Loading...
Agenda 02/12/2019 Item #16C 102/12/2019 EXECUTIVE SUMMARY Recommendation to award Invitation to Bid No. 18-7455, “Plumbing Contractors,” to Gator Drain and Plumbing LLC, as the primary contractor, and BC Plumbing Service of Southwest Florida, Inc., as the secondary contractor, for county-wide on-demand plumbing contractor services. OBJECTIVE: To obtain on-demand plumbing contractor services for the repair and maintenance of government facilities in a fair and competitive manner. CONSIDERATIONS: The Division of Facilities Management is responsible for the maintenance and repair of County buildings and facilities. These facilities require maintenance and repair of plumbing to ensure public health and safety, minimize operational down time and maintain top operating conditions. The intent of this contract is to provide licensed plumbing contractor services to County-owned and operated facilities. On August 9, 2018, the Procurement Services Division released Invitation to Bid No. 18 -7455 to 1,199 plumbing contractors. Interested contractors downloaded thirty-five (35) bid packages, and the County received three (3) bids by the September 14, 2018 deadline. RJ Plumbing & Backflow Service was deemed non-responsive because it failed to provide a response to the ITB’s requested plan for Maintenance of Traffic. Staff is recommending to award Gator Drain and Plumbing LLC as the primary contractor for categories 1 & 2 (Labor and Equipment), and BC Plumbing Service of Southwest Florida, Inc. as secondary contractor for categories 1 & 2 (Labor and Equipment), as the lowest, responsible and responsive bidders. Bid Tabulation Comparison Table: Company Name Amount Responsive/Responsible Gator Drain and Plumbing, LLC $360,320 Y/Y BC Plumbing Service of Southwest Florida, Inc. $651,935 Y/Y RJ Plumbing and Backflow Service $610,860 (Bid Schedule not Complete) N/N The above bid amounts 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 bidders. The total amounts listed above from each responsive vendor come from an hourly rate for different personnel positions (Master Plumber, Journeyman, Helper/Apprentice, General Laborer), times a set number of hours (2,000 hours) used for competitive bidding purposes. Utilization of subcontractors is permitted under the “etc.” section listed in the following bid tab language: “Mark up for any parts, materials, equipment, etc. shall be 10%.” The agreement term shall be for a three (3) year period commencing upon the date of Board approval. The County may, at its discretion and with the consent of the Contractor, renew the agreement under all of the terms and conditions contained in the agreement for two (2) additional one (1) year periods. For all urgent work and work $10,000 or less, the Primary vendor will be utilized. Should the Primary not be able to support the work requested, the Division will move to the Secondary as necessary. The Division will obtain quotes from both awarded vendors for work over $10,000 and will award to the lowest responsive bidder. The County reserves the right to request quotes from all contractors on contract for any job, regardless of dollar value, and award to the lowest responsive bidder. 16.C.1 Packet Pg. 698 02/12/2019 FISCAL IMPACT: Funds are available in the Division of Facilities Management Operating Budget 001-122240 and other user division cost centers. The county-wide base annual amount of the contract is estimated to be $150,000, however this may not be indicative of future buying patterns. 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 No. 18-7455, “Plumbing Contractors,” to Gator Drain and Plumbing LLC, as the primary contractor, and BC Plumbing Service of Southwest Florida, Inc. as the secondary contractor, for county-wide on-demand plumbing contractor 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. NORA 18-7455 Plumbing Contractors (PDF) 2. 18-7455 BCPlumbing_Contract_VendorSigned_Corrected (PDF) 3. 18-7455 BCPlumbing_Insurance_11-21-18 (PDF) 4. 