Loading...
Agenda 07/10/2018 Item #16C1007/10/2018 EXECUTIVE SUMMARY Recommendation to award Request for Proposal #18-7313, “HVAC Replacement and New Installation” to United Mechanical, Inc., Juice Technologies, Inc. d/b/a Plug Smart and DCI Systems Group, Inc., for HVAC replacement and new installation services for anticipated annual services in the estimated amount of $3,000,000 annually, and to authorize the Chairman to execute the Agreements with awarded contractors. OBJECTIVE: To obtain HVAC Replacement and New Installation Services in a fair and c ompetitive manner in accordance with the Procurement Ordinance. CONSIDERATIONS: The Division of Facilities Management is responsible for the management of County wide HVAC equipment. Contractors utilized by Facilities Management provide the proper HVAC replacements and new installation services for the County owned and operated HVAC systems. The County publicly advertised Request for Proposal (RFP) #18-7313 HVAC Replacement and New Installations on February 7, 2018. Staff sent out five thousand, two hundred, seventy-eight (5,278) notifications, contractors downloaded eighty-one (81) solicitation packages and the County received four (4) proposals by the March 9, 2018 due date. Staff determined one proposal was non-responsive and non- responsible. On April 20, 2018, the Selection Committee reviewed the proposals and ranked them as follows: Respondents: Company Name City County State Final Ranking Responsive/ Responsible United Mechanical, Inc. Fort Myers Lee FL 1 Yes/Yes Plug Smart Bonita Springs Lee FL 2 Yes/Yes DCI Systems Group, Inc. Miami Dade FL 3 Yes/Yes Air Mechanical & Services Corp. Tampa Hillsborough FL Non- Responsi ve No/No After the selection committee meeting, staff identified the need to have multiple contractors on-call to ensure services are provided countywide in a timely manner. Therefore, staff is applying Section 12 of the Collier County Procurement Ordinance, Reserved Rights, and is recommending issuing contracts to all three responsive and responsible contractors. Staff, as indicated in the solicitation will be requesting quotes from all three firms for all work. FISCAL IMPACT: Funds are available in the Division of 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 RFP #18-7313, “HVAC Replacement and New Installations,” to 16.C.10 Packet Pg. 1332 07/10/2018 United Mechanical, Inc., Juice Technologies, Inc. d/b/a Plug Smart and DCI Systems group, Inc., for HVAC replacement and new installation services, and to authorize the Chairman to execute the attached Agreements. Prepared By: Miguel Carballo, CFM, Manager of Facilities, Division of Facilities Management ATTACHMENT(S) 1. 18-7313 NORA signed (PDF) 2. 18-7313 Solicitation (003) Final (PDF) 3. 18-7313 JuiceTech-dba-PlugSmart_VendSign_Contract (PDF) 4. 18-7313 DCISystems_VendSign_Contract (PDF) 5. 18-7313 United Mechanical_ Contract_VendSign (PDF) 6. 18-7313 Final Ranking (PDF) 7. DCI Systems Group, Inc. (PDF) 8. Plug Smart (PDF) 9. United Mechanicals Proposal (PDF) 16.C.10 Packet Pg. 1333 07/10/2018 COLLIER COUNTY Board of County Commissioners Item Number: 16.C.10 Doc ID: 5938 Item Summary: Recommendation to award Request for Proposal #18-7313, “HVAC Replacement and New Installation” to United Mechanical, Inc., Juice Technologies, Inc. d/b/a Plug Smart and DCI Systems Group, Inc., for HVAC replacement and new installation servi ces for anticipated annual services in the estimated amount of $3,000,000 annually, and to authorize the Chairman to execute the Agreements with awarded contractors. Meeting Date: 07/10/2018 Prepared by: Title: – Facilities Management Name: Linda Best 06/18/2018 9:34 AM Submitted by: Title: Deputy Department Head – Solid and Hazardous Waste Name: Dan Rodriguez 06/18/2018 9:34 AM Approved By: Review: Facilities Management Linda Best Additional Reviewer Completed 06/18/2018 9:41 AM Public Utilities Operations Support Joseph Bellone Additional Reviewer Completed 06/18/2018 12:35 PM Solid and Hazardous Waste Dan Rodriguez Additional Reviewer Completed 06/18/2018 1:20 PM Procurement Services Stephanie Cales Level 1 Purchasing Gatekeeper Completed 06/18/2018 1:25 PM Facilities Management Miguel Carballo Additional Reviewer Completed 06/18/2018 2:02 PM Procurement Services Sandra Herrera Additional Reviewer Completed 06/19/2018 3:51 PM Procurement Services Evelyn Colon Additional Reviewer Completed 06/19/2018 5:18 PM Procurement Services Ted Coyman Additional Reviewer Completed 06/19/2018 5:41 PM Procurement Services Swainson Hall Additional Reviewer Completed 06/21/2018 1:34 PM Public Utilities Department Sarah Hamilton Level 1 Division Reviewer Completed 06/21/2018 4:35 PM Public Utilities Department George Yilmaz Level 2 Division Administrator Review Completed 06/22/2018 8:20 AM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 06/22/2018 10:00 AM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 06/22/2018 12:07 PM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 06/22/2018 1:47 PM Budget and Management Office Ed Finn Additional Reviewer Completed 06/26/2018 10:25 AM 16.C.10 Packet Pg. 1334 07/10/2018 County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 07/02/2018 1:24 PM Board of County Commissioners MaryJo Brock Meeting Pending 07/10/2018 9:00 AM 16.C.10 Packet Pg. 1335 cffi*covmty% Administrative Seryices Depadment Procurement Services Division Date: Notice of Recommended Award Solicitation: 18-7313 Title: HVAC Replacement and New lnstallations Due Date and Tlme: March 8′2018 at 3:00PM Utilized Local Vendor Preference: Yes No Recommended Vendor(s) For Award: On February 7,2078 solicitation 1,8-7373 HVAC Replacement and New lnstallations was advertised publicly. 5278 notifications were sent, 81 solicitation packages were downloaded and four proposals were submitted by the due date of March 8, 2018. One was found to be non-responsive and non-responsible, as listed above. On April 2A,20tB the selection committee met and ranked the contractors as followsr United Mechanical, lnc. ranked as 1 Plug Smart ranked as 2 DCI Systems Group, lnc, ranked as 3 Staff is applying Section 12 of the Collier County Ordinance, Reserved Rights and will be issuing contracts to all three responsive and responsible contractors. :r° Cuり 'e ntぢ Ⅳにes ∫―」、皮θ// Respondents: Company Name Clty County State Final Rankine Responslve/Responsible United Mechanical, lnc.Fort Myers Lee1 Yes/Yes Plug Smart Bonita Springs Lee2 Yes/Yes DCI Systems Group, lnc.Miami Dade3 Yes/Yes Air Mechanical & Services Corp. Tampa Hillsborough Non- Responsive No/No Required Signatures Procurement Strategist: Evelyn Colon, Procurement Stra /恣 ブ_Date 16.C.10.a Packet Pg. 1336 Attachment: 18-7313 NORA signed (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS REQUEST FOR PROPOSAL (RFP) FOR HVAC REPLACEMENT AND NEW INSTALLATION SOLICITATION NO.: 18-7313 NAME, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-xxxx email@colliergov.net (Email) This solicitation document is prepared in a Microsoft Word format (Rev 8/7/2017). 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.C.10.b Packet Pg. 1337 Attachment: 18-7313 Solicitation (003) Final (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) SOLICITATION PUBLIC NOTICE REQUEST FOR PROPOSAL (RFP) NUMBER: 18-7313 PROJECT TITLE: HVAC REPLACEMENT AND NEW INSTALLATION LOCATION: PROCUREMENT SERVICES DIVISION, CONFERENCE ROOM A, 3295 TAMIAMI TRAIL EAST, BLDG C-2, NAPLES, FLORIDA 34112 PLACE OF RFP 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”), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, “County”) has issued this Request for Proposal (hereinafter, “RFP”) with the intent of obtaining proposals 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. The County is soliciting the most qualified Firm(s) for an annual contract for HVAC replacements, and new installations. Work may include HVAC and/or energy management services for construction, retrofit, and/or maintenance services on any County facility involving any of the systems, services or products. Historically, County departments have spent approximately three million dollars ($3,000,000) annually, however, this may not be indicative of future buying patterns. BACKGROUND Collier County, located in southwest Florida, is the largest county by land area in the state. The county seat is in East Naples, where the county offices were moved from Everglades in 1962. The county area is over 2,300 square miles with an estimated population of over 350,000. The county has experienced steady growth over the past few years through visitors and residents alike. Thus, the infrastructure and county facilities will continue to expand to meet the needs of the county. The County owns 933 buildings of various uses comprising more than 4.5 million sf of gross floor area. Systems and equipment vary widely, some facilities served by a central chiller plant, others served by packaged rooftop units, and others served by split-system units, and/or combination of any of the foregoing. Facilities include office buildings, public meeting spaces, park facilities, swimming facilities, secure facilities, detention facilities and public utility infrastructure, among others. Controls systems range from integrated building automation systems with central monitoring to independent localized thermostatic control. TERM OF CONTRACT The contract term, if an award(s) is/are made is intended to be for three (3) years with one (1) two (2) year renewal option. 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. DETAILED SCOPE OF WORK The awarded Contractor(s) shall use qualified technicians to complete all work in accordance with the requirements specified in the bid. Technician credentials may be requested by the County. The technicians shall be experienced in all facets of HVAC systems and related control systems. Experience shall include, but not be limited to, installation, maintenance, test and balance of chiller water and air handlers and operation of all related systems. The Contractor(s) shall be competent in the replacement and installation of equipment including, but not limited to: chiller/pumps/cooling towers/ heat exchanger, boiler plants, smoke-evacuation systems, direct cooling systems, constant and variable volume airside systems, variable primary/ secondary/tertiary hydronic systems, thermal storage, packaged DX systems, split DX systems, exhaust fans, dehumidification systems, dedicated outside air systems, variable refrigerant systems, and computer room air- conditioners. When the County adds, repairs, or replaces HVAC equipment, the mechanical and control work must interface with the existing 16.C.10.b Packet Pg. 1338 Attachment: 18-7313 Solicitation (003) Final (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) front-end controller where practical. The Contractor shall evaluate the controls needs based on the scope of the project, functionality of the controls, and the age of the equipment. In many instances, the existing front-end controller is Johnson Controls Metasys®. Therefore, the qualified Firm(s) must be familiar with this system and must be competent in HVAC building automation system integration. All new controls will be BTL Certified, native BACnet protocol devices. All new and existing controllers shall be integrated via open BACnet protocol hardware and software tools into the existing controls system. The County reserves the right to order such services from selected Firm(s) as may be required during said period, but does not guarantee any minimum or maximum services to be ordered during the period specified. Work service assignments shall be at the sole discretion of the County. This policy is subject to modification by the Board of County Commissioners. Should a modification be made in the current policy, the County reserves the right to modify the selection method. In addition, the selected vendors shall be available to provide training at the request and schedule of the owner. The vendor shall have an established training program defined and references from previous customers. The training program shall engage a factory- authorized service representative with complete knowledge of the equipment and control system with project-specific examples and experience. The training program shall be an ongoing program to include the latest technologies and updates with access to video playback of content specific training guides. This will allow new and current maintenance personnel to revisit specific content at any time. The contract is classified as fixed-term Countywide Agreements for HVAC Replacements and New Installations which will be utilized on an as-needed basis. Assignments shall be implemented with Work Orders. • For work anticipated to be less than $100,000: the department, at their discretion, may request proposals from all firms on contract in accordance with the current work order distribution procedures, or conduct a separate solicitation. • For work anticipated to be over $100,000 and up to $300,000: the department may, at their discretion, use the Firm(s) in the next rotation order, request a waiver of rotation, request proposals from all firms on contract in accordance with current work order distribution procedures or conduct a separate solicitation. • For work anticipated to be over $300,000: The County will open this work for all qualified Firms to bid. This policy is subject to modification by the Board of County Commissioners. Should a modification be made in the current policy; the County reserves the right to modify the selection method. The contracts are classified as fixed-term Countywide Agreements for various and miscellaneous HVAC services which will be utilized on an as-needed basis. Assignments shall be implemented with Work Orders. Should any project that is active on a work order extend past the contract termination date, that work order shall be active and extended as necessary until completion of such project. Construction 1. Contractor(s) must ensure proper installation of all HVAC equipment, per relevant standards and/or guidelines. 2. Contractor(s) must provide and install any controls system components necessary to provide the County with a fully functioning system. County must have sufficient control of all components after construction, and must have the ability to obtain status updates, alarms/alerts, history/trend data logs, and generate reports of all new components installed/repaired by Contractor. 3. Contractor(s) must provide the County with training of any new system installed. The training program shall engage a factory-authorized service representative with complete knowledge of the equipment and control system with project- specific examples and experience. 4. Contractor(s) is responsible for providing any bond forms for projects over $200,000, construction specifications, and bidding documents, if necessary. 5. Contractor(s) must have, at minimum, the following Licenses and Certifications per Florida Statutes 489.105, and provide prior to the award of the contract: a. State of Florida registration. b. General Contractor’s license c. Class “A” Air Conditioning Contractor’s license. d. Mechanical Contractor’s license. 6. If Contractor(s) is to use any Sub-Contractor(s) during construction, the Contractor(s) is fully responsible to ensure that the Sub-Contractor(s) has the sufficient insurance, Licenses, certification, etc. for work with the County. 7. Contractor(s) must provide disposal and recycling of all equipment and materials, including any existing systems that may be removed and/or replaced. 8. Upon close out of the project, Manufacturer/Labor and extended warranties will be provided to the County. Basic Services The selected Firm(s) may be required to complete basic services to ensure full life of equipment. These services may include, but are not limited to: 16.C.10.b Packet Pg. 1339 Attachment: 18-7313 Solicitation (003) Final (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) 1. Provide support, service, and upgrades for the controls system. Maintain central control of monitoring equipment through dedicated communication line. 2. Provide support when requested for any system which may include, but is not limited to: chiller plant equipment including thermal ice storage, centrifugal and screw chillers, chilled water loop systems (pipes, valves, pumps, sensors, fixtures, etc.), cooling towers, dehumidification systems, steam/hot water boiler systems, and DX equipment. 