Loading...
Agenda 07/10/2018 Item #16C 307/10/2018 EXECUTIVE SUMMARY Recommendation to award Invitation to Bid #18-7327, “Painting and Pressure Washing,” to Florida Service Painting, Inc. d/b/a Service Contracting Solutions, for County-wide Painting and Pressure Washing. OBJECTIVE: To obtain Painting and Pressure Washing services in a fair and competitive manner in accordance with the Purchasing Ordinance. CONSIDERATIONS: The Division of Facilities Management is responsible for maintaining various County owned and leased buildings and facilities throughout Collier County. These facilities require painting and pressure washing services to minimize operational down time and maintain top operating conditions. The intent of this contract is to provide comprehensive painting and pressure washing services for all County owned property including but not limited to interiors of any height or size, exteriors of buildings up to ten stories, ground areas, and Public Utilities facilities. Other County divisions may utilize this service. On April 6, 2018, the Procurement Services Department released Invitation to Bid 18-7327 to 118 vendors for Painting and Pressure Washing Services. Vendors downloaded eighty-two (82) bid packages and the County received six (6) bids by May 8, 2018. Two of the six bids were determined as non- responsive. The Notice of Recommended Award setting forth the contractors’ bid amounts is attached. Staff recommends awarding both Category 1 for Painting and Pressure Washing and Category 2 for Specialized Painting and Epoxy Application to Florida Service Painting, Inc. d/b/a Service Contracting Solutions, the lowest responsive/responsible bidder. The County’s Structural Staff reviewed the bids submitted and determined that they are in line with the cost of services received in the current fiscal year. Respondents: Company Name City County State Bid Amount Responsive/Responsible Service Contracting Solutions Ft Myers Lee FL Cat 1: $3,460 Cat 2: $ 209,860 Y/Y FA Remodeling and Repairs, Inc. Naples Collier FL Cat 1: $17,200 Cat 2: $ 247,600 Y/Y Elvins Quality Painting Naples Collier FL Cat 1: $9,000 Cat 2: No bid Y/Y Capital Consulting Solutions Naples Collier FL Cat 1: $5,560 Cat 2: No bid Y/Y All American Power Cleaning, LLC Hialeah Broward FL 2,500 N/N Air Xcellence IAQ Services, LLC Miami Dade FL 12,500 N/N After a thorough review of the bid prices, references and qualifications, staff recommends award to Florida Service Painting, Inc. d/b/a Service Contracting Solutions, as lowest. responsive and responsible bidder. The attached contract provides for an initial term of three (3) years with two (2) one (1) year renewal options. FISCAL IMPACT: The base annual amount of the contract, based on budgeted projects, is estimated to be $500,000 plus any additional and unanticipated services. Funds are available in the Division of 16.C.3 Packet Pg. 1066 07/10/2018 Facilities Management Operating Budget 001-122240 and other user division cost centers. LEGAL CONSIDERATIONS: This item is approved as to form and legality, and requires majority vote for Board approval. -SRT GROWTH MANAGEMENT IMPACT: There is no growth management impact associated with this Executive Summary. RECOMMENDATION: To award Invitation to Bid #18-7327, “Painting and Pressure Washing,” to Florida Service Painting, Inc. d/b/a Service Contracting Solutions and authorize the Chairman to execute the attached contract. Prepared By: Miguel Carballo, CFM, Manager of Facilities, Division of Facilities Management ATTACHMENT(S) 1. 18-7327 Service Contracting Solutions_Contract_VendSign (PDF) 2. NORA Signed (PDF) 3. 18-7327 Bid Tabulation (PDF) 4. 18-7327 Solicitation (PDF) 5. Capital.Contractors.18-7327_CAT_01_r01 (PDF) 16.C.3 Packet Pg. 1067 07/10/2018 COLLIER COUNTY Board of County Commissioners Item Number: 16.C.3 Doc ID: 5947 Item Summary: Recommendation to award Invitation to Bid #18-7327, “Painting and Pressure Washing,” to Florida Service Painting, Inc. d/b/a Service Contracting Solutions, for County-wide Painting and Pressure Washing. Meeting Date: 07/10/2018 Prepared by: Title: Supervisor - Revenue – Facilities Management Name: Amanda Condomina 06/13/2018 3:50 PM Submitted by: Title: Deputy Department Head – Solid and Hazardous Waste Name: Dan Rodriguez 06/13/2018 3:50 PM Approved By: Review: Procurement Services Sarah Hamilton Additional Reviewer Skipped 06/21/2018 5:29 PM Public Utilities Operations Support Sarah Hamilton Additional Reviewer Skipped 06/21/2018 5:30 PM Solid and Hazardous Waste Sarah Hamilton Additional Reviewer Skipped 06/21/2018 5:30 PM Procurement Services Sarah Hamilton Additional Reviewer Skipped 06/21/2018 5:32 PM Procurement Services Sarah Hamilton Additional Reviewer Skipped 06/21/2018 5:32 PM Procurement Services Ted Coyman Additional Reviewer Completed 06/22/2018 9:37 AM Procurement Services Sarah Hamilton Level 1 Purchasing Gatekeeper Skipped 06/22/2018 11:29 AM Public Utilities Department Sarah Hamilton Level 1 Division Reviewer Completed 06/22/2018 11:30 AM Facilities Management Miguel Carballo Additional Reviewer Completed 06/25/2018 9:29 AM Public Utilities Department George Yilmaz Level 2 Division Administrator Review Completed 06/26/2018 11:02 AM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 06/26/2018 1:43 PM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 06/27/2018 8:20 AM Budget and Management Office Ed Finn Additional Reviewer Completed 06/27/2018 5:44 PM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 06/28/2018 5:18 PM County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 07/02/2018 1:29 PM Board of County Commissioners MaryJo Brock Meeting Pending 07/10/2018 9:00 AM 16.C.3 Packet Pg. 1068 16.C.3.aPacket Pg. 1069Attachment: 18-7327 Service Contracting Solutions_Contract_VendSign (5947 : Recommendation to award Invitation to Bid #18-7327, “Painting 16.C.3.aPacket Pg. 1070Attachment: 18-7327 Service Contracting Solutions_Contract_VendSign (5947 : Recommendation to award Invitation to Bid #18-7327, “Painting 16.C.3.aPacket Pg. 1071Attachment: 18-7327 Service Contracting Solutions_Contract_VendSign (5947 : Recommendation to award Invitation to Bid #18-7327, “Painting 16.C.3.aPacket Pg. 1072Attachment: 18-7327 Service Contracting Solutions_Contract_VendSign (5947 : Recommendation to award Invitation to Bid #18-7327, “Painting 16.C.3.aPacket Pg. 1073Attachment: 18-7327 Service Contracting Solutions_Contract_VendSign (5947 : Recommendation to award Invitation to Bid #18-7327, “Painting 16.C.3.aPacket Pg. 1074Attachment: 18-7327 Service Contracting Solutions_Contract_VendSign (5947 : Recommendation to award Invitation to Bid #18-7327, “Painting 16.C.3.aPacket Pg. 1075Attachment: 18-7327 Service Contracting Solutions_Contract_VendSign (5947 : Recommendation to award Invitation to Bid #18-7327, “Painting 16.C.3.aPacket Pg. 1076Attachment: 18-7327 Service Contracting Solutions_Contract_VendSign (5947 : Recommendation to award Invitation to Bid #18-7327, “Painting 16.C.3.aPacket Pg. 1077Attachment: 18-7327 Service Contracting Solutions_Contract_VendSign (5947 : Recommendation to award Invitation to Bid #18-7327, “Painting 16.C.3.aPacket Pg. 1078Attachment: 18-7327 Service Contracting Solutions_Contract_VendSign (5947 : Recommendation to award Invitation to Bid #18-7327, “Painting 16.C.3.aPacket Pg. 1079Attachment: 18-7327 Service Contracting Solutions_Contract_VendSign (5947 : Recommendation to award Invitation to Bid #18-7327, “Painting 16.C.3.aPacket Pg. 1080Attachment: 18-7327 Service Contracting Solutions_Contract_VendSign (5947 : Recommendation to award Invitation to Bid #18-7327, “Painting 16.C.3.aPacket Pg. 1081Attachment: 18-7327 Service Contracting Solutions_Contract_VendSign (5947 : Recommendation to award Invitation to Bid #18-7327, “Painting 16.C.3.aPacket Pg. 1082Attachment: 18-7327 Service Contracting Solutions_Contract_VendSign (5947 : Recommendation to award Invitation to Bid #18-7327, “Painting 16.C.3.aPacket Pg. 1083Attachment: 18-7327 Service Contracting Solutions_Contract_VendSign (5947 : Recommendation to award Invitation to Bid #18-7327, “Painting 16.C.3.aPacket Pg. 1084Attachment: 18-7327 Service Contracting