18-7455 GatorDrain&Plumbing_Contract_VendorSigned-Corrected (PDF) 5. 18-7455 GatorDrain&Plumbing_Insurance_12-7-18 (PDF) 6. 18-7455 Solicitation (PDF) 7. 18-7455 Addendum #1 (PDF) 8. 18-7455 Bid Tabulation (PDF) 16.C.1 Packet Pg. 699 02/12/2019 COLLIER COUNTY Board of County Commissioners Item Number: 16.C.1 Doc ID: 7661 Item Summary: Recommendation to award Invitation to Bid No. 18-7455, “Plumbing Contractors,” to Gator Drain and Plumbing LLC, as the primary contractor, and BC Plumbing Service of Southwest Florida, Inc. as the secondary contractor, for county-wide on-demand plumbing contractor services. Meeting Date: 02/12/2019 Prepared by: Title: Operations Analyst – Facilities Management Name: Amanda Condomina 12/27/2018 11:09 AM Submitted by: Title: Director - Facilities Management – Facilities Management Name: Damon Grant 12/27/2018 11:09 AM Approved By: Review: Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 01/02/2019 8:30 AM Facilities Management Miguel Carballo Additional Reviewer Completed 01/08/2019 11:23 AM Public Utilities Operations Support Joseph Bellone Additional Reviewer Completed 01/16/2019 9:58 AM Procurement Services Kristofer Lopez Additional Reviewer Completed 01/16/2019 10:15 AM Facilities Management Damon Grant Director - Facilities Completed 01/18/2019 3:59 PM Procurement Services Swainson Hall Additional Reviewer Completed 01/22/2019 9:03 AM Procurement Services Ted Coyman Additional Reviewer Completed 01/22/2019 9:12 AM Procurement Services Sandra Herrera Additional Reviewer Completed 01/22/2019 9:34 AM Public Utilities Department Dan Rodriguez Additional Reviewer Completed 01/23/2019 12:17 PM Public Utilities Department Sarah Hamilton Level 1 Division Reviewer Completed 01/23/2019 5:17 PM Public Utilities Department George Yilmaz Level 2 Division Administrator Review Completed 01/25/2019 4:03 PM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 01/31/2019 5:01 PM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 02/01/2019 7:51 AM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 02/01/2019 8:45 AM Budget and Management Office Ed Finn Additional Reviewer Completed 02/01/2019 9:29 AM County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 02/04/2019 3:28 PM 16.C.1 Packet Pg. 700 02/12/2019 Board of County Commissioners MaryJo Brock Meeting Pending 02/12/2019 9:00 AM 16.C.1 Packet Pg. 701 Qownty Services Depadment Procurement Services Division Notice of Recommended Award Solicitation : t8-7455Title: Plumbing Contractors Due Date and Time: 3:00 8/e/2018 Utilized Local Vendor Preference: Yes NoI On August 9,20L8, the Procurement Services Department released lnvitation to Bid 18-7455 to 1L99 vendors for Plumbing Contractors. Thirty-five (35) bid packages were downloaded, and two (3) bids were received on September 1.4,2078, Staff is recommending to award Gator Drain and Plumbing, LLC as the Primary for categories 1 & 2, and BC Plumbing Service of Southwest Florida the Secondary for categories 1 & 2. RJ Plumbing and Backflow Service was deemed non-responsive in all because they failed to provide for the required Maintenance of Traffic. Required Signatures Amanda Condomi Respondents: Company Name City County State Amount Responsive/Responsible Gator Drain and Plumbing, LLC Naples Collier FL s360,320 YIY BC Plumbing Service of Southwest Florida Naples Collier FL S651,935 YIY RJ Plumbing and Backflow Service Fort Lauderdale Broward FL s610,850 (Bid Schedule not Complete) N/N riMa Date:tl I Procu reme nt Strategist:Date: Kristofer Lopez nt rvices Di Edward F. Coyman Jr. /o -//-a.o/ g 16.C.1.a Packet Pg. 702 Attachment: NORA 18-7455 Plumbing Contractors (7661 : Award Bid No. 18-7455, “Plumbing Contractors,” for county-wide plumbing 16.C.1.bPacket Pg. 703Attachment: 18-7455 BCPlumbing_Contract_VendorSigned_Corrected (7661 : Award Bid No. 18-7455, “Plumbing Contractors,” for county-wide 16.C.1.bPacket Pg. 704Attachment: 18-7455 BCPlumbing_Contract_VendorSigned_Corrected (7661 : Award Bid No. 18-7455, “Plumbing Contractors,” for county-wide 