Loading...
Agenda 09/25/2018 Item #16C109/25/2018 EXECUTIVE SUMMARY Recommendation to award Bid #18-7311, “Electrical Contractors,” to Hart’s Electrical, Inc., as the primary, Simmonds Electrical of Naples, Inc., as secondary, and Technical Management Associates, as tertiary, for Countywide Electrical Contractors Services. OBJECTIVE: To obtain Electrical Contractors services in a fair and competitive manner in accordance with the Purchasing Ordinance. CONSIDERATIONS: The Division of Facilities Management is responsible for electrical services at County facilities. Contractors utilized by Facilities Management provide labor, material, and equipment to perform repair and new installations of various electrical systems. The County posted solicitation 18-7311 for Electrical Contractors on February 21, 2018. The County sent out 4,389 notifications, contractors downloaded 45 bid packages, and the County received four bids by the April 16, 2018, due date. All four bids were found to be responsive and responsible. Respondents: Company Name Bid Amount Responsive/Responsible Hart's Electrical, Inc. $4,220.00 Yes/Yes Simmonds Electrical of Naples, Inc. $4,848.00 Yes/Yes Technical Management Associates $4,884.00 Yes/Yes American Infrastructure Services $7,040.00 Yes/Yes The bid amounts above are for evaluation purposes only and were based on pricing scenarios, which were calculated using the vendors' hourly rates and mark-ups on parts and subcontractors to identify the most responsive and competitive bidder. Staff identified the need to implement a lower threshold requiring competitive quotes from all contractors for projects issued under this solicitation that are estimated to be over $200,000 and under $500,000. This will assist in ensuring that services under $200,000 are timely provided based upon the low bid order of the primary, secondary and tertiary contractors, while establishing a further layer of competitive quotes for higher dollar services. Any work that is estimated to exceed $500,000 would go out for a formal solicitation. With the Board’s approval of this item, staff is exercising Section 12 of the Collier County Procurement Ordinance, Reserved Rights, and has revised the attached agreements to incorporate this tiered award process. These contracts may be used by other County departments once awarded according to the Procurement Ordinance. FISCAL IMPACT: The base annual amount of the contract is estimated to be $900,000 plus any additional and unanticipated services. 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 Bid #18-7311, “Electrical Contractors,” to Hart’s Electrical, Inc., as the primary, Simmonds Electrical of Naples, Inc., as secondary, and Technical Management Associates, as tertiary, for Countywide Electrical Contractors Services and authorize the Chairman to execute the 16.C.1 Packet Pg. 1085 09/25/2018 attached Agreements. Prepared By: Miguel Carballo, CFM, Manager of Facilities, Division of Facilities Management ATTACHMENT(S) 1. 18-7311 Solicitation- Final (DOCX) 2. 18-7311 Bid Tabulation (PDF) 3. 18-7311 Hart's_Contract_VendSign (PDF) 4. 18-7311 Simmonds_VendSign_Contract (PDF) 5. 18-7311 Technical_Contract_VendSign (PDF) 6. 18-7311 Hart's_Insurance_07-09-18 (PDF) 7. 18-7311 Simmonds_Insurance (PDF) 8. 18-7311 Technical_Insurance_Corrected_8-9-18 (PDF) 9. 18-7311 NORA 9_13_18 (PDF) 16.C.1 Packet Pg. 1086 09/25/2018 COLLIER COUNTY Board of County Commissioners Item Number: 16.C.1 Doc ID: 6398 Item Summary: Recommendation to award Bid #18-7311, “Electrical Contractors,” to Hart’s Electrical, Inc., as the primary, Simmonds Electrical of Naples, Inc., as secondary, and Technical Management Associates, as tertiary, for Countywide Electrical Contractors Services. Meeting Date: 09/25/2018 Prepared by: Title: Supervisor - Revenue – Facilities Management Name: Amanda Condomina 08/09/2018 1:37 PM Submitted by: Title: Deputy Department Head – Public Utilities Department Name: Dan Rodriguez 08/09/2018 1:37 PM Approved By: Review: Procurement Services Stephanie Cales Level 1 Purchasing Gatekeeper Completed 08/10/2018 9:13 AM Facilities Management Miguel Carballo Additional Reviewer Completed 08/14/2018 4:26 PM Public Utilities Department Dan Rodriguez Additional Reviewer Completed 08/27/2018 4:36 PM Procurement Services Sandra Herrera Additional Reviewer Completed 08/29/2018 2:30 PM Procurement Services Sandra Herrera Additional Reviewer Completed 08/29/2018 2:38 PM Procurement Services Evelyn Colon Additional Reviewer Completed 08/31/2018 2:01 PM Procurement Services Swainson Hall Additional Reviewer Completed 09/04/2018 2:47 PM Public Utilities Operations Support Joseph Bellone Additional Reviewer Completed 09/07/2018 3:53 PM Public Utilities Department Sarah Hamilton Level 1 Division Reviewer Completed 09/11/2018 9:49 PM Public Utilities Department George Yilmaz Level 2 Division Administrator Review Completed 09/13/2018 5:08 PM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 09/14/2018 1:22 PM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 09/14/2018 1:31 PM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 09/17/2018 1:30 PM Budget and Management Office Ed Finn Additional Reviewer Completed 09/17/2018 2:31 PM County Manager's Office Leo E. Ochs Level 4 County Manager Review Completed 09/18/2018 11:10 AM Board of County Commissioners MaryJo Brock Meeting Pending 09/25/2018 9:00 AM 16.C.1 Packet Pg. 1087 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS INVITATION TO BID (ITB) FOR Electrical Contractors SOLICITATION NO.: 18-7311 EVELYN COLON, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-2667 evelyn.colon@colliercountyfl.gov (Email) This solicitation document is prepared in a Microsoft Word format. Any alterations to this document made by the Consultant may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. 16.C.1.a Packet Pg. 1088 Attachment: 18-7311 Solicitation- Final (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) ITB 18-7311 “Electrical Contractors” 1 SOLICITATION PUBLIC NOTICE INVITATION TO BID (ITB) NUMBER: 18-7311 PROJECT TITLE: ELECTRICAL CONTRACTORS POST DATE: February 21, 2018 at 3:00 P.M. PRE-BID CONFERENCE: NO PRE-BID CONFERENCE FOR THIS PROJECT LOCATION: PROCUREMENT SERVICES DIVISION, CONFERENCE ROOM A, 3295 TAMIAMI TRAIL EAST, BLDG C-2, NAPLES, FLORIDA 34112 BID OPENING DAY/DATE/TIME: March 22. 