Loading...
Agenda 03/27/2018 Item #16D1403/27/2018 EXECUTIVE SUMMARY Recommendation to award Invitation to Bid (ITB) No. 17-7154 for Structural and Mechanical Pool Contractors to Omni Aquatics Inc., to provide on-call and urgent maintenance, equipment repair work for components of the Parks and Recreation Division's pool and interactive water feature facilities. OBJECTIVE: To ensure the sustained on-call maintenance and repair aspect of the Parks and Recreation aquatic facilities by maintaining structural repairs and mechanical equipment in a safe condition for the public. CONSIDERATIONS: On July 27, 2017, the Procurement Services Division released notices of ITB No. 17-7154 to one hundred and thirty-two (132) vendors for Structural and Mechanical Pool Contractors. Twenty-seven (27) bid packages were downloaded, and one (1) bid was received on August 28, 2017. The only vendor, Commercial Energy Specialists, took exceptions to our specifications, contract terms and conditions and has been deemed both non-responsive and non-responsible. As a result, Procurement elected to exercise its right under Section Twelve of the Procurement Ordinance, Reserved Rights 1., which “reserves the right to reject all bids, proposals or offers and to negotiate with any responsible providers to secure the best terms and conditions in the sole interest of the County.” An open forum was held on June 30, 2017, inviting all interested Commercial Pool vendors that would qualify for this solicitation. The County’s Parks and Recreation Supervisor, lead the forum and discussed the type of work needed along with pool locations, followed by a question and answer period. There were four vendors in attendance, N Square Inc., Sponge Jet, Nassau Pools and Commercial Energy Specialists. The vendors that were in attendance were contacted and invited to bid for this solicitation. Commercial Energy Specialists was deemed non- responsive and non-responsible. Having followed four failed solicitation attempts, County staff elected to utilize our reserved rights and contacted the vendors in attendance at the forum. Only one vendor responded, Omni Aquatics Inc. formerly Nassau Pools. After meeting with the vendor, reviewing their qualification, and negotiating pricing, staff is recommending award to Omni Aquatics Inc. FISCAL IMPACT: Funds to maintain aquatic facilities are available within various cost centers in General Fund (001), MSTD General Fund (111), and Parks CIP Fund (306). GROWTH MANAGEMENT IMPACT: There is no Growth Management impact. LEGAL CONSIDERATIONS: This Item is approved as to form and legality, and requires majority vote for Board approval. -SRT RECOMMENDATION: To award ITB No. 17-7154 “Structural and Mechanical Pool Contractors” to Omni Aquatics Inc., and authorize the Chair to execute the attached agreement. Prepared By: Matthew Catoe, Operations Analyst, Parks and Recreation Division. 16.D.14 Packet Pg. 1298 03/27/2018 ATTACHMENT(S) 1. 17-7154 Scope of Services (DOCX) 2. 17-7154 Solicitation (DOCX) 3. 17-7154 Exhibit B-Bid Schedule (PDF) 4. 17-7154 NORA (PDF) 5. 17-7154 Omni Aquatics_Contract_v2_VendSign (PDF) 6. 17-7154 Omni Proposal (PDF) 16.D.14 Packet Pg. 1299 03/27/2018 COLLIER COUNTY Board of County Commissioners Item Number: 16.D.14 Doc ID: 5049 Item Summary: Recommendation to award Invitation to Bid (ITB) No. 17-7154 for Structural and Mechanical Pool Contractors to Omni Aquatics Inc., to provide on-call and urgent maintenance, equipment repair work for components of the Parks and Recreation Division's pool and interactive water feature facilities. Meeting Date: 03/27/2018 Prepared by: Title: Operations Analyst – Parks & Recreation Name: Matthew Catoe 03/06/2018 3:18 PM Submitted by: Title: Division Director - Parks & Recreation – Parks & Recreation Name: Barry Williams 03/06/2018 3:18 PM Approved By: Review: Parks & Recreation Ilonka Washburn Additional Reviewer Completed 03/06/2018 3:36 PM Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 03/06/2018 4:14 PM Operations & Veteran Services Sean Callahan Additional Reviewer Completed 03/07/2018 10:50 AM Procurement Services Viviana Giarimoustas Additional Reviewer Completed 03/07/2018 2:46 PM Procurement Services Swainson Hall Additional Reviewer Completed 03/07/2018 3:33 PM Procurement Services Sandra Herrera Additional Reviewer Completed 03/07/2018 3:44 PM Procurement Services Ted Coyman Additional Reviewer Completed 03/08/2018 8:53 AM Parks & Recreation Barry Williams Additional Reviewer Completed 03/12/2018 9:48 AM Public Services Department Todd Henry Level 1 Division Reviewer Completed 03/12/2018 10:26 AM Public Services Department Steve Carnell Level 2 Division Administrator Review Completed 03/13/2018 7:36 AM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 03/15/2018 9:25 AM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 03/15/2018 10:04 AM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 03/15/2018 3:50 PM Budget and Management Office Ed Finn Additional Reviewer Completed 03/16/2018 4:26 PM Office of Management and Budget Susan Usher Additional Reviewer Completed 03/17/2018 7:42 PM County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 03/20/2018 10:39 AM 16.D.14 Packet Pg. 1300 03/27/2018 Board of County Commissioners MaryJo Brock Meeting Pending 03/27/2018 9:00 AM 16.D.14 Packet Pg. 1301 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS INVITATION TO BID (ITB) FOR Structural and Mechanical Pool Contractors SOLICITATION NO.: 17-7154 VIVIANA GIARIMOUSTAS, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8375 VivianaGiarimoustas@colliergov.net (Email) This solicitation document is prepared in a Microsoft Word format. Any alterations to this document made by the Consultant may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. 16.D.14.a Packet Pg. 1302 Attachment: 17-7154 Scope of Services (5049 : ITB 17-7154 Structural and Mechanical Pool Contractors) Attachment A - Scope of Work/Services and Technical Specifications Detailed Scope of Work Collier County Parks and Recreation Division is seeking bids from contractors that specialize in all aspects of our commercial aquatic facilities apart from the pool filtration system. The selected contractor will provide an on-call and urgent maintenance, equipment repair work for components of our commercial pool and interactive water feature facilities. Contractor(s) will be asked but not limited to: perform maintenance repair, replacement, and restoration services; complete rebuilding of large pumps and motor combinations; skimmers; heat exchangers; variable frequency drives (VFDs); piping repairs, replacement and repair of existing features (including slides), installation or repair of deck equipment, tile, coping, re-plastering, construction of decks, footers, pump houses (items directly connected/related to aquatic features), stem-walls and steps, handrails, and ADA chair lifts. Contractor(s) shall also supply miscellaneous parts and items that may include but not limited to electrical couplings, seals, gaskets, controllers, etc. Some services may include the following: 1. Permitting services relating to mechanical aquatic facilities. 2. Troubleshooting, repairing and/or replacing Automated Treatment Systems. 3. Troubleshooting, repairing and/or replacing Non-Chlorine Treatment Systems. 4. Troubleshooting, repairing and/or replacing Pumps (current pumps include, but are not limited to Baldor, ITT Marlow-Warner, A.O.Smith, U.S. Motor). 5. Troubleshooting, repairing and/or replacing Variable Frequency Drives (current VFDs include, but are not limited to SquareD and Allen Bradley). Parks and Recreation staff continuously inspects facilities and reports any issues to the aquatic supervisor. Once an issue is reported and when applicable, a Parks and Recreation representative shall prepare a scope of work and request for the contractor(s) on the resultant award to provide a responsive quote for the work. A responsive quote must be supplied within a twenty four (24) hour period. In each scope of work the County reserves the right but is not required to specify the period of completion. The County intends to utilize the awarded contractor(s) of this Invitation to Bid to complete most repairs, however there is no guarantee of work and the County reserves the right to issue se parate quotes or formal bids for any work outside of our scope. The County reserves the right to conduct a direct purchase on materials utilized in repairs when the dollar value of the materials is in the best interest of the County. All material and supplies provided by the Awardee under this contract will be reimb ursed on a strictly COST PLUS 10% arrangement only. Documentation of awardees' cost must be provided with actual invoices from the supplier. The invoices for materials purchased in excess of $5.00 will be required. Subcontracting / Specialty Contractors hired by the Awardee for services under this contract will be reimbursed on a strictly COST PLUS 15% arrangement only. Documentation of awardees' subcontractor costs mu st be provided with actual invoices from the subcontractor. The awarded contractor(s) shall maintain qualified workers with the ability to perform the specialized services for all aspects of the structural on-call and urgent commercial pool and interactive water feature structural maintenance repair, replacement and restoration services. Contractor(s) are also expected to: 1. Have a qualified representative available during regular hours (6:00AM –8:00PM) to discuss contract matters and who can make authoritative decisions. 2. Furnish all equipment, parts, supplies, and services to meet the specifications prescribed by the Parks and Recreation Division. Materials that do not meet specifications or equal the quality of the sample provided when applicable will be rejected. 16.D.14.a Packet Pg. 1303 Attachment: 17-7154 Scope of Services (5049 : ITB 17-7154 Structural and Mechanical Pool Contractors) 3. Perform work onsite through in-field services or at a local shop. The awarded contractors shall provide labor and parts warranties upon completion of work. The contractor shall be or have access to a certified service local repair station and warranty station for their products. 4. Supply all manufacturers’ manuals, including, but not limited to, repair and maintenance manuals for all components specific to equipment installed during the term of the award. 5. A minimum of five (5) years of experience with three (3) references in the commercial pool industry and in installing and operation of automated chemical controllers such as Hayward, Intermatic, Straintrol, BECSys or Zodiac/Jandy. 6. Adhere to each scope of work requested by the County’s representative, including the period of completion, when specified.  Contractor(s) shall provide: i. A not-to-exceed total cost quote for the scope of work; ii. The expected number of work hours by each position (include hourly rate) and the extended total. iii. The breakdown of the cost for supplies, parts and equipment used for th e scope of work; the contractor must provide itemized documentation of any materials that exceed $5.00. iv. Subcontracting/Specialty Contractors hired by the Awardee for services under this contract will be provided on a strictly COST PLUS 15% arrangement only. v. All material and supplies provided by the Awardee under this contract will be reimbursed on a strictly COST PLUS 10% arrangement only. 7. Provide the County with a t wenty-four (24) hour per day, seven (7) day per week, urgent or business/cell phone number, FAX number and an email address. The selected contractor shall be on-site within two (2) hours for all locations in the Naples and Marco area. The response time for the Immokalee and Everglades City area shall be within three (3) hours (for urgent service calls). 8. Request approval by County representative before modifications or changes of manufactured equipment for items being purchased. 9. Provide a one (1) year warranty from the date of repair on material and workmanship. 10. Provide proven documentation that they have at least three (3) years of experience in commercial pool service industry. Contractor must be Commercial Pool/Spa Licensed. Technicians must be certified as a Certified Pool Operator (CPO) or Aquatic Facility Operator (AFO) along with Commercial Pool/Spa Contractor Licensed either by The State of Florida or Collier County. 11. Employ people to work at all County facilities who are competent and physically capable of performing the work. Each employee shall be neat in appearance. 12. The County may remove employees deemed careless, incompetent, insubordinate or otherwise objectionable, or whose continued employment on the job is deemed to be contrary to the best interests of the County. All Contractors and subcontractors performing services for Collier County are required to and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Also, all Cont ractors and Subcontractors shall be responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. The two categories of work to be performed under this solicitation will be similar in scope for both regular hours and urgent hours with the exception of the following: Regular Hours (6:00 AM -8:00PM) The contractor(s) shall be contacted by the Parks and Recreation representative and provide d with a scope of work and Purchase Order. The selected contractor shall be on-site within two (2) hours for all locations in the Naples and Marco area. The response time for the Immokalee and Everglades City area shall be within three (3) hours. 16.D.14.a Packet Pg. 1304 Attachment: 17-7154 Scope of Services (5049 : ITB 17-7154 Structural and Mechanical Pool Contractors) Urgent Hours (8:01PM- 5:59AM) This work includes, but is not limited to the following: circulation pump not operating, structural damage to a pool due to inclement weather, broken feature to where it is not in operation, as well as any health department related issue. The selected contractor shall be on-site within one (1) hour for all locations in the Naples and Marco area. The response time for the Immokalee and Everglades City area shall be within one and a half (1.5) hours. Collier County’s current Aquatic facilities are: Eagle Lakes Community Park 11565 Tamiami Trail E Naples, FL 34112 Water Facility Attractions:  Interactive Water Features (IWF) Vineyards Community Park 6231 Arbor Blvd Naples, FL 34119 Water Facility Attraction:  Interactive Water Feature (IWF) Golden Gate Community Park Aquatics Facility 3300 Santa Barbara Blvd Naples, FL 34116 Water Facility Attractions:  Diving well; (2) one-meter springboards, (1) three-meter springboard  25 yard by 25-meter heated family pool; 295,622 gallons  Waterslide drop pool, 25' x 25'  One, 36”, 159’ open “SilkTek” slide  One, 32”, 109’ Aqua Tube (enclosed) slide  Heated Children's Activity Pool, 3,191 sq. ft.; 27,300 gallons Immokalee Sports Complex 505 Escambia Street Immokalee, FL 34142 Water Facility Attractions:  25 yard by 25-meter Competition/Family Pool; 295,622 gallons  (2) - one-meter Springboards  Waterslide into Family Pool; 52.5’ long  Children's Activity Pool, 3,191 sq. ft.; 27,300 gallons North Collier Regional Park Location #1 Sun-N-Fun Lagoon Water Park 15000 Livingston Road 16.D.14.a Packet Pg. 1305 Attachment: 17-7154 Scope of Services (5049 : ITB 17-7154 Structural and Mechanical Pool Contractors) Naples, FL 34109 Water Facility Attractions:  Lazy River, 14’x1,245’; 513,759 gallons  (1) Waterslide into the Lazy River; 54” Open Flume Tube Slide, 527’ long  (4) Waterslides: 3 – 32” -- 423’ 435’, & 425’ long, and 1- 44” Giant Slide, 313’ long  Waterslide Catch Pool, 36’x55’; 42,505 gallons  Family Pool, 75’x116’; 191,055 gallons  Children’s Wading Pool, 94’x78’; 20,502 gallons  Activity Pool, 60’x60’; 121,867 gallons  Lap and Dive Pool, 55’x75’; 172,096 gallons  Interactive Water Feature (IWF) 8,378 gallons Location #2 Administration Building 15000 Livingston Road Naples, FL 34109 Water Facility Attraction:  Delta Landscaping pond <300 gallons County reserves the right to add and subtract locations as new facilities come online or are taken offline to meet County needs. 