16.C.1.bPacket Pg. 705Attachment: 18-7455 BCPlumbing_Contract_VendorSigned_Corrected (7661 : Award Bid No. 18-7455, “Plumbing Contractors,” for county-wide 16.C.1.bPacket Pg. 706Attachment: 18-7455 BCPlumbing_Contract_VendorSigned_Corrected (7661 : Award Bid No. 18-7455, “Plumbing Contractors,” for county-wide 16.C.1.bPacket Pg. 707Attachment: 18-7455 BCPlumbing_Contract_VendorSigned_Corrected (7661 : Award Bid No. 18-7455, “Plumbing Contractors,” for county-wide 16.C.1.bPacket Pg. 708Attachment: 18-7455 BCPlumbing_Contract_VendorSigned_Corrected (7661 : Award Bid No. 18-7455, “Plumbing Contractors,” for county-wide 16.C.1.bPacket Pg. 709Attachment: 18-7455 BCPlumbing_Contract_VendorSigned_Corrected (7661 : Award Bid No. 18-7455, “Plumbing Contractors,” for county-wide 16.C.1.bPacket Pg. 710Attachment: 18-7455 BCPlumbing_Contract_VendorSigned_Corrected (7661 : Award Bid No. 18-7455, “Plumbing Contractors,” for county-wide 16.C.1.bPacket Pg. 711Attachment: 18-7455 BCPlumbing_Contract_VendorSigned_Corrected (7661 : Award Bid No. 18-7455, “Plumbing Contractors,” for county-wide 16.C.1.bPacket Pg. 712Attachment: 18-7455 BCPlumbing_Contract_VendorSigned_Corrected (7661 : Award Bid No. 18-7455, “Plumbing Contractors,” for county-wide 16.C.1.bPacket Pg. 713Attachment: 18-7455 BCPlumbing_Contract_VendorSigned_Corrected (7661 : Award Bid No. 18-7455, “Plumbing Contractors,” for county-wide 16.C.1.bPacket Pg. 714Attachment: 18-7455 BCPlumbing_Contract_VendorSigned_Corrected (7661 : Award Bid No. 18-7455, “Plumbing Contractors,” for county-wide 16.C.1.bPacket Pg. 715Attachment: 18-7455 BCPlumbing_Contract_VendorSigned_Corrected (7661 : Award Bid No. 18-7455, “Plumbing Contractors,” for county-wide 16.C.1.bPacket Pg. 716Attachment: 18-7455 BCPlumbing_Contract_VendorSigned_Corrected (7661 : Award Bid No. 18-7455, “Plumbing Contractors,” for county-wide 16.C.1.bPacket Pg. 717Attachment: 18-7455 BCPlumbing_Contract_VendorSigned_Corrected (7661 : Award Bid No. 18-7455, “Plumbing Contractors,” for county-wide 16.C.1.bPacket Pg. 718Attachment: 18-7455 BCPlumbing_Contract_VendorSigned_Corrected (7661 : Award Bid No. 18-7455, “Plumbing Contractors,” for county-wide 16.C.1.bPacket Pg. 719Attachment: 18-7455 BCPlumbing_Contract_VendorSigned_Corrected (7661 : Award Bid No. 18-7455, “Plumbing Contractors,” for county-wide 16.C.1.bPacket Pg. 720Attachment: 18-7455 BCPlumbing_Contract_VendorSigned_Corrected (7661 : Award Bid No. 18-7455, “Plumbing Contractors,” for county-wide 16.C.1.bPacket Pg. 721Attachment: 18-7455 BCPlumbing_Contract_VendorSigned_Corrected (7661 : Award Bid No. 18-7455, “Plumbing Contractors,” for county-wide 16.C.1.bPacket Pg. 722Attachment: 18-7455 BCPlumbing_Contract_VendorSigned_Corrected (7661 : Award Bid No. 18-7455, “Plumbing Contractors,” for county-wide SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES 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). 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. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD 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. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY 11/21/2018 Arthur J.Gallagher Risk Management Services,Inc. 1395 Panther Lane Naples FL 34109 Stephanie Benson 239-280-3219 239-262-5360 stephanie_benson@ajg.com Old Dominion 40231 BCPLU-1 Zenith Insurance Company 13269BCPlumbingServiceofSouthwestFlorida,Inc. 6331 Lancewood Way Naples FL 34116 Main Street America Protection Ins Co 13026 974118653 C X 1,000,000 X 10,000 1,000,000 2,000,000 X Y MPT3609M 1/8/2018 1/8/2019 2,000,000 A 1,000,000 X X X B1T3609M 1/8/2018 1/8/2019 Comp/Collision Ded.500/500 B XZ1267006057/10/2018 7/10/2019 1,000,000 1,000,000 1,000,000 Per Project Aggregate-Only Applies Per Written Contract. For any and all work performed on behalf of Collier County Board of County Commissioners is Additional Insured on a Primary Non-Contributory basis as respect to General Liability per written contract.30 Day Notice of Cancellation applies. Collier County Board