2018 at 3:00P.M. PLACE OF BID OPENING: PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FL 34112 All proposals shall be submitted online via the Collier County Procurement Services Division Online Bidding System: https://www.bidsync.com/bidsync-cas/ INTRODUCTION As requested by the Collier County Facilities Management Division (hereinafter, the “Division”), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, “County”) has issued this Invitation to Bid (hereinafter, “ITB”) with the intent of obtaining bid submittals from interested and qualified Contractors in accordance with the terms, conditions and specifications stated or attached. The Contractor, 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. Historically, County Divisions have spent approximately $1,000,000; however, this may not be indicative of future buying patterns. BACKGROUND Collier County is soliciting this Invitation to Bid with the intent of selecting electrical service Contractor(s) to provide labor, material, and equipment to perform repair and new installations for Divisions. Past contract work, and new contract work shall include, but not be limited to the scope described below and communication, i nstrumentation and control work. 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. AWARD CRITERIA ITB award criteria are as follows:  The County’s Procurement Services Division reserves the right to clarify a Contractor’s submittal prior to the award of the solicitation.  It is the intent of Collier County to award to the lowest, responsive and responsible Contractor(s) that represents the best value to the County.  For the purposes of determining the winning bidder, the County will select the Contractor with the lowest price as outlined below:  Lowest total base bid 16.C.1.a Packet Pg. 1089 Attachment: 18-7311 Solicitation- Final (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) ITB 18-7311 “Electrical Contractors” 2  Collier County reserves the right to select one, or more than one suppliers, award on a line item basis, establish a pool for quoting, or other options that represents the best value to the County; however, it is the intent to:  Award to multiple Contractors on a Primary/Secondary/Tertiary basis.  The County may use the resultant contract in the following manner:  For work estimated up to $500,000 the department will select the Primary Contractor on contract. Should the Primary not be able to support the work request, the department will move the Secondary and then Tertiary as necessary.  In no case may a single repair or new installation job exceed $500,000 on resultant contracts of this ITB.  The County reserves the right to issue a formal contract or standard County Purchase Order for the award of this solicitation . DETAILED SCOPE OF WORK The Contractor shall comply with the following General Requirements and Division specific requirements, including but not limited to: A. General Requirements 1. Regular service shall be made available between the hours of 7:00 a.m. to 5:00 p.m., Monday through Friday, excluding County recognized holidays. All other hours shall be considered overtime and charged at the appropriate rate of time and one half. Work completed on County recognized holidays, Saturday and Sunday shall also be considered at the overtime rate of time and one half. 2. The Contractors may be required to do emergency repairs at times other than normal working hours. The Contractors shall be in a position to be available on a twenty-four (24) hour basis, three hundred sixty-five (365) days per year for such emergency work. 3. The Contractors shall supply the County with an emergency on-call telephone number and the same (or different telephone number) for routine repairs/new installation. 4. Employees: The Contractors shall employ at least three (3) licensed electricians with at least four (4) years proven electrical knowledge, skills and experience in the industrial and commercial field; and ade quate numbers of helpers to provide additional services. 5. Licenses: The Contractors, at time of bid submittal, shall possess, and maintain throughout the term of the contract period and any renewal periods, the correct occupational licenses, all profession al licenses or other authorizations necessary to carry out and perform the work required by the project pursuant to all applicable Federal, State and Local Laws, Statute, Ordinances, and rules and regulations of any kind. The Contractors shall be licensed to operate within Collier County. 6. New Work: The Contractor shall provide written "not to exceed" estimates on all projects that are not deemed to be emergencies and on-call repairs. This estimate shall include the estimated number of hours, hourly rate, number and types of employees required, estimated material cost and number of calendar days required for project completion. The Contractor shall respond to requests for estimates for non-emergency work within two (2) days and provide written estimates within five (5) days. It shall be the Contractor's responsibility to ensure they have all information to prepare accurate estimates. 7. Quote Process: The Contractor agrees to provide written quotes to the Division. Further, the Contractors shall not charge the Division for the cost of the quote, meetings pertaining to the quotes, or on -site visits to obtain the quotes. Quotes are to be fully burdened with all labor, equipment and materials included. Quotes shall be provided to the Division contact in the following timeframe: a. Division Emergency Orders: The Contractor shall provide the quote within one (1) hour. Contractor(s) who do not provide written quotes within one (1) business hour shall be declared as having provided a “no - bid” response to the County. b. Division Typical Order: The Primary Contractor shall provide written quotes within three (3) business days from the County’s request. Should the Primary Contractor not provide a written quote within three (3) business days shall be declared as having provided a “no-bid” response to the County. The County will solicit the quote to the Secondary Contractor, if the Secondary Contractor is not responsive in three (3) business days, the County will solicit to the Tertiary Contractor. 16.C.1.a Packet Pg. 1090 Attachment: 18-7311 Solicitation- Final (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) ITB 18-7311 “Electrical Contractors” 3 c. Division Project Work: The Primary Contractor shall provide written quotes within ten (10) business days from the County’s request. The Primary Contractor who do not provide written quotes within ten (10) business days shall be declared as having provided a “no bid” response to the County. The County will solicit the quote to the Secondary Contractor, if the Secondary Contractor is not responsive in ten (10) business days, the County will solicit to the Tertiary Contractor. d. The County will issue a purchase order (or blanket purchase order) and it shall be considered as a "Notice to Proceed". No work for a specific job shall begin until the Contractor is in receipt of an approved purchase order. 