Solutions_Contract_VendSign (5947 : Recommendation to award Invitation to Bid #18-7327, “Painting 16.C.3.aPacket Pg. 1085Attachment: 18-7327 Service Contracting Solutions_Contract_VendSign (5947 : Recommendation to award Invitation to Bid #18-7327, “Painting 16.C.3.aPacket Pg. 1086Attachment: 18-7327 Service Contracting Solutions_Contract_VendSign (5947 : Recommendation to award Invitation to Bid #18-7327, “Painting 16.C.3.aPacket Pg. 1087Attachment: 18-7327 Service Contracting Solutions_Contract_VendSign (5947 : Recommendation to award Invitation to Bid #18-7327, “Painting 16.C.3.aPacket Pg. 1088Attachment: 18-7327 Service Contracting Solutions_Contract_VendSign (5947 : Recommendation to award Invitation to Bid #18-7327, “Painting 16.C.3.aPacket Pg. 1089Attachment: 18-7327 Service Contracting Solutions_Contract_VendSign (5947 : Recommendation to award Invitation to Bid #18-7327, “Painting 16.C.3.b Packet Pg. 1090 Attachment: NORA Signed (5947 : Recommendation to award Invitation to Bid #18-7327, “Painting and Pressure Washing”) 18-7327 Bid Tabulation Painting and Pressure Washing Instructions 1 Description *Sq Ft Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price 1 Painting Labor Rate 2000 1.27$ 2,540.00$ 4.00$ 8,000.00$ 2.68$ 5,360.00$ 5.50$ 11,000.00$ 2 Pressure Washing Labor Rate 2000 0.46$ 920.00$ 0.50$ 1,000.00$ 0.10$ 200.00$ 3.10$ 6,200.00$ 1.25$ 2,500.00$ -$ -$ Category 1 Total 3,460.00$ Category 1 Total 9,000.00$ Category 1 Total 5,560.00$ Category 1 Total 17,200.00$ Category 1 Total 2,500.00$ Category 1 Total -$ Description *Sq Ft Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price 3 Removal of deteriorated concrete & repair up to 1.5” deep 2000 2.41$ 4,820.00$ 13.00$ 26,000.00$ 4 Mortartec silicate repair up to 2” deep 2000 18.68$ 37,360.00$ -$ -$ -$ -$ 14.50$ 29,000.00$ -$ -$ -$ -$ 5 Ceramico epoxy mortar resurface up to ½”2000 11.51$ 23,020.00$ -$ -$ -$ -$ 12.80$ 25,600.00$ -$ -$ -$ -$ 6 Abrasive blasting 2000 5.69$ 11,380.00$ -$ -$ -$ -$ 8.00$ 16,000.00$ -$ -$ -$ -$ 7 40,000 psi hydroblasting 2000 5.11$ 10,220.00$ -$ -$ -$ -$ 7.00$ 14,000.00$ -$ -$ -$ -$ 8 Application of 125 mil Epoxytec CPP liner application with 10-year warranty 2000 23.84$ 47,680.00$ -$ -$ -$ -$ 15.50$ 31,000.00$ -$ -$ -$ -$ 9 Application of 60 mil Epoxytec Uroflex with 5-year warranty 2000 13.77$ 27,540.00$ -$ -$ -$ -$ 15.00$ 30,000.00$ -$ -$ -$ -$ Total 162,020.00$ Total -$ Total -$ Total 171,600.00$ Total -$ Total -$ Description Linear Ft Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price 10 Urethane crack injection 2000 14.66$ 29,320.00$ -$ -$ -$ -$ 19.00$ 38,000.00$ -$ -$ -$ -$ 11 Epoxy crack injection 2000 9.26$ 18,520.00$ -$ -$ -$ -$ 19.00$ 38,000.00$ -$ -$ -$ -$ Total 47,840.00$ Total -$ Total -$ Total 76,000.00$ Total -$ Total -$ Category 2 Total 209,860.00$ Category 2 Total -$ Category 2 Total -$ Category 2 Total 247,600.00$ Category 2 Total -$ Category 2 Total -$ *Category 2 must hold certification to apply all Epoxytec Systems for all water & wastewater infrastructure * For Award Purposes Only *The number of units in the labor category is for bid purposes only *After hours pricing is not considered for award purposes 10% 15% 1.5x Unit Price Conflict of Interest Declaration Statement Immigration Affidavit W-9 Insurance Requirements Opened by: Kristofer Lopez, Procurement Strategist Witnessed by: Viviana Giaramustas, Procurement Strategist Complete the Price per Unit/Per Square Foot section for each of the following categories. Category 1 Material/Sub-contractor Markups Percentages, and Emergency Rates are Specified by Collier County Material/Equipment % Markup Service Contracting Solutions All American Power Cleaning, LLC NO PRICE CAT 2 Non-Responsive Air Xcellence IAQ Serivices, LLC Non-Responsive NO PRICE CAT 2 Elvins Quality Painting Capital Consulting Solutions FA Remodeling and Repairs, Inc. NO PRICE CAT 2 NO PRICE CAT 2 Category 2 Sub-contractor % Markup Emergency call out After Hours Rate per SqFt Yes Yes Yes Yes Yes Yes Yes Yes No NoYesYesYesNoNoYesYesYesNoNoYesYesYesNoNoYesYesYesNoNo Page 1 16.C.3.c Packet Pg. 1091 Attachment: 18-7327 Bid Tabulation (5947 : Recommendation to award Invitation to Bid #18-7327, “Painting and Pressure Washing”) COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS INVITATION TO BID (ITB) FOR PAINTING AND PRESSURE WASHING SOLICITATION NO.: 18-7327 KRISTOFER LOPEZ, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8944 Kristofer.lopez@colliercountyfl.gov (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.C.3.d Packet Pg. 1092 Attachment: 18-7327 Solicitation (5947 : Recommendation to award Invitation to Bid #18-7327, “Painting and Pressure Washing”) ITB 18-7327 Painting and Pressure Washing 1 SOLICITATION PUBLIC NOTICE INVITATION TO BID (ITB) NUMBER: 18-7327 PROJECT TITLE: PAINTING AND POWER WASHING POST DATE: April 6, 2018 PRE-BID CONFERENCE: N/A BID OPENING DAY/DATE/TIME: May 8, 2018 @ 3:00PM PLACE OF BID OPENING: PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FL 34112 All proposals shall be submitted online via the Collier County Procurement Services Division Online Bidding System: https://www.bidsync.com/bidsync-cas/ INTRODUCTION As requested by the Facilities Management 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. BACKGROUND Collier County is seeking the services of a qualified painting company to provide comprehensive painting and pressure washing services for all County owned property; i.e., interiors of any height or size, exteriors of buildings up to ten stories, ground areas , and Public Utilities facilities. The successful bidder(s) will provide labor and materials necessary for all Collier County owned and lea sed properties, including the County Jails. Historically, County departments have spent approximately $1,075,665.96. 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 (1) 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 compl y 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. AWARD CRITERIA ITB award criteria are as follows: ➢ The County’s Procurement Services Division reserves the right to clarify a vendor’s submittal prior to the award of the solicitation. ➢ It is the intent of Collier County to award to the lowest, responsive and responsible vendor(s) that represents the best value to 16.C.3.d Packet Pg. 1093 Attachment: 18-7327 Solicitation (5947 : Recommendation to award Invitation to Bid #18-7327, “Painting and Pressure Washing”) ITB 18-7327 Painting and Pressure Washing 2 the County. ➢ For the purposes of determining the winning bidder, the County will select the vendor with the lowest price for Category 1 and Category 2 Services as outlined below: • The total from Excel file 18-7238 Category 1 (Cell E-10) & Category 2 (Cell E-38) ➢ 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: • Identify a single awardee for Category 1 & Category 2 ➢ The County reserves the right to issue a formal contract or standard County Purchase Order for the award of this solicitation . DETAILED SCOPE OF WORK Brush, Roll, Spray Requirements: All wall areas are to be rolled. All door, casing, baseboard, and miscellaneous trim shall be brushed. No areas are to be sprayed without prior authorization from the Facilities Manager or his designee. Type of Paint: Highest quality professional-grade exterior paint under the County’s current paint contract shall be used both outside and inside buildings; satin on wall surfaces and semi-gloss on doors and trim. The Facilities Manager or his designee shall have the authority to authorize other paints on a per-job basis. Color Samples: Color samples must be approved by the Facilities Manager or his designee prior to the start of each job. Prints used for color samples must be kept on file for each job. Special Applications: Special applications and coating that would be applied by a painting company may be considered as part of this contract and shall be priced on a time and material basis or a lump sum based on the hourly rate(s) and markup provided. The Facilities Manager or his designee may request receipts for material provided by the Contractor. Cover Down/Clean Up: Contractor will thoroughly cover down, mask-off and take all