16.D.14.a Packet Pg. 1306 Attachment: 17-7154 Scope of Services (5049 : ITB 17-7154 Structural and Mechanical Pool Contractors) COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS INVITATION TO BID (ITB) FOR Structural and Mechanical Pool Contractors SOLICITATION NO.: 17-7154 VIVIANA GIARIMOUSTAS, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8375 VivianaGiarimoustas@colliergov.net (Email) This proposal solicitation document is prepared in a Microsoft Word format. Any alterations to this document made by the Vendor may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. 16.D.14.b Packet Pg. 1307 Attachment: 17-7154 Solicitation (5049 : ITB 17-7154 Structural and Mechanical Pool Contractors) 2 17-7154 Structural and Mechanical Pool Contractors TABLE OF CONTENTS ITEM DESCRIPTION......................................................................................................................................................... 1.0 Introduction 2.0 Background 3.0 Term of Contract 4.0 Award Criteria General Bid Instructions 5.0 Purpose/Objective 6.0 Pricing 7.0 Alternate Bid Pricing 8.0 Equal Product 9.0 Discount 10.0 Addenda 11.0 Bid Submission 12.0 Questions 13.0 Protests 14.0 Local Vendor Preference 15.0 Immigration Affidavit Certification 16.0 Lobbying 17.0 Certificate of Authority to Conduct Business in the State of Florida (Florida Statute 607.1501) 18.0 General Information 19.0 Bid Award Process 20.0 Reserved Rights 21.0 Collier County Purchase Order Terms and Conditions Additional Terms and Conditions for ITB 22.0 Insurance and Bonding Requirements 23.0 Additional items and/or Service 24.0 Vendor Performance Evaluation 25.0 Additional Terms and Conditions of Contract 26.0 Public Records Compliance 27.0 Payment Method 28.0 Environmental Health and Safety 29.0 Licenses 30.0 Survivability 31.0 Relation of County 32.0 Termination 33.0 Public Entity Crime 34.0 Security and Background Checks 35.0 Conflict of Interest 36.0 Prohibition of Gifts to County Employees 37.0 Deduction for Non-Performance 38.0 Offer Extended to Other Governmental Entities 39.0 Florida Wood Products 40.0 Standards of Conduct 41.0 Protection of Property 42.0 Collier County Information Technology Requirements 43.0 Maintenance of Traffic Policy 44.0 Debris 45.0 Direct Material Purchase 46.0 Grant Compliance 47.0 Equipment 48.0 Storage tank Installation and Closure Requirements 49.0 62-761.300 Applicability 50.0 62-762.301, F.A.C. Applicability 51.0 Definitions Attachments Attachment A – Scope of Services Attachment B – Required Forms Attachment C – Bid Schedule 16.D.14.b Packet Pg. 1308 Attachment: 17-7154 Solicitation (5049 : ITB 17-7154 Structural and Mechanical Pool Contractors) 3 17-7154 Structural and Mechanical Pool Contractors SOLICITATION PUBLIC NOTICE INVITATION TO BID (ITB) NUMBER: 17-7154 PROJECT TITLE: Structural and Mechanical Pool Contractors PRE-BID CONFERENCE: August 18, 2017 at 9:00 AM LOCATION: NORTH COLLIER REGIONAL PARK, 15000 LIVINGSTON ROAD, NAPLES, FL 34109 BID OPENING DAY/DATE/TIME: August 28, 2017 at 10:00 AM PLACE OF BID OPENING: PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FL 34112 All bids shall be submitted online via the Collier County Procurement Services Division Online Bidding System: www.colliergov.net/bid 1.0 INTRODUCTION As requested by the Parks and Recreation Division (hereinafter, the “Division or Department”), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, “County”) has issued this Invitation to Bid (hereinafter, “ITB”) with the intent of obtaining bid submittals from interested and qualified vendors in accordance with the terms, conditions and specifications stated or attached. The vendor, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated. The results of this solicitation may be used by other County departments once awarded according to the Board of County Commissioners Procurement Ordinance. Parks and Recreation is interested in receiving bids to secure commercial pool contractors to perform all aspects related to on-call and urgent maintenance repair work. This will include replacement and restoration services, mechanical and structural components of the commercial swimming pools and features at Park facilities. Filtration and water balancing will not be expected of the proposer. The County reserves the right to utilize awardees on an urgent basis, as needed when pool facilities are in need of urgent repair or maintenance work outside the expertise of staff to ensure the public asset can be used, and revenue can be maintained. 2.0 BACKGROUND Collier County manages one of the most popular parks and recreation programs in Florida. Operating more than a dozen regional, specialty, and community parks and servicing a community of more than 400,000 residents each year. The County spends approximately $100,000 for maintenance and remedial repairs; however future annual expenditures will be based on the County’s needs and available budget. Collier County Parks & Recreation is proud of its three main water facilities, including the Golden Gate Community Park Aquatics Facility, Immokalee Sports Complex, and Sun-n-Fun Lagoon Water Park, along with two interactive water playground facilities at Eagle Lakes Community Park and Vineyards Community Park. The County reserves the right to add/remove properties during the term of the award. 3.0 TERM OF CONTRACT The contract term, if an award(s) is/are made is intended to be for three (3) years with two (2) one year renewal options. Prices shall remain firm for the initial term of this contract. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. All goods are FOB destination and must be suitably packed and prepared to secure the lowest transportation rates and to comply with all carrier regulations. Risk of loss of any goods sold hereunder shall transfer to the COUNTY at the time and place of delivery; provided that risk of loss prior to actual recei pt of the goods by the COUNTY nonetheless remain with VENDOR. 16.D.14.b Packet Pg. 1309 Attachment: 17-7154 Solicitation (5049 : ITB 17-7154 Structural and Mechanical Pool Contractors) 4 17-7154 Structural and Mechanical Pool Contractors 4.0 AWARD CRITERIA ITB award criteria are as follows: 4.1 The County’s Procurement Services Division reserves the right to clarify a vendor’s submittal prior to the award of the solicitation. 4.2 It is the intent of Collier County to award to the lowest, responsive and responsible vendor(s) that represents the best value to the County. 4.3 For the purposes of determining the winning bidder, the County will select the vendor with the lowest price as outlined below: Lowest total bid. 4.4 Collier County reserves the right to select one, or more than one suppliers, award on a line item basis, establish a pool for quoting, or other options that represents the best value to the County; however, it is the intent to: Award to a single vendor. 4.5 The County reserves the right to issue a formal contract or standard County Purchase Order for the award of this solicitation. 4.6 The County requests that the vendor submits no fewer than three (3) completed reference forms from municipal or commercial clients whose projects are of a similar nature to this solicitation as a part of their proposal. References need to be within the past five (5) years. 4.7 A Commercial Pool/Spa License is required and must be provided with submission. 4.8 A certification for Pool Operator or Aquatic Facility Operator must also be provided. 16.D.14.b Packet Pg. 1310 Attachment: 17-7154 Solicitation (5049 : ITB 17-7154 Structural and Mechanical Pool Contractors) 5 17-7154 Structural and Mechanical Pool Contractors GENERAL BID INSTRUCTIONS 5.0 PURPOSE/OBJECTIVE As requested by the Collier County departments or divisions identified, the Collier County Board of County Commissioners Procurement Services Division (hereinafter, the County) has issued this Invitation to Bid (hereinafter, the “ITB”, or “Bid”) with the sole purpose and intent of obtaining bid responses from interested and qualified firms in accordance with the terms, conditions, and specifications stated and/or attached herein/hereto. The successful vendor will hereinafter be referred to as the “Vendor” All bids must be submitted on the Bid forms furnished by the County noted in Attachments of this ITB. Bids may not be considered unless Bid forms are properly executed. Vendor is responsible to read and follow the instructions very carefully, as any misinterpretation or failure to comply with these instructions could lead to the bid submitted as being rejected as non-responsive. 6.0 PRICING Vendors must provide unit prices using the unit of measured specified by the County. All prices will remain firm for a period of one hundred and eighty (180) calendar days from date of bid opening. After award by the Board of County Commissioners, prices may only be adjusted as outlined. 7.0 ALTERNATE BID PRICING In the event that alternate pricing is requested, it is an expressed requirement of the bid to provide pricing for all altern ates as listed. The omission of a response or a no -bid or lack of a submitted price may be the basis for the rejection of the submitted bid response. All bids responses received without pricing for all alternates as listed may be considered technically non- responsive and will not be considered for award. 8.0 EQUAL PRODUCT Manufacturer’s name, brand name and/or mode l number are used in these specifications for the purpose of establishing minimum requirements of level of quality, standards of performance and/or design required, and is in no way intended to prohibit the bidding of other manufacturer’s items of equal or similar material. An equal or similar product may be bid, provided that the product is found by the County to be equal or similar in quality, standard of performance, design, etc. to the item specified. Where an equal or similar is bid, the Bid must be accompanied with two (2) complete sets of factory information sheets (specifications, brochures, etc.) and test results, if applicable, of unit bid as equal or similar. Equal product samples, if required for evaluation, and at no cost to the County, the vendor must contact the Procurement Services Division for instructions on submittal. The County shall be sole judge of equality or similarity, and its decision shall be final in the best interest. 9.0 DISCOUNT Any discounts or terms must be shown on the Bid form. Such discounts, if any, may be considered in the award of tie bids. In no instance should payment terms less than fifteen (15) calendar days be offered. 10.0 ADDENDA The County reserves the right to formally amend and/or clarify the requirements of the bid specifications where it deems necessary. Any such addendum/clarification shall be in writing and notifications shall be distributed electronically to all parties who received the original bid specifications prior to the deadline for submission of Bids. All changes to this ITB will be conveyed electronically through a notice of addendum or questions and answers to all vendors registered under the applicable commodity code(s) at the time when the original ITB was released, as well as those vendors who downl oaded the ITB document. All addendums are posted on the Collier County Procurement Services Division Online Bidding System website: www.colliergov.net/bid. Before submitting a bid response, please make sure that you have read all documents provided, understood clearly and complied completely with any changes stated in the addenda as failure to do so may result in the rejection of your submittal. 11.0 BID SUBMISSION All electronic bids shall be submitted online via the Collier County Procurement Services Division Online Bidding System: www.colliergov.net/bid 12.0 QUESTIONS If the vendor should be of the opinion that the meaning of any part of the Bid Document is doubtful, obs cure or contains errors or omissions it should report such opinion to the Procurement Strategist before the bid opening date. Direct questions related to this ITB only to the Collier County Procurement Services Division Internet website: www.colliergov.net/bid. Questions will 16.D.14.b Packet Pg. 1311 Attachment: 17-7154 Solicitation (5049 : ITB 17-7154 Structural and Mechanical Pool Contractors) 6 17-7154 Structural and Mechanical Pool Contractors not be answered after the date and time noted. Vendors must clearly understand that the only official answer or position of the County will be the one stated on the Collier County Procurement Services Division Online Bidding System website. For general questions, please call the referenced Procurement Strategist identified in the Public Notice. 13.0 PROTESTS Any prospective vendor/bidder who desires to protest any aspect(s) or provision(s) of the solicitation (including the form of the solicitation documents or procedures) shall file their protest with the Procurement Services Division prior to the time of the bid opening strictly in accordance with the County’s then current Procurement Ordinance and policies. 14.0 LOCAL VENDOR PREFERENCE (LVP) 14.1 The County is using the Competitive Sealed Bid methodology of source selection for this procurement, as authorized by Ordinance Number 2017-08 establishing and adopting the Collier County Procurement Ordinance. 14.2 Local business means the vendor has a current Business Tax Receipt issued by the Collier County Tax Collector for at least one year prior to bid or proposal submission to do business within Collier County, and that identifies the business with a permanent physical business address located within the limits of Collier County from which the vend or’s staff operates and performs business in an area zoned for the conduct of such business. A Post Office Box or a facility that receives mail, or a non-permanent structure such as a construction trailer, storage shed, or other non -permanent structure shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well-being of Collier County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, support and increase to the County's tax base, and residency of employees and principals of the business within Collier County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. A vendor who misrepresents the Local Preference status of its firm in a proposal or bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one year. 14.3 Under this solicitation, bidders desiring to receive local preference will be invited and required to affirmatively state and provide documentation as set forth in the solicitation in support of their status as a local business. Any bidder who fails to submit sufficient documentation with their bid offer shall not be granted local preference consideration for the purposes of that specific contract award. Except where federal or state law, or any other funding source, mandates to the contrar y, Collier County and its agencies and instrumentalities, will give preference to local businesses in the following manner. 