transmitter)EA 1 $7,600.00 $7,600.00 $10,164.00 $10,164.00 $11,800.00 $11,800.00 2.6 Furnish and Install Anti-Scalant Day Tank (Transducer and Transmitter)EA 1 $5,900.00 $5,900.00 $10,898.00 $10,898.00 $11,800.00 $11,800.00 2.7 Furnish and Install Zinc Phosphate Bulk Tank (Transducer and Transmitter)EA 1 $7,600.00 $7,600.00 $10,709.00 $10,709.00 $12,500.00 $12,500.00 2.8 Furnish and Install Zinc Phosphate Day Tank (Transducer and Transmitter)EA 1 $6,000.00 $6,000.00 $9,796.00 $9,796.00 $11,500.00 $11,500.00 2.9 Furnish and Install Sodium Hydroxide Bulk Tank (Transducer and Transmitter)EA 1 $7,600.00 $7,600.00 $9,180.00 $9,180.00 $13,100.00 $13,100.00 2.10 Sodium Hydroxide Day Tanks (Transducers and Transmitters)EA 2 $6,500.00 $13,000.00 $7,595.00 $15,190.00 $13,450.00 $26,900.00 2.11 Sodium Hypochlorite Bulk Tank (Transducer and Transmitter)EA 1 $7,600.00 $7,600.00 $9,180.00 $9,180.00 $13,500.00 $13,500.00 2.12 Furnish and Install Sodium Hypochlorite Day Tank (Transducer and Transmitter)EA 1 $7,600.00 $7,600.00 $9,596.00 $9,596.00 $9,500.00 $9,500.00 2.13 Manufacturer Installation, Termination and Commissioning Lump Sum 1 $14,600.00 $14,600.00 $8,413.00 $8,413.00 $7,200.00 $7,200.00 3.1 Contingency Allowance T&M 1 $10,000.00 $10,000.00 $10,000.00 $10,000.00 $10,000.00 $10,000.00 $129,600.00 $174,365.00 $193,300.00 Bidders Checklist Y Y Y Material Manufacturers Y Y Y List of Major Subcontractors Y Y Y Statement of Experience of Bidder Y Y Y Trench Safety Act Y Y Y Immigrations Law Affidavit Certification Y Y Y E-Verify Y Y Y Substitiute W-9 Y Y Y Bid Bond Y Y Y Insurance Requirements Y Y Y Opened by: Kristofer Lopez, Procurement Strategist Witnessed by: Evelyn Colon, Procurement Strategist Simmonds Electrical PWC TOTAL BID PRICE FOR PROJECT Schedule 1: General Schedule 2: Level Indicating Improvements Schedule 3: Allowances Gulf States Electric, Inc. Collier County, Florida NCRWTP Level Indicating Transmitter Improvements 2180 W. First Street Suite 400 Fort Myers, Florida 33901 tel: 239 938-9600 fax: 239 339-6418 October 24, 2017 Thomas A. Sivert, P.E. Senior Project Manager Public Utilities Planning and Project Management Department 3339 Tamiami Trail East, Suite 303 Naples, FL 34112 Subject: NCRWTP Level Indicator Replacement Bid No. 17-7202 Low Bid Evaluation – Recommendation for Contract Award Dear Mr. Sivert: On September 28, 2017, bids were received by Collier County for the NCRWTP Level Indicator Replacement (Bid No. 17-7202). Three bids were received. The apparent low bid was submitted by Gulf States Electric, Inc. in the amount of $129,600.00 for bid items 1 and 2, including the identified project allowances. The other two bids were $174,365.00 submitted by Simmonds Electrical and $193,300.00 submitted by PWC. The lowest responsive bid of $129,600.00 is approximately twenty nine percent more than the CDM Smith’s opinion of probable construction cost of $100,00.00. The bid tabulation summary is attached. CDM Smith has reviewed the bid package submitted by Gulf States Electric, Inc. and concurs with the County’s determination that the bidder is responsive. Gulf States Electric, Inc., is a local company that has previously completed several electrical projects in Collier County. In summary, we believe that Gulf States Electric, Inc. is the lowest, responsive, responsible bidder and is qualified to perform the construction of the NCRWTP Level Indicator Replacement project. CDM Smith recommends that Collier