3. Provide diagnostic and remediation services for indoor air quality and air conveyance systems and lab analysis for materials related to indoor air quality. 4. Training associated with new equipment for O&M as required, as well as necessary literature. Project Management The selected Firm(s) is to provide assurances of quality work throughout the project phases and maintain records of work and costs. 1. During construction, the selected Firm(s) must provide: a. Oversight of construction to ensure quality of work that is compliant with any relevant industry standard and/or guideline i. Contractor(s) to ensure work matches design. If any changes are made to the design, they must be clearly documented. b. Supplemental drawings, when required c. Qualified Sub-Contractor(s) (full responsibility of the Contractor) d. Measurement and Verification upon completion 2. Liability Insurance a. Insurance coverage shall conform to minimum requirements according to the County b. All insurance policies shall be executed through insurers authorized or eligible to write policies in the State of Florida 3. Time table a. If at all possible, construction must not interfere with the County’s regular work hours. Work may be limited to after work hours. Therefore, project schedule must be provided to County for approval. b. Any project not completed by contracted time shall be continued until completion. 4. Budgetary estimates a. Contractor(s) to provide itemized cost of labor, materials, and equipment. b. Contractor(s) must include any projected O&M costs, and any other fees that may be associated with project implementation. c. Contractor(s) is fully responsible for the purchasing and payment of any sub-contractor REQUEST FOR PROPOSAL (RFP) PROCESS 1.1 The Proposers will submit a qualifications proposal which will be scored based on the criteria in Section 5.0 Grading Criteria for Development of Shortlist, which will be the basis for short-listing firms. The Proposers will need to meet the minimum requirements outlined herein in order for their proposal to be evaluated and scored by the COUNTY. The COUNTY will then grade and rank the firms and enter into negotiations with the top ranked firm to establish cost for the services needed. With successful negotiations, a contract will be developed with the selected firm, based on the negotiated price and scope of services and submitted for approval by the Board of County Commissioners. 1.2 The COUNTY will use a Selection Committee in the Request for Proposal selection process. 1.3 The intent of the scoring of the qualifications proposal is for respondents to indicate their interest, relevant experience, financial capability, staffing and organizational structure. 1.4 Based upon a review of these qualification proposals, the COUNTY will rank the Proposers based on the discussion and clarifying questions on their approach and related criteria, and then negotiate in good faith an Agreement with the top ranked Proposer. 1.5 If, in the sole judgment of the COUNTY, a contract cannot be successfully negotiated with the top-ranked firm, negotiations with that firm will be formally terminated and negotiations shall begin with the firm ranked second. If a contract cannot be successfully negotiated with the firm ranked second, negotiations with that firm will be formally terminated and negotiations shall begin with the third ranked firm, and so on. The COUNTY reserves the right to negotiate any element of the proposals in the best interest of the COUNTY. GRADING CRITERIA FOR DEVELOPMENT OF SHORTLIST: 1.6 For the development of a shortlist, this evaluation criterion will be utilized by the COUNTY’S Selection Committee to score each proposal. Proposers are encouraged to keep their submittals concise and to include a minimum of marketing materials. Proposals must address the following criteria: Evaluation Criteria Maximum Points 16.C.10.b Packet Pg. 1340 Attachment: 18-7313 Solicitation (003) Final (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) 1. Cover Letter / Management Summary 5 Points 2. Cost of Services to the County 30 Points 3. Experience and Capacity of the Firm 30 Points 4. Specialized Expertise of Team Members 25 Points 5. Local Vendor Preference 10 Points TOTAL POSSIBLE POINTS 100 Points Tie Breaker: In the event of a tie at final ranking, award shall be made to the proposer with the lower volume of work previously awarded. Volume of work shall be calculated based upon total dollars paid to the proposer in the twenty-four (24) months prior to the RFP submittal deadline. Payment information will be retrieved from the County’s financial system of record. The tie breaking procedure is only applied in the final ranking step of the selection process and is invoked by the Procurement Services Division Director or designee. In the event a tie still exists, selection will be determined based on random selection by the Procurement Services Director before at least three (3) witnesses. ---------------------------------------------------------------------------------------------------------------------------------------------------------- Each criterion and methodology for scoring is further described below. EVALUATION CRITERIA NO. 1: COVER LETTER/MANAGEMENT SUMMARY (5 Total Points Available) Provide a cover letter, signed by an authorized officer of the firm, indicating the underlying philosophy of the firm in providing the services stated herein. Include the name(s), telephone number(s) and email(s) of the authorized contact person(s) concerning proposal. Submission of a signed Proposal is Vendor's certification that the Vendor will accept any awards as a result of this RFP. EVALUATION CRITERIA NO. 2: COST OF SERVICES TO THE COUNTY (30 Total Points Available# Page Limitation) In this tab, include but not limited to: [Below listed are merely examples of what could be asked for in this section.] In an effort to assess the cost of services presented to the County, please complete the chart below. I. Miscellaneous Vendor Position Prices Position title Hourly Rate Project Manager $ System Engineer $ Lead System Specialist $ System Technician $ HVAC Technician $ Programming Technician $ Chiller Mechanic $ Control Technician $ Material Handling $ Clerical $ Overtime will be calculated at 1 and 1/2 time. II. Mark-up/Profit on Parts and Subcontractors Mark-up on materials will be 10% Mark-up on Subcontractors will be 15% EVALUATION CRITERIA NO. 3: EXPERIENCE AND CAPACITY OF THE FIRM (30 Total Points Available) In this tab, include but not limited to: [Below listed are merely examples of what could be asked for in this section.] • Provide information that documents your firm’s qualifications to produce the required deliverables: 16.C.10.b Packet Pg. 1341 Attachment: 18-7313 Solicitation (003) Final (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) • Vendors shall have documented experience with multiple building facilities and various types of county or municipality facilities such as corrections, administration, maintenance, library, operations, recreational and educational facilities. Vendors shall have local sales and service representatives within 75 miles from Collier County. The county is seeking more than one vendor to provide work for the County facilities. • • How many installations crews does your firm have? • What licenses does your staff maintain and how many are licensed? • How many years of experience does your firm have with replacements and new installations (please break down by commercial and residential)?? • How many new installation projects has your firm completed in the last year and what was the total project cost? • List Previous/Current HVAC Replacement and Installation Projects in the Format Identified Below Project Description Start Date End Date Original Budget Final Project Cost Number of Change Orders The County requests that the vendor submits five (5) completed reference forms from clients for the last five (5) years whose projects are of a similar nature to this solicitation as a part of their proposal. Provide information on the projects completed by the vendor that best represent projects of similar size, scope and complexity of this project using the Reference Questionnaire form provided. Vendors may include two (2) additional pages for each project to illustrate aspects of the completed project that provides the information to assess the experience of the Proposer on relevant project work. With each reference, please include a brief description of the HVAC replacement and new installation projects including physical address, building's primary function, the number of buildings, floor area, building system cooling and heating capacity and description, and description of the DDC system. It is preferable that the example projects include some of the following systems/sequences: chiller/boiler plants, smoke-control, district cooling systems, constant and variable volume airside systems, variable primary and primary/secondary/tertiary hydronic systems, thermal storage, packaged DX systems, split DX systems, exhaust fans, dehumidification systems, dedicated outside air systems, variable refrigerant systems, and computer room air-conditioners. EVALUATION CRITERIA NO. 4: SPECIALIZED EXPERTISE OF TEAM MEMBERS (25 Total Points Available/# Page Limitation) In this tab, include but not limited to: [Below listed are merely examples of what could be asked for in this section.] • Description of the proposed contract team and the role to be played by each member of the team. Please include the following information for each team member: • number of years of experience with commercial equipment • certifications (minimum Type II CFC Certification) • licenses, if any • Copies of the following: • State of Florida registration. • General Contractor’s license • Class “A” Air Conditioning Contractor’s license. • Mechanical Contractor’s license. • Attach brief resumes of all proposed project team members who will be involved in the management of the total package of services, as well as the delivery of specific services. EVALUATION CRITERIA NO. 5: LOCAL VENDOR PREFERENCE (10 Total Points Available) Local business is defined as the vendor having a current Business Tax Receipt issued by the Collier or Lee County Tax Collector for at least one year prior to 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 or Lee County from which the vendor’s staff operates and performs business in an area zoned for the conduct of such business. 16.C.10.b Packet Pg. 1342 Attachment: 18-7313 Solicitation (003) Final (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) 16.C.10.cPacket Pg. 1343Attachment: 18-7313 JuiceTech-dba-PlugSmart_VendSign_Contract (5938 : Award Contract 18-7313, HVAC Replacements and New 16.C.10.cPacket Pg. 1344Attachment: 18-7313 JuiceTech-dba-PlugSmart_VendSign_Contract (5938 : Award Contract 18-7313, HVAC Replacements and New 16.C.10.cPacket Pg. 1345Attachment: 18-7313 JuiceTech-dba-PlugSmart_VendSign_Contract (5938 : Award Contract 18-7313, HVAC Replacements and New 16.C.10.cPacket Pg. 1346Attachment: 18-7313 JuiceTech-dba-PlugSmart_VendSign_Contract (5938 : Award Contract 18-7313, HVAC Replacements and New 16.C.10.cPacket Pg. 1347Attachment: 18-7313 JuiceTech-dba-PlugSmart_VendSign_Contract (5938 : Award Contract 18-7313, HVAC Replacements and New 16.C.10.cPacket Pg. 1348Attachment: 18-7313 JuiceTech-dba-PlugSmart_VendSign_Contract (5938 : Award Contract 18-7313, HVAC Replacements and New 16.C.10.cPacket Pg. 1349Attachment: 18-7313 JuiceTech-dba-PlugSmart_VendSign_Contract (5938 : Award Contract 18-7313, HVAC Replacements and New 16.C.10.cPacket Pg. 1350Attachment: 18-7313 JuiceTech-dba-PlugSmart_VendSign_Contract (5938 : Award Contract 18-7313, HVAC Replacements and New 16.C.10.cPacket Pg. 1351Attachment: 18-7313 JuiceTech-dba-PlugSmart_VendSign_Contract (5938 : Award Contract 18-7313, HVAC Replacements and New 16.C.10.cPacket Pg. 1352Attachment: 18-7313 JuiceTech-dba-PlugSmart_VendSign_Contract (5938 : Award Contract 18-7313, HVAC Replacements and New 16.C.10.cPacket Pg. 1353Attachment: 18-7313 JuiceTech-dba-PlugSmart_VendSign_Contract (5938 : Award Contract 18-7313, HVAC Replacements and New 16.C.10.cPacket Pg. 1354Attachment: 18-7313 JuiceTech-dba-PlugSmart_VendSign_Contract (5938 : Award Contract 18-7313, HVAC Replacements and New 16.C.10.cPacket Pg. 1355Attachment: 18-7313 JuiceTech-dba-PlugSmart_VendSign_Contract (5938 : Award Contract 18-7313, HVAC Replacements and New 16.C.10.c Packet Pg. 1356 Attachment: 18-7313 JuiceTech-dba-PlugSmart_VendSign_Contract (5938 : Award Contract 18-7313, HVAC Replacements and New 16.C.10.cPacket Pg. 1357Attachment: 18-7313 JuiceTech-dba-PlugSmart_VendSign_Contract (5938 : Award Contract 18-7313, HVAC Replacements and New 16.C.10.cPacket Pg. 1358Attachment: 18-7313 JuiceTech-dba-PlugSmart_VendSign_Contract (5938 : Award Contract 18-7313, HVAC Replacements and New 16.C.10.cPacket Pg. 1359Attachment: 18-7313 JuiceTech-dba-PlugSmart_VendSign_Contract (5938 : Award Contract 18-7313, HVAC Replacements and New 16.C.10.cPacket Pg. 1360Attachment: 18-7313 JuiceTech-dba-PlugSmart_VendSign_Contract (5938 : Award Contract 18-7313, HVAC Replacements and New 16.C.10.cPacket Pg. 1361Attachment: 18-7313 JuiceTech-dba-PlugSmart_VendSign_Contract (5938 : Award Contract 18-7313, HVAC Replacements and New 16.C.10.cPacket Pg. 1362Attachment: 18-7313 JuiceTech-dba-PlugSmart_VendSign_Contract (5938 : Award Contract 18-7313, HVAC Replacements and New 16.C.10.cPacket Pg. 1363Attachment: 18-7313 JuiceTech-dba-PlugSmart_VendSign_Contract (5938 : Award Contract 18-7313, HVAC Replacements and New 16.C.10.cPacket Pg. 1364Attachment: 18-7313 JuiceTech-dba-PlugSmart_VendSign_Contract (5938 : Award Contract 18-7313, HVAC Replacements and New 16.C.10.cPacket Pg. 1365Attachment: 18-7313 JuiceTech-dba-PlugSmart_VendSign_Contract (5938 : Award Contract 18-7313, HVAC Replacements and New 16.C.10.cPacket Pg. 1366Attachment: 18-7313 JuiceTech-dba-PlugSmart_VendSign_Contract (5938 : Award Contract 18-7313, HVAC Replacements and New 16.C.10.cPacket Pg. 1367Attachment: 18-7313 JuiceTech-dba-PlugSmart_VendSign_Contract (5938 : Award Contract 18-7313, HVAC Replacements and New 16.C.10.cPacket Pg. 1368Attachment: 18-7313 JuiceTech-dba-PlugSmart_VendSign_Contract (5938 : Award Contract 18-7313, HVAC Replacements and New 16.C.10.dPacket Pg. 1369Attachment: 18-7313 DCISystems_VendSign_Contract (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) 16.C.10.dPacket Pg. 1370Attachment: 18-7313 DCISystems_VendSign_Contract (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) 16.C.10.dPacket Pg. 1371Attachment: 18-7313 DCISystems_VendSign_Contract (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) 16.C.10.dPacket Pg. 1372Attachment: 18-7313 DCISystems_VendSign_Contract (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) 16.C.10.dPacket Pg. 1373Attachment: 18-7313 DCISystems_VendSign_Contract (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) 16.C.10.dPacket Pg. 1374Attachment: 18-7313 DCISystems_VendSign_Contract (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) 16.C.10.dPacket Pg. 1375Attachment: 18-7313 DCISystems_VendSign_Contract (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) 16.C.10.dPacket Pg. 1376Attachment: 18-7313 DCISystems_VendSign_Contract (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) 16.C.10.dPacket Pg. 1377Attachment: 18-7313 DCISystems_VendSign_Contract (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) 16.C.10.dPacket Pg. 1378Attachment: 18-7313 DCISystems_VendSign_Contract (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) 16.C.10.dPacket Pg. 1379Attachment: 18-7313 DCISystems_VendSign_Contract (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) 16.C.10.dPacket Pg. 1380Attachment: 18-7313 DCISystems_VendSign_Contract (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) 16.C.10.dPacket Pg. 1381Attachment: 18-7313 DCISystems_VendSign_Contract (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) 16.C.10.dPacket Pg. 1382Attachment: 18-7313 DCISystems_VendSign_Contract (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) 16.C.10.dPacket Pg. 1383Attachment: 18-7313 DCISystems_VendSign_Contract (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) 16.C.10.dPacket Pg. 1384Attachment: 18-7313 DCISystems_VendSign_Contract (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) 16.C.10.dPacket Pg. 1385Attachment: 18-7313 DCISystems_VendSign_Contract (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) 16.C.10.dPacket Pg. 1386Attachment: 18-7313 