necessary steps to protect all County property in the vicinity of work being done. At the completion of each work perio d, the Contractor shall thoroughly clean the work area and remove all supplies; “Caution – Wet Paint” signage shall remain posted. The Contractor shall incur any and all expense caused by spills or failure to protect County property. Contractor will take extra measures to ensure that vehicles, County equipment, and building fixtures are clear and protected from cleaning and painting areas. Pressure Washing: Contractor will pressure wash the property in the instance where the Facilities Manager or his designee determine painting is not required or as required for surface preparation. Contractor must have the ability to pressure wash County buildings; i.e., interiors of any height or size, exteriors of buildings up to ten stories, and ground areas. Requirements of Contractor Surface Preparation: • All surfaces scheduled to receive new paint coatings shall be clean and free from all dirt, dust oxidized paint film, loose a nd unsound paint coatings, and other foreign matter. • Exterior doors and jams must be cleaned, sanded and primed before paint is applied. Any visible rust must be taken down and filled appropriately. • Locate unsound gypsum board, tape joints, cracks, imperfections and similar unsound areas; patch and resurface as needed to provide a smooth or properly textured substrate as required for application of paint coating. • Remove all switch plates and other items that may interfere with a quality job. All removed items shall be replaced in their proper positions at the conclusion of the job when the paint is dry. • Workmanship: • Provide best quality workmanship performed by skilled painters. • Evenly spread or flow on proper film thickness to a smooth surface. • Apply materials in accordance with the manufacturer’s printed recommendations and specifications . • Provide finished surfaces that are free from sags, skips, drips and other defects. • Perform work under conditions best suited for the production of acceptable work. • Protect adjacent areas from damage from misplaced paint and preparatory work. • Provide continuous dust control as required. • Coordinate with Owner before using noisy equipment. 16.C.3.d Packet Pg. 1094 Attachment: 18-7327 Solicitation (5947 : Recommendation to award Invitation to Bid #18-7327, “Painting and Pressure Washing”) ITB 18-7327 Painting and Pressure Washing 3 Requirements of Contractor for Structural Steel Painting Specifications All painting work shall be performed strictly in accordance with the standards by the Structural Steel Painting Council (SSPC). Only one paint product from approved manufacturers coating system should be use throughout the project. Recommended Paint Products for Steel Coating: • Tnemec • International Paint, LLC • Sherwin Williams Surface Preparation for Steel Surfaces: • All surfaces: Remove all grease, oil, dirt, dust and other soluble contaminants in accordance with SSPC -SP1 Solvent Cleaning. Follow by a potable water rinse to remove residuals. • SPOT clean all exposed bare metal and rusted surfaces to remove all loose rust and scale in accordance with SSPC -SP11 Power Tool Cleaning to Bare Metal Method, taking special care to feather out the edges of the existing, sound coatings. All other surfaces shall be prepared in accordance with SSPC SP2 Hand Tool Cleaning Method using medium grit sand paper. In addition to SP2, scuff sand existing painted surfaces to remove any sheen. All inspected and approved cleaned surfaces must be prime-coated within the same working day. All surfaces to be painted must be clean and dry prior to the application of coatings. Coating System: • Prime Coat: To all inspected and approved, bare metal cleaned steel surfaces - apply a coat of paint per manufacturing specification. • Intermediate Coat: To all inspected and approved, Primed & Hand Tool cleaned steel surfaces - apply a coat of paint per manufacturing specification. • Epoxy Primer Coat: Apply to all surfaces a coat of epoxy primer per manufacturer specification. • Stripe Coat: To all previously intermediate coat surfaces - apply by brush a separate Stripe Coat of paint per manufacturing specification • Finish Coat: Apply to all surfaces an overall coat of paint per manufacturing specification. Contractor Responsibilities and M iscellaneous In each scope of work, the County’s Project Manager or designee reserves the right to specify: the period of completion; coll ection of liquidated damages in the event of late completion; and “time and material” sums. “Time and material” quote is requested, the Contractor shall provide: • A not-to-exceed total estimated cost for the entire scope of work; • The expected number of work hours by each position (and the hourly rate) and the extended total; • If applicable, a five (15%) percent mark-up of subcontractor’s labor, and ten (10%) percent mark-up for supplies /materials and equipment may be included; the contractor must provide itemized documentation of any subcontractor’s labor, supplies / materials, and equipment. • Performance Measures The Contractor shall maintain compliance with the following performance measures: • The Contractor will advise the County, in writing, of any extenuating circumstances that will prohibit the Contractor from meeting the above-outlined performance measures. • The Contractor will furnish all necessary labor, tools, equipment and services to perform the services specified in the co ntract. The Project Manager or designee shall be the final authority on any issues that may arise as to the quality and acceptability of any work performed under this contract. If, in the opinion of the Project Manager or designee , any part if the Contractor’s performance becomes unsatisfactory; the County will immediately levy a deduction on the Contractor’s invoice for la ck of service. This deduction will be ten percent (10%) of Contractor’s monthly invoice per instance based on County staff time to resolve the issue. • The County shall have the immediate right to complete the work to its satisfaction, through the use of Co unty employees or outside contractors as deemed necessary, and shall deduct ten percent (10%) of Contractor’s monthly invoice plus actual cost to correct issue. 16.C.3.d Packet Pg. 1095 Attachment: 18-7327 Solicitation (5947 : Recommendation to award Invitation to Bid #18-7327, “Painting and Pressure Washing”) ITB 18-7327 Painting and Pressure Washing 4 Contract Deductions It is the County’s intent to have all tasks performed satisfactorily and completed in accordance with the specifications and frequencies set forth under the contract. It is important that the Contractor perform all tasks as prescribed. If any tasks are omitted or not performed satisfactorily and completely and with the frequency designated by the contract, the entire affected area as defined solely by the Project Manager or designee shall be found to be a non-performance area and a deduction shall be levied. Reference Performance Measures Section for deductions. Should the Contractor wish to appeal these charges, they may do so in writing to the Facilities Manager or designee. The appeal should state dates, times and other associated facts, along with a clear description of their argument or disagreement with the fine . The argument should also reference this bid document and/or other supporting documentation. Should the fine appeal be rejected by the Facilities Manager, the next and final appeal may then be made to the Director of Facilities Management. Each of these appeals should be made within one (1) day of the incident (for the appeal to the Facilities Manager). Employee Identification All employees must wear Collier County Government identification badges at all times while performing services on County faci lities. Fingerprinting and Background Checks The vendor is required to comply with County Ordinance 2004-52, as amended. INSURANCE AND BONDING REQUIREMENTS Insurance / Bond Type Required Limits 1. Worker’s Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements Evidence of Workers’ Compensation coverage or a Certificate of Exemption issued by the State of Florida is required. Entities that are formed as Sole Proprietorships shall not be required to provide a proof of exemption. An application for exemption can be obtained online at https://apps.fldfs.com/bocexempt/ 2. Employer’s Liability $_1,000,000 single limit per occurrence 3. Commercial General Liability (Occurrence Form) patterned after the current ISO form Bodily Injury and Property Damage $__1,000,000 single limit per occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. Indemnification To the maximum extent permitted by Florida law, the Contractor/Vendor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys’ fees and paralegals’ fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor/ Vendor or anyone employed or utilized by the Contractor/Vendor in the performance of this Agreement. 