County award the project for the total bid for Items 1 and 2 including the project allowance. Please do not hesitate to call if you have any questions or wish to discuss the bid further. Respectfully, Hugo Delgado, P.E. Project Manager CDM Smith Inc. IN WITNES$ WHEREOF, indicated below. the parties have executed this Agreement on the date(s) CONTRACTOR WITNE$SES:CONTRACTOR: Gulf States Ele ru02t17 Date OWNER: B0ARp CIF couNw coMMlssloNERS COLLIER COUNTY FLORIDA Penny Taylor, Chairman 32 Construclion Services Agreement for Public Utllitlesi Revised 06152017 By: *uw &p*re Ll Print Name Date: ATTEST; OF Dwight E, Brock, Clerk BY: Approved as to Form and LegalitY: Assistant CountY AttorneY Print Name BY: lrts€fr"E U $econd Witness p;tm; Presentatives, successors and asslgns, Jolntly and severally. WHEREA$, Frlncipal has entered Inlo a contract dated as gf the l , day of ft71r 17avrrg <r ZOfi , with Obligeg ;61 NCRWTP LevellndicatPrTransmitte,rFeplacemen$ -fififdtidFi- t o.17-7202 accordanie with drawlngs and speclflcations, which contract is @madeaparthereof,andisreferredtohere|nas|heContract. THE CONDITION OF THIS BOND ls that lf Prindpal: promptly makes payment to all clalmants as defined in Section 255.05(1),.Florlda.Statutes' iuppiyirig Rrlncipitwin-taUor, materlalsor s_upplies, used directly or Indinectlyby Principal In the ;i#gcJiion of the wori provided for ln the Cdntract, then this bond ls vold; othewise lt remains ln fullforce. Any changes in or under the Contract and compllanc. qr nqltcoT?l!11,T- yllilXi"imalities conneaed'with the Contract or the changes Oo ndt affec,t Suretles obligatlon under thls Bond. The provlsions of this bond are subject to the time limitailons of Section 255,05(2)' ln no event *iiifi" Surety be l6ble n me ag'gregate to clalmants for more than the penal sum of this Fayment Bon&, regardless of me numbbr of suits that may be filed by claimants' EXHIBIT A: PUBLIC PAYMENT BOND NCRWTP Level Indlcator Transmhter Rep lacement 602-115874-2Bond No. KNOW ALL MEN BY THESE PRESENTS; That Contract No. 1.7:?202 Gulf States Electric, Inc. ...,.'as Principal, and Address) .are.held an{to -rhu commtsstonere of coilier counry, Fj aS Obliggg In lhe :1";;-'cri'jil'ffid';d'i*;;ir/ tiii6inciis for the cgilt vl 3S Conrlrucllon Servlcsr Agrasm€nt tof Publlc Utlllllesl R€vltod 06162017 ,13j Signed, sealed and dellvered In the presence of: was acknowledged before me I PRlNClPAL corpoEiitn; on behatf of the OR has produced- as BY: NAM ITS: STATE O' FIOT|dA COUNTYOF C c, The by ygs1E, B:",.t 1.r, /( 4 ^ ^ (LegiblY Prlnted) (AFFIX OFFICIAL SEAL) ATTESTI Notary Public. State of Commisslon No.: SURETY: United States Fire lnsurance (Printed Name) 305 Madison Avenue, Morristown, NJ 07962 (Buslness Address By: (Authorized Slgnature) (Prlnted Name) 34 Corislructlon SoMcar Aoraomonl lor PuHlc Utilltlrg; Rovlrod 00152017 Witnesses to SuretY V . 4^, o1 Wo/'nb"'2lL, '< 4,. "'{crn F of identification and did (did not) take an @ OR Qt+ Var4t^rfuuW,t The fotegoing Instrument October -, 2017 - - laAnornev-ln-|-acI As Attorney In Fact (AHach Power of AttomeY) Mark D Pichowski (Printed Name) 101 N. Starcrest Drive, Cleanivater, FL 33765 (Buslness Address) (727) 447-6481 (Telephona Number) acknowledged before Fire lnsurance urety, on (Legibly Printed) Notary Public, State of: Commisslon No,: Wltnesses STATE OF COUNTY OF Florida rrF r- IFililSOOrOUgn me thls 26th day of as He/She was ,t -of eisbehalf of SuretY, (Personally