DCISystems_VendSign_Contract (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) 16.C.10.dPacket Pg. 1387Attachment: 18-7313 DCISystems_VendSign_Contract (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) 16.C.10.dPacket Pg. 1388Attachment: 18-7313 DCISystems_VendSign_Contract (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) 16.C.10.dPacket Pg. 1389Attachment: 18-7313 DCISystems_VendSign_Contract (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) 16.C.10.dPacket Pg. 1390Attachment: 18-7313 DCISystems_VendSign_Contract (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) 16.C.10.dPacket Pg. 1391Attachment: 18-7313 DCISystems_VendSign_Contract (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) 16.C.10.dPacket Pg. 1392Attachment: 18-7313 DCISystems_VendSign_Contract (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) 16.C.10.dPacket Pg. 1393Attachment: 18-7313 DCISystems_VendSign_Contract (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) 16.C.10.dPacket Pg. 1394Attachment: 18-7313 DCISystems_VendSign_Contract (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) 16.C.10.e Packet Pg. 1395 Attachment: 18-7313 United Mechanical_ Contract_VendSign (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) 16.C.10.e Packet Pg. 1396 Attachment: 18-7313 United Mechanical_ Contract_VendSign (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) 16.C.10.e Packet Pg. 1397 Attachment: 18-7313 United Mechanical_ Contract_VendSign (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) 16.C.10.e Packet Pg. 1398 Attachment: 18-7313 United Mechanical_ Contract_VendSign (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) 16.C.10.e Packet Pg. 1399 Attachment: 18-7313 United Mechanical_ Contract_VendSign (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) 16.C.10.e Packet Pg. 1400 Attachment: 18-7313 United Mechanical_ Contract_VendSign (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) 16.C.10.e Packet Pg. 1401 Attachment: 18-7313 United Mechanical_ Contract_VendSign (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) 16.C.10.e Packet Pg. 1402 Attachment: 18-7313 United Mechanical_ Contract_VendSign (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) 16.C.10.e Packet Pg. 1403 Attachment: 18-7313 United Mechanical_ Contract_VendSign (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) 16.C.10.e Packet Pg. 1404 Attachment: 18-7313 United Mechanical_ Contract_VendSign (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) 16.C.10.e Packet Pg. 1405 Attachment: 18-7313 United Mechanical_ Contract_VendSign (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) 16.C.10.e Packet Pg. 1406 Attachment: 18-7313 United Mechanical_ Contract_VendSign (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) 16.C.10.e Packet Pg. 1407 Attachment: 18-7313 United Mechanical_ Contract_VendSign (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) 16.C.10.e Packet Pg. 1408 Attachment: 18-7313 United Mechanical_ Contract_VendSign (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) 16.C.10.e Packet Pg. 1409 Attachment: 18-7313 United Mechanical_ Contract_VendSign (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) 16.C.10.e Packet Pg. 1410 Attachment: 18-7313 United Mechanical_ Contract_VendSign (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) 16.C.10.e Packet Pg. 1411 Attachment: 18-7313 United Mechanical_ Contract_VendSign (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) 16.C.10.e Packet Pg. 1412 Attachment: 18-7313 United Mechanical_ Contract_VendSign (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) 16.C.10.e Packet Pg. 1413 Attachment: 18-7313 United Mechanical_ Contract_VendSign (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) Selection Committee Final Ranking Sheet RPS #: 18-7313 Title: HVAC Replacement and New Installations Solicitation Name of Firm Hemantha Ranatunge Tony Borges Bryan Vehovec John McCormick Total Selection Committee Final Rank United Mechanical, Inc.1 1 1 1 4 1.0000 Plugsmart 2 2 2 2 8 2.0000 Dci Systems Group, Inc.3 3 3 3 12 3.0000 Procurement Professional Evelyn Colon Step 1: Upon direction by the Procurement professional, the individual selection committee member should provide their ranking of the proposals (from highest being number one (1) to lowest. Step 2: The procurement professional will review the mathematically calculated final rank and discuss the rank order and determine if consensus is reached. Page 1 of 1 16.C.10.f Packet Pg. 1414 Attachment: 18-7313 Final Ranking (5938 : Award Contract 18-7313, HVAC Replacements and New 16.C.10.gPacket Pg. 1415Attachment: DCI Systems Group, Inc. (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) 16.C.10.gPacket Pg. 1416Attachment: DCI Systems Group, Inc. (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) 16.C.10.gPacket Pg. 1417Attachment: DCI Systems Group, Inc. (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) 16.C.10.gPacket Pg. 1418Attachment: DCI Systems Group, Inc. (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) 16.C.10.gPacket Pg. 1419Attachment: DCI Systems Group, Inc. (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) 16.C.10.gPacket Pg. 1420Attachment: DCI Systems Group, Inc. (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) 16.C.10.gPacket Pg. 1421Attachment: DCI Systems Group, Inc. (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) 16.C.10.gPacket Pg. 1422Attachment: DCI Systems Group, Inc. (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) 16.C.10.gPacket Pg. 1423Attachment: DCI Systems Group, Inc. (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) 16.C.10.gPacket Pg. 1424Attachment: DCI Systems Group, Inc. (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) 16.C.10.gPacket Pg. 1425Attachment: DCI Systems Group, Inc. (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) 16.C.10.gPacket Pg. 1426Attachment: DCI Systems Group, Inc. (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) 16.C.10.gPacket Pg. 1427Attachment: DCI Systems Group, Inc. (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) 16.C.10.gPacket Pg. 1428Attachment: DCI Systems Group, Inc. (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) 16.C.10.gPacket Pg. 1429Attachment: DCI Systems Group, Inc. (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) 16.C.10.gPacket Pg. 1430Attachment: DCI Systems Group, Inc. (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) 16.C.10.gPacket Pg. 1431Attachment: DCI Systems Group, Inc. (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) 16.C.10.gPacket Pg. 1432Attachment: DCI Systems Group, Inc. (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) 16.C.10.gPacket Pg. 1433Attachment: DCI Systems Group, Inc. (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) 16.C.10.gPacket Pg. 1434Attachment: DCI Systems Group, Inc. (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) 16.C.10.gPacket Pg. 1435Attachment: DCI Systems Group, Inc. (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) 16.C.10.gPacket Pg. 1436Attachment: DCI Systems Group, Inc. (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) 16.C.10.gPacket Pg. 1437Attachment: DCI Systems Group, Inc. (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) 16.C.10.gPacket Pg. 1438Attachment: DCI Systems Group, Inc. (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) COLLIER COUNTY 18-7313 HVAC Replacement and New Installation Proprietary and Confidential: Do Not Distribute RFP Response | Page 1 March 8, 2018 18-7313 HVAC REPLACEMENT AND NEW INSTALLATION Request for Proposals - Response 16.C.10.h Packet Pg. 1439 Attachment: Plug Smart (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) COLLIER COUNTY 18-7313 HVAC Replacement and New Installation Proprietary and Confidential: Do Not Distribute RFP Response | Page 2 EVALUATION CRITERIA NO. 1: COVER LETTER/MANAGEMENT SUMMARY (5 Total Points Available) Provide a cover letter, signed by an authorized officer of the firm, indicating the underlying philosophy of the firm in providing the services stated herein. Include the name(s), telephone number(s) and email(s) of the authorized contact person(s) concerning proposal. Submission of a signed Proposal is Vendor's certification that the Vendor will accept any awards as a result of this RFP. March 8, 2018 ATTN: Evelyn Colon, Procurement Strategist Procurement Services Division 3295 Tamiami Trail East, Bldg C-2 Naples, Florida 34112 RE: Request for information #18-7313 HVAC Replacement and New Installation Dear Evelyn Colon, We are pleased and excited to submit the attached response to your Request for Information for HVAC Replacement and New Installation, Solicitation NO.: 18-7313. Juice Technologies (DBA Plug Smart) is a Department of Energy Certified Energy Services Company (ESCO) that helps clients analyze, design, develop, and implement design-projects that fund themselves through the utility, operations, and maintenance savings they create. Plug Smart’s corporate offices are located at 350 East 1st Avenue, Suite 210, Columbus, OH 43201, with a local office located at 9071 Bonita Beach Road #2131, Bonita Springs, FL 34135. Plug Smart was founded in 2008 by industry veteran Rich Housh and is a registered Corporation in the State of Florida. Rich is CEO of Team Plug Smart and has lived in Naples for 18 years. As a long-time Collier County resident, Rich is very interested in helping CCG obtain the very best value for HVAC equipmen t and services. The Company also operates a full-time project office within Naples Community Hospital that is staffed with full time administrative and project execution personnel for all of NCH’s primary facilities. Plug Smart developed and engineered a comprehensive EMP (Energy Master Plan) for NCH approximately four years ago. The EMP is a multiphase, multi year, program of upgrading and replacing NCH’s aging mechanical and electrical infrastructure while also reducing energy, operational, and maintenance costs in the process. Quick payback energy conservation measures, such as LED lighting and upgraded control systems, are blended with longer payback ECM’s such as replacement of end of useful life HVAC equipment, to maintain a positive cash flow ongoing program for NCH. Plug Smart has been actively engaging with Collier County regarding potential building automation solutions and HVAC infrastructure replacements and upgrades since 2015. Plug Smart has provided energy services to Collier County Government in the past year, specifically on-call maintenance of service on the legacy JCI controls system, and some miscellaneous Hurricane Irma related electrical services. We also performed a lighting audit/study for Facilities addressing several County owned parking garages. 16.C.10.h Packet Pg. 1440 Attachment: Plug Smart (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) COLLIER COUNTY 18-7313 HVAC Replacement and New Installation Proprietary and Confidential: Do Not Distribute RFP Response | Page 3 Team Plug Smart offers a unique and fully transparent approach to Collier County Government on the “HVAC Replacement and New Installation” Solicitation that represents the best price and value approach to any and all HVAC equipment replacements as well as new installations. By utilizing the creativity, experience, and skills of our Team members, Plug Smart competitively bids out equipment, materials, and labor to multiple contractors and suppliers on each and every project undertaken. Our unique and time tested over many years of successfully managing projects for facility owners of all types and sizes, consistently delivers superior quality and value to our clients. Utilizing the economic benefits of the competitive marketplace on each and every project, the owners who utilize our services save substantial dollars that can only be realized by the methodologies employed by our project managers and procurement specialists. We maintain a very large and healthy database of qualified subcontractors in all of the primary trades, as well as a broad mix of equipment and material suppliers. If necessary, and this happens frequently, we bring in subs and suppliers from other geographies in order to get better coverage on price, delivery, and service for our clients. This is particularly beneficial, and even necessary, in a full employment construction environment in which all of us in SW Florida have been experiencing over the past several years. Large clients such as Collier County Government benefit from and truly appreciate our true “Owner’s Representative” relationship with them where our job is to always represent the Owner’s best interest, as well as delivering single source (one throat to choke) responsibilities on projects. Plug Smart handles HVAC Equipment Replacements on a turn key basis, from cradle to grave, from initial problem identification and definition, to engineering, to procurement, to construction, and finally, to the all important system commissioning phase and owner/operator training. Plug Smart is a Florida Licensed General Contractor and has two Florida registered Professional Engineers on its staff. All subcontractors utilized by Plug Smart have the appropriate and necessary Florida professional licenses for their particular SOW. Thank you in advance for your consideration of Team Plug Smart! Sincerely, Rich Housh, CEO Plug Smart 16.C.10.h Packet Pg. 1441 Attachment: Plug Smart (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) COLLIER COUNTY 18-7313 HVAC Replacement and New Installation Proprietary and Confidential: Do Not Distribute RFP Response | Page 4 EVALUATION CRITERIA NO. 2: COST OF SERVICES TO THE COUNTY (30 Total Points) In an effort to assess the cost of services presented to the County, please complete the chart below. I. Miscellaneous Vendor Position Prices Position title Hourly Rate Project Manager $ 120 System Engineer $ 135 Lead System Specialist $ 125 System Technician $ 110 HVAC Technician $ 95 Programming Technician $ 110 Chiller Mechanic $ 105 Control Technician $ 110 Material Handling $ 80 Clerical $ 35 Overtime will be calculated at 1 and 1/2 time. Acknowledged and agreed. Mark-up/Profit on Parts and Subcontractors Acknowledged and agreed. Mark-up on materials will be 10% Acknowledged and agreed. Mark-up on Subcontractors will be 15% Acknowledged and agreed. 16.C.10.h Packet Pg. 1442 Attachment: Plug Smart (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) COLLIER COUNTY 18-7313 HVAC Replacement and New Installation Proprietary and Confidential: Do Not Distribute RFP Response | Page 5 EVALUATION CRITERIA NO. 3: EXPERIENCE AND CAPACITY OF THE FIRM (30 Total Points Available) Provide information that documents your firm’s qualifications to produce the required deliverables: Plug Smart was founded in 2008 by industry veteran Rich Housh who lives in Naples, Florida. Plug Smart’s Naples office includes sales, operations, and service personnel, specializing in implementing and servicing HVAC and energy systems for multi-building, public sector clients. Additional areas of focus include design- build energy efficiency and facility improvement project development services that help clients analyze, design, develop, and employ design-build projects that can fund themselves through the utility, operations, and maintenance savings they create. Plug Smart has 40 full and part-time employees and is a registered S Corp in the state of Florida. Key market segments include (i) Government (Federal, State, County and City/Municipalities), (ii) Higher Education, (iii) K-12 School Districts; (iv) Hospitals; (v) Large Commercial/Industrial. Prior to founding Plug Smart, Mr. Housh was the founder and CEO of Control Solutions headquartered in Lebanon, Ohio. Over a 25-year period, Mr. Housh grew this business to 500 employees, 17 offices and implemented more than $250 million of energy projects on five continents. In 2002, Housh sold the company to TAC/Schneider Electric, an $18B French company, for $75M. Plug Smart operates as the most refined iteration of Mr. Housh’s vision. A partial list of Plug Smart's design-build services, energy engineering, project development, consulting, and project management services include: • Design-build project development and implementation of HVAC systems and also including lighting systems, roofing, windows, information technology, food services, control systems, motors, drives, precision clean rooms, compressed air systems, demand limiting, asphalt rehabilitation, masonry and concrete repair, flooring, electrical service, security and access controls, and performance contracting services. • Controls engineering services including system design, commissioning, retro-commissioning, remote monitoring, DDC maintenance and smart building systems. • Facility and energy master planning services designed to document and quantify long-view infrastructure roadmaps. • Energy consulting services including energy audits and assessments, owner’s representative services, measurement and verification, green energy and energy efficiency training, and energy engineering design services. • On-site generation services including project development services, cogeneration, CHP, solar, power purchase agreements, feasibility studies, financial modeling, generation site planning and logistics, third party financing. 