5. Automobile Liability $_1,000,00 Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included 6. Other insurance as noted: Watercraft $ __________ Per Occurrence United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ __________ Per Occurrence Maritime Coverage (Jones Act) shall be maintained where applicable to the 16.C.3.d Packet Pg. 1096 Attachment: 18-7327 Solicitation (5947 : Recommendation to award Invitation to Bid #18-7327, “Painting and Pressure Washing”) ITB 18-7327 Painting and Pressure Washing 5 completion of the work. $ __________ Per Occurrence Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ __________ Per Occurrence Pollution $ __________ Per Occurrence Professional Liability $ ___________ Per claim & in the aggregate Project Professional Liability $__________ Per Occurrence Valuable Papers Insurance $__________ Per Occurrence Cyber Liability $__________ Per Occurrence Technology Errors & Omissions $__________ Per Occurrence 7. Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers’ check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 8. Performance and Payment Bonds For projects in excess of $200,000, bonds shall be submitted with the executed contract by Proposers receiving award, and written for 100% of the Contract award a mount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as “A-“ or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders’ surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 9. Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The sam e Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 10. Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Vendor’s policy shall be endorsed accordingly. 11. The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates 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 . 12. Thirty (30) Days Cancellation Notice required. ________________________________________________________________________________________ 1/3/18 – GG Name of Firm _______________________________________ Date _____________________ Vendor Signature ____________________________________________________________________ Print Name ____________________________________________________________________ Insurance Agency ____________________________________________________________________ Agent Name _______________________________________ Telephone _________________ 16.C.3.d Packet Pg. 1097 Attachment: 18-7327 Solicitation (5947 : Recommendation to award Invitation to Bid #18-7327, “Painting and Pressure Washing”) ITB 18-7327 Painting and Pressure Washing 6 16.C.3.d Packet Pg. 1098 Attachment: 18-7327 Solicitation (5947 : Recommendation to award Invitation to Bid #18-7327, “Painting and Pressure Washing”) COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS INVITATION TO BID (ITB) FOR PAINTING AND PRESSURE WASHING SOLICITATION NO.: 18-7327 KRISTOFER LOPEZ, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8944 Kristofer.lopez@colliercountyfl.gov (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.C.3.e Packet Pg. 1099 Attachment: Capital.Contractors.18-7327_CAT_01_r01 (5947 : Recommendation to award Invitation to Bid #18-7327, “Painting and Pressure ITB 18-7327 Painting and Pressure Washing 1 SOLICITATION PUBLIC NOTICE INVITATION TO BID (ITB) NUMBER: 18-7327 PROJECT TITLE: PAINTING AND POWER WASHING POST DATE: April 6, 2018 PRE-BID CONFERENCE: N/A BID OPENING DAY/DATE/TIME: May 8, 2018 @ 3:00PM PLACE OF BID OPENING: PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FL 34112 All proposals shall be submitted online via the Collier County Procurement Services Division Online Bidding System: https://www.bidsync.com/bidsync-cas/ INTRODUCTION As requested by the Facilities Management 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. BACKGROUND Collier County is seeking the services of a qualified painting company to provide comprehensive painting and pressure washing services for all County owned property; i.e., interiors of any height or size, exteriors of buildings up to ten stories, ground areas , and Public Utilities facilities. The successful bidder(s) will provide labor and materials necessary for all Collier County owned and lea sed properties, including the County Jails. Historically, County departments have spent approximately $1,075,665.96. 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 (1) 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 compl y 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. AWARD CRITERIA ITB award criteria are as follows: ➢ The County’s Procurement Services Division reserves the right to clarify a vendor’s submittal prior to the award of the solicitation. ➢ It is the intent of Collier County to award to the lowest, responsive and responsible vendor(s) that represents the best value to 16.C.3.e Packet Pg. 1100 Attachment: Capital.Contractors.18-7327_CAT_01_r01 (5947 : Recommendation to award Invitation to Bid #18-7327, “Painting and Pressure ITB 18-7327 Painting and Pressure Washing 2 the County. ➢ For the purposes of determining the winning bidder, the County will select the vendor with the lowest price for Category 1 and Category 2 Services as outlined below: • The total from Excel file 18-7238 Category 1 (Cell E-10) & Category 2 (Cell E-38) ➢ 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: • Identify a single awardee for Category 1 & Category 2 ➢ The County reserves the right to issue a formal contract or standard County Purchase Order for the award of this solicitation . DETAILED SCOPE OF WORK Brush, Roll, Spray Requirements: All wall areas are to be rolled. All door, casing, baseboard, and miscellaneous trim shall be brushed. No areas are to be sprayed without prior authorization from the Facilities Manager or his designee. Type of Paint: Highest quality professional-grade exterior paint under the County’s current paint contract shall be used both outside and inside buildings; satin on wall surfaces and semi-gloss on doors and trim. The Facilities Manager or his designee shall have the authority to authorize other paints on a per-job basis. Color Samples: Color samples must be approved by the Facilities Manager or his designee prior to the start of each job. Prints used for color samples must be kept on file for each job. Special Applications: Special applications and coating that would be applied by a painting company may be considered as part of this contract and shall be priced on a time and material basis or a lump sum based on the hourly rate(s) and markup provided. The Facilities Manager or his designee may request receipts for material provided by the Contractor. Cover Down/Clean Up: Contractor will thoroughly cover down, mask-off and take all necessary steps to protect all County property in the vicinity of work being done. At the completion of each work perio d, the Contractor shall thoroughly clean the work area and remove all supplies; “Caution – Wet Paint” signage shall remain posted. The Contractor shall incur any and all expense caused by spills or failure to protect County property. Contractor will take extra measures to ensure that vehicles, County equipment, and building fixtures are clear and protected from cleaning and painting areas. Pressure Washing: Contractor will pressure wash the property in the instance where the Facilities Manager or his designee determine painting is not