Loading...
Agenda 04/23/2019 Item #16C4 (RFP #18-7467 - Juice Technologies)04/23/2019 EXECUTIVE SUMMARY Recommendation to award an Agreement for Request for Proposal No. 18-7467, “Low Voltage and Security Access Infrastructure,” to Juice Technologies, Inc d/b/a Plug Smart for County-wide low voltage and security access services. OBJECTIVE: To obtain low voltage and security access infrastructure programs and equipment services for County owned and leased buildings. CONSIDERATIONS: The Facilities Management Division and Public Utilities Department are responsible for maintaining security access infrastructure programs and associated equipment within various Collier County owned and leased buildings and facilities. To maintain the integrity and continuous operation of security access systems and equipment services, staff developed a comprehensive scope of work and solicited for these services. The prior solicitation for these services was awarded under Agreement No. 10-5373, Energy Management Services, to Johnson Controls, Inc. (“JCI”), which expired. These services were resolicited under RFP No. 18-7467, Low Voltage and Security Access Infrastructure. Two Request for Proposals were posted for these services. On May 2, 2018, the Procurement Services Division released Request for Proposal No. 18-7381, “Safety, Security and access Infrastructure Programs and Equipment,” to 17,047 vendors. Interested vendors downloaded one hundred forty-nine (149) packages, and the County received one proposal from Johnson Controls, Inc. (JCI) by the June 1, 2018 deadline. However, due to a stop service directive with the County (self-imposed by JCI), resulting from outstanding payment issues for prior work performed for the County, Procurement cancelled that initial solicitation. On August 8, 2018, the Procurement Services Division released Request for Proposal No. 18‐7467, renamed as “Low Voltage and Security Access Infrastructure,” to 14,225 vendors. Interested vendors downloaded one hundred and fifty-five (155) packages, and the County received one proposal by the October 26, 2018 deadline. A selection committee met on November 27, 2018 to evaluate the single proposal based on the following criteria: business plan, cost of services to the County, experience and capacity of the firm, specialized expertise of team members, and local vendor preference. Based upon the selection committee’s review, staff negotiated terms and conditions with Juice Technologies, Inc. d/b/a Plug Smart and recommends awarding Contract No. 18-7467 to Juice Technologies, Inc. The fees proposed by Plug Smart are within current industry standards for this type of work. Low Voltage and Security Access Infrastructure Request for Proposal Table: Company Name City County State Rank Responsive/Responsible Juice Technologies, Inc. d/b/a Plug Smart Naples Collier FL 1 Y/Y The initial term of the agreement 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 Juice Technologies Inc. d/b/a Plug Smart, renew the agreement for two additional one-year renewal options. This contract may be used by other County departments once awarded in accordance with the Procurement Ordinance. FISCAL IMPACT: Funds are available in the Division of Facilities Management Operating Budget 001-122240 and other user division cost centers. The historical annual expenditures are approximately $500,000 per year, county-wide; however, future annual expenditures will be based on the County’s 16.C.4 Packet Pg. 1473 04/23/2019 needs and available budgets. 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 an Agreement for Request for Proposal No. 18-7467, “Low Voltage and Security Access Infrastructure,” to Juice Technologies, Inc. d/b/a Plug Smart for County -wide low voltage and security access services and to authorize the Chairman to execute the attached Agreement. Prepared By: Linda Jackson Best, Sr. Operations Analyst, Facilities Management Division ATTACHMENT(S) 1. 18-7467 JuiceTechnologies_dba_PlugSmart_Contract_ VendorSigned (PDF) 2. 18-7467 NORA Signed (PDF) 3. 18-7467 Final Rank (PDF) 4. 18-7467 Solicitation (PDF) 5. 18-7467 Addendum 1 (PDF) 6. 18-7467 Addendum 2 (PDF) 7. Proposal Plug_Smart (PDF) 8. 18-7467 JuiceTechnologies_dba_PlugSmart_Insurance_4-1-19 (PDF) 16.C.4 Packet Pg. 1474 04/23/2019 COLLIER COUNTY Board of County Commissioners Item Number: 16.C.4 Doc ID: 8500 Item Summary: Recommendation to award an Agreement for Request for Proposal No. 18 -7467, “Low Voltage and Security Access Infrastructure,” to Juice Technologies, Inc d/b/a Plug Smart for County-wide low voltage and security access services. Meeting Date: 04/23/2019 Prepared by: Title: – Facilities Management Name: Linda Best 03/29/2019 4:51 PM Submitted by: Title: Director - Facilities Management – Facilities Management Name: Damon Grant 03/29/2019 4:51 PM Approved By: Review: Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 04/01/2019 10:39 AM Public Utilities Department Dan Rodriguez Additional Reviewer Completed 04/01/2019 11:02 AM Public Utilities Operations Support Joseph Bellone Additional Reviewer Completed 04/02/2019 7:41 AM Procurement Services Swainson Hall Additional Reviewer Completed 04/02/2019 2:23 PM Procurement Services Kristofer Lopez Additional Reviewer Completed 04/03/2019 1:49 PM Procurement Services Sandra Herrera Additional Reviewer Completed 04/04/2019 10:49 AM Facilities Management Damon Grant Director - Facilities Completed 04/04/2019 1:19 PM Procurement Services Ted Coyman Additional Reviewer Completed 04/05/2019 5:25 PM Public Utilities Department Sarah Hamilton Level 1 Division Reviewer Completed 04/06/2019 1:45 PM Public Utilities Department George Yilmaz Level 2 Division Administrator Review Completed 04/10/2019 4:16 PM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 04/11/2019 5:07 PM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 04/12/2019 8:27 AM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 04/12/2019 8:59 AM Budget and Management Office Ed Finn Additional Reviewer Completed 04/12/2019 10:17 AM County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 04/15/2019 9:28 AM Board