14.4 Competitive bid (local price match option). Each formal competitive bid solicitation shall clearly identify how the price order of the bids received will be evaluated and determined. W hen a qualified and responsive, non-local business submits the lo we st price bid, and the bid submitted by one or more qualified and responsive local businesses is within ten percent of the price submitted by the non-local business, then the local business with the apparent lowest bid offer (i.e., the lowest local bidder) shall have the opportunity to submit an offer to match the price(s), less one (1) dollar, offered b y the overall lo west, qualified and responsive bidder. In such instances, staff shall first verify if the lowest non- local bidder and the lo we st local bidder are in fact qualified and responsive bidders. Next, the Procurement Services Division shall determine if the lo we st local bidder meets the requirements of Fla. Stat. Sec.287.087 (Preferences to businesses with drug-free workplace programs). If the lowest local bidder meets the requirements of Fla. Stat. Sec. 287.087, the Procurement Services Division shall invite the lowest local bidder to submit a matching offer, less one (1) dollar, within five (5) business da ys thereafter. If the lo west local bidder submits an offer that full y matches the lo west bid, less one (1) dollar, fr o m the lo west non-local bidder tendered previousl y, then award shall be made to the local bidder. If the lo west local bidder declines or is unable to match the lowe st non-local bid price(s), then award will be made to the lowest overall qualified and responsive bidder. If the lowest local bidder does not meet the requirement of Fla. Stat. Sec 287.087, and the lowest non-local bidder does, award will be made to the bidder that meets the requirements of the reference state law. 14.5 Bidder must complete and submit with their bid response the Affidavit for Claiming Status as a Local Business which is included as part of this solicitation. Failure on the part of a Bidder to submit this Affidavit with their bid response will preclude said Bidder from being considered for local preference on this solicitation. 14.6 A Bidder who misrepresents the Local Preference status of its firm in a bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one (1) year. 14.7 The County may, as it deems necessary, conduct discussions with responsible bidders determined to be in contention for being selected for award for the purpose of clarification to assure full understanding of, and responsiveness to solicitation requirements. 15.0 IMMIGRATION AFFIDAVIT CERTIFICATION 16.D.14.b Packet Pg. 1312 Attachment: 17-7154 Solicitation (5049 : ITB 17-7154 Structural and Mechanical Pool Contractors) 7 17-7154 Structural and Mechanical Pool Contractors 15.1 Statutes and executive orders require employers to abide by the immigration laws of the United States and to employ only individuals who are eligible to work in the United States. The Employment Eligibility Verification System (E -Verify) operated by the Department of Homeland Security (DHS) in partnership with the Social Security Administration (SSA), provides an Internet-based means of verifying employment eligibility of workers in the United States; it is not a substitute for any other employment eligibility verification requirements. The program will be used for Collier County formal Invitations to Bid (ITB) and Request for Proposals (ITB) including professional services and construction services. 15.1.1Exceptions to the program: (1) Commodity based procurement where no services are provided. (2) Where the requirement for the affidavit is waived by the Board of County Comm issioners 15.2 Vendors / Bidders are required to enroll in the E -Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor’s/bidder’s proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E -Verify Memorandum of Understanding for the company. Vendors are also required to provide the Collier County Procurement Services Division an executed affidavit certifying they shall comply with the E-Verify Program. The affidavit is attached to the solicitation documents. If the Bidder/Vendor does not comply with providing both the acceptable E-Verify evidence and the executed affidavit the bidder’s / vendor’s proposal may be deemed non-responsive. 15.3 Additionally, vendors shall require all subcontracted vendors to use the E -Verify system for all purchases not covered under the “Exceptions to the program” clause above. 15.4 For additional information regarding the Employment Eligibility Ver ification System (E-Verify) program visit the following website: http://www.dhs.gov/E-Verify. It shall be the vendor’s responsibility to familiarize themselves with all rules and regulations governing this program. 15.5 Vendor acknowledges, and without exception or stipulation, any firm(s) receiving an award shall be fully 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 amended and with the provisions contained within this affidavit. Failure by the awarded firm(s) to comply with the laws referenced herein or the provisions of this affidavit shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. 16.0 LOBBYING After the issuance of any solicitation, no current or prospective vendor or any person acting on their behalf, shall contact, communicate with or discuss any matter relating to the solicitation with any Collier County employee or elected or appointed official, other than the Procurement Services Director or his/her designees. This prohibition ends upon execution of the fin al contract or upon cancellation of the solicitation. Any current or prospective vendor that lobbies any Collier County employee or elected or appointed official while a solicitation is open or being recommended for award (i) may be deemed ineligible for award of that solicitation by the Procurement Services Director, and (ii) will be subject to Suspension and Debarment outlined in section Twenty-eight of County Ordinance 2017-08. 17.0 CERTIFICATE OF AUTHORITY TO CONDUCT BUSINESS IN THE STATE OF FLORIDA (FL STATUTE 607.1501) In order to be considered for award, firms must be registered with the Florida Department of State Divisions of Corporations in accordance with the requirements of Florida Statute 607.1501 and provide a certificate of authority (www.sunbiz.org/search.html) prior to execution of a contract. A copy of the document may be submitted with the solicitation response and the document number shall be identified. Firms who do not provide the certificate of a uthority at the time of response shall be required to provide same within five (5) days upon notification of selection for award. If the firm cannot provide the document within the referenced timeframe, the County reserves the right to award to another fir m. 18.0 GENERAL INFORMATION When it is deemed by the County that a bid cannot be awarded as originally intended, the County reserves the right to award this bid through an approach which is t he best interest of the County. Alternate bids will not be considered unless authorized by the ITB. In case of identical bids tying as low bid, the County shall conduct a random selection (coin toss) by the Procurement Services Director before at least three witnesses. 19.0 BID AWARD PROCESS Award shall be made in a manner consistent with the County’s Procurement Ordinance. Award recommendations will be posted on the Collier County Procurement Services Division website. 20.0 RESERVED RIGHTS Collier County reserves its right in any solicitation to accept or reject any or all bids, proposals or offers; to waive minor 16.D.14.b Packet Pg. 1313 Attachment: 17-7154 Solicitation (5049 : ITB 17-7154 Structural and Mechanical Pool Contractors) 8 17-7154 Structural and Mechanical Pool Contractors irregularities and technicalities; or to request resubmission. Also Collier County reserves the right to accept all or any pa rt of any bid, proposal, or offer, and to increase or decre ase quantities to meet the additional or reduced requirements of Collier County. Collier County reserves its right to cancel, extend or modify any or all bids, proposals or offers; to award to one o r more vendors; to award all or part of a solicitation; and to award by individual line items when it is deemed to be in the best interest of the County. Collier County reserves its right to reject any sole response. END OF GENERAL BID INSTRUCTIONS 16.D.14.b Packet Pg. 1314 Attachment: 17-7154 Solicitation (5049 : ITB 17-7154 Structural and Mechanical Pool Contractors) 9 17-7154 Structural and Mechanical Pool Contractors 21.0 COLLIER COUNTY PURCHASE ORDER TERMS AND CONDITIONS 21.1 Offer 21.1.1 This offer is subject to cancellation by the COUNTY without notice if not accepted by VENDOR within fourteen (14) days of issuance. 21.2 Acceptance and Confirmation 21.2.1 This Purchase Order (including all documents attached to or referenced therein) constitutes the entire agreement between the parties, unless otherwise specifically noted by the COUNTY on the face of this Purchase Order. Each delivery of goods and/or services received by the COUNTY from VENDOR shall be deemed to be upon the terms and conditions contained in this Purchase Order. 21.2.2 No additional terms may be added and Purchase Order may not be changed except by written instrument executed by the COUNTY. VENDOR is deemed to be on notice that the COUNTY objects to any additional or different terms and conditions contained in any acknowledgment, invoice or other communication from VENDOR, notwithstanding the COUNTY’S acceptance or payment for any delivery of goods and/or services, or any similar act by VENDOR. 21.3 Inspection 21.3.1 All goods and/or services delivered hereunder shall be received subject to the COUNTY’S inspection and approval and payment therefore shall not constitute acceptance. All payments are subject to adjustment for shortage or rejection. All defective or nonconforming goods will be ret urned pursuant to VENDOR'S instruction at VENDOR’S expense. 21.3.2 To the extent that a purchase order requires a series of performances by VENDOR, the COUNTY prospectively reserves the right to cancel the entire remainder of the Purchase Order if goods and/or services provided early in the term of the Purchase Order are non conforming or otherwise rejected by the COUNTY. 21.4 Shipping and Invoices 21.4.1 a) All goods are FOB destination and must be suitably packed and prepared to secure the lowest transportation rates and to comply with all carrier regulations. Risk of loss of any goods sold hereunder shall transfer to the COUNTY at the time and place of delivery; provided that risk of loss prior to actual receipt of the goods by the COUNTY nonetheless remain with VENDOR. 21.4.2 b) No charges will be paid by the COUNTY for packing, crating or cartage unless otherwise specifically stated in this Purchase Order. Unless otherwise provided in Purchase Order, no invoices shall be issued nor payments made prior to delivery. Unless freight and other charges are itemized, any discount will be taken on the full amount of invoice. 21.4.3 c) All shipments of goods scheduled on the same day via the same route must be consolidated. Each shipping container must be consecutively numbered and marked to show this Purchase Order number. The container and Purchase Order numbers must be indicated on bill of lading. Packing slips must show Purchase Order number and must be included on each package of less than container load (LCL) shipments a nd/or with each car load of equipment. The COUNTY reserves the right to refuse or return any shipment or equipment at VENDOR’S expense that is not marked with Purchase Order numbers. VENDOR agrees to declare to the carrier the value of any shipment made under this Purchase Order and the full invoice value of such shipment. 21.4.4 d) All invoices must contain the Purchase Order number and any other specific information as identified on the Purchase Order. Discounts of prompt payment will be computed from the date of receipt of goods or from date of receipt of invoices, whichever is later. Payment will be made upon receipt of a proper invoice and in compliance with Chapter 218, Fla. Stats., otherwise known as the “Local Government Prompt Payment Act,” and, pu rsuant to the Board of County Commissioners Purchasing Policy. 21.5 Time Is Of the Essence 21.5.1 Time for delivery of goods or performance of services under this Purchase Order is of the essence. Failure of VENDOR to meet delivery schedules or deliver within a reasonable time, as interpreted by the COUNTY in its sole judgment, shall entitle the COUNTY to seek all remedies available to it at law or in equity. VENDOR agrees to reimburse the COUNTY for any expenses incurred in enforcing its rights. VENDOR further agrees that undiscovered delivery of nonconforming goods and/or services is not a waiver of the COUNTY’S right to insist upon further compliance with all specifications. 21.6 Changes 21.6.1 The COUNTY may at any time and by written notice make changes to drawings and specifications, shipping 16.D.14.b Packet Pg. 1315 Attachment: 17-7154 Solicitation (5049 : ITB 17-7154 Structural and Mechanical Pool Contractors) 10 17-7154 Structural and Mechanical Pool Contractors instructions, quantities and delivery schedules within the general scope of this Purchase Order. Should any such change increase or decrease the cost of, or the time required for performance of the Purchase Order, an equitabl e adjustment in the price and/or delivery schedule will be negotiated by the COUNTY and VENDOR. Notwithstanding the foregoing, VENDOR has an affirmative obligation to give notice if the changes will decrease costs. Any claims for adjustment by VENDOR must be made within thirty (30) days from the date the change is ordered or within such additional period of time as may be agreed upon by the parties. 21.7 Warranties 21.7.1 VENDOR expressly warrants that the goods and/or services covered by this Purchase Order will conform to the specifications, drawings, samples or other descriptions furnished or specified by the COUNTY, and will be of satisfactory material and quality production, free from defects and sufficient for the purpose intended. Goods shall be delivered free from any security interest or other lien, encumbrance or claim of any third party. These warranties shall survive inspection, acceptance, passage of title and payment by the COUNTY. 21.8 Statutory Conformity 21.8.1 Goods and services provided pursuant to thi s Purchase Order, and their production and transportation shall conform to all applicable laws, including but not limited to the Occupational Health and Safety Act, the Federal Transportation Act and the Fair Labor Standards Act, as well as any law or regulation noted on the face of the Purchase Order. 21.9 Advertising 21.9.1 No VENDOR providing goods and services to the COUNTY shall advertise the fact that it has contracted with the COUNTY for goods and/or services, or appropriate or make use of the COUNTY’S name or other identifying marks or property without the prior written consent of the COUNTY’S Purchasing Department. 21.10 Indemnification 21.10.1 VENDOR shall defend, indemnify and hold harmless the COUNTY from any and all claims, including claims of negligence, costs and expenses, including but not limited to attorneys' fees, arising from, caused by or related to the injury or death of any person (including but not limited to employees and agents of VENDOR in the performance of their duties or otherwise), or damage to property (including property of the COUNTY or other persons), which arise out of or are incident to the goods and/or services to be provided hereunder. 21.11 Warranty of Non Infringement 21.11.1 VENDOR represents and warrants that all goods sold or services performe d under this Purchase Order are: a) in compliance with applicable laws; b) do not infringe any patent, trademark, copyright or trade secret; and c) do not constitute unfair competition. 21.11.2 VENDOR shall indemnify and hold harmless the COUNTY from and against any and all claims, including claims of negligence, costs and expense, including but not limited to attorneys' fees, which arise from any claim, suit or proceeding alleging that the COUNTY’S use of the goods and/or services provided under this Purchase Order are inconsistent with VENDOR'S representations and warranties in section 11 (a). 21.11.3 If any claim which arises from VENDOR'S breach of section 11 (a) has occurred, or is likely to occur, VENDOR may, at the COUNTY’S option, procure for the COUNTY the right to continue using the goods or services, or replace or modify the goods or services so that they become non infringing, (without any material degradation in performance, quality, functionality or additional cost to the COUNTY). 21.12 Insurance Requirements 21.12.1 The VENDOR, at its sole expense, shall provide commercial insurance of such type and with such terms and limits as may be reasonably associated with the Purchase Order. Providing and maintaining adequate insurance coverage is a material obligation of the VENDOR. All insurance policies shall be executed through insurers authorized or eligible to write policies in the State of Florida. 