16.C.10.h Packet Pg. 1443 Attachment: Plug Smart (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) COLLIER COUNTY 18-7313 HVAC Replacement and New Installation Proprietary and Confidential: Do Not Distribute RFP Response | Page 6 Plug Smart is a vendor neutral, design-build project developer that will provide Collier County with trusted, independent, and objective advice that is free from professional, financial or personal bias. As such: • Plug Smart does not have a financial or business interest in any manufacturer of heating, ventilation, cooling, lighting, compressed air, or other similar type of energy system that would be deployed on the client project. • Plug Smart does not have a financial or business interest with any electrical, mechanical, plumbing, architectural, engineering or other similar professional group that would play a role on the client project. • Plug Smart does not feel any business unit, distribution channel, parent company, or partnership pressure to push any one product, brand, or service at the expense of compromising the integrity of the client solution. • Plug Smart will bring a network of national, regional, and local equipment/service providers that can be called upon to engage in a competitive bidding process to help ensure a diversity of solutions and financial value. • Plug Smart will provide a collaborative and transparent vendor selection process that will foster better communication, build project support, and leverage pre-existing client-vendor relationships. • Plug Smart represents many best-in-breed HVAC companies whose focus on technology neutrality and non-proprietary platforms is in alignment. Plug Smart also staffs technicians to install or replace any commercial HVAC system. Vendors shall have documented experience with multiple building facilities and various types of county or municipality facilities such as corrections, administration, maintenance, library, operations, recreational and educational facilities. Since 2008, Plug Smart has worked with over 250 clients, acquiring over 400 signed contracts, over half of which from clients operating in the public sector: specifically, clients with corrections, administration, maintenance, library, operations, recreational and educational facilities within their portfolio. Plug Smart is the best, most qualified choice when performing HVAC replacement and new installation projects, because we have analyzed, designed, and/or implemented hundreds of similar projects, encompassing more than 60 million square feet of facility space. We are aware of the challenges facing typical facilities both from an equipment and a financial standpoint, and we have spent countless hours developing and implementing projects over the last several years. Vendors shall have local sales and service representatives within 75 miles from Collier County. The county is seeking more than one vendor to provide work for the County facilities. Plug Smart’s Florida headquarters is located on the county line between Collier and Lee counties, within 15 miles of Collier County’s procurement office. How many installations crews does your firm have? Plug Smart has nine installation crews. 16.C.10.h Packet Pg. 1444 Attachment: Plug Smart (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) COLLIER COUNTY 18-7313 HVAC Replacement and New Installation Proprietary and Confidential: Do Not Distribute RFP Response | Page 7 What licenses does your staff maintain and how many are licensed? The Plug Smart Team has been in the HVAC replacement and new installation business since its inception ten years ago and is uniquely qualified to partner with Collier County on this initiative. Our primary goal in pursuing this project is to take our core strengths of identifying, quantifying and delivering HVAC improvements and apply them for the direct benefit of the County. As seen throughout this response, our team has the experience, training, education, and the professional accreditations required to execute and deliver on the County’s HVAC needs successfully. For quantities, refer to staffing table. Technical Training Plug Smart is a strategically assembled group of industry professionals. Brief descriptions of the certifications that the team members hold are provided below: Certified Energy Managers (CEM), professionals who have distinguished themselves as leaders in the field of energy efficiency. These individuals have demonstrated high levels of experience, competence, and proficiency in the field of energy management. The CEM designation is recognized as the standard for qualifying energy professionals by the US Department of Energy (DOE), the Office of Federal Energy Management Programs (FEMP), the US Agency for International Development, numerous state energy offices and private corporations. General Contractor in Florida (GC), contractors can to build, repair, or remodel any type of building, regardless of use or number of stories. General Contractors in Florida can directly engage in the construction of every component of the building structure. A General Contractor can remodel or build any structure in Florida, whether it is used for residential or commercial purposes. Electrical Contractor in Florida (EC), contractor who conducts business in the electrical trade field and who has the experience and knowledge install, repair, alter, add to, or design electrical wiring, fixtures, appliances, apparatus, raceways, and conduit, including the electrical installations and systems within plants and substations and ALL alarm systems and specialty categories. Professional Engineers (PE), licensed by the State government when they have met the legal requirements sufficient to be permitted to practice engineering. Licensure is a way to protect public health, safety, and welfare. Engineers who have earned the PE designation have at the least a Bachelor’s Degree in Engineering, they have passed both the Fundamentals of Engineering and Principles of Practice examinations given by the National Council of Examiners for Engineers and Surveyors and have four years of practical experience in the engineering field. Certified Measurement & Verification Professionals (CMVP), the most qualified professionals in this growing area of the energy industry and raising the overall professional standards within the measurement and verification field. The International Performance Measurement & Verification Protocol (IPMVP), first established by the U.S. D.O.E., has become the internationally recognized protocol for performance measurement and verification (M&V). The IPMVP guidelines, built with the help of organizations from 16 countries and hundreds of individual experts from 25 nations, provides a consistent, reliable approach to M&V around the world. Leadership in Energy & Environmental Design Accredited Professionals (LEED AP), leaders in the field and active participants in the green building movement. With jobs specifying the need for green building 16.C.10.h Packet Pg. 1445 Attachment: Plug Smart (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) COLLIER COUNTY 18-7313 HVAC Replacement and New Installation Proprietary and Confidential: Do Not Distribute RFP Response | Page 8 expertise, a LEED credential shows a clear commitment to professional growth, while underscoring value to LEED project teams and sustainability-focused organizations. Certified Sustainable Development Professionals (CSDP), individuals who have demonstrated high levels of experience, competence, proficiency, and ethical fitness in the sustainable development and environmental practices. The CSDP is a professional with expertise in Developing & Implementing Sustainability Programs, Environmental Issues, Alternative Energy & Carbon Reduction, Sustainable Policy Programs, Energy Efficiency Technologies in Sustainable Buildings, Impact of Sustainable Development Policies, Renewable Energy, Sustainable Transportation, Water Conservation and Financial Assessments. AEE's Certified Business Energy Professionals (BEP), business/marketing and energy professionals who have demonstrated a high level of competence and ethical fitness for business/marketing and energy management related disciplines, as well as laws governing and affecting energy professionals. Other notable accomplishments include the following: • Department of Energy Certified Energy Services Company (ESCO), uniquely qualifying Plug Smart to perform energy-savings performance contracting at any federal agency. • Plug Smart team members are recognized as industry experts and have spoken and presented at ten green energy conferences over the past five years. • Honored and selected on the Inc. 500 fastest-growing company list for 2013, 2014 and 2015, comprised of businesses that have demonstrated innovation and growth across the entrepreneurial landscape of the United States. Plug Smart was most recently #368 on the US list and #10 in Ohio. • Awarded the Columbus Business Fast 50 Company list in 2014 and 2015 • Recognized by Columbus, Ohio Mayor Michael Coleman in his annual City Address for Plug Smart's contributions in the green energy field and for job creation in the New Energy Economy. How many years of experience does your firm have with replacements and new installations (please break down by commercial and residential)?? Plug Smart has regularly performed commercial-only HVAC replacements and new installations since its inception in 2008 (10 years). How many new installation projects has your firm completed in the last year and what was the total project cost? Since March 8 ,2017, Plug Smart has installed 44 projects, totaling $13,326,761. 16.C.10.h Packet Pg. 1446 Attachment: Plug Smart (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) COLLIER COUNTY 18-7313 HVAC Replacement and New Installation Proprietary and Confidential: Do Not Distribute RFP Response | Page 9 The County requests that the vendor submits five (5) completed reference forms from clients for the last five (5) years whose projects are of a similar nature to this solicitation as a part of their proposal Project Profile NAPLES COMMUNITY HOSPITAL Physical Address Buildings Floor Area (ft2) 350 7th Street North, Naples, FL 34102 19 (4 campuses) 865,000 Pre-Project Conditions The premier primary health care provider in Naples and Collier County. 715 beds in two large hospitals. CEP (Central Energy Plant) in both hospital campuses. 3,000 Ton capacity at downtown campus and 2,200 Ton capacity at north campus. Five disparate BAS / DDC systems downtown, and three disparate DDC systems at north. Numerous end of life mechanical systems at three major facilities due to age and lack of maintenance. Very high opera tional costs compared to peer group in terms of energy and maintenance costs, energy utilization index (EUI), et. Al. EMS / BAS was antiquated, cumbersome to use, and non-compliant with NCH IT security requirements. Proprietary protocols, obsolete and unsupported hardware and software, and lack of modern EMS / BAS capabilities. Downtown Hospital North Naples Hospital SCOPE DESCRIPTION: Solution ▪ Design and construct new cooling tower system at downtown campus with zero downtime to hospital Team Plug Smart was hired by NCH to perform a detailed IGEA (investment grade energy audit) in order to assess all primary facilities, analyze annual utility expense, ID and quantify all mechanical and electrical assets, including conditional analysis, risk of catastrophic failure, determine non-code compliant system risk, as well as to develop a full and comprehensive EMP (Energy Master Plan) for the Administration and Board of Directors for NCH. The EMP has been prioritized and is being implemented by Team Plug Smart for the past three years and will continue to be implemented over the next 7 years. In full cooperation and partnership with NCH Facilities, Finance, and Administrative policies and procedures. ▪ Upgrade all operating rooms to meet current AHCA codes and standards at both campuses ▪ Upgrade outdoor and non- patient care lighting to LED Systems analysis on all EMS / BAS hardware / software. Technical Highlights ▪ Reliable (native BACnet and BTL certified) equipment ▪ Full BAS / EMS connectivity with all new and refurbished mechanical equipment, including chillers, AHU’s, etc. ▪ Integration with legacy JCI, ALC, Distech, Alerton, and other miscellaneous DDC systems into Reliable Graphical User Interfaces (GUIs) ▪ Develop new standards and protocols for BAS integrations ▪ Training / commissioning 16.C.10.h Packet Pg. 1447 Attachment: Plug Smart (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) COLLIER COUNTY 18-7313 HVAC Replacement and New Installation Proprietary and Confidential: Do Not Distribute RFP Response | Page 10 Project Profile VA (CLEVELAND) MEDICAL CENTER Physical Address Buildings Floor Area (ft2) 10701 East Boulevard, Cleveland, OH 44106 5 ~3,000,000 Pre-Project Conditions The Louis Stokes VA Medical Center is a federal VA hospital in Cleveland, Ohio. The chilled water plant included four (4) 1,600 ton Trane chillers and various smaller process and definite purpose chilled water systems. The heating plant included four (4) boilers and associated boilerhouse equipment. The DDC system includes a variety of systems on separate networks including Trane, Andover, Allen Bradley, Schnieder, Alerton, and several other lesser systems scattered throughout the facility. Partial Existing Andover System Partial Square D Metering System SBS Home Page SCOPE DESCRIPTION: Solution ▪ Consolidated DDC System Consolidated and integrated more than ten disparate controls systems while maintaining data continuity to properly operate the facility. Plug Smart coordinated this effort with the site staff from the Boiler, Chiller, HVAC, Electrical, and Energy Engineering departments. The security of the existing IP infrastructure was also maintained throughout implementation. In order to accomplish this, Plug Smart designed and installed a complete stand-alone fiber optic network with connectivity to each of the disparate systems powered by site -generated temporary power. The client specified system, included a Tridium front-end for implementing the GUI, trending, alarming and reporting. Flowmeters were specified for system water flow measurement. All communications protocols were standardized, and BACnet was chosen for its positive industry reputation, its superlative support, and its robust testing methodology for manufacturer compliance. Since completion of this project, the VA is moving towards BACnet as its standard protocol at the controller level. ▪ Energy Dashboard ▪ 3rd Party Analytics ▪ Variable Frequency Drives ▪ Full Server and Workstation Overhaul ▪ Ultrasonic Flow Meters ▪ Exhaust Fan Airflow Measurement Technical Highlights ▪ Integrated seven (7) protocols ▪ Integrated 16 manufacturers ▪ Connectivity without interrupting normal system operation. 16.C.10.h Packet Pg. 1448 Attachment: Plug Smart (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) COLLIER COUNTY 18-7313 HVAC Replacement and New Installation Proprietary and Confidential: Do Not Distribute RFP Response | Page 11 Project Profile UNIVERSITY OF TOLEDO Physical Address Buildings Floor Area (ft2) 2801 W Bancroft Street, Toledo, OH 43606 100+ 5,000,000 Pre-Project Conditions The University or Toledo is the 4th largest University in Ohio and is comprised of the Main campus (MC), the Health Science campus (HSC) and the Scott Park campus (SP) with over 100 buidlings and in excess of 5 million square feet under roof. The Central Energy Plants are comprised of multiple centrifical chiller plants (+10,000 tons) and two main steam boiler plants (ten 100,000 lb/Hr boilers). The Health Science Campus had three major control systems, Honeywell, JCI, and CSI/Inet, while the Main campus was sole -source Siemens. Multiple high-dollar service agreements were required as well as multiple front-end software packages to learn and maintain. 