of County Commissioners MaryJo Brock Meeting Pending 04/23/2019 9:00 AM 16.C.4 Packet Pg. 1475 16.C.4.aPacket Pg. 1476Attachment: 18-7467 JuiceTechnologies_dba_PlugSmart_Contract_ VendorSigned (8500 : Recommendation to Award RFP No. 18-7467, Low 16.C.4.aPacket Pg. 1477Attachment: 18-7467 JuiceTechnologies_dba_PlugSmart_Contract_ VendorSigned (8500 : Recommendation to Award RFP No. 18-7467, Low 16.C.4.aPacket Pg. 1478Attachment: 18-7467 JuiceTechnologies_dba_PlugSmart_Contract_ VendorSigned (8500 : Recommendation to Award RFP No. 18-7467, Low 16.C.4.aPacket Pg. 1479Attachment: 18-7467 JuiceTechnologies_dba_PlugSmart_Contract_ VendorSigned (8500 : Recommendation to Award RFP No. 18-7467, Low 16.C.4.aPacket Pg. 1480Attachment: 18-7467 JuiceTechnologies_dba_PlugSmart_Contract_ VendorSigned (8500 : Recommendation to Award RFP No. 18-7467, Low 16.C.4.aPacket Pg. 1481Attachment: 18-7467 JuiceTechnologies_dba_PlugSmart_Contract_ VendorSigned (8500 : Recommendation to Award RFP No. 18-7467, Low 16.C.4.aPacket Pg. 1482Attachment: 18-7467 JuiceTechnologies_dba_PlugSmart_Contract_ VendorSigned (8500 : Recommendation to Award RFP No. 18-7467, Low 16.C.4.aPacket Pg. 1483Attachment: 18-7467 JuiceTechnologies_dba_PlugSmart_Contract_ VendorSigned (8500 : Recommendation to Award RFP No. 18-7467, Low 16.C.4.aPacket Pg. 1484Attachment: 18-7467 JuiceTechnologies_dba_PlugSmart_Contract_ VendorSigned (8500 : Recommendation to Award RFP No. 18-7467, Low 16.C.4.aPacket Pg. 1485Attachment: 18-7467 JuiceTechnologies_dba_PlugSmart_Contract_ VendorSigned (8500 : Recommendation to Award RFP No. 18-7467, Low 16.C.4.aPacket Pg. 1486Attachment: 18-7467 JuiceTechnologies_dba_PlugSmart_Contract_ VendorSigned (8500 : Recommendation to Award RFP No. 18-7467, Low 16.C.4.aPacket Pg. 1487Attachment: 18-7467 JuiceTechnologies_dba_PlugSmart_Contract_ VendorSigned (8500 : Recommendation to Award RFP No. 18-7467, Low 16.C.4.aPacket Pg. 1488Attachment: 18-7467 JuiceTechnologies_dba_PlugSmart_Contract_ VendorSigned (8500 : Recommendation to Award RFP No. 18-7467, Low 16.C.4.aPacket Pg. 1489Attachment: 18-7467 JuiceTechnologies_dba_PlugSmart_Contract_ VendorSigned (8500 : Recommendation to Award RFP No. 18-7467, Low 16.C.4.aPacket Pg. 1490Attachment: 18-7467 JuiceTechnologies_dba_PlugSmart_Contract_ VendorSigned (8500 : Recommendation to Award RFP No. 18-7467, Low 16.C.4.aPacket Pg. 1491Attachment: 18-7467 JuiceTechnologies_dba_PlugSmart_Contract_ VendorSigned (8500 : Recommendation to Award RFP No. 18-7467, Low 16.C.4.aPacket Pg. 1492Attachment: 18-7467 JuiceTechnologies_dba_PlugSmart_Contract_ VendorSigned (8500 : Recommendation to Award RFP No. 18-7467, Low 16.C.4.aPacket Pg. 1493Attachment: 18-7467 JuiceTechnologies_dba_PlugSmart_Contract_ VendorSigned (8500 : Recommendation to Award RFP No. 18-7467, Low 16.C.4.aPacket Pg. 1494Attachment: 18-7467 JuiceTechnologies_dba_PlugSmart_Contract_ VendorSigned (8500 : Recommendation to Award RFP No. 18-7467, Low 16.C.4.aPacket Pg. 1495Attachment: 18-7467 JuiceTechnologies_dba_PlugSmart_Contract_ VendorSigned (8500 : Recommendation to Award RFP No. 18-7467, Low 16.C.4.aPacket Pg. 1496Attachment: 18-7467 JuiceTechnologies_dba_PlugSmart_Contract_ VendorSigned (8500 : Recommendation to Award RFP No. 18-7467, Low 16.C.4.aPacket Pg. 1497Attachment: 18-7467 JuiceTechnologies_dba_PlugSmart_Contract_ VendorSigned (8500 : Recommendation to Award RFP No. 18-7467, Low 16.C.4.aPacket Pg. 1498Attachment: 18-7467 JuiceTechnologies_dba_PlugSmart_Contract_ VendorSigned (8500 : Recommendation to Award RFP No. 18-7467, Low 16.C.4.aPacket Pg. 1499Attachment: 18-7467 JuiceTechnologies_dba_PlugSmart_Contract_ VendorSigned (8500 : Recommendation to Award RFP No. 18-7467, Low 16.C.4.aPacket Pg. 1500Attachment: 18-7467 JuiceTechnologies_dba_PlugSmart_Contract_ VendorSigned (8500 : Recommendation to Award RFP No. 18-7467, Low 16.C.4.aPacket Pg. 1501Attachment: 18-7467 JuiceTechnologies_dba_PlugSmart_Contract_ VendorSigned (8500 : Recommendation to Award RFP No. 18-7467, Low 16.C.4.aPacket Pg. 1502Attachment: 18-7467 JuiceTechnologies_dba_PlugSmart_Contract_ VendorSigned (8500 : Recommendation to Award RFP No. 18-7467, Low 16.C.4.aPacket Pg. 1503Attachment: 18-7467 JuiceTechnologies_dba_PlugSmart_Contract_ VendorSigned (8500 : Recommendation to Award RFP No. 18-7467, Low 16.C.4.aPacket Pg. 1504Attachment: 18-7467 JuiceTechnologies_dba_PlugSmart_Contract_ VendorSigned (8500 : Recommendation to Award RFP No. 18-7467, Low 16.C.4.aPacket Pg. 1505Attachment: 18-7467 JuiceTechnologies_dba_PlugSmart_Contract_ VendorSigned (8500 : Recommendation to Award RFP No. 18-7467, Low 16.C.4.aPacket Pg. 1506Attachment: 18-7467 JuiceTechnologies_dba_PlugSmart_Contract_ VendorSigned (8500 : Recommendation to Award RFP No. 18-7467, Low 16.C.4.aPacket Pg. 1507Attachment: 18-7467 JuiceTechnologies_dba_PlugSmart_Contract_ VendorSigned (8500 : Recommendation to Award RFP No. 18-7467, Low 16.C.4.aPacket Pg. 1508Attachment: 18-7467 JuiceTechnologies_dba_PlugSmart_Contract_ VendorSigned (8500 : Recommendation to Award RFP No. 18-7467, Low 16.C.4.aPacket Pg. 1509Attachment: 18-7467 JuiceTechnologies_dba_PlugSmart_Contract_ VendorSigned (8500 : Recommendation to Award RFP No. 18-7467, Low 16.C.4.aPacket Pg. 1510Attachment: 18-7467 JuiceTechnologies_dba_PlugSmart_Contract_ VendorSigned (8500 : Recommendation to Award RFP No. 18-7467, Low 16.C.4.aPacket Pg. 1511Attachment: 18-7467 JuiceTechnologies_dba_PlugSmart_Contract_ VendorSigned (8500 : Recommendation to Award RFP No. 18-7467, Low 16.C.4.aPacket Pg. 1512Attachment: 18-7467 JuiceTechnologies_dba_PlugSmart_Contract_ VendorSigned (8500 : Recommendation to Award RFP No. 18-7467, Low 16.C.4.aPacket Pg. 1513Attachment: 18-7467 JuiceTechnologies_dba_PlugSmart_Contract_ VendorSigned (8500 : Recommendation to Award RFP No. 18-7467, Low 16.C.4.aPacket Pg. 1514Attachment: 18-7467 JuiceTechnologies_dba_PlugSmart_Contract_ VendorSigned (8500 : Recommendation to Award RFP No. 18-7467, Low 16.C.4.aPacket Pg. 1515Attachment: 18-7467 JuiceTechnologies_dba_PlugSmart_Contract_ VendorSigned (8500 : Recommendation to Award RFP No. 18-7467, Low 16.C.4.aPacket