21.13 Compliance with Laws 21.13.1 In fulfilling the terms of this Purchase Order, VENDOR agrees that it will comply with all feder al, state, and local laws, rules, codes, and ordinances that are applicable to the conduct of its business. By way of non - exhaustive example, this shall include the American with Disabilities Act and all prohibitions against discrimination on the basis of race, religion, sex creed, national origin, handicap, marital status, or veterans’ status. Further, VENDOR acknowledges and without exception or stipulation shall be fully 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 amended. Failure by the awarded firm(s) to comply with the laws referenced herein shall constitute a breach of the award agreement and the County shall ha ve the discretion to 16.D.14.b Packet Pg. 1316 Attachment: 17-7154 Solicitation (5049 : ITB 17-7154 Structural and Mechanical Pool Contractors) 11 17-7154 Structural and Mechanical Pool Contractors unilaterally terminate said agreement immediately. Any breach of this provision may be regarded by the COUNTY as a material and substantial breach of the contract arising from this Purchase Order. 21.14 Force Majeure 21.14.1 Neither the COUNTY nor VENDOR shall be responsible for any delay or failure in performance resulting from any cause beyond their control, including, but without limitation to war, strikes, civil disturbances and acts of nature. When VENDOR has knowledge of any actual or potential force majeure or other conditions which will delay or threatens to delay timely performance of this Purchase Order, VENDOR shall immediately give notice thereof, including all relevant information with respects to what steps VENDOR is taking to comp lete delivery of the goods and/or services to the COUNTY. 21.15 Assignment 21.15.1 VENDOR may not assign this Purchase Order, nor any money due or to become due without the prior written consent of the COUNTY. Any assignment made without such consent shall be deeme d void. 21.16 Taxes 21.16.1 Goods and services procured subject to this Purchase Order are exempt from Florida sales and use tax on real property, transient rental property rented, tangible personal purchased or rented, or services purchased (Florida Statutes, Chapter 212), and from federal excise tax. 21.17 Annual Appropriations 21.17.1 The COUNTY’S performance and obligation to pay under this Purchase Order shall be contingent upon an annual appropriation of funds. 21.18 Termination 21.18.1 This Purchase Order may be terminated at any time by the COUNTY upon 30 days prior written notice to the VENDOR. This Purchase Order may be terminated immediately by the COUNTY for breach by VENDOR of the terms and conditions of this Purchase Order, provided that COUNTY has provided VENDOR with noti ce of such breach and VENDOR has failed to cure within 10 days of receipt of such notice. 21.19 General 21.19.1 a) This Purchase Order shall be governed by the laws of the State of Florida. The venue for any action brought to specifically enforce any of the terms and conditions of this Purchase Order shall be the Twentieth Judicial Circuit in and for Collier County, Florida 21.19.2 b) Failure of the COUNTY to act immediately in response to a breach of this Purchase Order by VENDOR shall not constitute a waiver of breach. Waiver of the COUNTY by any default by VENDOR hereunder shall not be deemed a waiver of any subsequent default by VENDOR. 21.19.3 c) All notices under this Purchase Order shall be sent to the respective addresses on the face page by certified mail, return receipt requested, by overnight courier service, or by personal delivery and will be deemed effective upon receipt. Postage, delivery and other charges shall be paid by the sender. A party may change its address for notice by written notice complying with the requirements of this section. 21.19.4 d) The Vendor agrees to reimbursement of any travel expenses that may be associated with this Purchase Order in accordance with Florida Statute Chapter 112.061, Per Diem and Travel Expenses for Public Officers, employees and authorized persons. 21.19.5 e) In the event of any conflict between or among the terms of any Contract Documents related to this Purchase Order, the terms of the Contract Documents shall take precedence over the terms of the Purchase Order. To the extent any terms and /or conditions of this Purchase Order duplicate or overlap the Terms and Conditions of the Contract Documents, the provisions of the Terms and/or Conditions that are most favorable to the County and/or provide the greatest protection to the County shall govern. 16.D.14.b Packet Pg. 1317 Attachment: 17-7154 Solicitation (5049 : ITB 17-7154 Structural and Mechanical Pool Contractors) 12 17-7154 Structural and Mechanical Pool Contractors ADDITIONAL TERMS AND CONDITIONS FOR ITB 22.0 INSURANCE AND BONDING REQUIREMENTS 22.1 The Vendor shall at its own expense, carry and maintain insurance coverage from responsible companies duly authorized to do business in the State of Florida as set forth in the Insurance and Bonding attachment of this solicitation. The Vendor shall procure and maintain property insurance upon the entire project, if required, to the full insurable value of the scope of work. 22.2 The County and the Vendor waive against each other and the County’s separate Vendors, Contractors, Design Consultant, Subcontractors agents and employees of each and all of them, all damages covered by property insurance provided herein, except such rights as they may have to the proceeds of such insurance. The Vendor and County shall, where appropriate, require similar waivers of subrogation from the County’s separate Vendors, Design Consultants and Subcontractors and shall require each of them to include similar waivers in their contracts. 22.3 Collier County shall be responsible for purchasing and maintaining, its own liability insurance. 22.4 Certificates issued as a result of the award of this solicitation must identify “For any and all work performed on behalf of Collier County.” 22.5 The General Liability Policy provided by Vendor to meet the requirements of this solicitation shall name Collier County, Florida, as an additional insured as to the operations of Vendor under this solicitation and shall contain a severability of interests provisions. 22.6 Collier County Board of County Commissioners shall be named as the Certificate Holder. The Certificat es of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. The "Certificate Holder" should read as follows: Collier County Board of County Commissioners Naples, Florida 22.7 The amounts and types of insurance coverage shall conform to the minimum requirements set forth in Insurance and Bonding attachment, with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If Vendor has any self-insured retentions or deductibles under any of the below listed minimum required coverage, Vendor must identify on the Certificate of Insurance the nature and amount of such self - insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self-insured retentions or deductibles will be Vendor’s sole responsibility. 22.8 Coverage(s) shall be maintained without interruption from the date of commencement of the Work until the date of completion and acceptance of the scope of work by the County or as specified in this solicitation, whichever is longer. 22.9 The Vendor and/or its insurance carrier shall provide 30 days written notice to the County of policy cancellation or non renewal on the part of the insurance carrier or the Vendor. The Vendor shall also notify the County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non -renewal or material change in coverage or limits received by Vendor from its insurer and nothing contained herein shall relieve Vendor of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by Vendor hereunder, Vendor shall immediately take steps to have the aggregate l imit reinstated to the full extent permitted under such policy. 22.10 Should at any time the Vendor not maintain the insurance coverage(s) required herein, the County may terminate the Agreement or at its sole discretion shall be authorized to purchase such co verage(s) and charge the Vendor for such coverage(s) purchased. If Vendor fails to reimburse the County for such costs within thirty (30) days after demand, the County has the right to offset these costs from any amount due Vendor under this Agreement or any other agreement between the County and Vendor. The County shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverage(s) purchased or the insurance company or companies used. The decision of the County to purchase such insurance coverage(s) shall in no way be construed to be a waiver of any of its rights under the Contract Documents. 22.11 If the initial or any subsequently issued Certificate of Insurance expires prior to the completion of the scope of work, the Vendor shall furnish to the County renewal or replacement Certificate(s) of Insurance not later than ten (10) calendar days after the expiration date on the certificate. Failure of the Vendor to provide the County with such renewal certificate(s) shall be considered justification for the County to terminate any and all contracts. 23.0 ADDITIONAL ITEMS AND/OR SERVICES 23.1 Additional items and / or services may be added to the resultant contract, or purchase order, in compliance with the 16.D.14.b Packet Pg. 1318 Attachment: 17-7154 Solicitation (5049 : ITB 17-7154 Structural and Mechanical Pool Contractors) 13 17-7154 Structural and Mechanical Pool Contractors Procurement Ordinance. 24.0 VENDOR PERFORMANCE EVALUATION 24.1 The County has implemented a Vendor Performance Evaluation System for all contracts awarded in excess of $25,000. To this end, vendors will be evaluated on their performance upon completion/termination of this Agreement. 25.0 ADDITIONAL TERMS AND CONDITIONS OF CONTRACT 25.1 The selected Vendor may be required to sign a standard Collier County contract. 25.2 The resultant contract(s) may include purchase or work orders issued by the County’s project manager . 25.3 The County reserves the right to include in any contract document such terms and conditions, as it deems necessary for the proper protection of the rights of Collier County. A sample copy of this contract is available upon request. The County will not be obligated to sign any contracts, maintenance and/or service agreements or other documents provided by the Vendor. 25.4 The County’s project manager shall coordinate with the Vendor / Contractor the return of any surplus assets, including materials, supplies, and equipment associated with the scope or work. 26.0 PUBLIC RECORDS COMPLIANCE 26.1 Florida Public Records Law Chapter 119, including specifically those contractual requirements in 119.0701(2)(a)-(b) as follows: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Communication and Customer Relations Division 3299 Tamiami Trail East Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8383 26.2 The Contractor must specifically comply with the Florida Public Records Law to: 26.2.1 Keep and maintain public records required by the public agency to perform the service. 26.2.2 Upon request from the public agency’s custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 26.2.3 Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 26.2.4 Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perf orm the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency’s custodian of public records, in a format that is compatible with the information technology systems of the public agency. 27.0 PAYMENT METHOD 27.1 Payments are made in accordance with the Local Government Prompt Payment Act, Chapter 218, Florida Statutes. Vendor’s invoices must include: 27.1.1 Purchase Order Number 27.1.2 Description and quantities of the goods or services provided per instructions on the Coun ty’s purchase order or 16.D.14.b Packet Pg. 1319 Attachment: 17-7154 Solicitation (5049 : ITB 17-7154 Structural and Mechanical Pool Contractors) 14 17-7154 Structural and Mechanical Pool Contractors contract. Invoices shall be sent to: Board of County Commissioners Clerk’s Finance Department ATTN: Accounts Payable 3299 Tamiami Trail East, Suite 700 Naples FL 34112 Or Emailed to: bccapclerk@collierclerk.com 27.2 Payments will be made for articles and/or services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of contract. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of “laches” as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this agreement. 27.3 In instances where the successful contractor may owe debts (including, but not limited to taxes or other fees) to Collier County and the contractor has not satisfied nor made arrangement to satisfy these d ebts, the County reserves the right to off-set the amount owed to the County by applying the amount owed to the vendor or contractor for services performed of for materials delivered in association with a contract. 27.4 Invoices shall not reflect sales tax. After review and approval, the invoice will be transmitted to the Finance Division for payment. Payment will be made upon receipt of proper invoice and in compliance with Chapter 218 Florida Statutes, otherwise known as the “Local Government Prompt Payment Act.” Collier County reserves the right to withhold and/or reduce an appropriate amount of any payment for work not performed or for unsatisfactory performance of Contractual requirements. 28.0 ENVIRONMENTAL HEALTH AND SAFETY 28.1 All Vendors and Sub Vendors performing service for Collier County are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Vendors and Sub Vendors shall be responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. All firewall penetrations must be protected in order to meet Fire Cod es. 28.2 Collier County Government has authorized OSHA representatives to enter any Collier County facility, property and/or right-of-way for the purpose of inspection of any Vendor’s work operations. This provision is non-negotiable by any department and/or Vendor. 28.3 All new electrical installations shall incorporate NFPA 70E Short Circuit Protective Device Coordination and Arc Flash Studies where relevant as determined by the engineer. 28.4 All electrical installations shall be labeled with appropriate NFPA 70E arch flash boundary and PPE Protective labels. 29.0 LICENSES 29.1 The Vendor is required to possess the correct Business Tax Receipt, professional license, and any other authorizations necessary to carry out and perform the work required by the project pursuant to all applicable Federal, State and Local Law, Statute, Ordinances, and rules and regulations of any kind. Additionally, copies of the required licenses must be submitted with the proposal response indicating that the entity proposing, as well as the tea m assigned to the County account, is properly licensed to perform the activities or work included in the contract documents. Failure on the part of any Vendor to submit the required documentation may be grounds to deem Vendor non-responsive. A Vendor, with an office within Collier County is also required to have an occupational license. 29.2 All State Certified contractors who may need to pull Collier County permits or call in inspections must complete a Collier County Contractor License registration form and submit the required fee. After registering the license/registration will need to be renewed thereafter to remain “active” in Collier County. 29.3 If you have questions regarding professional licenses contact the Contractor Licensing, Community Development a nd Environmental Services at (239) 252-2431, 252-2432 or 252-2909. Questions regarding required occupational licenses, please contact the Tax Collector’s Office at (239) 252-2477. 