Known) Fersonaiit--Tnown to me oR has produced' ds Hentification and who dld (dld not) take an Name: -RoE.q*, L -StekniL oath. My Commisslon ExPires: (AFFIX OFFICIAL SEAL) (rD- RoBtN L sTAKER i norinv : COMMISSTON f FF210946 i PUsLlc i cvo,o.. A--;r rr .Ai^iutrii'Zrt EXP|RES Aprit 15, 2019 [lL.?1,93, BoNoED rHRouGH-{I}/ RI.I INSURANCE COMPANY 35 Conrlructlon Sorvlcqt Agrssmont for Fubllq Ullllttst: Rovlrod 06152017 (Signature) s EXHIBIT A: PUBUG PERF.ORMANCE B9IYD NCRIAI"IP Level I n dlcator Transmitter Replaceme nt KNOW ALL MEN BY THESE 602-115874-2Bond No.- Contract No.--L49? Gulf States Electric, Inc. United States Fire Insurance Comoanv , Surety, located at PRESENTS: as Prlncipal, That and AS -.305 Madison Ave-nue, Morlistown, NJ 07962 -- . . - ----... - --..-- (Business The Board of C Address)held firmly bound as Obligee in the sum lis, executors' pdrso#fepl€sentat1ves, successors and asslg ns, jo i ntly an d several ly. 36 Conslrucllon SaMcas Agrcemenl lor Publlc Ulllities: Rovls€d 0815?017 WHEREAs,Principa|hasenteredintoaconlractdatedasofthe__dayoftl; accordanoe wittr Araw orated by reference and made a parl heeof, and ls referred to hereln as lhe Contract' THE CONDITION OF THIS BOND ls that lf Prlncipal: 1. pedorms the Conbact at the times and in the manner prescribed in the Conbact; and 2. Pays Obligee any and all losses, damages, costs and. attomeys' fees. lfal Obllgee sustains because or rnv i"i.uft Lv Frincipar undei ttre Contracl, Including, but not limited to, all Oitiy Orm"ges, whethEi llquidated or actual, lncuned by Obligee; and g. performs the guarantea of all work and materials furnished under the Contract for the ime specmed in theton}act, then this bond is void; othenrrise it remains in full force. Any iftJng"r in or under the Contract and compliance or non@mpliance wlth any.formallties "on1EA"O with the Contract or the changes do not affect Sureties obligation under this Bond. The Surety, lor value received, hereby stipulales and agrees that no changes,.extensiors of time. alterations or additions to the ierms of the Conlract or other work to be performed hereunder, or the specifiiiflons referred to therein shall ln anywise affect its obligations under this bond, and it dois frlieUy waive notice of any such changes,-extensions of time, alteratlons or additions to the terms of the Contract or to work or to the speclfications' This instrument shall be construed in all respects as a common law bond' lt is expressly unJerstood that the 111n; fuvGions and statute of limitations under section 255'05, Florida Statutes, shall not apply to this bond. ln no event will the surety be liable In the aggregate to obligee for more than the penal sum of inb p"rtorrance Bond r"'girdr"rr of the nuriEeiof suits that may be filed by Obligee' fN WITNESS WHEREOF, the above parties have execuled this instrument this 2 .aay of "'r'n)ii;;\i';;120-ii' , ttt" name of each party being affixed and these presents duly ;iffitl,tffi]lJ;bned retresentative, pursuant'to duthority of lts governing body' to of Signed, seafed and delivered PRINCIPAL srATE oF t'o.t'd". , . COUNT'OF Aoll,.ec 4qn 17 hv Of (g, l,'+ > 4rot*s 47{?rr.