Pg. 1516Attachment: 18-7467 JuiceTechnologies_dba_PlugSmart_Contract_ VendorSigned (8500 : Recommendation to Award RFP No. 18-7467, Low 16.C.4.aPacket Pg. 1517Attachment: 18-7467 JuiceTechnologies_dba_PlugSmart_Contract_ VendorSigned (8500 : Recommendation to Award RFP No. 18-7467, Low 16.C.4.b Packet Pg. 1518 Attachment: 18-7467 NORA Signed (8500 : Recommendation to Award RFP No. 18-7467, Low Voltage and Security Access) Selection Committee Final Ranking Sheet RFP 18-7467 Title: Low Voltage and Security Access Infrastructure Name of Firm Joshua Cashdollar Dave Molinaro Ron Miller John Donatelli Jimmy Ahern Total Selection Committee Final Rank Juice Technologies d/b/a Plugsmart 1 1 1 1 1 5 1.0000 Procurement Professional Kristofer Lopez Step 1: Upon direction by the Procurement professional, the individual selection committee member should provide their ranking of the proposals (from highest being number one (1) to lowest. Step 2: The procurement professional will review the mathematically calculated final rank and discuss the rank order and determine if consensus is reached. Page 1 of 1 16.C.4.c Packet Pg. 1519 Attachment: 18-7467 Final Rank (8500 : Recommendation to Award RFP No. 18-7467, Low Voltage and COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS REQUEST FOR PROPOSAL (RFP) FOR Low Voltage and Security Access Infrastructure SOLICITATION NO.: 18-7467 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 (Rev 8/7/2017). Any alterations to this document made by the Vendor may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. 16.C.4.d Packet Pg. 1520 Attachment: 18-7467 Solicitation (8500 : Recommendation to Award RFP No. 18-7467, Low Voltage and Security Access) SOLICITATION PUBLIC NOTICE REQUEST FOR PROPOSAL (RFP) NUMBER: 18-7467 PROJECT TITLE: LOW VOLTAGE AND SECURITY ACCESS INFRASTRUCTURE PROGRAMS AND EQUIPMENT LOCATION: PROCUREMENT SERVICES DIVISION, CONFERENCE ROOM A, 3295 TAMIAMI TRAIL EAST, BLDG C-2, NAPLES, FLORIDA 34112 DUE DATE: DUE DATE EXTENDED TO: OCTOBER 12, 2018 AT 3:00PM PLACE OF RFP OPENING: PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FL 34112 All proposals shall be submitted online via the Collier County Procurement Services Division Online Bidding System: https://www.bidsync.com/bidsync-cas/ INTRODUCTION As requested by the Facilities Management Division (hereinafter, the “Division”), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, “County”) has issued this Request for Proposal (hereinafter, “RFP”) with the intent of obtaining proposals from interested and qualified vendors in accordance with the terms, conditions and specifications stated or attached. The vendor, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated. The results of this solicitation may be used by other County departments once awarded according to the Board of County Commissioners Procurement Ordinance. The County Divisions are responsible for providing safety, security, and access infrastructure programs in various County owned and leased buildings throughout Collier County. Historically, County departments have spent approximately $500,000; however, this may not be indicative of future buying patterns. BACKGROUND In the County’s continuing effort to utilize technology to protect its employees, visitors, and physical assets, the County relies on different technologies and equipment. Such technologies and equipment include, but are not limited to: life safety, security, burglar / intrusion systems, fire systems, UPS systems, air quality monitoring services and equipment, weather systems, x-ray machines, magnetometers, object and personnel scanning systems, mass notification systems, “cloud” services, network systems, power monitoring devices, etc. The purpose of this RFP is to provide a wide variety of equipment, technology, and services associated with the safety, security and access infrastructure systems in County Facilities. The County maintains Johnson Controls P2000 software and other proprietary monitoring software for its security systems. Johnson Controls Metasys is the primary building automation system with various HVAC, lighting, and fire system integrations. The current software should not preclude a company from submitting a proposal to this RFP as the County frequently needs to procure equipment that does not need to integrate with these software platforms. TERM OF CONTRACT The contract term, if an award(s) is/are made is intended to be for three (3) years with two (2), one (1) year renewal options. Prices shall remain firm for the initial term of this contract. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. It is the intent to award to Primary, Secondary and Tertiary contractors. DETAILED SCOPE OF WORK It is the intent of the County that the safety, security and access infrastructure systems experience minimal down time, therefore proposer’s response time shall be a factor in the award of this RFP. While the County intends to use the Contractor(s) awarded as a part of this solicitation, the County reserves the right at any time to use the awarded Contractor(s) for the services described, or to request additional quotes or bids from other Contractors [per the Board’s Procurement Ordinance]. 