30.0 SURVIVABILITY 30.1 Purchase Orders: The Vendor agrees that any Purchase Order that extends beyond the expiration date of Solicitation 17- 7154 Structural and Mechanical Pool Contractors will survive and remain subject to the terms and conditions of that Agreement until the completion or termination of this Purchase Order. 31.0 RELATION OF COUNTY 31.1 It is the intent of the parties hereto that the Vendor shall be legally considered an independent Vendor, and that neither 16.D.14.b Packet Pg. 1320 Attachment: 17-7154 Solicitation (5049 : ITB 17-7154 Structural and Mechanical Pool Contractors) 15 17-7154 Structural and Mechanical Pool Contractors the Vendor nor their employees shall, under any circumstances, be considered employees or agents of the County, and that the County shall be at no time legally responsible for any negligence on the part of said Vendor, their employees or agents, resulting in either bodily or personal injury or property damage to any individual, firm, or corporation. 32.0 TERMINATION Should the Vendor be found to have failed to perform services in a manner satisfactory to the County, the County may terminate this Agreement immediately for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be sole judge of non performance. In the event that the award of this solicitation is made by the Procurement Services Directo r, the award and any resultant purchase orders may be terminated at any time by the County upon thirty (30) days written notice to the awarded vendor(s) pursuant to the Board’s Procurement Ordinance. 33.0 PUBLIC ENTITY CRIME A person or affiliate who has been placed on the convicted Vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or vendor under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted Vendor list. 34.0 SECURITY AND BACKGROUND CHECKS 34.1 The Contractor is required to comply with County Ordinance 2004 -52, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associ ated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County under this Agreement. This may include, b ut not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to main tain records on each employee and make them available to the County for at least four (4) years. 34.2 All of Contractor’s employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor’s business. 34.3 The Contractor shall immediately notify the Collier County Facilities Management Division via e -mail (DL- FMOPS@colliergov.net) whenever an employee assigned to Collier County separates from their employment. This notification is critical to ensure the continued security of Collier County facilities and systems. Failure to notify within four (4) hours of separation may result in a deduction of $500 per incident. 34.4 CCSO requires separate fingerprinting prior to work being performed in any of their locations. This will be coordinated upon award of the contract. If there are additional fees for this process, the vendor is responsible for all costs. 35.0 CONFLICT OF INTEREST Vendor shall complete the Conflict of Interest Affidavit included as an attachment to this ITB document. Disclosure of any potential or actual conflict of interest is subject to County staff review and does not in and of itself disqualify a fir m from consideration. These disclosures are intended to identify and or preclude conflict of interest situations during contract selection and execution. 36.0 PROHIBITION OF GIFTS TO COUNTY EMPLOYEES No organization or individual shall offer or give, either directly or indi rectly, 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, the current Collier County Ethics Ordinance and County Administrative Procedure 5311. Violation of this pro vision may result in one or more of the following consequences: a. Prohibition by 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 b usiness with the County for a specified period of time, including but not limited to: submitting bids, ITB, and/or quotes; and, c. immediate termination of any contract held by the individual and/or firm for cause. 37.0 DEDUCTION FOR NON-PERFORMANCE The County reserves the right to deduct a portion of any invoice for goods not delivered, or services not performed in accordance with requirements, including required timeframe. The County may also deduct, or chargeback the Vendor the costs necessary to correct the deficiencies directly related to the Vendor’s non -performance. 16.D.14.b Packet Pg. 1321 Attachment: 17-7154 Solicitation (5049 : ITB 17-7154 Structural and Mechanical Pool Contractors) 16 17-7154 Structural and Mechanical Pool Contractors 38.0 OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES Collier County encourages and agrees to the successful vendor extending the pricing, terms and conditions of this solicitatio n or resultant contract to other governmental entities at the discretion of the successful vendor. 39.0 FLORIDA WOOD PRODUCTS The Vendor/Contractor agrees to comply with Florida Statute 255.20 to provide lumber, timber and other forest products produced and manufactured in the State of Florida as long as the price, fitness and quality are equal. 40.0 STANDARDS OF CONDUCT The Vendor shall employ people to work on County projects who are neat, clean, well -groomed and courteous. Subject to the American with Disabilities Act, Vendor shall supply competent employees who are physically capable of performing their employment duties. The County may require the Vendor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employmen t on Collier County projects is not in the best interest of the County. 41.0 PROTECTION OF PROPERTY The Vendor shall ensure that the service is performed in such manner as to not damage any property. In the event damage occurs to any property as a direct result of the Vendor or their Sub vendor in the performance of the required service, the Vendor shall repair/replace, to the County’s satisfaction, damaged property at no additional cost to the County. If the damag e caused by the Vendor or their Sub vendor has to be repaired/replaced by the County, the cost of such work will be deducted from the monies due the Vendor. The County’s project manager shall coordinate with the Vendor / Contractor the return of any surplus assets, including materials, supplies, and equipment associated with the scope or work. 42.0 COLLIER COUNTY INFORMATION TECHNOLOGY REQUIREMENTS All vendor access will be done via VPN access only. All access must comply with current published County Manager Agency (CMA) policies. Current policies that apply are CMAs 5402, 5403 and 5405. These policies will be available upon request from the Information Technology Department. All vendors will be required to adhere to IT policies for access to the County network. Vendors are required to notify the County in writing twenty-four (24) hours in advance as to when access to the network is planned. Included in this request must be a detailed work plan with actions that will be taken at the time of access. The County IT Department has developed a Technical Architecture Requirements Document that is required to be filled out and submitted with your bid response. This document can be found on the Collier County Procurement Services Division website: www.colliergov.net/purchasing. On the left hand side of the menu, click on CC Technical Requirements. If this document is not submitted with your bid response, your bid response may be deemed non -responsive. 43.0 MAINTENANCE OF TRAFFIC POLICY For all projects that are conducted within a Collier County Right -of-Way, the Vendor shall provide and erect Traffic Control Devices as prescribed in the current edition of the Manual On Uniform Traffic Control Devices (MUTCD), where applicable on local roadways and as prescribed in the Florida Department of Transportation’s Design Standards (DS) on state roadways. These projects shall also comply with Collier County’s Maintenance of Traffic Poli cy, #5807, incorporated herein by reference. Copies are available through the Risk Management and/or Procurement Services Division and are available on -line at colliergov.net/purchasing. The Vendor will be responsible for obtaining copies of all required manuals, MUTCD, FDOT Roadway & Traffic Design Standards Indexes, or other related documents, so to become familiar with their requirements. Strict adherence to the requirements of the Maintenance of Traffic (“MOT”) policy will be enforced under this Contra ct. All costs associated with the Maintenance of Traffic shall be included on the line item on the bid page. If MOT is require d, MOT is to be provided within ten (10) days of receipt of Notice of Award. 44.0 DEBRIS Vendor shall be responsible for the removal and disposal of all debris from the site and the cleaning of the affected areas. Vendor shall keep the premises free of debris and unusable materials resulting from their work and as work progresses; or upo n the request of the County’s representative, shall remove and dispose such debris and materials from the property. The Vendor shall leave all affected areas as they were prior to beginning work. 45.0 DIRECT MATERIAL PURCHASE 45.1The County reserves the right to require Vendor to assign some or all of its agreements with material suppliers directly to the County. Any such goods and/or materials purchased by the County pursuant to such an assignment of a material 16.D.14.b Packet Pg. 1322 Attachment: 17-7154 Solicitation (5049 : ITB 17-7154 Structural and Mechanical Pool Contractors) 17 17-7154 Structural and Mechanical Pool Contractors supply agreement shall be referred to as “County Furnished Materials” and the responsibilities of both the County and the Vendor relating to said materials shall be governed by the terms and conditions of this solicitation. Additionally, the County at its sole option may choose to purchase some or all of the goods and/or materials from other suppliers. In either instance the County may require the following information from the Vendor: 45.1.1Required quantities of material 45.1.2Specifications relating to goods and/or materials requir ed for job including brand and/or model number or type if applicable 45.1.3Pricing and availability of goods and/or materials provided under Vendor’s agreements with material suppliers 46.0 GRANT COMPLIANCE The purchase of any goods and/or services that are funded through Federal Grant Appropriations, the State of Florida, or any other public or private foundations shall be subject to the compliance and reporting requirements of the granting agency. 47.0 EQUIPMENT Vendor shall have available and in good working condition, the necessary equipment to perform the required service. If required by the County, the Vendor shall supply a list of equipment and an hourly rate for each. Hourly rates will commence once equipment arrives at the service site, unless otherwise agreed in writing by the Project Manager. In the event that additional specialized and/or heavy equipment (backhoe, crane, mudhog, etc.) is needed, the Project Manager must be notified in advance for approval. The reimbursement of additional equipment expense shall be at cost and will commence once equipment arrives at the service site, unless otherwise agreed in writing by the Project Manager. The County reserves the right to request and obtain documentation of the Vendor’s cost for time and material projects, and to withhold payments until documentation is provided. All County-purchased equipment must be new and of current manufacture in production at the time of bid opening, and carry industry standard warranties. At the time of delivery, at least two (2) complete shop repair manuals and parts lists must be furnished with each type of equipment. Vendor must service all equipment prior to delivery and/or acceptance by the County. The scope of these specifications is to ensure the delivery of a complete unit ready fo r operation. Omission of any essential detail from these specifications does not relieve the Vendor from furnishing a complete unit. 48.0 STORAGE TANK INSTALLATION AND CLOSURE REQUIREMENTS The contractor shall ensure compliance with all NFPA regulations: specifically 110 & 30/30A; FDEP chapter 62 regulations: specifically 761, 762, 777, and 780; 376 & 403 Florida Statutes; and STI, UL, PEI, ASME, NACE, NLPA, NIST & API referenced standards pertaining to the storage of hazardous materials and petroleum products. The contractor shall notify the Solid & Hazardous Waste Management Department (SHWMD) prior to the installation, removal, or maintenance of any storage tank, including day tanks for generators, storing / will be storing petroleum products or hazardous materials. The contractor shall provide a 10 day and 48 hour notice to SHWMD 239 -252-2508 prior to commencement. The contractor shall provide the plans pertaining to the storage tank systems containing hazardous materials / petroleum products to the SHWMD prior to plans submittal to a permitting entity and then SHWMD must approve the plans prior to contractor’s submittal for permitting. 49.0 62-761.300 APPLICABILITY 49.1General Requirements: 49.1.1Underground storage tank systems: The requirements of this Chapter, unless specified otherwise, apply to owners and operators of facilities, or owners and operators of UST systems with individual storage tank capacities greater than110 gallons that contain or contained: (1) Vehicular fuel, subject to Chapter 17-61, F.A.C., after May 21, 1984 (2) Pollutants or hazardous substances after December 10, 1990; or (3) Regulated substances in unmaintained storage tank systems. 49.1.2This rule is applicable to non-residential facilities. Under 40 C.F.R. 280, residential tanks greater than 1100 gallons containing motor fuels are subject to Federal UST rules (advisory information only -not required by this Chapter). 50.0 62-762.301, F.A.C. APPLICABILITY 50.1General Requirements: 16.D.14.b Packet Pg. 1323 Attachment: 17-7154 Solicitation (5049 : ITB 17-7154 Structural and Mechanical Pool Contractors) 18 17-7154 Structural and Mechanical Pool Contractors 50.1.1Aboveground storage tank systems: The requirements of this chapter, unless specified otherwise, apply to owners and operators of facilities, or owners and operators of aboveground stationary storage tank systems with individual storage tank capacities greater than 550 gallons that contain or contained: Vehicular fuel, subject to Chapter 17 -61, F.A.C., after May 21, 1984 (1) Vehicular fuel, subject to Chapter 17-61, F.A.C., after May 21, 1984; (2) Pollutants after March 12, 1991; or (3) Pollutants in unmaintained storage tank systems. 50.1.2Aboveground compression vessels and hazardous substance storage tank systems: Owners and operators of compression vessels and hazardous substance storage tanks with capacities of greater than 110 gallons containing hazardous substances are only required to comply with subsections 62-762.401(1)-(2), F.A.C. 50.1.3Aboveground mineral acid storage tank systems: Owners and operators of facilities, or owners and operators of aboveground mineral acid storage tank systems with capacities of greater than 110 gallons containing miner al acids are only required to comply with Rule 62-762.891, F.A.C. 51.0 DEFINITIONS 62-761.200(11) and 62-762.201(16), F.A.C.: “County” means a locally administered program under contract with the Department to perform compliance verification activities at facilities with storage tank systems. 