1.2 MW Solar Installation Wolf Hall SCOPE DESCRIPTION: Solution ▪ Convert Honeywell fire to Simplex. Cancel HSC Honeywell $400K / Year Service Agreement Plug Smart personnel first identified that Honeywell was being paid an excruciating $400K/Year for a service contract for the HSC. This was immediately canceled. Then a multi-year plan was put in place on HSC to migrate the HW fire to Simplex and to migrate the HW BAS to Computrols. Plug Smart then consolidated and integrated the JCI and CSI systems on HSC into the Computrols BAS before focusing attention on the MC. It became apparent that Siemens was over-charging for BAS work on MC and SPC. Plug Smart was hired to act as the University BAS consultant to budget controls projects and hold Siemens accountable. This netted the University several hundred thousand dollars in savings. Next, a Computrols BAS was installed on MC to specifically deal with a legacy JCI building, Wolf Hall. This bioscience building had an energy spend of + $4.35 per square foot. The controls project cost $275K and had a 6-month payback. ▪ Remove and replace remaining Honeywell BAS on HSC with Computrols BAS Integration Platform ▪ Integrate HSC JCI BAS into Computrols front end ▪ Integrate HSC CSI I/net BAS into Computrols ▪ Budget MC projects to hold Siemens accountable ▪ Expand HSC and MC BAS with Reliable Controls open BACnet controls 16.C.10.h Packet Pg. 1449 Attachment: Plug Smart (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) COLLIER COUNTY 18-7313 HVAC Replacement and New Installation Proprietary and Confidential: Do Not Distribute RFP Response | Page 12 Project Profile MARRIOTT RENAISSANCE CENTER Physical Address Buildings Floor Area (ft2) 400 Renaissance Drive, Renaissance Center, Detroit, MI 48243 6 5,500,000 Pre-Project Conditions Renaissance Center in Detroit is among the largest office and hotel complexes in the world, comprised of five large office towers and a ninety-story Marriott Marquis Hotel, and a total of 5.5mm SF. RenCen was purchased from Ford by GM in 1996 and embarked upon a $500mm renovation project. The project included almost all new mechanical and electrical infrastructures, a new Central Energy Plant, and a very large energy management controls network integration and replacement program to, over time, replace the proprietary and outdated Honeywell energy management system that was originally installed in the facility in the early 1970’s. Old Oversized AHU Previous Scheduling Campus Skyline SCOPE DESCRIPTION: Solution ▪ EMS / BAS Integration The original head end software was an Electronic Systems USA “Unity” front end which integrated the legacy Honeywell system to the new CSI (Control Systems International) hardware and software. Ultimately, the system was migrated and converted to a new, CSI iNet front end in order to allow RenCen to take advantage of a full featured Graphical User Interface (GUI) with dozens of smart terminals throughout the facilities, managed by different management and even ownership groups for different purposes. ▪ Full DDC Controls ▪ Graphical User Interface ▪ System Architecture ▪ System Programming ▪ System Commissioning Technical Highlights ▪ Over 450,000 hard wired, connected points ▪ Full control over all aspects of the Detroit Edison Central Energy Plant that serves the facility ▪ Full DDC control over all HVAC equipment and lighting controls, including individual rooms. 16.C.10.h Packet Pg. 1450 Attachment: Plug Smart (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) COLLIER COUNTY 18-7313 HVAC Replacement and New Installation Proprietary and Confidential: Do Not Distribute RFP Response | Page 13 Project Profile FINDLAY CITY SCHOOL DISTRICT Physical Address Buildings Floor Area (ft2) 1100 Broad Avenue, Findlay, OH 45840 13 885,817 Pre-Project Conditions Findlay City Schools’ facilities are use exclusively for K-12 education purposes; they had significant needs to replace and renew many energy systems and other various capital intensive aspects of their facilities. This posed a complex problem for controlling operating expenses and managing multiple projects with several vendors. The heating and cooling capacity for the district (in aggregate) is 29,800,000 BTU and 13,250,000 respectively. The controls systems were made up of non-functional pneumatics with point-of-use control, various outdated DDC subsystems, and disparate front-end systems. Pre-Project Controls Cabinet (Elementary School) Findlay High School Pre-Project Equipment (Middle School) SCOPE DESCRIPTION: Solution ▪ Controls Upgrades While introducing the district to new contracting methods available through recent state-level legislation, Plug Smart developed a design-build project to manage multiple aspects of district facilities. Plug Smart created a program that offered economies of scale, guaranteed pricing, central management, and cost control that enabled the district to execute all of its facility improvements under one single-financed project. Plug Smart accessed over $370,000 in grants and utility incentives, and the entire project will show a net positive return in excess of two million dollars over 25 years. ▪ High Efficiency Boilers ▪ Lighting – LED ▪ Ventilation Controls ▪ Unit ventilator renovation/replacement ▪ High-Efficiency, double pane window replacement Technical Highlights ▪ Analyzed, specified and developed new A/C addition to academic spaces ▪ Unit ventilator renovation/replacement ▪ Later hired as district’s preferred provider for facility improvement services, outlining and committing to a 5-year renovation schedule. ▪ Roof replacement 16.C.10.h Packet Pg. 1451 Attachment: Plug Smart (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) COLLIER COUNTY 18-7313 HVAC Replacement and New Installation Proprietary and Confidential: Do Not Distribute RFP Response | Page 14 EVALUATION CRITERIA NO. 4: SPECIALIZED EXPERTISE OF TEAM MEMBERS (25 Total Points) Description of the proposed contract team and the role to be played by each member of the team. Please include the following information for each team member: • number of years of experience with commercial equipment • certifications (minimum Type II CFC Certification) licenses, if any Name Project Role Experience Education, Licenses & Certifications Program Management Rich Housh, CEO Project Executive 35 years BS Education, Miami University HVAC Technology, University of Cincinnati Certified Energy Manager Dan Papay, COO Program Manager 27 years BS Mechanical Engineering, Virginia Tech MS Mechanical Engineering, Wright State MBA, Wright State Licensed Professional Engineer (PE) LEED AP Engineering Dan Papay, COO Program Manager 27 years BS Mechanical Engineering, MS Mechanical Engineering MBA, Wright State Professional Engineer LEED AP Jarret Kelley Sr. Energy Engineer 8 years BS Mechanical Engineering, Dayton MS Renewable and Clean Energy, Dayton Certified Energy Manager Dan Trombley Sr. Mechanical Engineer 9 years BS Mechanical Engineering, Dayton MS Mechanical Engineering, Dayton Licensed Professional Engineer (PE) Alex Brogan Energy Engineer 3 years BS Mechanical Engineering, Dayton MS Renewable and Clean Energy, Dayton Controls Services Steve Boyce Business Unit Leader 30 years BS Electronic Engineering, Franklin Univ. Certified Energy Manager Business Energy Professional Axel Korn Sr. I.T. Specialist 28 years C7 Low Voltage Contractor Certified Specialty Electrical Contractor Mike Albright Sr. Controls Integrator 30 years BS Mathematics, Miami University Certified Energy Manager Business Energy Professional Certified Demand Side Manager Matt McMillen Sr. Controls Integrator 38 years U.S. Navy Nuclear Power School Dan Linton Controls Specialist 27 years Rick Coffey Electrician 25 years Licensed Electrician Cody Callanan Controls Technician 8 years Certified Installer – Reliable, Tridium 16.C.10.h Packet Pg. 1452 Attachment: Plug Smart (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) COLLIER COUNTY 18-7313 HVAC Replacement and New Installation Proprietary and Confidential: Do Not Distribute RFP Response | Page 15 Name Project Role Experience Education, Licenses & Certifications Support Staff Tom Martin, CFO Project Controller 26 years BS Architectural Eng., Penn State Certified Energy Manager Colleen Lorms Job Cost Manager 20 years Licensed Notary Dave Zehala, President Project Executive 28 years BS Electrical Engineering, Ohio State MBA, the University of Texas at Austin Certified Energy Manager Copies of the following: • State of Florida registration. 16.C.10.h Packet Pg. 1453 Attachment: Plug Smart (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) COLLIER COUNTY 18-7313 HVAC Replacement and New Installation Proprietary and Confidential: Do Not Distribute RFP Response | Page 16 • General Contractor’s license 16.C.10.h Packet Pg. 1454 Attachment: Plug Smart (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) COLLIER COUNTY 18-7313 HVAC Replacement and New Installation Proprietary and Confidential: Do Not Distribute RFP Response | Page 17 • Class “A” Air Conditioning Contractor’s license. • Mechanical Contractor’s license. Plug Smart is a Florida Licensed General Contractor and has two Florida registered Professional Engineers on its staff. All subcontractors utilized by Plug Smart have the appropriate and necessary Florida professional licenses for their particular SOW. 16.C.10.h Packet Pg. 1455 Attachment: Plug Smart (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) COLLIER COUNTY 18-7313 HVAC Replacement and New Installation Proprietary and Confidential: Do Not Distribute RFP Response | Page 18 Attach brief resumes of all proposed project team members who will be involved in the management of the total package of services, as well as the delivery of specific services. Mr. Richard Housh Chairman, Founder & Chief Executive Officer BS Education, Miami University HVAC Technology, University of Cincinnati Certified Energy Manager Experience: 35 years Mr. Housh is Plug Smart’s Chairman of the Board, CEO and co-founder. Mr. Housh has successfully started, managed and sold numerous businesses over the past 35 years. These businesses were engaged in energy services, environmental management, security software, and monitoring and control technology and services. In developing these enterprises, Mr. Housh utilized a potent combination of entrepreneurism, traditional management discipline and high impact national alliances and sales programs to achieve extraordinary results. In 2001, Mr. Housh sold Control Solutions, a company he founded and grew into a national $75 million in revenues business, to TAC/Schneider Electric, an $18 billion French company. Prior to selling Control Solutions to TAC/Schneider, in 1998 Mr. Housh sold fifty percent of the same business to DQE, Inc., an NYSE-listed energy utility. Between 1998 and 2001, Mr. Housh led, through the vehicle of Control Solutions, important elements of DQE’s national expansion in energy management and services. In 2001, Mr. Housh and his management team repurchased the fifty percent interest owned by DQE, thereafter further expanding and strengthening the business, culminating in the sale of Control Solutions to TAC/Schneider in 2001. A partial list of recent energy services clients include The Ohio State University, Hiram College, University of Cincinnati, University of Toledo, General Electric, Genoa Clay School District, Geneva Area City Schools, Howland Local Schools, Indian Valley Local Schools, Highland Local Schools, Nationwide Realty, North Olmsted City Schools, Carrollton Exempt Village School District, City of Toledo, Cincinnati Public Schools, Columbus Zoo, Great Oaks Career Center, Morton Salt, Crown Battery, and University Hospital. Mr. Housh’s energy services expertise includes, but is not limited to lighting systems/controls, building automation systems, geothermal systems, air/water cooled heat pumps, cogeneration systems, boiler systems, chilled water systems, energy auditing, energy policy, tax projects, project financing, renewable energy, air quality and ventilation, heat recovery concepts, and retro-commissioning. Mr. Housh is a Certified Energy Manager and serves on numerous business and non-profit boards, including the Conservancy of Southwest Florida, the Southwest Florida Land Preservation Trust and the Rails to Trails Conservancy. After attending the United States Naval Academy, Mr. Housh completed his B.S. in Education from the Miami University in Oxford, OH. 16.C.10.h Packet Pg. 1456 Attachment: Plug Smart (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) COLLIER COUNTY 18-7313 HVAC Replacement and New Installation Proprietary and Confidential: Do Not Distribute RFP Response | Page 19 Mr. Dan Papay Program Manager BS Mechanical Engineering, Virginia Tech MS Mechanical Engineering, Wright State MBA, Finance concentration, Wright State Professional Engineer (PE) LEED AP Experience: 27 years Mr. Papay is a Professional Engineer with BSME, MSME, MBA (finance concentration) and over 25 years of solid, wide-ranging experience in design engineering, construction, contract negotiation and administration, facilities, financial, and personnel management. He has strong project management skills plus a proven ability to take projects from conception to completion on time and within budget. Before working at Plug Smart, Mr. Papay was the Associate Vice President for Facilities Management and Services at Wright State University. His responsibilities in that role included overseeing four functional areas including 18,000 students, totaling over 3 million square feet. Additionally, he oversaw the departments of Planning & Architecture, Engineering & Construction, the Physical Plant, Environmental Health and Safety, and approximately 180 employees. Also in that role, Mr. Papay maintained a six-year capital plan with projects in the various stages of planning, design, and construction typically totaling $50 - $100 million and had an annual Maintenance budget of over $15M. Notable projects he completed in that role included the new construction of a $37M Neuroscience Lab, new construction of $17M Classroom building and $25M Energy Performance Contract. Mr. Papay’s professional affiliations include American Society of Mechanical Engineers (over 25-year member), registered Professional Engineer (Ohio and Indiana), and LEED Accredited Professional since 2004. 16.C.10.h Packet Pg. 1457 Attachment: Plug Smart (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) COLLIER COUNTY 18-7313 HVAC Replacement and New Installation Proprietary and Confidential: Do Not Distribute RFP Response | Page 20 Mr. David Zehala Project Executive BS Electrical Engineering, Ohio State MBA, University of Texas at Austin Certified Energy Manager Experience: 28 years Mr. Zehala is Plug Smart’s President and brings more than 26 years of general management, consulting, engineering, operations, and business development experience to this role. Most recently, Mr. Zehala managed a business portfolio of early stage startup companies that provided business consulting services for entrepreneurs and business professionals. Prior to 2004, Mr. Zehala served as Vice President of Sales and Marketing for Allegro Development, an energy management and technology company that helps corporations manage the production, purchase, transport, sale and consumption of natural gas, electric power, crude oil, natural gas liquids, refined products, and coal. In this role, Mr. Zehala was responsible for leading the company’s worldwide sales and marketing efforts including new business development, customer relationship management, marketing communications, and business alliances. Prior to 1999, Mr. Zehala served as a Manager with the Deloitte & Touche Consulting Group, one of the nation’s leading consulting firms for business strategy, operations, technology and process improvement. In this role, Mr. Zehala was responsible for helping electric utility companies and other clients implement mission-critical software applications allowing them to increase their operational efficiencies, improve their relationships with customers, and leverage information across the client’s supply chain. Prior to 1996, Mr. Zehala served as a Director of Strategic Accounts, for Schlumberger Technologies, a leading manufacturer of automatic test equipment (ATE) for the global semiconductor industry specializing in analog, digital, memory, mixed-signal and wireless semiconductor devices. In this role, Mr. Zehala was responsible for leading the worldwide sales and marketing efforts associated with Schlumberger’s most strategic accounts. A partial list of recent energy services clients includes The Ohio State University, Hiram College, University of Cincinnati, University of Toledo, General Electric, Nationwide Realty, North Olmsted City Schools, Carrollton Exempt Village School District, City of Toledo, North Canton Local Schools, Marlington Schools, London City Schools, Washington Local Schools, Archbold Schools, and Berne Union Schools. Mr. Zehala’s energy services expertise includes lighting systems/controls, building automation systems, geothermal systems, air/water cooled heat pumps, cogeneration systems, boiler systems, chilled water systems, energy auditing, energy policy, tax projects, project financing, renewable energy, air quality and ventilation, heat recovery concepts, and retro-commissioning. Mr. Zehala is a Certified Energy Manager and earned a Bachelor of Science Degree in Electrical Engineering from The Ohio State University, and a Masters in Business Administration from the University of Texas at Austin. 