8. Acceptance of Quote by County: Once the County has accepted the Contractor’s quote, the Contractor shall be notified. The Contractor shall commence the work within the following timeframe: a. Division Emergency Work: within one (1) hour; unless specifically directed by the County contact. b. Division Typical Work: within three (3) business days; unless specifically directed by the County contact. c. Division Project Work: within ten (10) business days or at the discretion by the County contact. 9. Safety: Contractors and subcontractors shall comply with all Occupational Safety and Health Administration (OSHA), National Electric Code (NEC), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Contractors and subcontractors shall be responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. 10. Traffic Control: Contractors shall provide traffic control for work along roadways and shall comply with the requirements of Collier County’s Maintenance of Traffic Policy (copies are available through the Risk Management or Purchasing Division s). 11. Background Checks: Contractors and their subcontractors must have background checks if they will have physical access to any Collier County locations, facilities, documents or other information related to security and/or public safety, or at the discretion of the County, at the Contractor’s expense. Contract employees with negative background check results may be denied all access to the site, may be restricted to specified geographic areas and/or at certain times of the day and must always be personally escorted by a County or Contract employee that is not subject to any such restrictions. 12. Employee Identification: The Contractors shall ensure that all employees have Collier County Government identification badges prior to the start of work, and that, those identification badges are worn at all times while performing services on County facilities. Any Contractor’s staff or subcontractors observed on site without authorized identification badge will be removed immediately from the job at no expense to be billed to the county. The Contractor whose member has been removed from si te will have negative comments place in the annual review and placed on file with the county in regard to this noncompliance. 13. Equipment: Contractors shall own and have in good repair, or have the ability to rent all equipment necessary to perform the described services in particular and the equipment necessary to complete related tasks. In the event that heavy equipment (i.e., crane, bucket truck, etc.) is needed, the user Division must be notified, in advance, for approval. The Contractor shall have occasions where they must have, or rent, bucket trucks that extend from fifteen (15) to one hundred twenty-five (125) feet. Contractors must list any equipment that they do not have, or have access to, to meet the fifteen (15) to one hundred twenty-five (125) feet requirement. The reimbursement of heavy equipment expense shall be at cost and will commence once it arrives at the service site. The County reserves the right to request documentation of the Contractor's cost, and to withhold payments until documentation is provided. Equipment rental costs shall commence once it arrives at the County’s service site. 14. Parts: Parts purchased for on-call electrical repairs/new installations shall be reimbursed at cost plus applicable mark-up. The Contractor shall provide documentation with their invoice, of the cost for parts and supplies (i.e., invoices) for all individual items with a price of nine hundred and ninety -nine dollars and ninety-nine cents ($999.99) or more. Contractor must also have the ability to order and receive repair parts in a timely and effective manner. Electrical parts manufacturers that are commonly used by the County include: Seco Electronics, Action Pak/Action Instrument, Allen Bradley, SSAC Digi Set Time Delays, Square D, PS Syracuse, Diversified, Potter Brumfield, Russell Stoll, Magnetek, AGM and ACME. This is just a representative list and does not list all of the parts manufacturers within the County facilities. 15. Protection of Property: The Contractors shall make necessary repairs in such a manner that does not damage property. In the event damage occurs to property by reason of any repairs or installations performed under this Contract, the Contractors shall replace or repair the same at no cost to the County. If damage caused by the assigned 16.C.1.a Packet Pg. 1091 Attachment: 18-7311 Solicitation- Final (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) ITB 18-7311 “Electrical Contractors” 4 Contractor has to be repaired or replaced by the County, the cost of such work shall be deducted from the monies due the Contractor. 16. Clean-Up: The Contractors shall be responsible for removing all debris from the site and cleani ng affected areas. Contractors shall keep the premises free of debris and unusable materials resulting from their work and as work progresses, or upon request by the County's representative, shall remove such debris and materials from the property. The Contractor shall leave all affected areas as they were prior to beginning work (i.e. backfill trenches and replace sod.) 17. Warranty/Guarantee: Parts, replacement parts and fixtures shall be new and warranted for ninety (90) days. All labor for repairs shall have a ninety (90) day warranty. 18. Unsatisfactory Work: In the event the work performance of the Contractor is unsatisfactory, the Contractor will be notified by the County and be given seven (7) calendar days to correct the work. There will be no cost to the County for re-work or previously performed service by Contractor. 19. Contractor Rates: All rates quoted shall include the total labor cost including, but not limited to the hourly employee pay rate, insurance, Contractor’s overhead, profit, employee -related taxes, and any, and all costs associated with the employee travel including cost of vehicle, mileage, fuel charges and any other surcharges. 