62-761.200(48) and 62-762.201(62), F.A.C.: “Pollutants” includes any “product” as defined in Section 377.19(11), F.S., pesticides, ammonia, chlorine and derivatives thereof, excluding liquefied petroleum gas. 62-761.200(51) and 62-762.201(65), F.A.C.: “Product” as defined in Section 377.19(11), F.S., means any commodity made from oil or gas and includes refined crude oil, crude tops, topped crude, processed crude petroleum, residue from crude petroleum, cracking stock, uncracked fuel oil, fuel oil, treated crude oil, residuum, gas oil, casing head gasoline, natural gas gasoline, naphtha, distillate, condensate, gasoline, used oil, kerosene, benzene, wash oil, blended gasoline, lubricating oil, blends or mixtures of oil with one or more liquid products or byproducts derived from oil or gas, and blends or mixtures of two or more liquid products or byproducts derived from oil or gas, whether hereinabove enumerated or not. 62-761(73) and 62-762(84), F.A.C.: “Vehicular fuel” means a petroleum product used to fuel motor vehicles, including aircraft, watercraft and vehicles used on and off roads and rails. END OF ADDITIONAL TERMS AND CONDITIONS FOR ITB 16.D.14.b Packet Pg. 1324 Attachment: 17-7154 Solicitation (5049 : ITB 17-7154 Structural and Mechanical Pool Contractors) Line Item Description Hourly Unit Price 1 Tier 1:Project Management or Supervisor - Hourly Rate Monday - Friday 6:00 AM - 8:00 PM $180.00 2 Tier 1:Project Management or Supervisor - Hourly Rate for Urgent work including Weekend's, Holiday's and Monday - Friday 8:01 PM - 5:59 AM $270.00 3 Tier 2:Foreman, Crew Leader or Lead Repair Tech Hourly Rate Monday - Friday 6:00 AM - 8:00 PM $170.00 4 Tier 2:Foreman, Crew Leader or Lead Repair Tech Hourly Rate for Urgent work including Weekend's, Holiday's and Monday - Friday 8:01 PM - 5:59 AM $255.00 5 Tier 3:Skilled Labor Hourly Rate Monday - Friday 6:00 AM - 8:00 PM $160.00 6 Tier 3:Skilled Labor Hourly Rate for Urgent work including Weekend's, Holiday's and Monday - Friday 8:01 PM - 5:59 AM $240.00 7 Tier 4:General Labor Hourly Rate Monday - Friday 6:00 AM - 8:00 PM $150.00 8 Tier 4:General Labor Hourly Rate for Urgent work including Weekend's, Holiday's and Monday - Friday 8:01 PM - 5:59 AM $225.00 All material and supplies provided by the Awardee under this contract will be reimbursed on a strictly COST PLUS 10% arrangement only. Documentation of awardees' cost must be provided with actual invoices from the supplier. 17-7154 Structural and Mechanical Pool Contractors Subcontracting / Specialty Contractors hired by the Awardee for services under this contract will be provided on a strictly COST PLUS 15% arrangement only. Documentation of awardees' subcontractor costs must be provided with actual invoices from the subcontractor. 16.D.14.c Packet Pg. 1325 Attachment: 17-7154 Exhibit B-Bid Schedule (5049 : ITB 17-7154 Structural and Mechanical Pool Contractors) affi;c-wttxy+ Adminisfiative Services Departnent Procurement Services Divisbn Notice of Recommended Award Solicitation: t7-7154 Title: Structural and Mechanical pool Contractors Respondents: Comoanv Name City County State Bid Amount Responsive/Responsible OmniAquatics lnc.Fort Myers Lee FL s115,500 YES/YES Commercial Energy Specialists Jupiter Palm Beach FL Su1,600 NO/NO Due Date and Time:7 at 10:00 AM Utilized Local Vendor Preference: Yes NoI Recommended Vendor(s) For Award: On July 27,2OL7, the Procurement Services Division released notices of lnvitation to Bid No. L7-7L54 to 132 vendors for Structural and Mechanical Pool Contractors. Twenty-seven (27) bid packages were downloaded, and one (1) bid was received on August 28,2OL7. The only vendor, Commercial Energy Specialists took exceptions to our specifications, contract terms and conditions and has been deemed both non-responsive and non-responsible. As a result, Procurement has pursued Section Twelve: Reserved Rights 1.; of the Procurement Ordinance which "reserves the right to reject all bids, proposals or offers and to negotiate with any responsible providers to secure the best terms and conditions in the sole interest of the County." After an additional search and negotiations, and having followed multiple failed solicitation attempts, staff is award to Omni Aquatics lnc, of Fort /-/e-aottr Date *.: "'{itffi:"J' H r,",,,"d(' Procu rement Services Director: Edward F. Coyman Jr. 16.D.14.d Packet Pg. 1326 Attachment: 17-7154 NORA (5049 : ITB 17-7154 Structural and Mechanical Pool Contractors) 16.D.14.ePacket Pg. 1327Attachment: 17-7154 Omni Aquatics_Contract_v2_VendSign (5049 : ITB 17-7154 Structural and Mechanical Pool Contractors) 16.D.14.ePacket Pg. 1328Attachment: 17-7154 Omni Aquatics_Contract_v2_VendSign (5049 : ITB 17-7154 Structural and Mechanical Pool Contractors) 16.D.14.ePacket Pg. 1329Attachment: 17-7154 Omni Aquatics_Contract_v2_VendSign (5049 : ITB 17-7154 Structural and Mechanical Pool Contractors) 16.D.14.ePacket Pg. 1330Attachment: 17-7154 Omni Aquatics_Contract_v2_VendSign (5049 : ITB 17-7154 Structural and Mechanical Pool Contractors) 16.D.14.ePacket Pg. 1331Attachment: 17-7154 Omni Aquatics_Contract_v2_VendSign (5049 : ITB 17-7154 Structural and Mechanical Pool Contractors) 16.D.14.ePacket Pg. 1332Attachment: 17-7154 Omni Aquatics_Contract_v2_VendSign (5049 : ITB 17-7154 Structural and Mechanical Pool Contractors) 16.D.14.ePacket Pg. 1333Attachment: 17-7154 Omni Aquatics_Contract_v2_VendSign (5049 : ITB 17-7154 Structural and Mechanical Pool Contractors) 16.D.14.ePacket Pg. 1334Attachment: 17-7154 Omni Aquatics_Contract_v2_VendSign (5049 : ITB 17-7154 Structural and Mechanical Pool Contractors) 16.D.14.ePacket Pg. 1335Attachment: 17-7154 Omni Aquatics_Contract_v2_VendSign (5049 : ITB 17-7154 Structural and Mechanical Pool Contractors) 16.D.14.ePacket Pg. 1336Attachment: 17-7154 Omni Aquatics_Contract_v2_VendSign (5049 : ITB 17-7154 Structural and Mechanical Pool Contractors) 16.D.14.ePacket Pg. 1337Attachment: 17-7154 Omni Aquatics_Contract_v2_VendSign (5049 : ITB 17-7154 Structural and Mechanical Pool Contractors) 16.D.14.ePacket Pg. 1338Attachment: 17-7154 Omni Aquatics_Contract_v2_VendSign (5049 : ITB 17-7154 Structural and Mechanical Pool Contractors) 16.D.14.ePacket Pg. 1339Attachment: 17-7154 Omni Aquatics_Contract_v2_VendSign (5049 : ITB 17-7154 Structural and Mechanical Pool Contractors) 16.D.14.e Packet Pg. 1340 Attachment: 17-7154 Omni Aquatics_Contract_v2_VendSign (5049 : ITB 17-7154 Structural and Mechanical Pool Contractors) 16.D.14.ePacket Pg. 1341Attachment: 17-7154 Omni Aquatics_Contract_v2_VendSign (5049 : ITB 17-7154 Structural and Mechanical Pool Contractors) 16.D.14.ePacket Pg. 1342Attachment: 17-7154 Omni Aquatics_Contract_v2_VendSign (5049 : ITB 17-7154 Structural and Mechanical Pool Contractors) 16.D.14.ePacket Pg. 1343Attachment: 17-7154 Omni Aquatics_Contract_v2_VendSign (5049 : ITB 17-7154 Structural and Mechanical Pool Contractors) 16.D.14.ePacket Pg. 1344Attachment: 17-7154 Omni Aquatics_Contract_v2_VendSign (5049 : ITB 17-7154 Structural and Mechanical Pool Contractors) 16.D.14.ePacket Pg. 1345Attachment: 17-7154 Omni Aquatics_Contract_v2_VendSign (5049 : ITB 17-7154 Structural and Mechanical Pool Contractors) 16.D.14.ePacket Pg. 1346Attachment: 17-7154 Omni Aquatics_Contract_v2_VendSign (5049 : ITB 17-7154 Structural and Mechanical Pool Contractors) 16.D.14.ePacket Pg. 1347Attachment: 17-7154 Omni Aquatics_Contract_v2_VendSign (5049 : ITB 17-7154 Structural and Mechanical Pool Contractors) 16.D.14.ePacket Pg. 1348Attachment: 17-7154 Omni Aquatics_Contract_v2_VendSign (5049 : ITB 17-7154 Structural and Mechanical Pool Contractors) 16.D.14.f Packet Pg. 1349 Attachment: 17-7154 Omni Proposal (5049 : ITB 17-7154 Structural and Mechanical Pool Contractors) 16.D.14.f Packet Pg. 1350 Attachment: 17-7154 Omni Proposal (5049 : ITB 17-7154 Structural and Mechanical Pool Contractors) 16.D.14.f Packet Pg. 1351 Attachment: 17-7154 Omni Proposal (5049 : ITB 17-7154 Structural and Mechanical Pool Contractors) 16.D.14.f Packet Pg. 1352 Attachment: 17-7154 Omni Proposal (5049 : ITB 17-7154 Structural and Mechanical Pool Contractors) 16.D.14.f Packet Pg. 1353 Attachment: 17-7154 Omni Proposal (5049 : ITB 17-7154 Structural and Mechanical Pool Contractors) 16.D.14.f Packet Pg. 1354 Attachment: 17-7154 Omni Proposal (5049 : ITB 17-7154 Structural and Mechanical Pool Contractors) 16.D.14.f Packet Pg. 1355 Attachment: 17-7154 Omni Proposal (5049 : ITB 17-7154 Structural and Mechanical Pool Contractors) 16.D.14.f Packet Pg. 1356 Attachment: 17-7154 Omni Proposal (5049 : ITB 17-7154 Structural and Mechanical Pool Contractors) 16.D.14.f Packet Pg. 1357 Attachment: 17-7154 Omni Proposal (5049 : ITB 17-7154 Structural and Mechanical Pool Contractors) 16.D.14.f Packet Pg. 1358 Attachment: 17-7154 Omni Proposal (5049 : ITB 17-7154 Structural and Mechanical Pool Contractors) 17-7154 Structural and Mechanical Pool Contractors Bid Schedule ADOrl(nAr nFoirt4^no ' Elddt d qrr..nr, b ft..erd d.Lrman rl.. F ro.Grat.i.l do.t nd ..li.d..rvd u*. o..birxt tt torJ Ad,t t ..rrrl d.rdiS.tlon Clrrc o.lt -.t &.r.at .ta.d..nd rq. a.hrr.l Wdr.I !. !.a.. rt tE tv r.X,t6,.oid.d. Required Forms Conflid of lnteresl Affidavit Vendor oeclardlion Statement lmmigration Affdavit y Profile Pa8e/Memorandum Substitut€ W-9 3 Relerences of Municipel or Comme.cial wo.k from the past 5 years Commercial Pooyspa tjcense Certified Pool Operator or Aqua(c Fac ity Operator (Certificrtion must be prdvided) COST PLUS lOX .rr.nAcm€d o^V. Docum€nt don ol av.rd€€5' .o6t must bc provid.d ehh actEl inoices lrorr th. qippli.r. Sub.ont -etinf / Sf€.ialtY hlred by th! Atf.fll€. fo, s.wir. tmdcr Ulb conE ct will be prorld.d on a sdctly COST PIUS 15ta .rr.l!8..tEnt onv. Docum.trbiion of .9.d..t' Omni lnc. [ine ltem Des..iption Eatitnated Ouantitv 'Hourly Unit Priaa Total 1 IL. 1:Prol.rt M.n{ciEnt oi SuF vi.or - Hourly Rate Monday, Friday 5:mAM - 8:@ PM 100 s 180.00 s 18,00.00 2 Iler l:Prora<t Man4eirent or SulErviior - Hourly Rate for Urgmtwork includin8 We€ke.d's, Holiday's and Monday - Friday 8:O1PM-5:59AM 50 s 270.U s BJm.oo 3 Il€r 2:focman, c,€u Lead€r or La.d Rep.lr Tadr Hourly Rate Monday - friday 5:OAM - 8:m PM 100 s 170.m S 17,0o-oo ficr 2:fol!nran, Crtv Lradar or taad Regalr Tadt Hourly Rate for UBent work includiq Weekend's, Holiday's and Monday - Friday 8O1PM -5:59AM 50 s 255.m s 12,750.0 5 f.r 3:Sldllcd lrbor Hourly Rate Monday Friday 5OOAM 8:0O PM 1m 5 160.00 s 16,000.m 6 It€r 3sulbd L.bor Hourly Rate for Urgent work including Weekend's, Holiday'sand Monday - Friday 8O1 PM - 9:59 AM 50 s 240.00 5 u,om.m ncr +Gancral Lab6 Ho'rrry RAe Morday - Friday 5fl)AM.8O PM 100 s $0.m s 1s,000.00 8 II.... 4:Gcner.l 1rb6 Hourly Rate for Ucert work inclding Weekerd's, Holiday's and Monday - friday 8:O1 PM - 5:59 AM 50 5 225.n s 11,250.m TOTA|- &Or.S lls,soo.oo 16.D.14.f Packet Pg. 1359 Attachment: 17-7154 Omni Proposal (5049 : ITB 17-7154 Structural and Mechanical Pool Contractors) 16.D.14.f Packet Pg. 1360 Attachment: 17-7154 Omni Proposal (5049 : ITB 17-7154 Structural and Mechanical Pool Contractors) Department of State /Division of Corporations /Search Records /Detail By Document Number / Document Number FEI/EIN Number Date Filed State Status Detail by Entity Name Florida Profit Corporation OMNI AQUATICS INC. Filing Information P16000070342 81-3646607 08/24/2016 FL ACTIVE Principal Address 8080 PELICAN ROAD FORT MYERS, FL 33967 Mailing Address 8080 PELICAN ROAD FORT MYERS, FL 33967 Registered Agent Name & Address WILKINS, JASON A 8080 PELICAN ROAD FORT MYERS, FL 33967 Officer/Director Detail Name & Address Title P WILKINS, JASON A 8080 PELICAN RD FORT MYERS, FL 33967 Annual Reports Report Year Filed Date 2017 08/01/2017 Document Images 08/01/2017 -- ANNUAL REPORT View image in PDF format 08/24/2016 -- Domestic Profit View image in PDF format DIVISION OF CORPORATIONSFlorida Department of State Page 1 of 2Detail by Entity Name 12/12/2017http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entit... 16.D.14.f Packet Pg. 1361 Attachment: 17-7154 Omni Proposal (5049 : ITB 17-7154 Structural and Mechanical Pool Contractors) Page 1 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: THE E-VERIFY MEMORANDUM OF UNDERSTANDING FOR EMPLOYERS ARTICLE I PURPOSE AND AUTHORITY E-Verify is a program that electronically confirms an employee’s eligibility to work in the United States after completion of Form I-9, Employment Eligibility Verification (Form I-9). This Memorandum of Understanding (MOU) explains certain features of the E-Verify program and describes specific responsibilities of the Employer, the Social Security Administration (SSA), and DHS. Authority for the E-Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 (IIRIRA), Pub. L. 104-208, 110 Stat. 3009, as amended (8 U.S.C. § 1324a note). The Federal Acquisition Regulation (FAR) Subpart 22.18, “Employment Eligibility Verification” and Executive Order 12989, as amended, provide authority for Federal contractors and subcontractors (Federal contractor) to use E-Verify to verify the employment eligibility of certain employees working on Federal contracts. ARTICLE II RESPONSIBILITIES A. RESPONSIBILITIES OF THE EMPLOYER 1. The Employer agrees to display the following notices supplied by DHS in a prominent place that is clearly visible to prospective employees and all employees who are to be verified through the system: a. Notice of E-Verify Participation b. Notice of Right to Work 2. The Employer agrees to provide to the SSA and DHS the names, titles, addresses, and telephone numbers of the Employer representatives to be contacted about E-Verify. The Employer also agrees to keep such information current by providing updated information to SSA and DHS whenever the representatives’ contact information changes. 3. The Employer agrees to grant E-Verify access only to current employees who need E-Verify access. Employers must promptly terminate an employee’s E-Verify access if the employer is separated from the company or no longer needs access to E-Verify. 1255554 The parties to this agreement are the Department of Homeland Security (DHS) and the Omni Aquatics Inc. (Employer). The purpose of this agreement is to set forth terms and conditions which the Employer will follow while participating in E-Verify. 16.D.14.f Packet Pg. 1362 Attachment: 17-7154 Omni Proposal (5049 : ITB 17-7154 Structural and Mechanical Pool Contractors) Page 2 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: 4. The Employer agrees to become familiar with and comply with the most recent version of the E-Verify User Manual. 5. The Employer agrees that any Employer Representative who will create E-Verify cases will complete the E-Verify Tutorial before that individual creates any cases. a. The Employer agrees that all Employer representatives will take the refresher tutorials when prompted by E-Verify in order to continue using E-Verify. Failure to complete a refresher tutorial will prevent the Employer Representative from continued use of E-Verify. 6. The Employer agrees to comply with current Form I-9 procedures, with two exceptions: a. If an employee presents a "List B" identity document, the Employer agrees to only accept "List B" documents that contain a photo. (List B documents identified in 8 C.F.R. § 274a.2(b)(1)(B)) can be presented during the Form I-9 process to establish identity.) If an employee objects to the photo requirement for religious reasons, the Employer should contact E-Verify at 888-464-4218. b. If an employee presents a DHS Form I-551 (Permanent Resident Card), Form I-766 (Employment Authorization Document), or U.S. Passport or Passport Card to complete Form I-9, the Employer agrees to make a photocopy of the document and to retain the photocopy with the employee’s Form I-9. The Employer will use the photocopy to verify the photo and to assist DHS with its review of photo mismatches that employees contest. DHS may in the future designate other documents that activate the photo screening tool. Note: Subject only to the exceptions noted previously in this paragraph, employees still retain the right to present any List A, or List B and List C, document(s) to complete the Form I-9. 7. The Employer agrees to record the case verification number on the employee's Form I-9 or to print the screen containing the case verification number and attach it to the employee's Form I-9. 