\'- ' .: ffi[Eiion, on Ueflalf of ttre corporation. He/she is personaJy, idemfifrGii6fr-and did (did not) take an oalh. (AFFTX OFFICIAL SEAL) Name: 17-o.l /o, K. ly'o^*, (LeglblY Printeid) (Signature) Notrary Pubtic, State of: Florida Commission No,: 37 ConslruclNon Serul€es Agnsmenl for Publk Ulllltles: Ravis€d 00151017 ATTEST:SURETY: United States Fire Insurance Company (Printed Name) 395 Madison AJ/gnue, Morristown, NJ 07962 (Business Address) (Authorized Signature) (Printed Name) or, Florida Witnesses as to SuretY ) -r DStates Fire Insurance Coj!.g3ry._, a .._:l :nE ureiy, on behalf of S_urety.imn;--o;;n@ . oR . has ..produced (Personally Known)as id6ntification and uvho did (did not)take an oath' My Commlsslon ExPires:(signature) Name: (AFFIX OFFICIAL SEAL) (Legibly Printed) Notary Publlc, State Commission No.: ,rA, RoBtN L STAKER i}.i?'i? coMMtsstoN f FF2toe46 r#i|'3'; EXPIRES APril ls, 2o1s \FL?EI)A J BONDEO THROUGH..{TP/" RI,I INSURANCE COMPANY oR ry)Ue* As Attorney In Faci (Attach Power of AttorneY) Mark D. Pichowski Witnesses (Prlnted Name) zos (Business Address) (727) 447-6481 (Telephone Number) STATE OF COUNTY OF The foregoing Instrument was acknowledged before me aSAtto@ 26ththis26th Octobers_dayor Attornev-in-Facl -''_'.-of20ll , bY Mark D Pichowski United States Fire Insurance Company , a construciton €orvlco$ Agrc0monl for Pubtlc UlltitleEr R0dtod 06152017 POWEROFATTORNEY TINITED STATES FIRE INSURANCE COMPANY PRINCIPAL OFFICE - MORRISTOWN, NEW JERSEY 00983401318 KNOW ALL MEN BY THESE PRESENTS: That United States Fire Insurance Company, a corporation duly organized and existing under the laws of the state ofDelaware, has made, constituted and appointed, and does hereby make, constitute and appoint: Mark D. Pichowski, Nancy Sheinberg, Todd George each, its true and lawful Attorney(s)-In-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver: Any and atl bonds and undertakings of surety and other documents that the ordinary course of surety business may require, and to bind United States Fire Insurance Company thereby as futly and to the same extent as ifsuch bonds or undertakings had been duly executed and acknowledged by the regularly elected officers of United States Fire Insurance Company at its principal oflice, in amounts or penalties not exceeding: Seven Million, Five Hundred Thousand Dollars ($7,500,000). This power of Attorney timits the act of those named therein to the bonds and undertakings specifically named therein, and they have no authority to bind United States Fire Insurance Company except in the manner and to the extent therein stated. This power of Attorney revokes all previous Powers of Attorney issued on behalf of the Attorneys-In-Fact named above and expires on January 3 l, 20 I 8. This power of Attorney is granted pursuant to Article IV of the By-Laws of United States Fire Insurance Company as now in full force and effect, and consistent with Article III thereof, which Articles provide, in pertinent part: Article IV, Execution of Instruments - Except as the Board of Directors may authorize by resolution, the Chairman of the Board, President, any Vice-President, any Assistant Vice President, the Secretary, or any Assistant Secretary shall have power on behalfofthe Corporation: (a) to execute, aftlx the corporate seal manually or by facsimile to, acknowledge, verify and deliver any contracts, obligations, instruments and documents whatsoever in connection with its business including, without limiting the foregoing, any bonds, guarantees, undertakings, recognizances, powers of attorney or revocations of any powers of attorney, stipulations, policies of insurance, deeds, leases, mortgages, releases, satisfactions and agency agreements; (b) to appoint, in writing, one or more persons for any