required or as required for surface preparation. Contractor must have the ability to pressure wash County buildings; i.e., interiors of any height or size, exteriors of buildings up to ten stories, and ground areas. Requirements of Contractor Surface Preparation: • All surfaces scheduled to receive new paint coatings shall be clean and free from all dirt, dust oxidized paint film, loose a nd unsound paint coatings, and other foreign matter. • Exterior doors and jams must be cleaned, sanded and primed before paint is applied. Any visible rust must be taken down and filled appropriately. • Locate unsound gypsum board, tape joints, cracks, imperfections and similar unsound areas; patch and resurface as needed to provide a smooth or properly textured substrate as required for application of paint coating. • Remove all switch plates and other items that may interfere with a quality job. All removed items shall be replaced in their proper positions at the conclusion of the job when the paint is dry. • Workmanship: • Provide best quality workmanship performed by skilled painters. • Evenly spread or flow on proper film thickness to a smooth surface. • Apply materials in accordance with the manufacturer’s printed recommendations and specifications . • Provide finished surfaces that are free from sags, skips, drips and other defects. • Perform work under conditions best suited for the production of acceptable work. • Protect adjacent areas from damage from misplaced paint and preparatory work. • Provide continuous dust control as required. • Coordinate with Owner before using noisy equipment. 16.C.3.e Packet Pg. 1101 Attachment: Capital.Contractors.18-7327_CAT_01_r01 (5947 : Recommendation to award Invitation to Bid #18-7327, “Painting and Pressure ITB 18-7327 Painting and Pressure Washing 3 Requirements of Contractor for Structural Steel Painting Specifications All painting work shall be performed strictly in accordance with the standards by the Structural Steel Painting Council (SSPC). Only one paint product from approved manufacturers coating system should be use throughout the project. Recommended Paint Products for Steel Coating: • Tnemec • International Paint, LLC • Sherwin Williams Surface Preparation for Steel Surfaces: • All surfaces: Remove all grease, oil, dirt, dust and other soluble contaminants in accordance with SSPC -SP1 Solvent Cleaning. Follow by a potable water rinse to remove residuals. • SPOT clean all exposed bare metal and rusted surfaces to remove all loose rust and scale in accordance with SSPC -SP11 Power Tool Cleaning to Bare Metal Method, taking special care to feather out the edges of the existing, sound coatings. All other surfaces shall be prepared in accordance with SSPC SP2 Hand Tool Cleaning Method using medium grit sand paper. In addition to SP2, scuff sand existing painted surfaces to remove any sheen. All inspected and approved cleaned surfaces must be prime-coated within the same working day. All surfaces to be painted must be clean and dry prior to the application of coatings. Coating System: • Prime Coat: To all inspected and approved, bare metal cleaned steel surfaces - apply a coat of paint per manufacturing specification. • Intermediate Coat: To all inspected and approved, Primed & Hand Tool cleaned steel surfaces - apply a coat of paint per manufacturing specification. • Epoxy Primer Coat: Apply to all surfaces a coat of epoxy primer per manufacturer specification. • Stripe Coat: To all previously intermediate coat surfaces - apply by brush a separate Stripe Coat of paint per manufacturing specification • Finish Coat: Apply to all surfaces an overall coat of paint per manufacturing specification. Contractor Responsibilities and M iscellaneous In each scope of work, the County’s Project Manager or designee reserves the right to specify: the period of completion; coll ection of liquidated damages in the event of late completion; and “time and material” sums. “Time and material” quote is requested, the Contractor shall provide: • A not-to-exceed total estimated cost for the entire scope of work; • The expected number of work hours by each position (and the hourly rate) and the extended total; • If applicable, a five (15%) percent mark-up of subcontractor’s labor, and ten (10%) percent mark-up for supplies /materials and equipment may be included; the contractor must provide itemized documentation of any subcontractor’s labor, supplies / materials, and equipment. • Performance Measures The Contractor shall maintain compliance with the following performance measures: • The Contractor will advise the County, in writing, of any extenuating circumstances that will prohibit the Contractor from meeting the above-outlined performance measures. • The Contractor will furnish all necessary labor, tools, equipment and services to perform the services specified in the co ntract. The Project Manager or designee shall be the final authority on any issues that may arise as to the quality and acceptability of any work performed under this contract. If, in the opinion of the Project Manager or designee , any part if the Contractor’s performance becomes unsatisfactory; the County will immediately levy a deduction on the Contractor’s invoice for la ck of service. This deduction will be ten percent (10%) of Contractor’s monthly invoice per instance based on County staff time to resolve the issue. • The County shall have the immediate right to complete the work to its satisfaction, through the use of Co unty employees or outside contractors as deemed necessary, and shall deduct ten percent (10%) of Contractor’s monthly invoice plus actual cost to correct issue. 16.C.3.e Packet Pg. 1102 Attachment: Capital.Contractors.18-7327_CAT_01_r01 (5947 : Recommendation to award Invitation to Bid #18-7327, “Painting and Pressure ITB 18-7327 Painting and Pressure Washing 4 Contract Deductions It is the County’s intent to have all tasks performed satisfactorily and completed in accordance with the specifications and frequencies set forth under the contract. It is important that the Contractor perform all tasks as prescribed. If any tasks are omitted or not performed satisfactorily and completely and with the frequency designated by the contract, the entire affected area as defined solely by the Project Manager or designee shall be found to be a non-performance area and a deduction shall be levied. Reference Performance Measures Section for deductions. Should the Contractor wish to appeal these charges, they may do so in writing to the Facilities Manager or designee. The appeal should state dates, times and other associated facts, along with a clear description of their argument or disagreement with the fine . The argument should also reference this bid document and/or other supporting documentation. Should the fine appeal be rejected by the Facilities Manager, the next and final appeal may then be made to the Director of Facilities Management. Each of these appeals should be made within one (1) day of the incident (for the appeal to the Facilities Manager). Employee Identification All employees must wear Collier County Government identification badges at all times while performing services on County faci lities. Fingerprinting and Background Checks The vendor is required to comply with County Ordinance 2004-52, as amended. INSURANCE AND BONDING REQUIREMENTS Insurance / Bond Type Required Limits 1. Worker’s Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements Evidence of Workers’ Compensation coverage or a Certificate of Exemption issued by the State of Florida is required. Entities that are formed as Sole Proprietorships shall not be required to provide a proof of exemption. An application for exemption can be obtained online at https://apps.fldfs.com/bocexempt/ 2. Employer’s Liability $_1,000,000 single limit per occurrence 3. Commercial General Liability (Occurrence Form) patterned after the current ISO form Bodily Injury and Property Damage $__1,000,000 single limit per occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. Indemnification To the maximum extent permitted by Florida law, the Contractor/Vendor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys’ fees and paralegals’ fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor/ Vendor or anyone employed or utilized by the Contractor/Vendor in the performance of this Agreement. 