8. The Employer agrees that, although it participates in E-Verify, the Employer has a responsibility to complete, retain, and make available for inspection Forms I-9 that relate to its employees, or from other requirements of applicable regulations or laws, including the obligation to comply with the antidiscrimination requirements of section 274B of the INA with respect to Form I-9 procedures. a. The following modified requirements are the only exceptions to an Employer’s obligation to not employ unauthorized workers and comply with the anti-discrimination provision of the INA: (1) List B identity documents must have photos, as described in paragraph 6 above; (2) When an Employer confirms the identity and employment eligibility of newly hired employee using E-Verify procedures, the Employer establishes a rebuttable presumption that it has not violated section 274A(a)(1)(A) of the Immigration and Nationality Act (INA) with respect to the hiring of that employee; (3) If the Employer receives a final nonconfirmation for an employee, but continues to employ that person, the Employer must notify DHS and the Employer is subject to a civil money penalty between $550 and $1,100 for each failure to notify DHS of continued employment following a final nonconfirmation; (4) If the Employer continues to employ an employee after receiving a final nonconfirmation, then the Employer is subject to a rebuttable presumption that it has knowingly 1255554 16.D.14.f Packet Pg. 1363 Attachment: 17-7154 Omni Proposal (5049 : ITB 17-7154 Structural and Mechanical Pool Contractors) Page 3 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: employed an unauthorized alien in violation of section 274A(a)(1)(A); and (5) no E-Verify participant is civilly or criminally liable under any law for any action taken in good faith based on information provided through the E-Verify. b. DHS reserves the right to conduct Form I-9 compliance inspections, as well as any other enforcement or compliance activity authorized by law, including site visits, to ensure proper use of E-Verify. 9. The Employer is strictly prohibited from creating an E-Verify case before the employee has been hired, meaning that a firm offer of employment was extended and accepted and Form I-9 was completed. The Employer agrees to create an E-Verify case for new employees within three Employer business days after each employee has been hired (after both Sections 1 and 2 of Form I-9 have been completed), and to complete as many steps of the E-Verify process as are necessary according to the E-Verify User Manual. If E-Verify is temporarily unavailable, the three-day time period will be extended until it is again operational in order to accommodate the Employer's attempting, in good faith, to make inquiries during the period of unavailability. 10. The Employer agrees not to use E-Verify for pre-employment screening of job applicants, in support of any unlawful employment practice, or for any other use that this MOU or the E-Verify User Manual does not authorize. 11. The Employer must use E-Verify for all new employees. The Employer will not verify selectively and will not verify employees hired before the effective date of this MOU. Employers who are Federal contractors may qualify for exceptions to this requirement as described in Article II.B of this MOU. 12. The Employer agrees to follow appropriate procedures (see Article III below) regarding tentative nonconfirmations. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify case. The Employer agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. Further, when employees contest a tentative nonconfirmation based upon a photo mismatch, the Employer must take additional steps (see Article III.B. below) to contact DHS with information necessary to resolve the challenge. 13. The Employer agrees not to take any adverse action against an employee based upon the employee's perceived employment eligibility status while SSA or DHS is processing the verification request unless the Employer obtains knowledge (as defined in 8 C.F.R. § 274a.1(l)) that the employee is not work authorized. The Employer understands that an initial inability of the SSA or DHS automated verification system to verify work authorization, a tentative nonconfirmation, a case in continuance (indicating the need for additional time for the government to resolve a case), or the finding of a photo mismatch, does not establish, and should not be interpreted as, evidence that the employee is not work authorized. In any of such cases, the employee must be provided a full and fair opportunity to contest the finding, and if he or she does so, the employee may not be terminated or suffer any adverse employment consequences based upon the employee’s perceived employment eligibility status 1255554 16.D.14.f Packet Pg. 1364 Attachment: 17-7154 Omni Proposal (5049 : ITB 17-7154 Structural and Mechanical Pool Contractors) Page 4 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: (including denying, reducing, or extending work hours, delaying or preventing training, requiring an employee to work in poorer conditions, withholding pay, refusing to assign the employee to a Federal contract or other assignment, or otherwise assuming that he or she is unauthorized to work) until and unless secondary verification by SSA or DHS has been completed and a final nonconfirmation has been issued. If the employee does not choose to contest a tentative nonconfirmation or a photo mismatch or if a secondary verification is completed and a final nonconfirmation is issued, then the Employer can find the employee is not work authorized and terminate the employee’s employment. Employers or employees with questions about a final nonconfirmation may call E-Verify at 1-888-464- 4218 (customer service) or 1-888-897-7781 (worker hotline). 14. The Employer agrees to comply with Title VII of the Civil Rights Act of 1964 and section 274B of the INA as applicable by not discriminating unlawfully against any individual in hiring, firing, employment eligibility verification, or recruitment or referral practices because of his or her national origin or citizenship status, or by committing discriminatory documentary practices. The Employer understands that such illegal practices can include selective verification or use of E-Verify except as provided in part D below, or discharging or refusing to hire employees because they appear or sound “foreign” or have received tentative nonconfirmations. The Employer further understands that any violation of the immigration-related unfair employment practices provisions in section 274B of the INA could subject the Employer to civil penalties, back pay awards, and other sanctions, and violations of Title VII could subject the Employer to back pay awards, compensatory and punitive damages. Violations of either section 274B of the INA or Title VII may also lead to the termination of its participation in E-Verify. If the Employer has any questions relating to the anti-discrimination provision, it should contact OSC at 1-800-255-8155 or 1-800-237-2515 (TDD). 15. The Employer agrees that it will use the information it receives from E-Verify only to confirm the employment eligibility of employees as authorized by this MOU. The Employer agrees that it will safeguard this information, and means of access to it (such as PINS and passwords), to ensure that it is not used for any other purpose and as necessary to protect its confidentiality, including ensuring that it is not disseminated to any person other than employees of the Employer who are authorized to perform the Employer's responsibilities under this MOU, except for such dissemination as may be authorized in advance by SSA or DHS for legitimate purposes. 16. The Employer agrees to notify DHS immediately in the event of a breach of personal information. Breaches are defined as loss of control or unauthorized access to E-Verify personal data. All suspected or confirmed breaches should be reported by calling 1-888-464-4218 or via email at E-Verify@dhs.gov. Please use “Privacy Incident – Password” in the subject line of your email when sending a breach report to E-Verify. 17. The Employer acknowledges that the information it receives from SSA is governed by the Privacy Act (5 U.S.C. § 552a(i)(1) and (3)) and the Social Security Act (42 U.S.C. 1306(a)). Any person who obtains this information under false pretenses or uses it for any purpose other than as provided for in this MOU may be subject to criminal penalties. 18. The Employer agrees to cooperate with DHS and SSA in their compliance monitoring and evaluation of E-Verify, which includes permitting DHS, SSA, their contractors and other agents, upon 1255554 16.D.14.f Packet Pg. 1365 Attachment: 17-7154 Omni Proposal (5049 : ITB 17-7154 Structural and Mechanical Pool Contractors) Page 5 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: reasonable notice, to review Forms I-9 and other employment records and to interview it and its employees regarding the Employer’s use of E-Verify, and to respond in a prompt and accurate manner to DHS requests for information relating to their participation in E-Verify. 19. The Employer shall not make any false or unauthorized claims or references about its participation in E-Verify on its website, in advertising materials, or other media. The Employer shall not describe its services as federally-approved, federally-certified, or federally-recognized, or use language with a similar intent on its website or other materials provided to the public. Entering into this MOU does not mean that E-Verify endorses or authorizes your E-Verify services and any claim to that effect is false. 20. The Employer shall not state in its website or other public documents that any language used therein has been provided or approved by DHS, USCIS or the Verification Division, without first obtaining the prior written consent of DHS. 21. The Employer agrees that E-Verify trademarks and logos may be used only under license by DHS/USCIS (see M-795 (Web)) and, other than pursuant to the specific terms of such license, may not be used in any manner that might imply that the Employer’s services, products, websites, or publications are sponsored by, endorsed by, licensed by, or affiliated with DHS, USCIS, or E-Verify. 22. The Employer understands that if it uses E-Verify procedures for any purpose other than as authorized by this MOU, the Employer may be subject to appropriate legal action and termination of its participation in E-Verify according to this MOU. B. RESPONSIBILITIES OF FEDERAL CONTRACTORS 1. If the Employer is a Federal contractor with the FAR E-Verify clause subject to the employment verification terms in Subpart 22.18 of the FAR, it will become familiar with and comply with the most current version of the E-Verify User Manual for Federal Contractors as well as the E-Verify Supplemental Guide for Federal Contractors. 2. In addition to the responsibilities of every employer outlined in this MOU, the Employer understands that if it is a Federal contractor subject to the employment verification terms in Subpart 22.18 of the FAR it must verify the employment eligibility of any “employee assigned to the contract” (as defined in FAR 22.1801). Once an employee has been verified through E-Verify by the Employer, the Employer may not create a second case for the employee through E-Verify. a. An Employer that is not enrolled in E-Verify as a Federal contractor at the time of a contract award must enroll as a Federal contractor in the E-Verify program within 30 calendar days of contract award and, within 90 days of enrollment, begin to verify employment eligibility of new hires using E-Verify. The Employer must verify those employees who are working in the United States, whether or not they are assigned to the contract. Once the Employer begins verifying new hires, such verification of new hires must be initiated within three business days after the hire date. Once enrolled in E-Verify as a Federal contractor, the Employer must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee’s assignment to the contract, whichever date is later. 1255554 16.D.14.f Packet Pg. 1366 Attachment: 17-7154 Omni Proposal (5049 : ITB 17-7154 Structural and Mechanical Pool Contractors) Page 6 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: b. Employers enrolled in E-Verify as a Federal contractor for 90 days or more at the time of a contract award must use E-Verify to begin verification of employment eligibility for new hires of the Employer who are working in the United States, whether or not assigned to the contract, within three business days after the date of hire. If the Employer is enrolled in E-Verify as a Federal contractor for 90 calendar days or less at the time of contract award, the Employer must, within 90 days of enrollment, begin to use E-Verify to initiate verification of new hires of the contractor who are working in the United States, whether or not assigned to the contract. Such verification of new hires must be initiated within three business days after the date of hire. An Employer enrolled as a Federal contractor in E-Verify must begin verification of each employee assigned to the contract within 90 calendar days after date of contract award or within 30 days after assignment to the contract, whichever is later. c. Federal contractors that are institutions of higher education (as defined at 20 U.S.C. 1001(a)), state or local governments, governments of Federally recognized Indian tribes, or sureties performing under a takeover agreement entered into with a Federal agency under a performance bond may choose to only verify new and existing employees assigned to the Federal contract. Such Federal contractors may, however, elect to verify all new hires, and/or all existing employees hired after November 6, 1986. Employers in this category must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee’s assignment to the contract, whichever date is later. d. Upon enrollment, Employers who are Federal contractors may elect to verify employment eligibility of all existing employees working in the United States who were hired after November 6, 1986, instead of verifying only those employees assigned to a covered Federal contract. After enrollment, Employers must elect to verify existing staff following DHS procedures and begin E-Verify verification of all existing employees within 180 days after the election. e. The Employer may use a previously completed Form I-9 as the basis for creating an E-Verify case for an employee assigned to a contract as long as: i. That Form I-9 is complete (including the SSN) and complies with Article II.A.6, ii. The employee’s work authorization has not expired, and iii. The Employer has reviewed the Form I-9 information either in person or in communications with the employee to ensure that the employee’s Section 1, Form I-9 attestation has not changed (including, but not limited to, a lawful permanent resident alien having become a naturalized U.S. citizen). f. The Employer shall complete a new Form I-9 consistent with Article II.A.6 or update the previous Form I-9 to provide the necessary information if: i. The Employer cannot determine that Form I-9 complies with Article II.A.6, ii. The employee’s basis for work authorization as attested in Section 1 has expired or changed, or iii. The Form I-9 contains no SSN or is otherwise incomplete. Note: If Section 1 of Form I-9 is otherwise valid and up-to-date and the form otherwise complies with 1255554 16.D.14.f Packet Pg. 1367 Attachment: 17-7154 Omni Proposal (5049 : ITB 17-7154 Structural and Mechanical Pool Contractors) Page 7 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Article II.C.5, but reflects documentation (such as a U.S. passport or Form I-551) that expired after completing Form I-9, the Employer shall not require the production of additional documentation, or use the photo screening tool described in Article II.A.5, subject to any additional or superseding instructions that may be provided on this subject in the E-Verify User Manual. g. The Employer agrees not to require a second verification using E-Verify of any assigned employee who has previously been verified as a newly hired employee under this MOU or to authorize verification of any existing employee by any Employer that is not a Federal contractor based on this Article. 