16.C.10.h Packet Pg. 1458 Attachment: Plug Smart (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) COLLIER COUNTY 18-7313 HVAC Replacement and New Installation Proprietary and Confidential: Do Not Distribute RFP Response | Page 21 Mr. Tom Martin Chief Operating Officer BS Architectural Eng., Penn State Certified Energy Manager Experience: 26 years Mr. Martin is Plug Smart’s Chief Operating Officer. Mr. Martin has been part of the commercial design and construction industry for over 20 years, specializing in HVAC and Plumbing systems design, installation and service related businesses. Mr. Martin’s experience includes directly and personally managing over $100-million of design/build, design/assist, plan & spec, and performance contracting type projects. From 2010 to 2012, Mr. Martin served as a Certified Facilitator for Verus Global, a Denver-based globally recognized leadership development and acceleration firm, serving numerous Fortune-500 client-partners in North America and Europe who specialize in the consumer product manufacturing and oil support industries. His role included interfacing deeply with senior leadership and executive teams, and facilitating foundational and custom leadership processes that build and develop team alignment, communication, engagement, ownership, and the building, teamwork, and trust. From 1999 to 2009, Mr. Martin served as Senior Executive Operations Leader, Board of Director and Managing Partner/Shareholder of TP Mechanical (a mid-west based, full-service Mechanical Contractor). In these roles, Mr. Martin was responsible senior and executive level operations management, developing and implementing business strategy and growth initiatives, senior and executive level operations management, project and design management, estimating, budgeting, project scoping, proposal writing, procurement, contract administration, project risk evaluation, training and culture-building initiatives, and developing and launching an employee career development process. A partial list of recent energy services clients includes The Ohio State University, Hiram College, University of Cincinnati, University of Toledo, General Electric, Village of Granville, North Olmsted City Schools, Carrollton Exempt Village School District, City of Toledo, Columbus Metropolitan Library, Columbus Zoo, Great Oaks Career Center, Morton Salt, Crown Battery, and University Hospital. Mr. Martin’s energy services expertise includes HVAC, lighting systems/controls, building automation systems, geothermal systems, air/water cooled heat pumps, cogeneration systems, boiler systems, chilled water systems, energy auditing, energy policy, project financing, renewable energy, air quality and ventilation, heat recovery concepts, and retro-commissioning. Mr. Martin is a Certified Energy Manager and holds a Bachelor of Architectural Engineering from Penn State University (Construction Management emphasis), is a 9-year Apprenticeship Instructor for HVAC Systems Design and Commissioning. He is also an Associated Builders & Contractors instructor of Project Management and Estimating, and a long-time member of AHSRAE (American Society of Heating, Refrigeration, and Air Conditioning Engineers, Inc.). 16.C.10.h Packet Pg. 1459 Attachment: Plug Smart (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) COLLIER COUNTY 18-7313 HVAC Replacement and New Installation Proprietary and Confidential: Do Not Distribute RFP Response | Page 22 Ms. Colleen Lorms Office Manager/Accounting Fortis College/Hondros Career Center Computerease Certified, Notary Public. Experience: 19 years Mrs. Lorms is the grease that keeps all of Plug Smart running. She wears multiple hats and plays an important role in every job our company completes. Colleen handles AP, AR, payroll, invoicing, new hiring process, subcontract agreement review, PO/CO management, and overall keeps the wheels on the ship. Mrs. Lorms is a dedicated professional that quickly builds the relationships with our customers and subcontractors that are needed to have a smooth project. Mrs. Lorms enjoys working on such a variety of business tasks and helping solve customer problems. 16.C.10.h Packet Pg. 1460 Attachment: Plug Smart (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) COLLIER COUNTY 18-7313 HVAC Replacement and New Installation Proprietary and Confidential: Do Not Distribute RFP Response | Page 23 Mr. Jarret Kelley Senior Energy Engineer BS Mechanical Engineering, University of Dayton MS Renewable Energy, University of Dayton Certified Energy Manager Experience: 8 years Mr. Kelley is Plug Smart’s lead Mechanical and Energy Engineer. As a graduate of the Renewable and Clean Energy Master’s program at the University of Dayton, Mr. Kelley has a broad background in renewable technologies and clean, efficient, and cost-effective energy solutions. His knowledge in energy-efficient buildings and manufacturing has proven valuable in helping companies reduce their energy consumption and their bottom line. At the University of Dayton, Mr. Kelley was a graduate assistant for the Department of Energy. In this position, he helped develop a software design tool for use in heating and cooling dominated buildings. He also helped to identify appropriate and field-validated mathematical simulation models for energy components. Mr. Kelley is also proficient in the following software programs; AutoCAD, Inventor, Fortran, MatLab, ProEngineer, EES, RETScreen, eQuest, eSim, TRNSYS, and TRNSED. Mr. Kelley has conducted extensive research in the geothermal energy field, especially with respect to hybrid solar-geothermal systems. He has experience in detailed simulation and optimization of these systems in both heating and cooling dominated climates. With this knowledge, he has developed a design tool for optimizing hybrid and non-hybrid geothermal systems through funding from the Department of Energy. Mr. Kelley also has experience as a consultant in geothermal design as well as optimizing geothermal systems currently in place. A partial list of recent energy services clients includes Bloomfield-Mespo Local Schools, University of Cincinnati, University of Toledo, Great Oaks Career Campus, Health Care REIT, General Electric, Village of Granville, North Olmsted City Schools, Carrollton Exempt Village School District, City of Toledo, Columbus Metropolitan Library, Columbus Zoo, Great Oaks Career Center, Ricart Automotive, Morton Salt, Crown Battery, and University Hospital. Mr. Kelley’s energy services expertise includes geothermal systems, renewable energy, lighting systems/controls, building automation systems, air/water cooled heat pumps, cogeneration systems, boiler systems, chilled water systems, energy auditing, energy policy, HVAC, rebate administration, air quality and ventilation, heat recovery concepts, and retro-commissioning. Mr. Kelley holds his B.S. in Mechanical Engineering and an M.S. in Renewable and Clean Energy from The University of Dayton. 16.C.10.h Packet Pg. 1461 Attachment: Plug Smart (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) COLLIER COUNTY 18-7313 HVAC Replacement and New Installation Proprietary and Confidential: Do Not Distribute RFP Response | Page 24 Mr. Dan Trombley Senior Mechanical Engineer BS Mechanical Engineering, University of Dayton MS Mechanical Engineering, University of Dayton Certified Energy Manager Licensed Professional Engineer (PE) Experience: 9 years Mr. Trombley is a Mechanical Engineer at Plug Smart. Mr. Trombley has extensive experience with energy efficiency in the commercial and industrial sectors. Mr. Trombley handles all technical aspects of Plug Smart’s efficiency work, including data collection and analysis, identifying energy saving opportunities, calculating energy savings and implementation costs, and ongoing energy services. Prior to joining Plug Smart, Mr. Trombley was a Senior Analyst at the American Council for an Energy- Efficient Economy (ACEEE). ACEEE is a non-governmental, non-profit research organization and think tank based in Washington, D.C. focusing on improving end-use energy efficiency throughout the economy. While at ACEEE, Mr. Trombley conducted energy efficiency potential studies for the industrial sectors in several states; authored or coauthored a dozen research reports covering policy analysis, program design, and intelligent systems; and helped develop policy proposals and legislative language to enhance energy efficiency and workforce training in the industrial sector. He also tracked and provided analysis for federal appliance standards; analyzed the costs and savings impacts of pending major energy and climate legislation; and managed a network of efficiency advocates, program administrators, and other stakeholders to promote industrial energy efficiency on a state and regional level. Before joining ACEEE, Mr. Trombley was a part of the University of Dayton’s Industrial Assessment Center (IAC). The UD IAC is one of 24 U.S. Department of Energy-funded centers that provides free energy assessments to small- and mid-sized manufacturers. Mr. Trombley was lead engineer on eight assessments and participated in two dozen more. Assessments included energy bill analysis, site visits to identify, quantify, and explain energy efficiency opportunities to plant management and staff. Mr. Trombley has a Bachelor’s and Master’s degree in Mechanical Engineering from the University of Dayton. He is a registered Professional Engineer in Ohio and Washington, D.C. 16.C.10.h Packet Pg. 1462 Attachment: Plug Smart (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) COLLIER COUNTY 18-7313 HVAC Replacement and New Installation Proprietary and Confidential: Do Not Distribute RFP Response | Page 25 Ms. Alex Brogan Energy Engineer BS Mechanical Engineering, University of Dayton MS Renewable and Clean Energy, University of Dayton Experience: 3 years Ms. Brogan is a valued member of Plug Smart’s engineering team and brings three years of engineering and energy auditing experience to this role. Prior to joining the Plug Smart team in 2015, Ms. Brogan served as Lead Engineer for the University of Dayton Industrial Assessment Center (UD -IAC), a U.S. Department of Energy (DOE) sponsored center that provides energy assessments for mid-size manufacturers, helping manufacturers to become more cost and resource competitive. In this role, Ms. Brogan was responsible for leading a team of energy engineers on an industrial energy assessment and completing a full energy assessment report. Under Ms. Brogan’s leadership, the UD-IAC team recommended annual average energy cost savings of 14%, and went on to win the U.S. DOE’s National Center of the Year award in 2015. During her tenure at the University of Dayton, Ms. Brogan co-authored a technical paper focused on optimizing variable-flow pumping applications for maximum energy savings. The technical paper was published for the American Council for an Energy-Efficient Economy (ACEEE) 2015 Summer Study, and was entitled "Are Your Variable Speed Pumping Applications Delivering the Predicted Savings? Improving Control to Maximize Results." A partial list of recent energy services clients include: Marriot at the Renaissance Center, Union-Scioto Local School District, Columbus City Schools, Berne Union Local Schools, New Albany-Plain Local Schools, Naples Community Hospital, University of Mount Union, the City of Dublin, University of Toledo, and the City of Toledo. Ms. Brogan’s energy services expertise includes lighting systems/controls, building automation systems, process heating and cooling systems, optimal pumping systems/controls, cogeneration systems, boiler systems, chilled water systems, energy auditing, energy policy, renewable energy, air quality and ventilation, heat recovery concepts, and retro-commissioning. Ms. Brogan earned a Bachelor of Engineering Degree in Mechanical Engineering and a Masters of Renewable and Clean Energy from the University of Dayton. 16.C.10.h Packet Pg. 1463 Attachment: Plug Smart (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) COLLIER COUNTY 18-7313 HVAC Replacement and New Installation Proprietary and Confidential: Do Not Distribute RFP Response | Page 26 Mr. Steve Boyce Senior Electrical Engineer BS Electronic Engineering, Franklin University Certified Energy Manager & Auditor Certified Sustainable Development Professional Business Energy Professional Experience: 30 years Mr. Boyce has 30 years of experience in energy conservation and building automation. In 2014, Mr. Boyce joined the Plug Smart team as a Senior Electrical Engineer and is utilized as the primary resource for developing solutions involving electrical and controls upgrades. Prior to joining Plug Smart, Mr. Boyce was the founder and chief operator of iFACTS. He founded iFACTS to focus on providing customers with product independent control solutions. Mr. Boyce provided automation consulting and integration services to many large industrial and institutional customers such as General Motors, General Electric, Veterans Administration, Chrysler Corporation, Marriott International, CDC/NIOSH, Sherwin-Williams Company, The University of Toledo, Hiram College, Lucent Technologies, Owens Corning, and many others. Prior to founding iFACTS, Mr. Boyce was the managing technical partner and vice president of Control Solutions, a $75 million (revenue) independent building automation company where he worked for 18 years, ultimately selling the Control Solutions company to TAC/Schneider Electric, an $18 billion French company, Mr. Boyce has a BSEE (Electronic Engineering) from Franklin University, Columbus OH, and has been awarded certifications as Certified Energy Manager (CEM), Certified Energy Auditor (CEA), Business Energy Professional (BEP), and Certified Sustainable Development Professional (CSDP). Mr. Boyce is a lifetime member of the Association of Energy Engineers (AEE). 16.C.10.h Packet Pg. 1464 Attachment: Plug Smart (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) COLLIER COUNTY 18-7313 HVAC Replacement and New Installation Proprietary and Confidential: Do Not Distribute RFP Response | Page 27 Mr. Axel Korn Senior Project Manager Degree in Computer Science & CIS Experience: 28 years Mr. Korn is Plug Smart’s Senior Project Manager and the Plug Smart Florida Business Unit leader. He has founded, owned and operated Technology Infrastructure businesses in California & Florida for 26 years with extensive hands on experience in operations, project management incl. business development, budgeting, estimating & marketing. Mr. Korn was responsible for the overall leadership, growth and direction of the businesses in their fields. Amongst many industry certifications, Mr. Korn is Florida State Licensed Certified Specialty Electrical Contractor and also holds a C7 Low Voltage Contractors License in California. On the technical side, Mr. Korn has extensive hands on experience in designing & implementing IT Infrastructure (Hardware & Software) & Technology Solutions for commercial organizations. Solutions include comprehensive Data Center design & construction, Structured Cabling for Copper & Fiber, Integrated Automated & Control Solutions that include Security, Access Control, Lighting, Audio / Video, CCTV, etc. A partial list of clients includes the following; Quantum Design, Inc., Rockwell Intl’, Jet Propulsion Labs, Control Data Corp., Sierra Wireless, Caterpillar, Rady’s Children Hospital, San Diego Union Tribune, DR Systems, Edwards Airforce Base, Miramar NAS, Naval Amphibious Base, Coronado, Marine Corp Camp Pendleton, University of California San Diego, Salk Institute, Science Application Intl’ Corp., Cubic Corp., General Atomics, Invitrogen, Qualigen, Akamai, La Jolla Pharmaceuticals, Molecular Bio Systems, Century 21st Oncology, Naples Community Hospital. 