5. Automobile Liability $_1,000,00 Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included 6. Other insurance as noted: Watercraft $ __________ Per Occurrence United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ __________ Per Occurrence Maritime Coverage (Jones Act) shall be maintained where applicable to the 16.C.3.e Packet Pg. 1103 Attachment: Capital.Contractors.18-7327_CAT_01_r01 (5947 : Recommendation to award Invitation to Bid #18-7327, “Painting and Pressure ITB 18-7327 Painting and Pressure Washing 5 completion of the work. $ __________ Per Occurrence Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ __________ Per Occurrence Pollution $ __________ Per Occurrence Professional Liability $ ___________ Per claim & in the aggregate Project Professional Liability $__________ Per Occurrence Valuable Papers Insurance $__________ Per Occurrence Cyber Liability $__________ Per Occurrence Technology Errors & Omissions $__________ Per Occurrence 7. Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers’ check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 8. Performance and Payment Bonds For projects in excess of $200,000, bonds shall be submitted with the executed contract by Proposers receiving award, and written for 100% of the Contract award a mount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as “A-“ or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders’ surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 9. Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The sam e Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 10. Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Vendor’s policy shall be endorsed accordingly. 11. The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates 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 . 12. Thirty (30) Days Cancellation Notice required. ________________________________________________________________________________________ 1/3/18 – GG Name of Firm _______________________________________ Date _____________________ Vendor Signature ____________________________________________________________________ Print Name ____________________________________________________________________ Insurance Agency ____________________________________________________________________ Agent Name _______________________________________ Telephone _________________ Capital Contractors, LLC 5/7/2018 Adam Ahmad Domain Insurance Management, Inc / Braishfield Associates Nikki Freeman 239-598-9013 16.C.3.e Packet Pg. 1104 Attachment: Capital.Contractors.18-7327_CAT_01_r01 (5947 : Recommendation to award Invitation to Bid #18-7327, “Painting and Pressure ITB 18-7327 Painting and Pressure Washing 6 16.C.3.e Packet Pg. 1105 Attachment: Capital.Contractors.18-7327_CAT_01_r01 (5947 : Recommendation to award Invitation to Bid #18-7327, “Painting and Pressure 18-7238 Bid Schedule Painting and Pressure Washing Instructions 1 Description *Sq Ft Unit Price Total Price 1 Painting Labor Rate 2000 2.68$ 5,360.00$ 2 Pressure Washing Labor Rate 2000 0.10$ 200.00$ Category 1 Total 5,560.00$ *The number of units in the labor category is for bid purposes only *After hours pricing is not considered for award purposes 10% 15% 1.5x Unit Price Description *Sq Ft Unit Price Total Price 3 Removal of deteriorated concrete & repair up to 1.5” deep 2000 -$ -$ Category 2 Sub-contractor % Markup Emergency call out After Hours Rate per SqFt Complete the Price per Unit/Per Square Foot section for each of the following categories. Category 1 Material/Sub-contractor Markups Percentages, and Emergency Rates are Specified by Collier County Material/Equipment % Markup Page 1 16.C.3.e Packet Pg. 1106 Attachment: Capital.Contractors.18-7327_CAT_01_r01 (5947 : Recommendation to award Invitation to Bid #18-7327, “Painting and Pressure Washing”) Addendum #1 Date: 4/26/2018 From: Kristofer Lopez, Procurement Strategist To: Interested Bidders Subject: Addendum # 1 Solicitation 18-7327 Painting and Pressure Washing The following clarifications are issued as an addendum identifying the following clarification to the scope of work, changes, deletions, or additions to the original solicitation document for the referenced solicitation: 1. Change: Solicitation language is removed from scope of work. In each scope of work, the County’s Project Manager or designee reserves the right to specify: the period of completion; collection of liquidated damages in the event of late completion; and “time and material” sums. “Time and material” quote is requested, the Contractor shall provide: • A not-to-exceed total estimated cost for the entire scope of work; • The expected number of work hours by each position (and the hourly rate) and the extended total; 2. This solicitation does not allow for Time and Material quotes, each job will be quoted by SqFt per the bid schedule. If you require additional information please post a question on our Bid Sync (www.bidsync.com) bidding platform under the solicitation for this project. C: Amanda Condomina Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) Date (Name of Firm) Email: Kristofer.lopez@colliercountyfl.gov Telephone: (239)-252-8944 Capital Contractors, LLC 5/7/2018 16.C.3.e Packet Pg. 1107 Attachment: Capital.Contractors.18-7327_CAT_01_r01 (5947 : Recommendation to award Invitation to Bid #18-7327, “Painting and Pressure INSURANCE AND BONDING REQUIREMENTS Insurance / Bond Type Required Limits 1. Worker’s Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements Evidence of Workers’ Compensation coverage or a Certificate of Exemption issued by the State of Florida is required. Entities that are formed as Sole Proprietorships shall not be required to provide a proof of exemption. An application for exemption can be obtained online at https://apps.fldfs.com/bocexempt/ 2. Employer’s Liability $1,000,000 single limit per occurrence 3. Commercial General Liability (Occurrence Form) patterned after the current ISO form Bodily Injury and Property Damage $1,000,000 single limit per occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. Indemnification To the maximum extent permitted by Florida law, the Contractor/Vendor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys’ fees and paralegals’ fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor/ Vendor or anyone employed or utilized by the Contractor/Vendor in the performance of this Agreement. 5. Automobile Liability $1,000,000 Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included 6. Other insurance as noted: Watercraft $ __________ Per Occurrence Pollution $ __________ Per Occurrence Professional Liability $ ___________ Per claim & in the aggregate Project Professional Liability $__________ Per Occurrence 7. Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers’ check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 8. Performance and Payment Bonds For projects in excess of $200,000, bonds shall be submitted with the executed contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as “A-“ or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders’ surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 9. Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 16.C.3.e Packet Pg. 1108 Attachment: Capital.Contractors.18-7327_CAT_01_r01 (5947 : Recommendation to award Invitation to Bid #18-7327, “Painting and Pressure 10. Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Vendor’s policy shall be endorsed accordingly. 11. The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates 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. 12. Thirty (30) Days Cancellation Notice required. 