3. The Employer understands that if it is a Federal contractor, its compliance with this MOU is a performance requirement under the terms of the Federal contract or subcontract, and the Employer consents to the release of information relating to compliance with its verification responsibilities under this MOU to contracting officers or other officials authorized to review the Employer’s compliance with Federal contracting requirements. C. RESPONSIBILITIES OF SSA 1. SSA agrees to allow DHS to compare data provided by the Employer against SSA’s database. SSA sends DHS confirmation that the data sent either matches or does not match the information in SSA’s database. 2. SSA agrees to safeguard the information the Employer provides through E-Verify procedures. SSA also agrees to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social Security numbers or responsible for evaluation of E-Verify or such other persons or entities who may be authorized by SSA as governed by the Privacy Act (5 U.S.C. § 552a), the Social Security Act (42 U.S.C. 1306(a)), and SSA regulations (20 CFR Part 401). 3. SSA agrees to provide case results from its database within three Federal Government work days of the initial inquiry. E-Verify provides the information to the Employer. 4. SSA agrees to update SSA records as necessary if the employee who contests the SSA tentative nonconfirmation visits an SSA field office and provides the required evidence. If the employee visits an SSA field office within the eight Federal Government work days from the date of referral to SSA, SSA agrees to update SSA records, if appropriate, within the eight-day period unless SSA determines that more than eight days may be necessary. In such cases, SSA will provide additional instructions to the employee. If the employee does not visit SSA in the time allowed, E-Verify may provide a final nonconfirmation to the employer. Note: If an Employer experiences technical problems, or has a policy question, the employer should contact E-Verify at 1-888-464-4218. D. RESPONSIBILITIES OF DHS 1. DHS agrees to provide the Employer with selected data from DHS databases to enable the Employer to conduct, to the extent authorized by this MOU: a. Automated verification checks on alien employees by electronic means, and 1255554 16.D.14.f Packet Pg. 1368 Attachment: 17-7154 Omni Proposal (5049 : ITB 17-7154 Structural and Mechanical Pool Contractors) Page 8 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: b. Photo verification checks (when available) on employees. 2. DHS agrees to assist the Employer with operational problems associated with the Employer's participation in E-Verify. DHS agrees to provide the Employer names, titles, addresses, and telephone numbers of DHS representatives to be contacted during the E-Verify process. 3. DHS agrees to provide to the Employer with access to E-Verify training materials as well as an E-Verify User Manual that contain instructions on E-Verify policies, procedures, and requirements for both SSA and DHS, including restrictions on the use of E-Verify. 4. DHS agrees to train Employers on all important changes made to E-Verify through the use of mandatory refresher tutorials and updates to the E-Verify User Manual. Even without changes to E-Verify, DHS reserves the right to require employers to take mandatory refresher tutorials. 5. DHS agrees to provide to the Employer a notice, which indicates the Employer's participation in E-Verify. DHS also agrees to provide to the Employer anti-discrimination notices issued by the Office of Special Counsel for Immigration-Related Unfair Employment Practices (OSC), Civil Rights Division, U.S. Department of Justice. 6. DHS agrees to issue each of the Employer’s E-Verify users a unique user identification number and password that permits them to log in to E-Verify. 7. DHS agrees to safeguard the information the Employer provides, and to limit access to such information to individuals responsible for the verification process, for evaluation of E-Verify, or to such other persons or entities as may be authorized by applicable law. Information will be used only to verify the accuracy of Social Security numbers and employment eligibility, to enforce the INA and Federal criminal laws, and to administer Federal contracting requirements. 8. DHS agrees to provide a means of automated verification that provides (in conjunction with SSA verification procedures) confirmation or tentative nonconfirmation of employees' employment eligibility within three Federal Government work days of the initial inquiry. 9. DHS agrees to provide a means of secondary verification (including updating DHS records) for employees who contest DHS tentative nonconfirmations and photo mismatch tentative nonconfirmations. This provides final confirmation or nonconfirmation of the employees' employment eligibility within 10 Federal Government work days of the date of referral to DHS, unless DHS determines that more than 10 days may be necessary. In such cases, DHS will provide additional verification instructions. ARTICLE III REFERRAL OF INDIVIDUALS TO SSA AND DHS A. REFERRAL TO SSA 1. If the Employer receives a tentative nonconfirmation issued by SSA, the Employer must print the notice as directed by E-Verify. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify 1255554 16.D.14.f Packet Pg. 1369 Attachment: 17-7154 Omni Proposal (5049 : ITB 17-7154 Structural and Mechanical Pool Contractors) Page 9 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. 2. The Employer agrees to obtain the employee’s response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. After a tentative nonconfirmation, the Employer will refer employees to SSA field offices only as directed by E-Verify. The Employer must record the case verification number, review the employee information submitted to E-Verify to identify any errors, and find out whether the employee contests the tentative nonconfirmation. The Employer will transmit the Social Security number, or any other corrected employee information that SSA requests, to SSA for verification again if this review indicates a need to do so. 4. The Employer will instruct the employee to visit an SSA office within eight Federal Government work days. SSA will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 5. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. 6. The Employer agrees not to ask the employee to obtain a printout from the Social Security Administration number database (the Numident) or other written verification of the SSN from the SSA. B. REFERRAL TO DHS 1. If the Employer receives a tentative nonconfirmation issued by DHS, the Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. 2. The Employer agrees to obtain the employee’s response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. The Employer agrees to refer individuals to DHS only when the employee chooses to contest a tentative nonconfirmation. 4. If the employee contests a tentative nonconfirmation issued by DHS, the Employer will instruct the 1255554 16.D.14.f Packet Pg. 1370 Attachment: 17-7154 Omni Proposal (5049 : ITB 17-7154 Structural and Mechanical Pool Contractors) Page 10 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: employee to contact DHS through its toll-free hotline (as found on the referral letter) within eight Federal Government work days. 5. If the Employer finds a photo mismatch, the Employer must provide the photo mismatch tentative nonconfirmation notice and follow the instructions outlined in paragraph 1 of this section for tentative nonconfirmations, generally. 6. The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo mismatch, the Employer will send a copy of the employee’s Form I-551, Form I-766, U.S. Passport, or passport card to DHS for review by: a. Scanning and uploading the document, or b. Sending a photocopy of the document by express mail (furnished and paid for by the employer). 7. The Employer understands that if it cannot determine whether there is a photo match/mismatch, the Employer must forward the employee’s documentation to DHS as described in the preceding paragraph. The Employer agrees to resolve the case as specified by the DHS representative who will determine the photo match or mismatch. 8. DHS will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 9. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. ARTICLE IV SERVICE PROVISIONS A. NO SERVICE FEES 1. SSA and DHS will not charge the Employer for verification services performed under this MOU. The Employer is responsible for providing equipment needed to make inquiries. To access E-Verify, an Employer will need a personal computer with Internet access. ARTICLE V MODIFICATION AND TERMINATION A. MODIFICATION 1. This MOU is effective upon the signature of all parties and shall continue in effect for as long as the SSA and DHS operates the E-Verify program unless modified in writing by the mutual consent of all parties. 2. Any and all E-Verify system enhancements by DHS or SSA, including but not limited to E-Verify checking against additional data sources and instituting new verification policies or procedures, will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. 1255554 16.D.14.f Packet Pg. 1371 Attachment: 17-7154 Omni Proposal (5049 : ITB 17-7154 Structural and Mechanical Pool Contractors) Page 11 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: B. TERMINATION 1. The Employer may terminate this MOU and its participation in E-Verify at any time upon 30 days prior written notice to the other parties. 2. Notwithstanding Article V, part A of this MOU, DHS may terminate this MOU, and thereby the Employer’s participation in E-Verify, with or without notice at any time if deemed necessary because of the requirements of law or policy, or upon a determination by SSA or DHS that there has been a breach of system integrity or security by the Employer, or a failure on the part of the Employer to comply with established E-Verify procedures and/or legal requirements. The Employer understands that if it is a Federal contractor, termination of this MOU by any party for any reason may negatively affect the performance of its contractual responsibilities. Similarly, the Employer understands that if it is in a state where E-Verify is mandatory, termination of this by any party MOU may negatively affect the Employer’s business. 3. An Employer that is a Federal contractor may terminate this MOU when the Federal contract that requires its participation in E-Verify is terminated or completed. In such cases, the Federal contractor must provide written notice to DHS. If an Employer that is a Federal contractor fails to provide such notice, then that Employer will remain an E-Verify participant, will remain bound by the terms of this MOU that apply to non-Federal contractor participants, and will be required to use the E-Verify procedures to verify the employment eligibility of all newly hired employees. 4. The Employer agrees that E-Verify is not liable for any losses, financial or otherwise, if the Employer is terminated from E-Verify. ARTICLE VI PARTIES A. Some or all SSA and DHS responsibilities under this MOU may be performed by contractor(s), and SSA and DHS may adjust verification responsibilities between each other as necessary. By separate agreement with DHS, SSA has agreed to perform its responsibilities as described in this MOU. B. Nothing in this MOU is intended, or should be construed, to create any right or benefit, substantive or procedural, enforceable at law by any third party against the United States, its agencies, officers, or employees, or against the Employer, its agents, officers, or employees. C. The Employer may not assign, directly or indirectly, whether by operation of law, change of control or merger, all or any part of its rights or obligations under this MOU without the prior written consent of DHS, which consent shall not be unreasonably withheld or delayed. Any attempt to sublicense, assign, or transfer any of the rights, duties, or obligations herein is void. D. Each party shall be solely responsible for defending any claim or action against it arising out of or related to E-Verify or this MOU, whether civil or criminal, and for any liability wherefrom, including (but not limited to) any dispute between the Employer and any other person or entity regarding the applicability of Section 403(d) of IIRIRA to any action taken or allegedly taken by the Employer. E. The Employer understands that its participation in E-Verify is not confidential information and may be disclosed as authorized or required by law and DHS or SSA policy, including but not limited to, 1255554 16.D.14.f Packet Pg. 1372 Attachment: 17-7154 Omni Proposal (5049 : ITB 17-7154 Structural and Mechanical Pool Contractors) Page 12 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Congressional oversight, E-Verify publicity and media inquiries, determinations of compliance with Federal contractual requirements, and responses to inquiries under the Freedom of Information Act (FOIA). F. The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the Employer and DHS respectively. The Employer understands that any inaccurate statement, representation, data or other information provided to DHS may subject the Employer, its subcontractors, its employees, or its representatives to: (1) prosecution for false statements pursuant to 18 U.S.C. 1001 and/or; (2) immediate termination of its MOU and/or; (3) possible debarment or suspension. G.The foregoing constitutes the full agreement on this subject between DHS and the Employer. To be accepted as an E-Verify participant, you should only sign the Employer’s Section of the signature page. If you have any questions, contact E-Verify at 1-888-464-4218. 1255554 16.D.14.f Packet Pg. 1373 Attachment: 17-7154 Omni Proposal (5049 : ITB 17-7154 Structural and Mechanical Pool Contractors) Page 13 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Approved by: Employer Name (Please Type or Print) Title Signature Date Department of Homeland Security – Verification Division Name (Please Type or Print) Title Signature Date 1255554 Omni Aquatics Inc. Jason A Wilkins Electronically Signed 12/19/2017 USCIS Verification Division Electronically Signed 12/19/2017 16.D.14.f Packet Pg. 1374 Attachment: 17-7154 Omni Proposal (5049 : ITB 17-7154 Structural and Mechanical Pool Contractors) Page 14 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Information Required for the E-Verify Program Information relating to your Company: Company Name Company Facility Address Company Alternate Address County or Parish Employer Identification Number North American Industry Classification Systems Code Parent Company Number of Employees Number of Sites Verified for 1255554 Omni Aquatics Inc. 1110 Pine Ridge Rd. 203 Naples, FL 34108 1110 Pine Ridge Rd. 203 Naples, FL 34108 COLLIER 813646607 238 1 to 4 1 16.D.14.f Packet Pg. 1375 Attachment: 17-7154 Omni Proposal (5049 : ITB 17-7154 Structural and Mechanical Pool Contractors) 3DJHRI(9HULI\028IRU(PSOR\HUV_5HYLVLRQ'DWH &RPSDQ\,'1XPEHU $UH\RXYHULI\LQJIRUPRUHWKDQVLWH",I\HVSOHDVHSURYLGHWKHQXPEHURIVLWHVYHULILHGIRULQ HDFK6WDWH 1255554 FLORIDA 1 site(s) 16.D.14.f Packet Pg. 1376 Attachment: 17-7154 Omni Proposal (5049 : ITB 17-7154 Structural and Mechanical Pool Contractors) 3DJHRI(9HULI\028IRU(PSOR\HUV_5HYLVLRQ'DWH &RPSDQ\,'1XPEHU ,QIRUPDWLRQUHODWLQJWRWKH3URJUDP$GPLQLVWUDWRU V IRU\RXU&RPSDQ\RQSROLF\TXHVWLRQVRU RSHUDWLRQDOSUREOHPV 1255554 Name Trisha L Wilkins Phone Number (239) 351 - 2313 Fax Number Email Address trish@omni-aquatics.com Name Vincent F Difini Phone Number (239) 351 - 2313 Fax Number Email Address vincentd@omni-aquatics.com Name Charissa L Weber Phone Number (239) 351 - 2313 Fax Number Email Address charissa@omni-aquatics.com Name Jason A Wilkins Phone Number (239) 351 - 2313 Fax Number Email Address jasonw@omni-aquatics.com 16.D.14.f Packet Pg. 1377 Attachment: 17-7154 Omni Proposal (5049 : ITB 17-7154 Structural and Mechanical Pool Contractors) 3DJHRI(9HULI\028IRU(PSOR\HUV_5HYLVLRQ'DWH &RPSDQ\,'1XPEHU1255554 Page intentionally left blank 16.D.14.f Packet Pg. 1378 Attachment: 17-7154 Omni Proposal (5049 : ITB 17-7154 Structural and Mechanical Pool Contractors)