of County Commissioners - Procurement Services Div 2800 N Horseshoe Drive Naples FL 34104 16.C.1.c Packet Pg. 723 Attachment: 18-7455 BCPlumbing_Insurance_11-21-18 (7661 : Award Bid No. 18-7455, “Plumbing Contractors,” for county-wide plumbing 16.C.1.dPacket Pg. 724Attachment: 18-7455 GatorDrain&Plumbing_Contract_VendorSigned-Corrected (7661 : Award Bid No. 18-7455, “Plumbing Contractors,” for 16.C.1.dPacket Pg. 725Attachment: 18-7455 GatorDrain&Plumbing_Contract_VendorSigned-Corrected (7661 : Award Bid No. 18-7455, “Plumbing Contractors,” for 16.C.1.dPacket Pg. 726Attachment: 18-7455 GatorDrain&Plumbing_Contract_VendorSigned-Corrected (7661 : Award Bid No. 18-7455, “Plumbing Contractors,” for 16.C.1.dPacket Pg. 727Attachment: 18-7455 GatorDrain&Plumbing_Contract_VendorSigned-Corrected (7661 : Award Bid No. 18-7455, “Plumbing Contractors,” for 16.C.1.dPacket Pg. 728Attachment: 18-7455 GatorDrain&Plumbing_Contract_VendorSigned-Corrected (7661 : Award Bid No. 18-7455, “Plumbing Contractors,” for 16.C.1.dPacket Pg. 729Attachment: 18-7455 GatorDrain&Plumbing_Contract_VendorSigned-Corrected (7661 : Award Bid No. 18-7455, “Plumbing Contractors,” for 16.C.1.dPacket Pg. 730Attachment: 18-7455 GatorDrain&Plumbing_Contract_VendorSigned-Corrected (7661 : Award Bid No. 18-7455, “Plumbing Contractors,” for 16.C.1.dPacket Pg. 731Attachment: 18-7455 GatorDrain&Plumbing_Contract_VendorSigned-Corrected (7661 : Award Bid No. 18-7455, “Plumbing Contractors,” for 16.C.1.dPacket Pg. 732Attachment: 18-7455 GatorDrain&Plumbing_Contract_VendorSigned-Corrected (7661 : Award Bid No. 18-7455, “Plumbing Contractors,” for 16.C.1.dPacket Pg. 733Attachment: 18-7455 GatorDrain&Plumbing_Contract_VendorSigned-Corrected (7661 : Award Bid No. 18-7455, “Plumbing Contractors,” for 16.C.1.dPacket Pg. 734Attachment: 18-7455 GatorDrain&Plumbing_Contract_VendorSigned-Corrected (7661 : Award Bid No. 18-7455, “Plumbing Contractors,” for 16.C.1.dPacket Pg. 735Attachment: 18-7455 GatorDrain&Plumbing_Contract_VendorSigned-Corrected (7661 : Award Bid No. 18-7455, “Plumbing Contractors,” for 16.C.1.dPacket Pg. 736Attachment: 18-7455 GatorDrain&Plumbing_Contract_VendorSigned-Corrected (7661 : Award Bid No. 18-7455, “Plumbing Contractors,” for 16.C.1.dPacket Pg. 737Attachment: 18-7455 GatorDrain&Plumbing_Contract_VendorSigned-Corrected (7661 : Award Bid No. 18-7455, “Plumbing Contractors,” for 16.C.1.dPacket Pg. 738Attachment: 18-7455 GatorDrain&Plumbing_Contract_VendorSigned-Corrected (7661 : Award Bid No. 18-7455, “Plumbing Contractors,” for 16.C.1.dPacket Pg. 739Attachment: 18-7455 GatorDrain&Plumbing_Contract_VendorSigned-Corrected (7661 : Award Bid No. 18-7455, “Plumbing Contractors,” for 16.C.1.dPacket Pg. 740Attachment: 18-7455 GatorDrain&Plumbing_Contract_VendorSigned-Corrected (7661 : Award Bid No. 18-7455, “Plumbing Contractors,” for 16.C.1.dPacket Pg. 741Attachment: 18-7455 GatorDrain&Plumbing_Contract_VendorSigned-Corrected (7661 : Award Bid No. 18-7455, “Plumbing Contractors,” for 16.C.1.dPacket Pg. 742Attachment: 18-7455 GatorDrain&Plumbing_Contract_VendorSigned-Corrected (7661 : Award Bid No. 18-7455, “Plumbing Contractors,” for 16.C.1.dPacket Pg. 743Attachment: 18-7455 GatorDrain&Plumbing_Contract_VendorSigned-Corrected (7661 : Award Bid No. 18-7455, “Plumbing Contractors,” for 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 GATOR-7 OP ID: RJ 11/29/2018 Olin Hill III Olin Hill & Associates Inc. 2804 Del Prado Blvd. #107 Cape Coral, FL 33904 Olin Hill III 239-945-1900 239-945-3163 Southern-Owners Insurance Co. Wesco Insurance CompanyGator Drain and Plumbing LLC 815 SE 47th St Cape Coral, FL 33904-9002 A X 1,000,000 X Y 20232643 02/26/2018 02/26/2019 300,000 10,000 1,000,000 2,000,000 X 2,000,000 1,000,000B Y WPP161251700 02/07/2018 02/07/2019 X X X Collier County Board of County Commissioners is named as an Additional Insured with respect to the General Liability and Auto Liability policies for any and all work performed in Collier County on a primary and non- contributory basis as