20. Invoices: The Contractor shall produce invoices that contain the following details regarding the services p erformed:  Purchase order number  Location of service and any Division reference number for the service,  By position: Identify position, number of work hours performed on site, labor rate and total cost,  Materials furnished: Description of each part used, Contractor’s cost of part, mark-up (either as a percentage or dollar) and total cost (the County may request the Contractor’s invoice from their supplier for any material used on the completion of a project),  Equipment: Description of each piece of equipment used, Contractor’s cost of equipment and total cost (the County may request the Contractor’s invoice from their supplier for any equipment rented on the completion of a project),  Subcontractors: Description of service provided, number of hours, hourly ra te per trade, Contractor’s mark-up and total cost,  If applicable, any deductions or discounts, and  Total cost to be paid by the County. B. Facilities Requirements The Facilities Division requires a variety of electrical services in more than 600 locations across the County. C. Parks & Recreation Requirements The Parks and Recreation Division requires electrical services, including bulb replacement, at various ball fields, tennis courts, buildings, and community centers in the Naples, Marco Island, Immokalee, and Everglades areas. The services require may include but are not limited to the following:  Installation and removal of electrical panels for special events,  Addition and/or replacement of circuit breakers, receptacles, and switches,  Installation of scoreboards at various athletic facilities locations,  Removal of, and work on Park water features and equipment (use of cranes, lifts and bucket trucks may be required, and  Installation of sport field lights (use of a bucket truck may be required). D. Public Utilities Requirements For work at the County's Water and Wastewater Divisions, on-call or new installation, the Contractor must be knowledgeable in industrial electronic repair, as a majority of this work requires working with 4160 VAC and below, including, but not limited to splicing of submersible motors, troubleshooting and rewiring high service motors, thermal overloads with the associated Variable Frequency Drives (VFDs), chemical feed pumps fed by 4 -20 MA, and assorted breakers and starters made by GE and Siemens (600V-90 Amp). 1. Responses to on-call repair and emergency work will be based on the following priority system: 16.C.1.a Packet Pg. 1092 Attachment: 18-7311 Solicitation- Final (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) ITB 18-7311 “Electrical Contractors” 5 1. Priority 1 (Emergency) - The Division will call for an emergency repair, which shall be followed up by a confirming email to the Contractor by Public Utilities staff. The Contractor shall call the requesting Public Utilities Division confirming receipt as soon as it is received. The Contractor shall be on-site and effecting repairs in one (1) hour or less. 2. Priority 2 (On-Call Repair) - The Division will call for a repair, which shall be followed up by a confirming email to the Contractor from Public Utilities staff. The Contractor shall call the requesting Division confirming receipt as soon as it is received. The Contractor shall be on-site and repairs begun within three (3) hours of the initial call being placed. 3. Priority 3 (On-Call Repair) - The Division will call for a repair, which shall be followed up by a confirming email to the Contractor by the Public Utilities staff. The Contractor shall call or email the requesting Division confirming receipt of the email within one (1) hour and on-site repairs begun within twenty-four (24) hours of the initial repair call. This is for repairs that do not require immediate need. 4. Priority 4 (On-Call Repair) - The Division will call the Contractor for repair, which shall be followed up by a confirming email to the Contractor. The Contractor shall call or email the requesting Division confirming receipt of the email within one (1) hour and on-site repairs begun within seven (7) calendar days of the initial repair call. This is for repairs that do not require immediate attention. Each confirming email will be sent to the Contractor with a priority attached. If a priority is not, the Contractor is responsible for obtaining a priority so that the work can be classified properly. A sample copy of the work request is attached below: Sample Only Public Utilities Electrical Service Request Date Issued:_________________________________ Request # __________________________________ Facility Name:________________________________ Contact Person: ______________________________ Phone #:____________________________________ EMAIL: ______________________________________ Issued To (Contractor)_________________________________________________________________________ Phone #:____________________________________ EMAIL: ____________________________________ Priority: Circle One - 1 2 3 4 1. Priority Definitions: Priority 1 - Emergency, Contractor response within 1 hour of work request receipt. 2. Priority 2 - Contractor repair response within 24 hours of work request receipt. 3. Priority 3 - Contractor repair response within 72 hours of work request receipt. 4. Priority 4 - Contractor repair response within 7 calendar days of work request receipt. Problem__________________________________________________________________________________ E. Transportation The Transportation Division requires a variety of electrical services in the maintain of traffic and street lights, storm water systems and other miscellaneous equipment and building areas. Award Criteria ITB award criteria is as follows:  All questions on the Bid document shall be answered as to price(s), time requirements, and required document submissions.  Award shall be based upon the responses to all questions on the Bid Response Page(s). 16.C.1.a Packet Pg. 1093 Attachment: 18-7311 Solicitation- Final (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) ITB 18-7311 “Electrical Contractors” 6  Further consideration may include but not be limited to, references, completeness of bid response and p ast performances on other County bids/projects.  Prices will be read in public exactly as input on the electronic bid response form or written on the manually submitted Bid Response Page(s) at the time of the bid opening; however, should an error in calcula tions occur whenever unit pricing and price extensions are requested, the unit price shall prevail. Mathematical miscalculations may be corrected by the County to reflect the proper response.  The County’s Purchasing Division reserves the right to clarify a Contractor’s proposal prior to the award of the solicitation.  