16.C.4.d Packet Pg. 1521 Attachment: 18-7467 Solicitation (8500 : Recommendation to Award RFP No. 18-7467, Low Voltage and Security Access) In an effort to address the comprehensive approach to community and building safety, security, and access programs, it is the County’s intent to select three (3) of the most qualified Contractors who provide various types of equipment, installation and warranty of that equipment, and various services to support the equipment. The intent of the award will be to Primary/ Secondary/Tertiary Contractors. The County representative will seek services from the Primary Contractor should the Primary not be able to provide the service, the County representative will contact the Secondary Contractor. Should the Secondary Contractor be unable to provide the services the County representative will contact the Tertiary Contractor. The Contractor shall use qualified technicians/installers and the County expects that the awarded contractor(s) will provide a minimum of five (5) technicians / installers assigned to this account, to provide labor, supervision, equipment, and materials necessary to perform the safety, security, and access services all in accordance with the requirements specified in the RFP. Hourly time will be paid only for actual time at the worksite. Travel time will not be an allowable item. Should the equipment purchased and installed by the awarded Contractor(s) of the resultant contract require integration services with the County’s proprietary P2000 or Metasys systems, the County reserves the right to engage those integration services through a separate contract with Johnson Controls, Inc. Proposer(s) may also be required to conform to the County’s Work Management procedures, such as utilizing work order forms, or future online work order system, at no additional cost to the County. The Contractor will be responsible for utilizing any systems used by the County for work orders for Divisions using the resultant contract. All proposers must provide requested certifications and licenses necessary to perform the services outlined in the RFP specifications. The awarded Contractor(s) shall: 1. Provide prices for the equipment, labor, materials and services to support a comprehensive and state-of-the-art Safety, Security and Access Infrastructure Programs and Equipment as requested and directed by County Representative or designee. All proposals and work must meet or exceed the standards set forth in the Collier County Vertical Construction Standards and Collier County IT Construction Standards unless specifically exempted in writing by Facilities Management Division Representative or designee. The latest Standards are located at the following website: http://www.colliergov.net/your-government/divisions-f- r/facilities-management/vertical-construction-standards . The Standards are considered to be “living documents” and the awarded contractor(s) shall review and reference the latest version when proposing work. Failure to comply with these Standards will result in the out-of-compliance work being remediated by the responsible contractor(s) at no additional cost to the County and a daily fine of one hundred and fifty ($150) at the determination of the County Representative or designee. The awarded Contractor(s) equipment, labor, materials, and services include, but are not limited to: a. Provide equipment (all types) including but not limited to: surveillance, camera (CCTV, IP, etc.), computer and television monitors, digital video recorders, network video recorders, access monitoring systems, access control systems, facial recognition and other analytic equipment, intrusion systems, x-ray hardware, software programs, UPS monitoring systems, emergency call boxes, intercom systems, touch screen systems, wireless systems, access card printer and supplies, ID badge systems, perimeter security systems (including but not limited to electronics, fences, gates, barricades, stanchions, bollards, and other equipment associated with perimeter access control systems), package inspection monitoring systems, air quality monitoring equipment, magnetometers and like systems, door and door hardware (including keys, gates, fencing, fencing hardware), people and package detection equipment, communication equipment, radio equipment, patrol systems, key control systems, biometric systems, panic alarm systems, indoor air quality systems, artificial intelligence systems, burglar / intrusion systems, weather systems, UPS systems, and any other similar devices that prevent safety, security and access breeches, and assist with the maintenance of safety for people and facilities. b. Provide installation and construction services for all of the equipment identified above as directed by the County Representative or designee, and for areas such as security stations, lobbies, kiosks, etc. Construction services include, but are not limited to project management, design, construction, permitting, furniture, special ballistics-rated and non- rated materials, preventive maintenance, repairs, and refurbishment. c. Provide security consultation services for all of the equipment identified above, and new / emerging technology, as directed by County Representative or designee. d. Provide security monitoring services for all of the equipment identified above, and new / emerging technology, as directed by County Representative or designee. 2. Provide a single point of contact for the County for all work performed under the resultant contract. 3. Respond to emergencies, as declared by County Representative or designee, in three (3) hours or less. “Respond to emergencies” is defined as “onsite and physically/actively working” on the issue provided by the County Representative or designee. 16.C.4.d Packet Pg. 1522 Attachment: 18-7467 Solicitation (8500 : Recommendation to Award RFP No. 18-7467, Low Voltage and Security Access) 4. Respond to non-emergencies, as declared by the County Representative or designee, within one (1) business day, unless otherwise agreed to by the County Representative or designee. 5. Comply with the following Proposal/Quote Requirements: The County representative will seek services from the Primary Contractor should the Primary not be able to provide the service, the County representative will contact the Secondary Contractor. Should the Secondary Contractor be unable to provide the services the County representative will contact the Tertiary Contractor. “Time and material” quotes will be requested; the Contractor shall provide:  A not-to-exceed total estimated cost by line item for the entire scope of work;  The expected number of work hours by each position (and the hourly rate) and the extended total.  The breakdown of the cost for supplies, parts, and equipment used for the scope of work; the Contractor must provide itemized documentation and receipts / invoices for any supply, part or piece of equipment billed in their invoice.  