required by written contract. Collier County Board of County Commissioners 3295 Tamiami Trail E Naples, FL 34112 239-945-1900 10190 25011 16.C.1.e Packet Pg. 744 Attachment: 18-7455 GatorDrain&Plumbing_Insurance_12-7-18 (7661 : Award Bid No. 18-7455, “Plumbing Contractors,” for county-wide 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 12/6/2018 25844 Gator Drain And Plumbing LLC 815 SE 47th St. Cape Coral, FL 33904 A GAWC950081 12/25/2018 12/25/2019 1,000,000 1,000,000 1,000,000 Collier County Board of County Commissioners 3295 Tamiami Trail E Naples, FL 34112 GATODRA-01 NSEVERSON AP Intego Insurance Group, LLC 1601 Trapelo Rd Suite 280 Waltham, MA 02451 support@apintego.com Guard Insurance Group*** X 16.C.1.e Packet Pg. 745 Attachment: 18-7455 GatorDrain&Plumbing_Insurance_12-7-18 (7661 : Award Bid No. 18-7455, “Plumbing Contractors,” for county-wide COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS INVITATION TO BID (ITB) FOR Plumbing Contractors SOLICITATION NO: 18-7455 KRISTOFER LOPEZ, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8944 Kristofer.lopez@colliercountyfl.gov (Email) This solicitation document is prepared in a Microsoft Word format. Any alterations to this document made by the Consultant may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. 16.C.1.f Packet Pg. 746 Attachment: 18-7455 Solicitation (7661 : Award Bid No. 18-7455, “Plumbing Contractors,” for county-wide plumbing contractor services) SOLICITATION PUBLIC NOTICE INVITATION TO BID (ITB) NUMBER: 18-7455 PROJECT TITLE: Plumbing Contractors PLACE OF BID OPENING: PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FL 34112 All proposals shall be submitted online via the Collier County Procurement Services Division Online Bidding System: https://www.bidsync.com/bidsync-cas/ INTRODUCTION As requested by the Facilities Management Division (hereinafter, the “Division or Department”), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, “County”) has issued this Invitation to Bid (hereinafter, “ITB”) with the intent of obtaining bid submittals from interested and qualified vendors in accordance with the terms, conditions and specifications stated or attached. The vendor, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated. The results of this solicitation may be used by other County departments once awarded according to the Board of County Commissioners Procurement Ordinance. These specifications are intended to provide the information by which prospective bidders may understand the requirements of Collier County relative to providing labor, material and equipment to perform plumbing services as needed on items including but not limited to: hot water heaters, toilets, faucets and water lines for installations County-wide, including the County Jails. The bid will be awarded to one or more vendors on a primary/secondary/tertiary basis (With work over $10,000 being quoted out (exemption being urgent work). Historically, County departments spend approximately $150,000 annually; however, this may not be indicative of future buying patterns. BACKGROUND It is the intent of Collier County to obtain a source of on-call plumbing services, which will provide prompt and reliable plumbing services for the County’s more than 930 buildings and structures. The successful bidder(s) will provide labor, equipment and parts for emergency and on-call plumbing services, within but not limited to, all Collier County owned and leased properties, including the County Jails. This work may also include the landscaped medians within the Collier County roadways (i.e. backflow preventers). TERM OF CONTRACT The contract term, if an award(s) is/are made is intended to be for three (3) years with two (2) one year renewals. 