It is the intent of Collier County to award to the lowest, qualified and responsive Contractor(s) demonstrated by the lowest of Bid Schedule, line 13 BID TOTALS: Scenario #1: Material Cost $1,000.00 + markup 10% = $100.00 4 hours x Journeyman Electrician Hourly Rate + 4 hours x Apprentice Electrician Hourly Rate + 4 hours x Electricians Helper Hourly Rate + 4 hours x General Laborer Hourly Rate + 4 hours x Ditch Witch Equipment Cost + 4 hours x Bucket Truck (with 60 foot reach) Cost + 4 hours x Bucket Truck Operator Hourly Rate = Total Dollars Scenario #2: Material Cost $1,000.00 + markup + 10% = $100.00 4 hours x Journeyman Electrician Hourly Rate + 4 hours x Apprentice Electrician Hourly Rate + 4 hours x Electricians Helper Hourly Rate + 4 hours x General Laborer Hourly Rate + 4 hours x Ditch Witch Equipment Cost + 4 hours x Bucket Truck (with 120 foot reach) Cost + 4 hours x Bucket Truck Operator Hourly Rate = Total Dollars If Bid cannot be awarded as noted herein, the Collier County Board of County Commissioners shall make an award that best suits the needs and is in the interest of Collier County. 16.C.1.a Packet Pg. 1094 Attachment: 18-7311 Solicitation- Final (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) ITB 18-7311 “Electrical Contractors” 7 INSURANCE AND BONDING REQUIREMENTS Insurance / Bond Type Required Limits 1. Worker’s Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements Evidence of Workers’ Compensation coverage or a Certificate of Exemption issued by the State of Florida is required. Entities that are formed as Sole Proprietorships shall not be required to provide a proof of exemption. An application for exemption can be obtained online at https://apps.fldfs.com/bocexempt/ 2. Employer’s Liability $_1,000,000_ single limit per occurrence 3. Commercial General Liability (Occurrence Form) patterned after the current ISO form Bodily Injury and Property Damage $_1,000,000__single limit per occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. Indemnification To the maximum extent permitted by Florida law, the Contractor/Vendor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonab le attorneys’ fees and paralegals’ fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor/ Vendor or anyone employed or utilized by the Contractor/Vendor in the performance of this Agreement. 5. Automobile Liability $_1,000,000 Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included 6. Other insurance as noted: Watercraft $ __________ Per Occurrence United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ __________ Per Occurrence Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ __________ Per Occurrence Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ __________ Per Occurrence Pollution $ __________ Per Occurrence Professional Liability $ ___________ Per claim & in the aggregate Project Professional Liability $__________ Per Occurrence Valuable Papers Insurance $__________ Per Occurrence Cyber Liability $__________ Per Occurrence Technology Errors & Omissions $__________ Per Occurrence 7. Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers’ check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal 16.C.1.a Packet Pg. 1095 Attachment: 18-7311 Solicitation- Final (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) ITB 18-7311 “Electrical Contractors” 8 bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 8. Performance and Payment Bonds For projects in excess of $200,000, bonds shall be submitted with the executed contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as “A -“ or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders’ surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 9. Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The sam e Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 10. Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Vendor’s policy shall be endorsed accordingly. 11. The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County . 12. Thirty (30) Days Cancellation Notice required. 2/8/18 - GG ________________________________________________________________________________________ 16.C.1.a Packet Pg. 1096 Attachment: 18-7311 Solicitation- Final (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) Bid Tabulation: 18-7311 Electrical Contractors Section 1: Input pricing for items in lines 1 - 10. For equipment in lines 7 - 10, also input minimum number of hours machines must be used (if applicable). Item Description Price Price Price Price 1 Ditch Witch per Hour (Upon arrival at site)$25.00 $35.00 $48.00 $45.00 2 Journeyman Electrican per Hour (straight time)$55.00 $65.00 $75.00 $95.00 3 Apprentice Electrican per Hour (straight time)$45.00 $65.00 $45.00 $75.00 4 Electrican's Helper per Hour (straight time)$15.00 $17.00 $35.00 $70.00 5 General Laborer per Hour (straight time)$10.00 $14.00 $30.00 $65.00 6 Bucket Truck Operator per Hour (straight time) $45.00 $65.00 $60.00 $75.00 7 40 Foot Bucket Truck per Hour $35.00 $50.00 $60.00 $50.00 8 60 Foot Bucket Truck per Hour $35.00 $40.00 $60.00 $60.00 9 80 Foot Bucket Truck per Hour $70.00 $95.00 $25.00 $150.00 10 120 Foot Bucket Truck per Hour $80.00 $100.00 $25.00 $200.00 Note: A fifteen (15%) percent mark-up on subcontractor’s invoice is allowed. Note: A ten (10%) percent mark-up on parts and materials is allowed. Scenario #1: Pricing will be automatically populated according to the quoted prices in section 1. Item Description Multiplier Price Subtotal Multiplier Price Subtotal Multiplier Price Subtotal Multiplier Price Subtotal Material Cost $1,000.00 + markup $1,000.00 10%$1,100.00 $1,000.00 10%$1,100.00 $1,000.00 10%$1,100.00 $1,000.00 30%$1,300.00 Journeyman Electrician Hourly Rate 4 hours $55.00 $220.00 4 hours $65.00 $260.00 4 hours $75.00 $300.00 4 hours $95.00 $380.00 Apprentice Electrician Hourly Rate 4 hours $45.00 $180.00 4 hours $65.00 $260.00 4 hours $45.00 $180.00 4 hours $75.00 $300.00 Electricians Helper Hourly Rate 4 hours $15.00 $60.00 4 hours $17.00 $68.00 4 hours $35.00 $140.00 4 hours $70.00 $280.00 General Laborer Hourly Rate 4 hours $10.00 $40.00 4 hours $14.00 $56.00 4 hours $30.00 $120.00 4 hours $65.00 $260.00 Ditch Witch Equipment Cost 4 hours $25.00 $100.00 4 hours $35.00 $140.00 4 hours $48.00 $192.00 4 hours $45.00 $180.00 Bucket Truck (with 60 foot reach) Cost 4 hours $35.00 $140.00 4 hours $40.00 $160.00 4 hours $60.00 $240.00 4 hours $60.00 $240.00 Bucket Truck Operator Hourly Rate 4 hours $45.00 $180.00 4 hours $65.00 $260.00 4 hours $60.00 $240.00 4 hours $75.00 $300.00 11 Scenario 1 Total $2,020.00 $2,304.00 $2,512.00 $3,240.00 Scenario #2: Pricing will be automatically populated according to the quoted prices in section 1. Item Description Multiplier Price Subtotal Multiplier Price Subtotal Multiplier Price Subtotal Multiplier Price Subtotal Material Cost $1,000.00 + markup $1,000.00 10%$1,100.00 $1,000.00 10%$1,100.00 $1,000.00 10%$1,100.00 $1,000.00 30%$1,300.00 Journeyman