If applicable, a mark-up of subcontractor’s labor, supplies / materials and equipment may be included; the Contractor must provide itemized documentation, including the subcontractor’s invoice, of any subcontractor’s labor, supplies / materials, and equipment.  The County agrees to pay the Contractor for the amount of labor time spent by the Contractor's employees and subcontractors to perform the work (number of hours times hourly rate), and for materials and equipment used in the project (cost of materials plus the Contractor's mark-up).  As a general business practice, the time and material invoices would include back-up documentation of costs for supplies/materials, equipment rental, subcontractors, etc.; invoices would include number of hours worked and billing rate by position (and not company (or subcontractor) timekeeping or payroll records), material or equipment invoices, and other reimbursable documentation for the project.  Taxes and related fees may be transferred to the County in the actual amount; however, mark-ups will not be allowed. Mark-ups will not be allowed on sales tax, consumer fees or taxes, use and other similar taxes, or fees associated with any work under the resultant contract.  Freight and shipping charges will be allowed if included in the quote and only allowed to the amount support by an invoice. No mark-up will be allowed for freight or shipping charges. The three types of services required are: • Regular Work: The County Representative or designee will provide a scope of work to be performed to the Primary contractor and request that a “time and materials” quote be provided. The County expects that for regular work, the contractor provides a price quote within a reasonable amount of time (one to two business days) from the point of initial contact. Once a purchase order is issued, the County expects that the work would commence within two (2) business days, unless otherwise directed by the County Representative or designee. • Project Work: The County Representative or designee will provide a scope of work to be performed to the Primary Contractor and request that a “time and materials” quote be provided. The County expects that for project work, the Contractor provides a price quote within a reasonable amount of time (seven business days) from the point of initial contact. Once a purchase order is issued, the County Representative or designee would expect that the work would commence within five (5) business days, unless otherwise directed by the County Representative or designee. In the event that the Contractor does not fulfill these requirements, the County reserves the right to contact other Contractor(s) to perform the scope of work. • Emergency Repair Work: The County Representative or designee will identify that the needed maintenance, repair, and/or replacement for the life, health, safety, or equipment/facility emergency and request that quotes from the Primary Contractor be provided as soon as reasonably practicable. The County Representative or designee may direct the Contractor to commence work through a verbal direction; and a purchase order will be issued to the Contractor as soon as possible. In each scope of work the County’s Representative or designee reserves the right to specify: the period of completion; collection of deductions / fines or actual costs in the event of late completion and/or non-compliant performance and/or Contractor caused damages; and a “lump sum” or “time and materials” pricing: 6. Provide at least a one-year warranty (from date of acceptance (invoice approval) by the County Representative or designee) on all equipment, materials and labor provided by the awarded Contractor(s). 7. Provide invoices in a timely manner. If an invoice is received more than 6 months after the completion of the work, the invoice will not be accepted and the Contractor will be required to write-off the invoice. Invoices must include: • Work Order Number (if applicable), 16.C.4.d Packet Pg. 1523 Attachment: 18-7467 Solicitation (8500 : Recommendation to Award RFP No. 18-7467, Low Voltage and Security Access) • Purchase Order Number, • Description of the work, • Date the work was performed and completed, • Total number of hours and hourly cost (not required for lump sum work), • Break down of subcontractor’s hours and materials (not required for lump sum work), and • TOTAL cost of the service. 8. Provide quarterly summary and specific reports to the County Representative or designee that includes, but, is not limited to: • Types and description of projects completed, • Locations of projects, • Consultant and subcontractor number of hours and dollars per location (not required for lump sum work), • Equipment and supplies per individual project and costs (not required for lump sum work), and • A summary of new and innovative “best-in-class” recommendations for future considerations. 9. Schedule monthly, or more frequent, contract review meetings with the County Representative or designee. 10. Submit pricing quotes that are all inclusive of the direction provided by the County Representative or designee. Mark-ups will be allowed in accordance with the negotiated price schedule. No additional mark-ups, profit, or charges will be accepted. The contractor will not be allowed to bill for administrative hours for invoicing, providing back-up, and supporting documentation, etc. 11. Use the Collier County contracted Contractors whenever possible as subcontractors with the established mark-up. If it is not possible, the awarded firm may use a non-County subcontractor with the established mark-up. The selected Contractor(s) shall utilize the County’s contracted Contractor (or Contractors) for installation of any network infrastructure cabling that is to be connected to the County IT Division’s network equipment unless provided with written exemption by the Facilities Manager (or designee) and the County IT Network Operations Manager (or designee). Any existing exceptions will be re-evaluated at the commencement of the resultant contract. The County reserves the right to grant or revoke exceptions at any time during the course of the resultant contract. Network infrastructure cabling including, but is not limited to: • Ethernet Cabling (all categories) • Fiber Optic Cabling (all types) 12. Provide all consumables, materials, and parts to the County at cost plus a fixed mark-up or profit (not required for lump sum work). 