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. The County Manager, or designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred eighty (180) days. The County Manager, or designee, shall give the Contractor written notice of the County's intention to extend the Agreement term not less than ten (10) days prior to the end of the Agreement term then in effect. All goods are FOB destination and must be suitably packed and prepared to secure the lowest transportation rates and to comply with all carrier regulations. Risk of loss of any goods sold hereunder shall transfer to the COUNTY at the time and place of delivery; provided that risk of loss prior to actual receipt of the goods by the COUNTY nonetheless remain with VENDOR. AWARD CRITERIA ITB award criteria are as follows: ➢ The County’s Procurement Services Division reserves the right to clarify a vendor’s submittal prior to the award of the solicitation. ➢ It is the intent of Collier County to award to the lowest, responsive and responsible vendor(s) that represents the best value to the County. ➢ For the purposes of determining the winning bidder, the County will select the vendor with the lowest price as outlined below: 16.C.1.f Packet Pg. 747 Attachment: 18-7455 Solicitation (7661 : Award Bid No. 18-7455, “Plumbing Contractors,” for county-wide plumbing contractor services) • Award will be based on the total of Category 1 &2 in the bid schedule ➢ 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: • Intent is to award a primary, secondary, and tertiary. ➢ The County reserves the right to issue a formal contract, standard County Purchase Order, or utilize the County Purchasing Card for the award of this solicitation. DETAILED SCOPE OF WORK The successful bidder(s) shall provide emergency repair and on call plumbing services including labor for one Master or Journeyman Plumber and helpers, one vehicle, and all tools and equipment necessary to complete necessary repairs and/or new installations. The vendor shall be licensed to operate in the State of Florida and within Collier County and shall possess all current Professional Licenses necessary to perform the services required. The successful bidder(s) will be asked to work in the County Jails, which require thorough background checks of personnel and inspection/approval of tools taken into the jails. The plumbers per hour rate shall be on a portal-to-portal basis. Normal business hours are considered Monday through Friday between 7:00 AM and 5:00 PM. Afterhours are considered before 7:00 AM and after 5:00 PM on weekdays and at any time on Saturday, Sunday or County Observed Holiday. Afterhours rate will be calculated at 1 and 1/2 time the hourly rate provided in the bid s chedule. If a requested service starts during “Regular Time”, and extends into the Afterhours period, the Afterhours rate shall only be charged for time actually worked during the Afterhours period. The vendor shall be able to provide Maintenance of Traffic, if deemed necessary, for roadway work as per the FDOT index and County policy. Requests for Service Urgent services The primary contractor shall be contacted by the Facilities Manager, designee or County staff and provide a scope of work and Purchase Order (or Blanket Purchase order). The contractor shall be on- site within sixty (60) minutes for all locations in the Naples and Marco area. The response time for the Immokalee and Everglades City area shall be within ninety (90) minutes. If the pri mary contractor is unwilling or unable to arrive in the required time frames, the contractor will be deemed non-responsive and the County shall move to the next vendor on contract. Non-urgent services The County will contact the Primary Contractor when Work is to be performed, which will afford the Contractor the opportunity to coordinate a mutually agreeable time to commence the Work. The Contractor shall have one (1) business days to respond that they are willing and able to complete the Work in the required time frame. If the Primary Contractor is unwilling or unable to perfor m the Work in the required amount of time, the County can deem the Primary Contractor non-responsive, and move on to the next vendor on contract. If the proposal is accepted by the County, a purchase order (or