Electrician Hourly Rate 4 hours $55.00 $220.00 4 hours $65.00 $260.00 4 hours $75.00 $300.00 4 hours $95.00 $380.00 Apprentice Electrician Hourly Rate 4 hours $45.00 $180.00 4 hours $65.00 $260.00 4 hours $45.00 $180.00 4 hours $75.00 $300.00 Electricians Helper Hourly Rate 4 hours $15.00 $60.00 4 hours $17.00 $68.00 4 hours $35.00 $140.00 4 hours $70.00 $280.00 General Laborer Hourly Rate 4 hours $10.00 $40.00 4 hours $14.00 $56.00 4 hours $30.00 $120.00 4 hours $65.00 $260.00 Ditch Witch Equipment Cost 4 hours $25.00 $100.00 4 hours $35.00 $140.00 4 hours $48.00 $192.00 4 hours $45.00 $180.00 Bucket Truck (with 120 foot reach) Cost 4 hours $80.00 $320.00 4 hours $100.00 $400.00 4 hours $25.00 $100.00 4 hours $200.00 $800.00 Bucket Truck Operator Hourly Rate 4 hours $45.00 $180.00 4 hours $65.00 $260.00 4 hours $60.00 $240.00 4 hours $75.00 $300.00 12 Scenario 2 Total $2,200.00 $2,544.00 $2,372.00 $3,800.00 13 BID TOTALS $4,220.00 $4,848.00 $4,884.00 $7,040.00 Yes No No No American Infrastructure Services Yes Yes Yes Yes Yes Yes No American Infrastructure Services Minimum # of Hours 8 8 8 8 American Infrastructure Services Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes No Opened by: Viviana Gairimoustas Yes Yes No Witness by: Kris Lopez Yes Yes Yes Yes Conflict of Interest Affidavit Vendor Declaration Statement Immigration Affidavit W-9 Local Vendor Preference E-Verify Vendor Checklist YesInsurance Requirement Form Technical Management Associates Technical Management Associates 82 8 8 8 Technical Management Associates Minimum # of Hours Simmonds Electrical of Naples, Inc. Hart's Electrical, Inc. Minimum # of Hours Hart's Electrical, Inc. Simmonds Electrical of Naples, Inc. Hart's Electrical, Inc. Simmonds Electrical of Naples, Inc. Minimum # of Hours 4 4 4 44 2 4 16.C.1.b Packet Pg. 1097 Attachment: 18-7311 Bid Tabulation (6398 : Recommendation to award Bid #18-7311, “Electrical 16.C.1.cPacket Pg. 1098Attachment: 18-7311 Hart's_Contract_VendSign (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) 16.C.1.cPacket Pg. 1099Attachment: 18-7311 Hart's_Contract_VendSign (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) 16.C.1.cPacket Pg. 1100Attachment: 18-7311 Hart's_Contract_VendSign (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) 16.C.1.cPacket Pg. 1101Attachment: 18-7311 Hart's_Contract_VendSign (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) 16.C.1.cPacket Pg. 1102Attachment: 18-7311 Hart's_Contract_VendSign (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) 16.C.1.cPacket Pg. 1103Attachment: 18-7311 Hart's_Contract_VendSign (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) 16.C.1.cPacket Pg. 1104Attachment: 18-7311 Hart's_Contract_VendSign (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) 16.C.1.cPacket Pg. 1105Attachment: 18-7311 Hart's_Contract_VendSign (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) 16.C.1.cPacket Pg. 1106Attachment: 18-7311 Hart's_Contract_VendSign (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) 16.C.1.cPacket Pg. 1107Attachment: 18-7311 Hart's_Contract_VendSign (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) 16.C.1.cPacket Pg. 1108Attachment: 18-7311 Hart's_Contract_VendSign (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) 16.C.1.cPacket Pg. 1109Attachment: 18-7311 Hart's_Contract_VendSign (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) 16.C.1.cPacket Pg. 1110Attachment: 18-7311 Hart's_Contract_VendSign (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) 16.C.1.cPacket Pg. 1111Attachment: 18-7311 Hart's_Contract_VendSign (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) 16.C.1.cPacket Pg. 1112Attachment: 18-7311 Hart's_Contract_VendSign (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) 16.C.1.cPacket Pg. 1113Attachment: 18-7311 Hart's_Contract_VendSign (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) 16.C.1.cPacket Pg. 1114Attachment: 18-7311 Hart's_Contract_VendSign (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) 16.C.1.cPacket Pg. 1115Attachment: 18-7311 Hart's_Contract_VendSign (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) 16.C.1.cPacket Pg. 1116Attachment: 18-7311 Hart's_Contract_VendSign (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) 16.C.1.cPacket Pg. 1117Attachment: 18-7311 Hart's_Contract_VendSign (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) 16.C.1.cPacket Pg. 1118Attachment: 18-7311 Hart's_Contract_VendSign (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) 16.C.1.cPacket Pg. 1119Attachment: 18-7311 Hart's_Contract_VendSign (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) 16.C.1.cPacket Pg. 1120Attachment: 18-7311 Hart's_Contract_VendSign (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) 16.C.1.cPacket Pg. 1121Attachment: 18-7311 Hart's_Contract_VendSign (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) 16.C.1.cPacket Pg. 1122Attachment: 18-7311 Hart's_Contract_VendSign (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) 16.C.1.cPacket Pg. 1123Attachment: 18-7311 Hart's_Contract_VendSign (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) 16.C.1.cPacket Pg. 1124Attachment: 18-7311 Hart's_Contract_VendSign (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) 16.C.1.cPacket Pg. 1125Attachment: 18-7311 Hart's_Contract_VendSign (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) 16.C.1.dPacket Pg. 1126Attachment: 18-7311 Simmonds_VendSign_Contract (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) 16.C.1.dPacket Pg. 1127Attachment: 18-7311 Simmonds_VendSign_Contract (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) 16.C.1.dPacket Pg. 1128Attachment: 18-7311 Simmonds_VendSign_Contract (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) 16.C.1.dPacket Pg. 1129Attachment: 18-7311 Simmonds_VendSign_Contract (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) 16.C.1.dPacket Pg. 1130Attachment: 18-7311 Simmonds_VendSign_Contract (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) 16.C.1.dPacket Pg. 1131Attachment: 18-7311 Simmonds_VendSign_Contract (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) 16.C.1.dPacket Pg. 1132Attachment: 18-7311 Simmonds_VendSign_Contract (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) 16.C.1.dPacket Pg. 1133Attachment: 18-7311 Simmonds_VendSign_Contract (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) 16.C.1.dPacket Pg. 1134Attachment: 18-7311 Simmonds_VendSign_Contract (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) 16.C.1.dPacket Pg. 1135Attachment: 18-7311 Simmonds_VendSign_Contract (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) 16.C.1.dPacket Pg. 