16.C.10.h Packet Pg. 1465 Attachment: Plug Smart (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) COLLIER COUNTY 18-7313 HVAC Replacement and New Installation Proprietary and Confidential: Do Not Distribute RFP Response | Page 28 Mr. Mike Albright Project Engineer BS Mathematics, Miami University Certified Energy Manager Business Energy Professional Certified Demand Side Manager Experience: 30 years Mr. Albright has over 30 years of experience in application, design, implementation and maintenance of business systems including building automation, mechanical systems control, security, fire, inventory control, purchasing, accounting, general automation, personnel management, scheduling, sales, and sales management. He also has technical certifications and licenses in all areas of primary business managed. Mr. Albright also has in-depth experience with computer hardware, software and operating systems including LAN/WAN networking, numerous hardware platforms and PC based software and LAN applications. He has extensive hands-on training and experience with various building automation systems, control systems, telecommunications systems, PC’s, fire and life-safety systems, telephone, network-based systems and business tools. Additionally, he has conducted training classes and seminars on these systems as part of management duties and company services. Mr. Albright’s certifications include Certification by the Association of Energy Engineers as Energy Manager (CEM), Business Energy Professional (BEP) and Demand-Side Management Professional (CDSM). He is also certified by the International E-Commerce Consortium as E-Commerce Consultant (CEC). Extensive knowledge of energy systems, networking, utility monitoring, power monitoring, mechanical systems, facilities-based support systems, security/life-safety and management procedures. 16.C.10.h Packet Pg. 1466 Attachment: Plug Smart (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) COLLIER COUNTY 18-7313 HVAC Replacement and New Installation Proprietary and Confidential: Do Not Distribute RFP Response | Page 29 Mr. Matt McMillen Senior Controls Engineer U.S. Navy Nuclear Power School Certified Energy Manager Experience: 38 years Mr. McMillen is Plug Smart’s Senior Controls Engineering Specialist. Mr. McMillen has over 25 years of experience with programming and commissioning controls systems throughout the country. Mr. McMillen has extensive experience designing automated control systems for commercial HVAC, Industrial controls, Fire and Life Safety, and access control systems. He has designed, programmed, and supervised the installation of energy conservation projects for various schools and other public facilities including courthouses and convention centers. Projects included lighting and HVAC controls retrofits as well as other energy conservation measures such as economizer controls, demand ventilation, and occupancy-based controls. A partial list of recent energy services clients includes the following; General Motors Headquarters (Detroit, MI), Cleveland VAMC, Chillicothe VAMC, London City Schools, GE Transportation, Benton Carroll Salem Schools, and North Olmsted City Schools. Mr. McMillen’s energy services expertise includes controls, renewable energy, lighting systems/controls, building automation systems, air/water cooled heat pumps, cogeneration systems, boiler systems, chilled water systems, energy auditing, energy policy, HVAC, rebate administration, air quality and ventilation, heat recovery concepts, and retro-commissioning. 16.C.10.h Packet Pg. 1467 Attachment: Plug Smart (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) COLLIER COUNTY 18-7313 HVAC Replacement and New Installation Proprietary and Confidential: Do Not Distribute RFP Response | Page 30 Mr. Dan Linton Controls Specialist Experience: 27 years Mr. Linton is Plug Smart’s Controls Specialist. Mr. Linton has 27 years of experience with engineering, commissioning, and managing the installations of a variety of control systems. Mr. Linton has extensive experience designing and installing various HVAC and building control systems He has designed and supervised the installation of projects for various schools and other public facilities including courthouses, hospitals, and military installations. Mr. Linton’s experience includes working with various controls systems, including Reliable, Alerton, Tek- Air, Inet, Automated Logic, and Computrols. Mr. Linton also has previous experience as a self-employed general contractor. 16.C.10.h Packet Pg. 1468 Attachment: Plug Smart (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) COLLIER COUNTY 18-7313 HVAC Replacement and New Installation Proprietary and Confidential: Do Not Distribute RFP Response | Page 31 Mr. Richard Coffey Lead Electrician / Controls Technician Experience: 32 years Mr. Coffey is Plug Smart’s Lead Electrician / Controls Technician. Mr. Coffey has over 32 years of Electrical experience and 10 years as a Controls Technician. Mr. Coffey has worked as a Residential, Commercial and Light Industrial Electrician until he decided to go into Controls. Mr. Coffey has experience installing and wiring automated control systems for commercial HVAC, Industrial controls, Fire and Life Safety, and access control systems. He has installed, and supervised the installation of energy conservation projects for various schools and other public facilities including courthouses and convention centers. Projects included lighting and HVAC controls retrofits as well as other energy conservation measures such as economizer controls, demand ventilation, and occupancy- based controls. 16.C.10.h Packet Pg. 1469 Attachment: Plug Smart (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) COLLIER COUNTY 18-7313 HVAC Replacement and New Installation Proprietary and Confidential: Do Not Distribute RFP Response | Page 32 Mr. Cody Callanan Controls Engineer Multiple Industry Certifications Experience: 9 Years Mr. Callanan is Plug Smart’s Controls Engineer and Project Engineer of Plug Smart Florida Business Unit. He has over 9 years experience in the building automation, systems integration and marketing/business development. Mr. Callanan has been involved in every step of building technology infrastructure and building automation. He is experienced in design and implementation of IT infrastructure and technology solutions for commercial environments. IT Infrastructure includes data center construction, structured cabling (copper and fiber), and building automation (Security, Access Control, Lighting, HVAC, CCTV Video, and Digital Signage) A partial list of clients includes the following; Quantum Design, Sierra Wireless, Historic Kinsella Library, Naples Church of Christ Century 21st Oncology, Naples Community Library, Nanpor Security Academy, Shoot Straight Gun Range, and Oklahoma Christian University. 16.C.10.h Packet Pg. 1470 Attachment: Plug Smart (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) COLLIER COUNTY 18-7313 HVAC Replacement and New Installation Proprietary and Confidential: Do Not Distribute RFP Response | Page 33 EVALUATION CRITERIA NO. 5: LOCAL VENDOR PREFERENCE (10 Total Points Available) Local business is defined as the vendor having a current Business Tax Receipt issued by the Collier or Lee County Tax Collector for at least one year prior to 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 or Lee County from which the vendor’s staff operates and performs business in an area zoned for the conduct of such business. Juice Technologies, Inc. dba Plug Smart, has been doing business locally in Naples, primarily with and for NCH since 2014, and we can of course prove this if required by obtaining permission from NCH to share purchase order dates and other documentation with CCG. When CCG Procurement switched to BidSync and began new policies within Procurement, including “local vendor preference” we then learned about the “Business Tax Receipts” that are issued within Collier County. Upon learning of this requirement, I immediately asked our CFO, Benton Cook, CPA to file all the required paperwork with Collier County that pertains to this “Business Tax Receipt” status. Benton did so, but only a few months back so a year has not yet transpired since he filed it. Clearly however, we would meet anyone’s definition of a “local business” in Collier County as we have maintained an on-site office inside of NCH’s downtown hospital for nearly four years and we work for them locally every single day! Please do not hesitate to contact me if you have any further questions regarding our Naples based, local office. Sincerely, Rich Housh CEO Plug Smart 16.C.10.h Packet Pg. 1471 Attachment: Plug Smart (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) COLLIER COUNTY 18-7313 HVAC Replacement and New Installation Proprietary and Confidential: Do Not Distribute RFP Response | Page 34 Insurance Information 16.C.10.h Packet Pg. 1472 Attachment: Plug Smart (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) ________________________________________________________________________________________________ 8170 Mainline Pkwy Fort Myers, FL 33912 Tel 239 / 939-4502 Fax 239 / 939-4225 www.umihvac.com CM C056872 CF C024464 Solicitation 18‐7313   Cover Letter      United Mechanical Inc. was founded in 1987 and has been serving Southwest Florida for over 30  years.    Over the course of our history we have completed thousands of replacement and new  instillation projects. Our company has been built around serving the needs of our clients in a  professional and profitable way.    United Mechanical Inc. is involved in the Southwest Florida Community in giving back as well  through our involvement with St. Matthews House, The United Way, Community Cooperative,  Gulf Coast Humane Society and many others.    We continue to maintain a highly technical staff dedicated to learning, training and sharing with  one another to improve the lives of our clients.    We are privileged to have over 240 men and women with many over 10 and 20 years with our  company.    The authorized contact persons for this proposal are as follows:  1. Mike Clark, President – (239) 939‐4502, mclark@umihvac.com  2. Jim Cloonan, General Manager – (239) 222‐4039, jcloonan@umihvac.com   3. Joni Blake, Comptroller – 239‐939‐4502.jblake@umihvac.com                     Michael A Clark        President  16.C.10.i Packet Pg. 1473 Attachment: United Mechanicals Proposal (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) 16.C.10.i Packet Pg. 1474 Attachment: United Mechanicals Proposal (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) ________________________________________________________________________________________________ 8170 Mainline Pkwy Fort Myers, FL 33912 Tel 239 / 939-4502 Fax 239 / 939-4225 www.umihvac.com CM C056872 CF C024464       Solicitation 18‐7313  Experience and Capacity of United Mechanical Inc.      Over the course of our 30 plus year history Untied Mechanical Inc. has completed work on  numerous different types of facilities including Hospitals, Schools, Recreation Centers,  Government Buildings and Libraries.    United Mechanical Inc. employees over 240 men and women with the majority living with in a  75 mile radius of Collier County.    United Mechanical Inc. maintains a State Certified Mechanical Contractors License CMC056872  and also has a registered Mechanical Engineer on staff.    United Mechanical Inc. has over 30 years’ experience as a company on commercial  replacements and installations and has been doing residential replacements and instillations for  over 5 years.    In the last year United Mechanical Inc. completed over 200 projects valued at over  $35,000,000,000 in new installations and replacements.      Below is a list of five completed project references:    Project #1     Project Description: Veterans Park Elementary School ‐ Complete replacement of the Central  Energy Plant consisting of chillers, cooling towers, pumps, controls and hydronic specialties.  Start Date: November 2016  End Date: July 2017  Original Budget: $2,943,000  Final Project Cost: $1,503,000 ‐ The difference represents Owner Direct Purchase Equipment  Number of Change Orders: 5 – Owner directed  General Contractor: OAK  Owner: Lee County Schools            Project #2   16.C.10.i Packet Pg. 1475 Attachment: United Mechanicals Proposal (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) Project Description: Pelican Bay Country Club – Complete new Country Club building including  air cooled chillers, pumps, controls, ductwork, kitchen hoods and split systems.  Start Date: June 2016  End Date: August 2017  Original Budget: $1,691,625  Final Project Cost: $1,752,000  Number of Change Orders: 7 – Owner directed  General Contractor: D. Garrett Construction  Owner: The Club at Pelican Bay      Project #3   Project Description: Westin Conference Center – Complete new Conference Center in Cape  Coral, FL. Services included air cooled chiller, chilled water system, and hot water boiler, piping,  supply, return and exhaust ductwork.  Start Date: April 2017  End Date: December 2017   Original Budget: $1,633,000  Final Project Cost: $1,622,700  Number of Change Orders: 8 – Owner directed  General Contractor: Chris‐Tel Construction  Owner: Westin Hotels      Project #4  Project Description: Golisano Children’s Hospital – Complete new Central Energy Plant  consisting of chillers, boilers, cooling towers, pumps, generator, hydronic specialties, removal of  existing children’s wing including supply, return and exhaust ductwork.  Start Date: October 2014  End Date: October 2017  Original Budget: $6,139,425  Final Project Cost: $ 6,623,528  Number of Change Orders: 17 – Owner directed  General Contractor: Skanska  Owner: Lee Health    Project #5  Project Description: USDA Sterile Insect Facility – New Department of Agriculture Research  Facility consisting of air cooled chiller, chilled water systems, supply, return, exhaust and outside  air duct systems.  Start Date: June 2017  End Date: January 2018  Original Budget: $179,000  Final Project Cost: $368,506  Number of Change Orders: 2  General Contractor: Halfacre Construction  Owner: US Department of Agriculture  16.C.10.i Packet Pg. 1476 Attachment: United Mechanicals Proposal (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) ________________________________________________________________________________________________ 8170 Mainline Pkwy Fort Myers, FL 33912 Tel 239 / 939-4502 Fax 239 / 939-4225 www.umihvac.com CM C056872 CF C024464 Solicitation 18‐7313   Specialized Expertise of Team Members      The proposed contract team from United Mechanical will be comprised of different individuals  depending upon the type of project. At a minimum they will consist of the following:    Sam Moreland, PE – Director of Engineering – registered PE with over 25 years of experience.  See the attached Resume.    David Deiacova – Over 10 years of experience. Universal CFC, Lochinvar Boiler Certified,  Mitsubishi Multi City VRF Systems Certified, Quantech Chillers, Addison Startup Certified, 4 yr.  Vo‐tech Electrical Certified.      Rich Ringler – Commercial Service Manager – Over 25 years of experience. Universal CFC, Aaon  Certified, Mitsubishi Multi City VRF Systems Certified, Trane Chiller Certified, Carrier Chiller  Certified, York Chiller Certified.    Jim Dilello – Piping Department Manager ‐ See the attached Resume.    Emery Bringing – Sheet metal Department Manager ‐ See the attached Resume.    Jim Cloonan – Service General Manager ‐ See the attached Resume.      16.C.10.i Packet Pg. 1477 Attachment: United Mechanicals Proposal (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) ________________________________________________________________________________________________ 8170 Mainline Pkwy Fort Myers, FL 33912 Tel 239 / 939-4502 Fax 239 / 939-4225 www.umihvac.com CM C056872 CF C024464 Solicitation 18‐7313   Specialized Expertise of Team Members      The proposed contract team from United Mechanical will be comprised of different individuals  depending upon the type of project. At a minimum they will consist of the following:    Sam Moreland, PE – Director of Engineering – registered PE with over 25 years of experience.  