blanket purchase order), will be given to the Contractor. Receipt of a purchase order 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. Once a purchase order is duly delivered to the Contractor, the Contractor shall have two (2) calendar days in which to begin work on the specified project and shall be fully completed with all specified work within the period of time specified in the Contractor’s proposal from and including the day work begins. For work $10,000 or less, the Primary vendor will be given the work. Should the Primary not be able to support the work request, the Division will moved to the Secondary and then the Tertiary as necessary. The Division will obtain quotes from all awarded vendors for work over $10,000 and will award to the lowest responsive bidder. All Urgent work will be given to the awarded Primary vendor. However, the Division reserves the right, for any job regardless of dollar value, to request quotes from all contractors on contract and award to the lowest responsive bidder. Employee Qualifications 16.C.1.f Packet Pg. 748 Attachment: 18-7455 Solicitation (7661 : Award Bid No. 18-7455, “Plumbing Contractors,” for county-wide plumbing contractor services) The Contractor shall employ people to work at all County facilities who are competent and physically capable of doing the work. Each employee shall be neat in appearance. The County shall require the Contractor to remove from the County work place all employees deemed careless, incompetent, insubordinate, or otherwise objectionable, or whose continued employment on the job is deemed to be contrary to the best interests of the County. Work that is requested of the Contractor in the County Jails will require thorough background checks of personnel and a search of tools/materials taken into the jails. Employees must pass and comply with all screening procedures to enter secured government buildings which include; back ground checks of service personnel at the time of contract and possible rechecks upon entry to the jail. Service personnel shall be escorted by a deputy while inside the jail. All employees must wear Collier County Government identification badges at all times while performing services on County facilities. Work Quality The Contractor will be expected to examine surfaces scheduled to receive the work under this agreement and locate conditions which will adversely affect the performance and quality of the work. Surfaces can include but are not limited to countertops, walls, ceilings, floors, cabinets, concrete, etc. The Contractor shall advise the Facilities Manager or his designee of all such conditions and secure further directions from the Contract Manager as required. The contractor must fully clean up the job site and leave the site with all trash, parts, and material removed from the site once the job is complete. Invoices Invoices shall contain details of services performed, number of hours by skilled trade level, and materials furnished. Unit prices for each shall be listed. The County’s purchase order number must appear on each invoice. Safety All Contractors and subcontractors performing service for Collier County are required to and shall comply with all occupational Safety and Health Administration (OSHA), State and County Safety and Occupational health Standards and any other applicable rules and regulations. Also, all 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. Material Safety Data Sheets (M.S.D.S.) are required. VENDOR CHECKLIST ***Vendor should check off each of the following items as the necessary action is completed (please see, Form 2: Vendor Check List): The Solicitation Submittal has been signed. The Solicitation Pricing Document (Bid Schedule/Quote Schedule/Proposal Pricing/etc.) has been completed and attached. All applicable forms have been signed and included, along with licenses to complete the requirements of the project. Any addenda have been signed and included. Affidavit for Claiming Status as a Local Business, if applicable. Division of Corporations - Florida Department of State – http://dos.myflorida.com/sunbiz/ (If work performed in the State). E-Verify/Immigration Affidavit (Memorandum of Understanding). 