1136Attachment: 18-7311 Simmonds_VendSign_Contract (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) 16.C.1.dPacket Pg. 1137Attachment: 18-7311 Simmonds_VendSign_Contract (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) 16.C.1.dPacket Pg. 1138Attachment: 18-7311 Simmonds_VendSign_Contract (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) 16.C.1.dPacket Pg. 1139Attachment: 18-7311 Simmonds_VendSign_Contract (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) 16.C.1.dPacket Pg. 1140Attachment: 18-7311 Simmonds_VendSign_Contract (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) 16.C.1.dPacket Pg. 1141Attachment: 18-7311 Simmonds_VendSign_Contract (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) 16.C.1.dPacket Pg. 1142Attachment: 18-7311 Simmonds_VendSign_Contract (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) 16.C.1.dPacket Pg. 1143Attachment: 18-7311 Simmonds_VendSign_Contract (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) 16.C.1.dPacket Pg. 1144Attachment: 18-7311 Simmonds_VendSign_Contract (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) 16.C.1.dPacket Pg. 1145Attachment: 18-7311 Simmonds_VendSign_Contract (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) 16.C.1.dPacket Pg. 1146Attachment: 18-7311 Simmonds_VendSign_Contract (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) 16.C.1.dPacket Pg. 1147Attachment: 18-7311 Simmonds_VendSign_Contract (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) 16.C.1.dPacket Pg. 1148Attachment: 18-7311 Simmonds_VendSign_Contract (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) 16.C.1.dPacket Pg. 1149Attachment: 18-7311 Simmonds_VendSign_Contract (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) 16.C.1.dPacket Pg. 1150Attachment: 18-7311 Simmonds_VendSign_Contract (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) 16.C.1.dPacket Pg. 1151Attachment: 18-7311 Simmonds_VendSign_Contract (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) 16.C.1.dPacket Pg. 1152Attachment: 18-7311 Simmonds_VendSign_Contract (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) 16.C.1.dPacket Pg. 1153Attachment: 18-7311 Simmonds_VendSign_Contract (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) 16.C.1.ePacket Pg. 1154Attachment: 18-7311 Technical_Contract_VendSign (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) 16.C.1.ePacket Pg. 1155Attachment: 18-7311 Technical_Contract_VendSign (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) 16.C.1.ePacket Pg. 1156Attachment: 18-7311 Technical_Contract_VendSign (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) 16.C.1.ePacket Pg. 1157Attachment: 18-7311 Technical_Contract_VendSign (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) 16.C.1.ePacket Pg. 1158Attachment: 18-7311 Technical_Contract_VendSign (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) 16.C.1.ePacket Pg. 1159Attachment: 18-7311 Technical_Contract_VendSign (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) 16.C.1.ePacket Pg. 1160Attachment: 18-7311 Technical_Contract_VendSign (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) 16.C.1.ePacket Pg. 1161Attachment: 18-7311 Technical_Contract_VendSign (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) 16.C.1.ePacket Pg. 1162Attachment: 18-7311 Technical_Contract_VendSign (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) 16.C.1.ePacket Pg. 1163Attachment: 18-7311 Technical_Contract_VendSign (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) 16.C.1.ePacket Pg. 1164Attachment: 18-7311 Technical_Contract_VendSign (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) 16.C.1.ePacket Pg. 1165Attachment: 18-7311 Technical_Contract_VendSign (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) 16.C.1.ePacket Pg. 1166Attachment: 18-7311 Technical_Contract_VendSign (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) 16.C.1.e Packet Pg. 1167 Attachment: 18-7311 Technical_Contract_VendSign (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) 16.C.1.ePacket Pg. 1168Attachment: 18-7311 Technical_Contract_VendSign (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) 16.C.1.ePacket Pg. 1169Attachment: 18-7311 Technical_Contract_VendSign (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) 16.C.1.ePacket Pg. 1170Attachment: 18-7311 Technical_Contract_VendSign (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) 16.C.1.ePacket Pg. 1171Attachment: 18-7311 Technical_Contract_VendSign (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) 16.C.1.ePacket Pg. 1172Attachment: 18-7311 Technical_Contract_VendSign (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) 16.C.1.ePacket Pg. 1173Attachment: 18-7311 Technical_Contract_VendSign (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) 16.C.1.ePacket Pg. 1174Attachment: 18-7311 Technical_Contract_VendSign (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) 16.C.1.ePacket Pg. 1175Attachment: 18-7311 Technical_Contract_VendSign (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) 16.C.1.ePacket Pg. 1176Attachment: 18-7311 Technical_Contract_VendSign (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) 16.C.1.ePacket Pg. 1177Attachment: 18-7311 Technical_Contract_VendSign (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) 16.C.1.ePacket Pg. 1178Attachment: 18-7311 Technical_Contract_VendSign (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) 16.C.1.ePacket Pg. 1179Attachment: 18-7311 Technical_Contract_VendSign (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) 16.C.1.ePacket Pg. 1180Attachment: 18-7311 Technical_Contract_VendSign (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) 16.C.1.ePacket Pg. 1181Attachment: 18-7311 Technical_Contract_VendSign (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? INSR ADDL SUBR LTR INSD WVD PRODUCER CONTACT NAME: FAXPHONE (A/C, No):(A/C, No, Ext): E-MAIL ADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY)(MM/DD/YYYY) AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATION AND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE EACH OCCURRENCE $ DAMAGE TO RENTEDCLAIMS-MADE OCCUR $PREMISES (Ea occurrence) MED EXP (Any one person)$ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE $ PRO-POLICY LOC PRODUCTS - COMP/OP AGGJECT OTHER:$ COMBINED SINGLE LIMIT $(Ea accident) ANY AUTO BODILY INJURY (Per person)$ OWNED SCHEDULED BODILY INJURY (Per accident)$AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $AUTOS ONLY AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE CLAIMS-MADE AGGREGATE $ DED RETENTION $ PER OTH- STATUTE ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE $ If yes, describe under