13. The awarded Contractor(s) shall closely coordinate the equipment and installation services with other Contractors should the County Representative or designee direct the integration with the County’s proprietary software infrastructure. Contractor’s Responsibilities and Additional Items: The Contractor(s) awarded for the resultant contract will provide: 1. All necessary labor, materials, equipment, tools, consumables, transportation, skills, and incidentals required for the preventative maintenance inspection services, repairs, and on-call services for the County’s systems. Except as noted herein, travel, fees and surcharges will not be accepted in conjunction with the resultant contract, and such charges should be incorporated into the pricing structure. All clerical work associated with the bill are included in the prices and a contractor will not be allowed to bill for invoicing, providing back-up, and supporting documentation, etc. 2. All work shall be a “turn-key” operation to include all repairs, site clean-up and restoring the work area to its original condition. The resultant contract provides for any services deemed necessary to complete the job, through means of Contractor(s) in-house expertise or sub-contracted work as needed. The Contractor shall ensure that all areas and equipment be kept clean and free from dirt, dust and debris. 3. Where necessary, work shall include proper permitting as required by the Authority Having Jurisdiction (AHJ) and the contractor(s) shall be responsible for permit submissions, unless otherwise instructed by the County Representative or designee. Permit fees may be included as a line item on invoices/quotes. 4. The awarded Contractor(s) will maintain sufficient personnel to accomplish the County’s work schedule. 5. Technician(s) and installer(s), whether employees of the awarded Contractor(s) or subcontracted staff, must be supplied with the equipment, tools, and transportation necessary to efficiently complete their work. The following scenarios are intended to serve as examples and are not prescriptive requirements: 16.C.4.d Packet Pg. 1524 Attachment: 18-7467 Solicitation (8500 : Recommendation to Award RFP No. 18-7467, Low Voltage and Security Access) a. A technician working on a camera should be supplied with a camera monitor/testing tool to confirm the view and ensure correct focus. b. Similarly, an installer should be provided with the necessary security bit(s) to secure a new emergency phone to the enclosure. 6. The Contractor’s technicians will be available for response twenty-four (24) hours a day, seven (7) days a week, 365 days per year for any emergency repairs. The Contractor(s) shall provide the County with an on-call telephone number for emergency service. The Contractor(s) shall employ an adequate staff of approved technicians to provide service taking into account vacation and other leaves. 7. Scheduling: All normal inspections, maintenance, service, and repairs shall be conducted during normal working hours, Monday through Friday, 8:00 am until 5:00 pm unless otherwise instructed by the County. To arrange for an appointment to perform an installation or service at a particular facility; contact the County Representative or designee a minimum of one (1) business day in advance of the work. Afterhours work will be allowed at a 1.5 multiplier of the standard hourly rate, if explicitly requested and approved, in writing, by the County Representative or designee. 8. Inspections: The County and the Contractor may conduct an inspection of the completed services provided in response to any resulting purchase order. a. Any deficiencies noted during an inspection shall be corrected before final acceptance. Such deficiencies will be corrected within two (2) business days after receipt of notification, at the Contractor's expense or the County may follow the provisions in Section 18c (below), at the discretion of the County Representative or designee. b. If the Contractor fails to correct the defects within this time frame, the County shall be entitled to have such work remedied, charge a deduction / fine and the Contractor shall be fully liable for all costs and expenses reasonably incurred by the County. 9. Equipment inventory: The Contractor shall, under no circumstances, remove any equipment containing a County asset sticker. The Contractor shall request that, when replacing equipment, the asset sticker be removed by an appropriate County staff member authorized to adjust the equipment inventory records. 10. Certifications: The Contractor(s) awarded shall ensure at all times that there is at least one employee assigned to this account with a Pelco VideoXpert and/or Pelco Endura system certification that can respond to an emergency during the established response timeframe (three hours). If the awarded Contractor(s) intend to provide access control services to the County, they shall also ensure that at all times there is at least one employee assigned to this account that has successfully completed the Johnson Controls P2000 "Security Field Controllers Configuration and Maintenance" course within the past two (2) years that can respond to an emergency during the established response timeframe (three hours). The County reserves the right to change the required certifications/courses, with advanced written notice of six (6) months to the awarded contractor(s), to equivalent system certifications / courses should the County change platforms. 11. Specialized Knowledge: All technician(s) and installer(s) assigned to this account that will work on IP-based equipment (e.g. cameras and card access controllers) must possess and maintain a basic understanding of computer networking. While specific certifications for all installer(s) and technician(s) are not required, it is expected that staff working on IP-based equipment will have the networking knowledge and skills commensurate with at least one of the following certifications: • AXIS Certified Professional • Cisco CCENT • CompTIA A+ • CompTIA Network+ • Microsoft MTA • NICET VSST Level III • Pelco Endura / VideoXpert. 