16.C.1.f Packet Pg. 749 Attachment: 18-7455 Solicitation (7661 : Award Bid No. 18-7455, “Plumbing Contractors,” for county-wide plumbing contractor services) Addendum #1 Date: 9/6/2018 From: Kristofer Lopez, Procurement Strategist To: Interested Bidders Subject: Addendum # 1 Solicitation # and Title 18-7455 The following change is made to the above mentioned Collier County solicitation: 1. Reads: The bid will be awarded to one or more vendors on a primary/secondary/tertiary basis (With work over $50,000 being quoted out (exemption being urgent work). Change: The bid will be awarded to one or more vendors on a primary/secondary/tertiary basis (With work over $10,000 being quoted out (exemption being urgent work). 2. A revised solicitation has been posting with corrected language. If you require additional information please post a question on the Online Bidding site or contact me at the information noted above. C: Amanda Condomina Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) Date (Name of Firm) Email:Kristofer.lopez@colliercountyfl.gov Telephone: (239) 252-8944 16.C.1.g Packet Pg. 750 Attachment: 18-7455 Addendum #1 (7661 : Award Bid No. 18-7455, “Plumbing Contractors,” for county-wide plumbing contractor services) *number of hours used is for bidding purposes only Personnel Positions Hours*Price Per Hour Total Price Per Hour Total Price Per Hour Total Master Plumber 2000 $ 65.00 130,000.00$ $ 100.00 200,000.00$ $ 135.00 270,000.00$ Journeyman 2000 $ 55.00 110,000.00$ $ 90.00 180,000.00$ $ 90.00 180,000.00$ Helper/Apprentice 2000 $ 35.00 70,000.00$ $ 75.00 150,000.00$ $ 45.00 90,000.00$ General Laborer 2000 $ 25.00 50,000.00$ $ 60.00 120,000.00$ $ 35.00 70,000.00$ Total 360,000.00$ Total 650,000.00$ Total 610,000.00$ General Requirements for bidding purposes. The County has the right to add work as necessary. Hourly Rate Hourly Rate Hourly Rate $ 50.00 $ 100.00 $ 85.00 $ 30.00 $ 85.00 $ 75.00 $ 70.00 $ 475.00 $ 275.00 $ 20.00 $ 150.00 $ 75.00 $ 20.00 $ 300.00 $ 75.00 $ 30.00 $ 650.00 $ 275.00 220.00$ 1,760.00$ 860.00$ Unit; Ea.Unit; Ea.Unit; Ea. $ 100.00 $ 175.00 No Price Provided $ - Opened by Kris Lopez, Procurement Strategist 100.00$ 175.00$ -$ Witnessed by: Eveyln Colon, Procurement Strategist 360,320.00$ 651,935.00$ 610,860.00$ Form 1: Vendor’s Non-Response Statement Yes Yes Yes Form 2: Vendor Check List Yes Yes Yes Form 3: Conflict of Interest Affidavit Yes Yes Yes Form 4: Vendor Declaration Statement Yes Yes Yes Form 5: Immigration Affidavit Certification Yes Yes Yes Form 6: Vendor Substitute W – 9 Yes Yes Yes Form 7: Vendor Submittal – Local Vendor Preference Affidavit Yes Yes Yes Insurance and Bonding Requirements Yes Yes Yes 18-7455 Bid Tabulation Pricing must be all inclusive. Mark up for any parts, materials, equipment, etc shall be 10%. Documentation of awardees' cost must be provided with actual invoice from the supplier. After hours will be calculated at 1 and 1/2 time. After hours are considered before 7:00 AM and after 5:00 PM. Normal business hours are considered between 7:00am and 5:00pm. The Holiday Schedule is listed under the Excel Tab as Holiday Schedule. Total Total Category 1 & 2 Maintenance of Traffic (for roadway work-includes equipment, set up and breakdown) per occurrence Category 1 - Labor Concrete/Asphalt Saw (cutting concrete/asphalt) Jetter (drain cleaning) Total Service Large Sewer Machine (for larger pipes) Small Sewer Machine (for smaller pipes) Sewer Camera (identify obstructions in pipes) Chipping/Jack Hammers (breaking concrete/asphalt) Category 2 - Equipment Gator Drain and Plumbing, LLC BC Plumbing Service of Southwest Florida RJ Plumbing and Backflow Service Non Responsive Plumbing Contractors 16.C.1.h Packet Pg. 751 Attachment: 18-7455 Bid Tabulation (7661 : Award Bid No. 18-7455, “Plumbing Contractors,” for county-