E.L. DISEASE - POLICY LIMITDESCRIPTION OF OPERATIONS below INSURER(S) AFFORDING COVERAGE NAIC # COMMERCIAL GENERAL LIABILITY Y / N N / A (Mandatory in NH) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved.ACORD 25 (2016/03) CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) $ $ $ $ $ The ACORD name and logo are registered marks of ACORD ESTROH Ellen Stroh 08/09/2018 FUELELE-02 B UL90716083 A AX90716083 A WP9 0716567 A CX90716083 A CX90716083 1,000,000 1,000,000 1,000,000 10,000 5,000,000 5,000,000 2,000,000 1,000,000 2,000,000 5,000 100,000 1,000,000 1,000,000 X X X X X X X X X X A CX90716083 01/01/2018 01/01/2019 01/01/2018 01/01/2019 01/01/2018 01/01/2019 01/01/2018 01/01/2019 01/01/2018 01/01/2019 01/01/2018 01/01/2019 Additional Policies that apply: General Liability CL90716083 1/1/2018-1/1/2019 Auto Liability AU90716083 1/1/2018-1/1/2019 Workers Compensation WP90716567 1/1/2018-1/1/2019 Workers Compensation WC90726464 1/1/2018-1/1/2019 Equipment Floater CL90716083 1/1/2018-1/1/2019 SEE ATTACHED ACORD 101 ESS NexTier Insurance Group, LLC PO Box 588 Butler, PA 16003 (724) 283-4683(724) 803-5861 Collier County 3327 Tamiami Trail East Naples, FL 34112-4901 FUELLGRAF ELECTRIC CO OF TN TECHNICAL MGMT ASSOC, INC 245 PITTSBURGH ROAD BUTLER, PA 16001-3883 Penn National Security Ins Co Penn National Mutual Casualty Ins Co 32441 14990 X estroh@essnextier.com Limit Leased/Rented Equip 500,000 350,000 Installation / Build Equipment Floater 16.C.1.e Packet Pg. 1182 Attachment: 18-7311 Technical_Contract_VendSign (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) FORM NUMBER: EFFECTIVE DATE: The ACORD name and logo are registered marks of ACORD ADDITIONAL REMARKS ADDITIONAL REMARKS SCHEDULE FORM TITLE: Page of THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, ACORD 101 (2008/01) AGENCY CUSTOMER ID: LOC #: AGENCY NAMED INSURED POLICY NUMBER CARRIER NAIC CODE © 2008 ACORD CORPORATION. All rights reserved. ESS NexTier Insurance Group, LLC FUELELE-02 SEE PAGE 1 1 SEE PAGE 1 ACORD 25 Certificate of Liability Insurance 1 SEE P 1 FUELLGRAF ELECTRIC CO OF TN TECHNICAL MGMT ASSOC, INC 245 PITTSBURGH ROAD BUTLER, PA 16001-3883 SEE PAGE 1 ESTROH 1 Description of Operations/Locations/Vehicles: The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. “For any and all work performed on behalf of Collier County.” 30 day notice of cancellation applies. 16.C.1.e Packet Pg. 1183 Attachment: 18-7311 Technical_Contract_VendSign (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) 16.C.1.fPacket Pg. 1184Attachment: 18-7311 Hart's_Insurance_07-09-18 (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) 16.C.1.fPacket Pg. 1185Attachment: 18-7311 Hart's_Insurance_07-09-18 (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) 16.C.1.fPacket Pg. 1186Attachment: 18-7311 Hart's_Insurance_07-09-18 (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) 16.C.1.gPacket Pg. 1187Attachment: 18-7311 Simmonds_Insurance (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) 16.C.1.gPacket Pg. 1188Attachment: 18-7311 Simmonds_Insurance (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? INSR ADDL SUBR LTR INSD WVD PRODUCER CONTACT NAME: FAXPHONE (A/C, No):(A/C, No, Ext): E-MAIL ADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY)(MM/DD/YYYY) AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATION AND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE EACH OCCURRENCE $ DAMAGE TO RENTEDCLAIMS-MADE OCCUR $PREMISES (Ea occurrence) MED EXP (Any one person)$ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE $ PRO-POLICY LOC PRODUCTS - COMP/OP AGGJECT OTHER:$ COMBINED SINGLE LIMIT $(Ea accident) ANY AUTO BODILY INJURY (Per person)$ OWNED SCHEDULED BODILY INJURY (Per accident)$AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $AUTOS ONLY AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE CLAIMS-MADE AGGREGATE $ DED RETENTION $ PER OTH- STATUTE ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE $ If yes, describe under E.L. DISEASE - POLICY LIMITDESCRIPTION OF OPERATIONS below INSURER(S) AFFORDING COVERAGE NAIC # COMMERCIAL GENERAL LIABILITY Y / N N / A (Mandatory in NH) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved.ACORD 25 (2016/03) CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) $ $ $ $ $ The ACORD name and logo are registered marks of ACORD ESTROH Ellen Stroh 08/09/2018 FUELELE-02 B UL90716083 A AX90716083 A WP9 0716567 A CX90716083 A CX90716083 1,000,000 1,000,000 1,000,000 10,000 5,000,000 5,000,000 2,000,000 1,000,000 2,000,000 5,000 100,000 1,000,000 1,000,000 X X X X X X X X X X A CX90716083 01/01/2018 01/01/2019 01/01/2018 01/01/2019 01/01/2018 01/01/2019 01/01/2018 01/01/2019 01/01/2018 01/01/2019 01/01/2018 01/01/2019 Additional Policies that apply: General Liability CL90716083 1/1/2018-1/1/2019 Auto Liability AU90716083 1/1/2018-1/1/2019 Workers Compensation WP90716567 1/1/2018-1/1/2019 Workers Compensation WC90726464 1/1/2018-1/1/2019 Equipment Floater CL90716083 1/1/2018-1/1/2019 SEE ATTACHED ACORD 101 ESS NexTier Insurance Group, LLC PO Box 588 Butler, PA 16003 (724) 283-4683(724) 803-5861 Collier County 3327 Tamiami Trail East Naples, FL 34112-4901 FUELLGRAF ELECTRIC CO OF TN TECHNICAL MGMT ASSOC, INC 245 PITTSBURGH ROAD BUTLER, PA 16001-3883 Penn National Security Ins Co Penn National Mutual Casualty Ins Co 32441 14990 X estroh@essnextier.com Limit Leased/Rented Equip 500,000 350,000 Installation / Build Equipment Floater 16.C.1.h Packet Pg. 1189 Attachment: 18-7311 Technical_Insurance_Corrected_8-9-18 (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) FORM NUMBER: EFFECTIVE DATE: The ACORD name and logo are registered marks of ACORD ADDITIONAL REMARKS ADDITIONAL REMARKS SCHEDULE FORM TITLE: Page of THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, ACORD 101 (2008/01) AGENCY CUSTOMER ID: LOC #: AGENCY NAMED INSURED POLICY NUMBER CARRIER NAIC CODE © 2008 ACORD CORPORATION. All rights reserved. ESS NexTier Insurance Group, LLC FUELELE-02 SEE PAGE 1 1 SEE PAGE 1 ACORD 25 Certificate of Liability Insurance 1 SEE P 1 FUELLGRAF ELECTRIC CO OF TN TECHNICAL MGMT ASSOC, INC 245 PITTSBURGH ROAD BUTLER, PA 16001-3883 SEE PAGE 1 ESTROH 1 Description of Operations/Locations/Vehicles: The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. “For any and all work performed on behalf of Collier County.” 30 day notice of cancellation applies. 16.C.1.h Packet Pg. 1190 Attachment: 18-7311 Technical_Insurance_Corrected_8-9-18 (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”) 16.C.1.i Packet Pg. 1191 Attachment: 18-7311 NORA 9_13_18 (6398 : Recommendation to award Bid #18-7311, “Electrical Contractors”)