12. On-Call Schedule: Contractor(s) awarded will provide an on-call schedule for twenty-four (24) hours a day, seven (7) days per week, 365 days per year. Successful Contractor(s) shall provide the County with an on-call telephone number(s) for both standard and emergency service. As indicated above. 13. Response time: Emergency response time shall not exceed three (3) hours from time of call and is defined as “onsite and physically/actively working” on the issue provided by the County representative or designee. Non-emergency response within one (1) day is acceptable. 14. Replacement / Repair Parts: All replacement/ repair parts must be approved and be of genuine and original manufacturer's parts. The Contractor(s) will be required to provide proof of the Original Manufacturer’s parts through providing invoices or photographs at the time of invoice submission. 16.C.4.d Packet Pg. 1525 Attachment: 18-7467 Solicitation (8500 : Recommendation to Award RFP No. 18-7467, Low Voltage and Security Access) The Contractor shall be required to expressly warrant that all replacement are new and free from defects, warranted for their merchantability and meet the performance specifications of the original equipment. In the event a portion, or all of an order, is found to be defective when delivered and/ or installed, the Contractor shall immediately replace the equipment at no cost to the County. Refurbished / remanufactured equipment is only permissible for use at the written direction of the County Representative or designee. All refurbished / remanufactured equipment is required to be expressly warranted by the contractor to be free from defects and meet the performance specifications of the original equipment. 15. Installer / Technician Checklists: The County reserves the right to require checklist(s) to be completed for any technician/installer services prior to work acceptance at no additional cost to the County. These checklists may include, but are not limited to: installation, maintenance, troubleshooting, and replacement. The County shall be responsible for providing the required checklist(s) before work commences and notify the Contractor in writing that the checklist(s) will be required for that project. 16. Records and documentation: The contractor is responsible to maintain and update records for transactions and services / equipment provided. The documentation will include, and not be limited to, records of all service calls, preventative maintenance performed, and any system modifications, if applicable. The Contractor(s) will maintain a service log at the site of each piece of equipment maintained. The Contractor(s) will not charge for any call back work. All recovery reports shall be sent to the County contract manager, or their designee, noting date, type, quantity, location, and disposal information. 17. Compliance with County Risk Management Requirements: Contractors will be expected to understand and comply with all applicable laws and regulations of any governmental entity and Collier County CMA’s, Standard Operating Procedures (SOP’s) or Job Safety Analysis (JSA’s) that that pertain to environmental, health and safety standards and/or work practices applicable to the activities they perform. These include but are not limited to: • Storage, handling, and use of flammable liquids and hazardous materials. • Storage, handling, and use of compressed gas cylinders. • Periodic safety inspections of equipment and work-site housekeeping. • Use of fall protection while working at heights above 6 feet. • Following electrical safety practices and lock out / tag out procedures. • Proper use of personal protective equipment. • Proper maintenance and use of ladders and other equipment. • Guarding of wall and floor openings, open trenches, and excavations. REQUEST FOR PROPOSAL (RFP) PROCESS 1.1 The Proposers will submit a qualifications proposal which will be scored based on the criteria in Grading Criteria for Development of Shortlist, which will be the basis for short-listing firms. The Proposers will need to meet the minimum requirements outlined herein in order for their proposal to be evaluated and scored by the COUNTY. The COUNTY will then grade and rank the firms and enter into negotiations with the top ranked firm to establish cost for the services needed. The COUNTY reserves the right to issue an invitation for oral presentations to obtain additional information after grading and before the final ranking. With successful negotiations, a contract will be developed with the selected firm, based on the negotiated price and scope of services and submitted for approval by the Board of County Commissioners. 1.2 The COUNTY will use a Selection Committee in the Request for Proposal selection process. 1.3 The intent of the scoring of the proposal is for respondents to indicate their interest, relevant experience, financial capability, staffing and organizational structure. 1.4 The intent of the oral presentations, if deemed necessary, is to provide the vendors with a venue where they can conduct discussions with the Selection Committee to clarify questions and concerns before providing a final rank. 1.5 Based upon a review of these proposals, the COUNTY will rank the Proposers based on the discussion and clarifying questions on their approach and related criteria, and then negotiate in good faith an Agreement with the top ranked Proposer. 