11/14/17 – GG ________________________________________________________________________________________ Vendor’s Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. Name of Firm _______________________________________ Date ____________________________ Vendor Signature _________________________________________________________________________ Print Name _________________________________________________________________________ Insurance Agency _________________________________________________________________________ Agent Name ___________________________________ Telephone Number ________________ Capital Contractors, LLC 4/18/2018 Adam Ahmad Domain Insurance Management, Inc / Braishfield Associates Nikki Freeman 239-598-9013 16.C.3.e Packet Pg. 1109 Attachment: Capital.Contractors.18-7327_CAT_01_r01 (5947 : Recommendation to award Invitation to Bid #18-7327, “Painting and Pressure 16.C.3.e Packet Pg. 1110 Attachment: Capital.Contractors.18-7327_CAT_01_r01 (5947 : Recommendation to award Invitation to Bid #18-7327, “Painting and Pressure Scanned by CamScanner 16.C.3.e Packet Pg. 1111 Attachment: Capital.Contractors.18-7327_CAT_01_r01 (5947 : Recommendation to award Invitation to Bid #18-7327, “Painting and Pressure Washing”) Scanned by CamScanner 16.C.3.e Packet Pg. 1112 Attachment: Capital.Contractors.18-7327_CAT_01_r01 (5947 : Recommendation to award Invitation to Bid #18-7327, “Painting and Pressure Washing”) Scanned by CamScanner 16.C.3.e Packet Pg. 1113 Attachment: Capital.Contractors.18-7327_CAT_01_r01 (5947 : Recommendation to award Invitation to Bid #18-7327, “Painting and Pressure Washing”) Form 7: Vendor Submittal – Local Vendor Preference Affidavit (Check Appropriate Boxes Below) State of Florida (Select County if Vendor is described as a Local Business Collier County Lee County Vendor affirms that it is a local business as defined by the Procurement Ordinance of the Collier County Board of County Commissioners and the Regulations Thereto. As defined in Section XI of the Collier County Procurement Ordinance: 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 vendor’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 under this section. Vendor must complete the following information: Year Business Established in Collier County or Lee County: ________ Number of Employees (Including Owner(s) or Corporate Officers):_________ Number of Employees Living in Collier County or Lee (Including Owner(s) or Corporate Officers):_______ If requested by the County, vendor will be required to provide documentation substantiating the information given in this affidavit. Failure to do so will result in vendor’s submission being deemed not applicable. Vendor Name: _________________________________________ Date: ________________________ Address in Collier or Lee County: _________________________________________________________ Signature: ____________________________________________ Title: ________________________ 2 2 Capital Consulting Solutions, LLC 5/7/2018 5633 Strand Blvd, Ste 312, Naples, Florida 34110 President 16.C.3.e Packet Pg. 1114 Attachment: Capital.Contractors.18-7327_CAT_01_r01 (5947 : Recommendation to award Invitation to Bid #18-7327, “Painting and Pressure Form 1: Vendor’s Non-Response Statement The sole intent of the Collier County Procurement Services Division is to issue solicitations that are clear, concise and openly competitive. Therefore, we are interested in ascertaining reasons for prospective Vendors not wishing to respond to this solicitation. If your firm is not responding to this solicitation, please indicate the reason(s) by checking the item(s) listed below and return this form via email noted on the cover page, or mail to Collier County Government, Procurement Services Division, 3295 Tamiami Trail East, BLDG C-2, Naples, FL 34112. We are not responding to the solicitation for the following reason(s): Services requested not available through our company. Our firm could not meet specifications/scope of work. Specifications/scope of work not clearly understood or applicable (too vague, rigid, etc.) Project is too small. Insufficient time allowed for preparation of response. Incorrect address used. Please correct mailing address: Other reason(s): Name of Firm: ________________________________________________________ Address: ________________________________________________________ City, State, Zip: ________________________________________________________ Telephone: ________________________________________________________ Email: ________________________________________________________ Representative Signature: ________________________________________________________ Representative Name: _____________________________________ Date _____________ 16.C.3.e Packet Pg. 1115 Attachment: Capital.Contractors.18-7327_CAT_01_r01 (5947 : Recommendation to award Invitation to Bid #18-7327, “Painting and Pressure Form 2: Vendor Check List IMPORTANT: THIS SHEET MUST BE SIGNED. Please read carefully, sign in the spaces indicated and return with your Proposal. Vendor should check off each of the following items as the necessary action is completed: The Solicitation Submittal has been signed. All applicable forms have been signed and included, along with licenses to complete the requirements of the project. Any addenda have been signed and included. ALL SUBMITTALS MUST HAVE THE SOLICITATION NUMBER AND TITLE Name of Firm: ________________________________________________________ Address: ________________________________________________________ City, State, Zip: ________________________________________________________ Telephone: ________________________________________________________ Email: ________________________________________________________ Representative Signature: ________________________________________________________ Representative Name: ________________________________________ Date ___________ Capital Contractors, LLC 5633 Strand Blvd, Ste 312 Naples, Florida, 34110 239.273.8894 adam.ahmad@capitalengr.com Adam Ahmad 5/7/2018 16.C.3.e Packet Pg. 1116 Attachment: Capital.Contractors.18-7327_CAT_01_r01 (5947 : Recommendation to award Invitation to Bid #18-7327, “Painting and Pressure Form 3: Conflict of Interest Affidavit The Vendor certifies that, to the best of its knowledge and belief, the past and current work on any Collier County project affiliated with this solicitation does not pose an organizational conflict as described by one of the three categories below: Biased ground rules – The firm has not set the “ground rules” for affiliated past or current Collier County project identified above (e.g., writing a procurement’s statement of work, specifications, or performing systems engineering and technical direction for the procurement) which appears to skew the competition in favor of my firm. Impaired objectivity – The firm has not performed work on an affiliated past or current Collier County project identified above to evaluate proposals / past performance of itself or a competitor, which calls into question the contractor’s ability to render impartial advice to the government. Unequal access to information – The firm has not had access to nonpublic information as part of its performance of a Collier County project identified above which may have provided the contractor (or an affiliate) with an unfair competitive advantage in current or future solicitations and contracts. In addition to this signed affidavit, the contractor / vendor must provide the following: 1. All documents produced as a result of the work completed in the past or currently being worked on for the above mentioned project; and, 2. Indicate if the information produced was obtained as a matter of public record (in the “sunshine”) or through non-public (not in the “sunshine”) conversation (s), meeting(s), document(s) and/or other means. Failure to disclose all material or having an organizational conflict in one or more of the three categories above be identified, may result in the disqualification for future solicitations affiliated with the above referenced project(s). By the signature below, the firm (employees, officers and/or agents) certifies, and hereby discloses, that, to the best of their knowledge and belief, all relevant facts concerning past, present, or currently planned interest or activity (financial, contractual, organizational, or otherwise) which relates to the project identified above has been fully disclosed and does not pose an organizational conflict. Firm: ____________________________________________________________________________ Signature and Date:_________________________________________________________________ Print Name: _______________________________________________________________________ Title of Signatory: __________________________________________________________________ Capital Contractors, LLC Adam Ahmad President 16.C.3.e Packet Pg. 1117 Attachment: Capital.Contractors.18-7327_CAT_01_r01 (5947 : Recommendation to award Invitation to Bid #18-7327, “Painting and Pressure Form 4: Vendor Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 Dear Commissioners: The undersigned, as Vendor declares that this response is made without connection or arrangement with any other person and this proposal is in every respect fair and made in good faith, without collusion or fraud. The Vendor agrees, if this solicitation submittal is accepted, to execute a Collier County document for the purpose of establishing a formal contractual relationship between the firm and Collier County, for the performance of all requirements to which the solicitation pertains. The Vendor states that the submitted is based upon the documents listed by the above referenced Solicitation. Further, the vendor agrees that if awarded a contract for these goods and/or services, the vendor will not be eligible to compete, submit a proposal, be awarded, or perform as a sub-vendor for any future associated with work that is a result of this awarded contract. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this _____ day of _____________, 20__ in the County of _______________, in the State of _____________. Firm’s Legal Name: Address: City, State, Zip Code: Florida Certificate of Authority Document Number Federal Tax Identification Number *CCR # or CAGE Code *Only if Grant Funded __________________________________________________________________________ Telephone: Signature by: (Typed and written) Title: 7th May 18 Collier Florida Capital Contractors, LLC 5633 Strand Blvd, Ste 312 Naples, Florida, 34110 37-1858650 239.273.8894 CGC1525387 Adam Ahmad President 16.C.3.e Packet Pg. 1118 Attachment: Capital.Contractors.18-7327_CAT_01_r01 (5947 : Recommendation to award Invitation to Bid #18-7327, “Painting and Pressure Additional Contact Information Send payments to: (required if different from above) Company name used as payee Contact name: Title: Address: City, State, ZIP Telephone: Email: Office servicing Collier County to place orders (required if different from above) Contact name: Title: Address: City, State, ZIP Telephone: Email: Capital Contractors LLC` Adam Ahmad President 5633 Strand Blvd, Ste 312 Naples, Florida, 34110 239.273.8894 adam.ahmad@capitalengr.com 16.C.3.e Packet Pg. 1119 Attachment: Capital.Contractors.18-7327_CAT_01_r01 (5947 : Recommendation to award Invitation to Bid #18-7327, “Painting and Pressure Form 5: Immigration Affidavit Certification This Affidavit is required and should be signed, notarized by an authorized principal of the firm and submitted with formal solicitation submittals. Further, Vendors 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 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. Failure to include this Affidavit and acceptable evidence of enrollment in the E-Verify program may deem the Vendor’s proposal as non-responsive. Collier County will not intentionally award County contracts to any Vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act (“INA”). Collier County may consider the employment by any Vendor of unauthorized aliens a violation of Section 274A (e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E-Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E-Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor’s proposal. Company Name ____________________________________________________________________ Print Name Title _______________________ Signature Date _______________________ State of ___________________ County of _________________ The signee of these Affidavit guarantees, as evidenced by the sworn affidavit required herein, the truth and accuracy of this affidavit to interrogatories hereinafter made. Capital Contractors, LLC Adam Ahmad President 5/7/2018 Florida Collier 16.C.3.e Packet Pg. 1120 Attachment: Capital.Contractors.18-7327_CAT_01_r01 (5947 : Recommendation to award Invitation to Bid #18-7327, “Painting and Pressure Form 6: Vendor Substitute W – 9 Request for Taxpayer Identification Number and Certification In accordance with the Internal Revenue Service regulations, Collier County is required to collect the following information for tax reporting purposes from individuals and companies who do business with the County (including social security numbers if used by the individual or company for tax reporting purposes). Florida Statute 119.071(5) requires that the county notify you in writing of the reason for collecting this information, which will be used for no other purpose than herein stated. Please complete all information that applies to your business an d return with your quote or proposal. 1. General Information (provide all information) Taxpayer Name ________________________________________________________________________________ (as shown on income tax return) Business Name (if different from taxpayer name) Address ____________________________________ City ______________________________________________ State ______________________________________ Zip______________________________________________ Telephone __________________ Email_____________________ Order Information (Must be filled out) Address ___________________________________ Remit / Payment Information (Must be filled out) Address ____________________________________________ City __________ State ________ Zip ___________ City _____________ State _________ Zip______________ Email ____________________________________ Email _____________________________________________ 2. Company Status (check only one) Individual / Sole Proprietor Corporation Partnership Tax Exempt (Federal income tax-exempt entity under Internal Revenue Service guidelines IRC 501 (c) 3) Limited Liability Company Enter the tax classification (D = Disregarded Entity, C = Corporation, P = Partnership) 3. Taxpayer Identification Number (for tax reporting purposes only) Federal Tax Identification Number (TIN) _______________________________________________________________ (Vendors who do not have a TIN, will be required to provide a social security number prior to an award). 4. Sign and Date Form: Certification: Under penalties of perjury, I certify that the information shown on this form is correct to my knowledge. Signature ___________________________________________________________ Date ______________________________ Title _______________________________________________________________ Phone Number ________________________ Capital Contractors, LLC 5633 Strand Blvd, Ste 312 Naples Florida 34110 239.273.8894 adam.ahmad@capitalengr.com 5633 Strand Blvd, Ste 312 5633 Strand Blvd, Ste 312 Naples Fl 34110 adam.ahmad@capitalengr.com Naples Fl 34110 adam.ahmad@capitalengr.com x C 37-1858650 President 5/7/2018 239.273.8894 16.C.3.e Packet Pg. 1121 Attachment: Capital.Contractors.18-7327_CAT_01_r01 (5947 : Recommendation to award Invitation to Bid #18-7327, “Painting and Pressure Company Information Additional Information Organization Designation View / Edit View Original MOU Template View MOU Company Name Capital Contractors Company ID Number 1291677 Doing Business As (DBA) Name Capital Contractors, LLC DUNS Number 081181106 Physical Location Address 1 5633 Strand Blvd Address 2 Suite 312 City Naples State FL Zip Code 34110 County COLLIER Mailing Address Address 1 8225 Laurel Lakes Blvd Address 2 -- City Naples State FL Zip Code 34119 Employer Identification Number 371858650 Total Number of Employees 5 to 9 Perform Verifications for Your Company's Employees Yes Parent Organization -- Employer Category Local Government NAICS Code 238 - SPECIALTY TRADE CONTRACTORS View / Edit Total Hiring Sites 1 View / Edit Total Points of Contact 3 View / Edit 16.C.3.e Packet Pg. 1122 Attachment: Capital.Contractors.18-7327_CAT_01_r01 (5947 : Recommendation to award Invitation to Bid #18-7327, “Painting and Pressure