or all ofthe purposes mentioned in the preceding paragraph (a), including affixing the seal of the Corporation. Article III, Officers, Section 3.1l, Facsimile Signatures. The signature ofany officer authorized by the Corporation to sign any bonds, guarantees, undertakings, recognizances, stipulations, powers ofattorney or revocations ofany powers ofattorney and policies ofinsurance issued by the Corporation may be printed, facsimile, lithographed or otherwise produced. In addition, if and as authorized by the Board of Directors, dividend warrants or checks, or other numerous instruments similar to one another in form, may be signed by the facsimile signature or signatures, Iithographed or otherwise produced, of such officer or officers of the Corporation as from time to time may be aulhorized to sign such instruments on behalf of the Corporation. The Corporation may continue to use for the purposes herein stated the facsimile signature ofany person or persons who shall have been such officer or officers ofthe Corporation, notwithstanding the fact that he may have ceased to be such at the time when such instruments shall be issued. IN WITNESS WHEREOF, United States Fire Insurance Company has caused these presents to be signed and attested by its appropriate officer and its corporate seal hereunto affixed this l0'n day ofMarch, 2016. UNITED STATES F'IRF' INSITRANCE COMPANY Anthony R. Slimowicz, Senior Vice President State ofNew Jersey) County of Morris ) On this l0th day of March 2016, before me, a Notary public of the State of New Jersey, came the above named officer of United States Fire Insurance Company, to mi personally known to be the individual und offi.", described herein, and acknowledged that he executed the foregoing instrument and affixed the seal of United States Fire Insurance Company thereto by the authority of his office. ,r l- /) SONIASCALA I lur"& 4'44"<a* NOTARY PUBLIC oF NEw JERSEY Sonia Scala (Notary Public) MY COMMISSION EXPIRES 3I25I2OI9 I, the undersigned officer ofUnited States Fire Insurance Company, a Delaware corporation, do hereby certify that the original Power ofAttorney ofwhich the foregoing is a full, true and correct copy is still in force and effect and has not been revoked. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the corporate seal of United States Fire Insurance Company on the day of 20 UNITED STATES FIRE INSURANCE COMPANY l^j e,r,)ii/, l.',j Al Wrieht. Senior Vice President Date: October 9, 2017 ® ler County kiministrativo ServicesVDeparirnent Procurement Services Division Notice of Recommended Award Solicitation : 17-7202 Title: NCRWTP Level Indicator Transmitter Replacement Due Date and Time: 3:00 pm 09/28/17 Respondents: Company Name City County State Bid Amount Responsive/Responsible Gulf States Electric, Inc Naples Collier FL $129,600 Y/Y Simmonds Electrical of Naples Naples Collier FL $174,365 Y/Y PWC Joint Venture, LLC Fort Myers Lee FL $193,300 Y/Y Utilized Local Vendor Preference: Yes 0 No M Recommended to Award to Gulf States Electric, Inc. On August 8, 2017, the Procurement Services Department released Invitation to Bid 17-7202 North Collier Regional Water Treatment Plant Level Transmitter Replacement project. 2199 Packages were sent out and 47 were downloaded, and 3 bids were received on September 28, 2017 Project Specific Required Signatures Project Manager:' ,� . ` j Date: % —/U Procurement Strategist: Date: /' Pr t S vices Dire r: Edward F. Coyman Jr.