See the attached Resume.    David Deiacova – Over 10 years of experience. Universal CFC, Lochinvar Boiler Certified,  Mitsubishi Multi City VRF Systems Certified, Quantech Chillers, Addison Startup Certified, 4 yr.  Vo‐tech Electrical Certified.      Rich Ringler – Commercial Service Manager – Over 25 years of experience. Universal CFC, Aaon  Certified, Mitsubishi Multi City VRF Systems Certified, Trane Chiller Certified, Carrier Chiller  Certified, York Chiller Certified.    Jim Dilello – Piping Department Manager ‐ See the attached Resume.    Emery Bringing – Sheet metal Department Manager ‐ See the attached Resume.    Jim Cloonan – Service General Manager ‐ See the attached Resume.      16.C.10.i Packet Pg. 1478 Attachment: United Mechanicals Proposal (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) ________________________________________________________________________________________________ 8170 Mainline Pkwy Fort Myers, FL 33912 Tel 239 / 939-4502 Fax 239 / 939-4225 www.umihvac.com CM C056872 CF C024464       Solicitation 18‐7313  Experience and Capacity of United Mechanical Inc.      Over the course of our 30 plus year history Untied Mechanical Inc. has completed work on  numerous different types of facilities including Hospitals, Schools, Recreation Centers,  Government Buildings and Libraries.    United Mechanical Inc. employees over 240 men and women with the majority living with in a  75 mile radius of Collier County.    United Mechanical Inc. maintains a State Certified Mechanical Contractors License CMC056872  and also has a registered Mechanical Engineer on staff.    United Mechanical Inc. has over 30 years’ experience as a company on commercial  replacements and installations and has been doing residential replacements and instillations for  over 5 years.    In the last year United Mechanical Inc. completed over 200 projects valued at over  $35,000,000,000 in new installations and replacements.      Below is a list of five completed project references:    Project #1     Project Description: Veterans Park Elementary School ‐ Complete replacement of the Central  Energy Plant consisting of chillers, cooling towers, pumps, controls and hydronic specialties.  Start Date: November 2016  End Date: July 2017  Original Budget: $2,943,000  Final Project Cost: $1,503,000 ‐ The difference represents Owner Direct Purchase Equipment  Number of Change Orders: 5 – Owner directed  General Contractor: OAK  Owner: Lee County Schools            Project #2   16.C.10.i Packet Pg. 1479 Attachment: United Mechanicals Proposal (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) Project Description: Pelican Bay Country Club – Complete new Country Club building including  air cooled chillers, pumps, controls, ductwork, kitchen hoods and split systems.  Start Date: June 2016  End Date: August 2017  Original Budget: $1,691,625  Final Project Cost: $1,752,000  Number of Change Orders: 7 – Owner directed  General Contractor: D. Garrett Construction  Owner: The Club at Pelican Bay      Project #3   Project Description: Westin Conference Center – Complete new Conference Center in Cape  Coral, FL. Services included air cooled chiller, chilled water system, and hot water boiler, piping,  supply, return and exhaust ductwork.  Start Date: April 2017  End Date: December 2017   Original Budget: $1,633,000  Final Project Cost: $1,622,700  Number of Change Orders: 8 – Owner directed  General Contractor: Chris‐Tel Construction  Owner: Westin Hotels      Project #4  Project Description: Golisano Children’s Hospital – Complete new Central Energy Plant  consisting of chillers, boilers, cooling towers, pumps, generator, hydronic specialties, removal of  existing children’s wing including supply, return and exhaust ductwork.  Start Date: October 2014  End Date: October 2017  Original Budget: $6,139,425  Final Project Cost: $ 6,623,528  Number of Change Orders: 17 – Owner directed  General Contractor: Skanska  Owner: Lee Health    Project #5  Project Description: USDA Sterile Insect Facility – New Department of Agriculture Research  Facility consisting of air cooled chiller, chilled water systems, supply, return, exhaust and outside  air duct systems.  Start Date: June 2017  End Date: January 2018  Original Budget: $179,000  Final Project Cost: $368,506  Number of Change Orders: 2  General Contractor: Halfacre Construction  Owner: US Department of Agriculture  16.C.10.i Packet Pg. 1480 Attachment: United Mechanicals Proposal (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) 16.C.10.i Packet Pg. 1481 Attachment: United Mechanicals Proposal (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) 16.C.10.i Packet Pg. 1482 Attachment: United Mechanicals Proposal (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) 16.C.10.i Packet Pg. 1483 Attachment: United Mechanicals Proposal (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) 16.C.10.i Packet Pg. 1484 Attachment: United Mechanicals Proposal (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) 16.C.10.i Packet Pg. 1485 Attachment: United Mechanicals Proposal (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) 4726 27th Street West Bradenton, FL 34207 ebrining@umihvac.com Charles E. “Emery” Brining Experience: 1989 to Present United Mechanical, Inc. Fort Myers, FL Field Manager • HVAC Department scheduling and coordination • HVAC Quality Control Operations • Meeting with owners, engineers, contractors for project development and scheduling Types of projects have included: • Medical Surgery and Behavioral Health Hospitals, medical clinics, nursing homes, retirement centers, and other facilities inspected by AHCA • Educational Facilities • Commercial and Industrial Facilities 1988 to 1989 B&I Contractors Fort Myers, FL HVAC Supervisor • Jobsite scheduling and coordination • Material Take-off and requisitions • All aspects of project supervision Education: • Palmetto High School Certifications: • OSHA 10 & OSHA 30 • American Safety & Health Institute Adult/ Pediatric CPR- 2002 16.C.10.i Packet Pg. 1486 Attachment: United Mechanicals Proposal (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) 16.C.10.i Packet Pg. 1487 Attachment: United Mechanicals Proposal (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) 2436 Orchid Bay Drive #203 Naples, FL 34109 jcloonan@umihvac.com James Cloonan Experience: 2011 to Present United Mechanical, Inc. Fort Myers, FL Service Manager 12/2014 -Present Service Supervisor 2013 – 2014 Service Technician 2011 – 2013  Establish training program in conjunction with Service General Manager for technicians, to include both classroom and field instruction. Require a minimum # of hours per year mandatory for consideration of advancement or wage increase for their job description.  Responsible for discipline and praise of technicians  Make written notes for file for both positive and negative issues dealing with technicians.  Follow up and encourage production by technicians  Make initial contact with new customer  Conduct job visits with Service Salesman on periodic basis  Develop recommended truck stock inventory and truck/ personnel cleanliness regulations  Keep abreast of new technologies and products and advise / share information.  Assist Service General Manager / Service Office Manager with review of work orders when issues arise.  Make sure safety rules are being followed and re-train as required.  Develop with assistance / input of Service Manager and Salesman a consistent service contract proposal form  Work with service dispatch to make sure great customer service is being displayed. Train as necessary.  Handle customer complaints immediately and advise Service Manager and salesman of resolution  Assist Service Sales in closing sales  Assist dispatch in scheduling of technicians to maximize productivity  Coordinate with Construction Project Managers on new start-up’s and necessary service involvement  Verify and hold accountable all direct reports are following their function as described  Build working relationships with direct reports, department heads and technicians to influence operational decisions and build morale  Hold meetings (short) with technicians to discuss relevant issues both good and bad. rack /praise technicians on Q&R performance  Meet with President & Vice President monthly to discuss status of ongoing operations 16.C.10.i Packet Pg. 1488 Attachment: United Mechanicals Proposal (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) 2001 – 2011 CNR Air Conditioning Naples, FL General Manager 2007-2011 Service Manager 2005-2007 Lead Technician / Customer Service 2001-2005 Responsibilities included:  Managed the general operations of the day to day business for the entire company  Provide hands on training and technical support for all field personnel Develop and implement safety policies and standards for the company  Negotiate pricing and contract details for the new construction aspect of the company  Attend all construction and job related meetings for the company  Design duct systems and zone control systems for homes  Help design and implement engineer designed dehumidification controls and systems  Customer service, quality control and sales  Design of refrigeration and wine cellar applications 1999 to 2001 General Air Conditioning Naples, FL Installer / Service Technician Responsibilities included:  Crew leader in the installation of production and custom home HVAC systems from the ground up. Plan, implementing and managing the crew I was in charge of. Education:  Business Administration Degree from Hodge University 2011  Dr. Phillips High School, Graduated in 1998 Certifications: Daikin VRV Commissioning, NATE Certified, Niagara AX Certified, Price Critical Controls Certified, EPA Universal, Rigging Operator, Crane Hand Signaler 16.C.10.i Packet Pg. 1489 Attachment: United Mechanicals Proposal (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) 2007 N.E. 2nd St. Cape Coral, FL 33909 jdilello@umihvac.com James Dilello Experience: 2001 to Present United Mechanical, Inc. Fort Myers, FL Field Manager • HVAC Department scheduling and coordination • HVAC Quality Control Operations • Meeting with owners, engineers, contractors for project development and scheduling Types of projects have included: • Medical Surgery and Behavioral Health Hospitals, medical clinics, nursing homes, retirement centers, and other facilities inspected by AHCA • Educational Facilities • Commercial and Industrial Facilities 1999 to 2001 Hydro Rock Company, Inc. Fort Myers, FL Supervisor / Welder • Design, blueprint and fabricate heavy equipment for heavy rock trenching • Order materials and supplies 1980 to 1999 Lakewood Manufacturing Company Westlake, Ohio Production Control / Shipping and Receiving Supervisor 97-99 • Duties included: Expediting of parts to customers and vendors, purchasing of assembly parts. Keeping computerized inventory. Warehouse Manager for all raw materials for entire shop. Welding Supervisor • Duties Included: Supervision of manual /robotics welding and warehouse management. Responsible for the training of new welders and blueprint/ SPC chart training, employee evaluations and hiring of personnel. Developed cleaning system for etched metals. Engineering of new jobs. Purchasing of welding equipment and supplies and coordination of monthly scheduling. 16.C.10.i Packet Pg. 1490 Attachment: United Mechanicals Proposal (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) Machining Supervisor 91- 97 • Duties Included: Hiring and evaluating of department personnel. Coordinating of monthly scheduling / biweekly meetings. Engineering of new jobs. Purchasing of departmental supplies. Repairing of machines. Training of personnel in blueprint /SPC charts. Second Shift Plant Supervisor 87-89 • Duties Included: Hiring and evaluating of department personnel. Scheduling of plant wide work. Responsible for tool/die, machine centers, press room, grinding, welding and shipping/receiving. Working Group Leader 87-87 • Duties Included: Supervision of second/third shift personnel. Training of all employees. Responsible for coordination of assignments, production welding and machining. Production Welder 80-87 • Duties Included: Responsible of welding in the area of GMAW, GTAW, oxy-acetylene, aluminum and stainless steel. Received AWS D1.1 and D1.2 certification. Education: • North Olmsted High School – Graduated 1979 • Polaris Vocational School 1979- State of Ohio Electronic Certification • Lakewood Manufacturing Company, Welding Certification 1981- Present AWS D1.21 and D1.2 16.C.10.i Packet Pg. 1491 Attachment: United Mechanicals Proposal (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) 10716 Bradbury Way Ft. Myers, FL 33913 smoreland@umihvac.com Samuel W. Moreland, PE Experience: 1/2012 to 9/2014 & 12/2015 to present United Mechanical Inc., Fort Myers, FL Director of Engineering • Responsible for design/build and negotiated work • Mechanical and Plumbing (including Med Gas) designer • Conceptual estimating and budgeting • Load calculations and energy analysis • Experience with AHCA regulated work in hospitals and behavioral health. • Experience with commercial work and industrial facilities 9/2014 to 12/2015 Plug Smart Fort Myers, FL Florida Business Unit Leader • Business unit manager for energy services • Developed energy master plans • Implemented energy related projects such as chiller changeouts, lighting retrofits, and control system optimization • Managed architectural, engineering, and construction related subcontractors • Oversight of project managers and technicians 3/2008 to 11/2011 Tampa Bay Trane Fort Myers, FL Sales Engineer • Engineering and contractor sales for Trane commercial HVAC products including chillers, cooling towers, package and split DX, pumps, ERVs, and control systems. • Approximately 5 million in annual sales 16.C.10.i Packet Pg. 1492 Attachment: United Mechanicals Proposal (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) 2/2005 to 3/2008 Tom Barrow Co., Fort Myers, FL Sales Engineer • Engineering and contractor sales for HVAC manufacturer’s representative. • Commercial products include fans, air distribution, louvers, dampers, & duct. • Increased accounts to approximately 3 million in annual sales 1/2001 to 1/2005 Scientific Climate Systems, Inc Houston, TX Engineering Manager • Design/build work for environmental chambers and very low dew point rooms for manufacturing • Created all designs and specifications • Designed and programmed PLC based control systems • Conceptual estimated and budgeting • Project management for domestic and international work • Increased sales from 1 million to 8 million during tenure 6/1997 to 1/2001 Munters Houston, TX Sales Engineer • Industrial sales of dehumidification systems in Texas and Louisiana • Responsible for new equipment, parts, and service sales • Increased new equipment sales from 1 million to 2 million • Responsible for all aspects of sales including developing specifications, budgets, quotes, order processing, and project managements. 6/1994 to 6/1997 Schlumberger Natchez, MS; Long Beach, CA; Houston, TX Wireline Engineer • Performed evaluation and production services on newly drilled and existing oil and gas wells • Generated wireline logs in the field and interpreted them for clients. 16.C.10.i Packet Pg. 1493 Attachment: United Mechanicals Proposal (5938 : Award Contract 18-7313, HVAC Replacements and New Installations) • Safely used radioactive sources, shaped charges, and high-pressure wellhead equipment to perform services. • Supervised work crews of two to five operators Education: University of Florida Bachelor of Science in Mechanical Engineering, April 1994 University of Houston Executive MBA Program, May 2001 with Honors Professional Registered Florida PE, License Number 64703 Registration: LEED Accredited Professional – December 2008 Affiliations: American Society of Heating Refrigeration and Air Conditioning Engineers (ASHRAE) – member and active in Southwest Florida Chapter 139. 2008-2009 Chapter President. Other past offices include Webmaster, Research Promotion Chair, Treasurer, and Golf Tournament Chair. Non-Athlete Member of USA Swimming – Official & Coach, Coach and Athlete Member of U.S. Masters Swimming 16.C.10.i Packet Pg. 1494 Attachment: United Mechanicals Proposal (5938 : Award Contract 18-7313, HVAC Replacements and New Installations)