1.6 If, in the sole judgment of the COUNTY, a contract cannot be successfully negotiated with the top-ranked firm, negotiations with that firm will be formally terminated and negotiations shall begin with the firm ranked second. If a contract cannot be successfully negotiated with the firm ranked second, negotiations with that firm will be formally terminated and negotiations shall begin with the third ranked firm, and so on. The COUNTY reserves the right to negotiate any element of the proposals in the best interest of the COUNTY. RESPONSE FORMAT AND GRADING CRITERIA FOR DEVELOPMENT OF SHORTLIST: 1.7 For the development of a shortlist, this evaluation criterion will be utilized by the COUNTY’S Selection Committee to score each proposal. Proposers are encouraged to keep their submittals concise and to include a minimum of marketing 16.C.4.d Packet Pg. 1526 Attachment: 18-7467 Solicitation (8500 : Recommendation to Award RFP No. 18-7467, Low Voltage and Security Access) materials. Proposals must address the following criteria: Evaluation Criteria Maximum Points 1. Cover Letter / Management Summary 5 Points 2. Certified Minority Business Enterprise 5 Points 3. Business Plan 20 Points 4. Cost of Services to the County 20 Points 5. Experience and Capacity of the Firm 20 Points 6. Specialized Expertise of Team Members 20 Points 7. Local Vendor Preference 10 Points TOTAL POSSIBLE POINTS 100 Points Tie Breaker: In the event of a tie at final ranking, award shall be made to the proposer with the lower volume of work previously awarded. Volume of work shall be calculated based upon total dollars paid to the proposer in the twenty-four (24) months prior to the RFP submittal deadline. Payment information will be retrieved from the County’s financial system of record. The tie breaking procedure is only applied in the final ranking step of the selection process and is invoked by the Procurement Services Division Director or designee. In the event a tie still exists, selection will be determined based on random selection by the Procurement Services Director before at least three (3) witnesses. ---------------------------------------------------------------------------------------------------------------------------------------------------------- Each criterion and methodology for scoring is further described below. ***Proposals must be assembled, at minimum, in the order of the Evaluation Criteria listed or your proposal may be deemed non-responsive*** EVALUATION CRITERIA NO. 1: COVER LETTER/MANAGEMENT SUMMARY (5 Total Points Available) Provide a cover letter, signed by an authorized officer of the firm, indicating the underlying philosophy of the firm in providing the services stated herein. Include the name(s), telephone number(s) and email(s) of the authorized contact person(s) concerning proposal. Submission of a signed Proposal is Vendor's certification that the Vendor will accept any awards as a result of this RFP. EVALUATION CRITERIA NO. 2: CERTIFIED MINORITY BUSINESS ENTERPRISE (5 Total Points) Submit certification with the Florida Department of Management Service, Office of Supplier Diversity as a Certified Minority Business Enterprise. EVALUATION CRITERIA NO. 3: BUSINESS PLAN (20 Total Points) In this tab, include but not limited to:  Detailed plan of approach (including major tasks and sub-tasks) to how the Contractor will provide a comprehensive state of the art Security System and Access Program to the County.  Please describe how your company typically prioritizes projects when multiple requests are coming in at the same time.  Describe how your company typically manages project workloads when demand exceeds current staffing levels.  Describe how your company typically handles the fulfillment of requests that exceed the technical expertise of existing staff.  Describe how your company stays current with the constantly evolving technology landscape.  Describe how your company keeps customers informed of new products and services that can meet their business needs.  Include with the Business Plan or as an attachment, a copy of a report as an example of work product.  Provide a recommended plan to help the County lower its security operational costs. EVALUATION CRITERIA NO. 4: COST OF SERVICES TO THE COUNTY (20 Total Points) In this tab, include but not limited to:  • Provide a sample project, including total cost and estimated calendar day duration (including projected hours)  for which your firm would provide the work as described in this RFP. 16.C.4.d Packet Pg. 1527 Attachment: 18-7467 Solicitation (8500 : Recommendation to Award RFP No. 18-7467, Low Voltage and Security Access)  Provide a schedule of values and deliverables.  Provide proposed fee schedule of principals and staff (including sub-vendors)  Provide a copy of your most current catalog for Pelco and Code Blue Parts. EVALUATION CRITERIA NO. 5: EXPERIENCE AND CAPACITY OF THE FIRM (20 Total Points) In this tab, include but not limited to:  Provide information that documents your firm’s and subcontractors’ qualifications to produce the required deliverables, including abilities, capacity, skill, and financial strength, and number of years of experience in providing the required services.  Describe the various team members’ successful experience in working with one another on previous projects. The County requests that the vendor submits no fewer than three (3) and no more than ten (10) completed reference forms from clients (during which period of time, eg. 5 years) whose projects are of a similar nature to this solicitation as a part of their proposal. Provide information on the projects completed by the vendor that best represent projects of similar size, scope and complexity of this project using form provided in Attachment B – Form 8. Vendors may include two (2) additional pages for each project to illustrate aspects of the completed project that provides the information to assess the experience of the Proposer on relevant project work. EVALUATION CRITERIA NO. 6: SPECIALIZED EXPERTISE OF TEAM MEMBERS (20 Total Points) In this tab, include but not limited to:  Description of the proposed contract team and the role to be played by each member of the team.  Attach brief resumes of all proposed project team members who will be involved in the management of the total package of services, as well as the delivery of specific services.  Attach resumes of any sub-vendors and attach letters of intent from stated sub-vendors must be included with proposal submission. EVALUATION CRITERIA NO. 7: LOCAL VENDOR PREFERENCE (10 Total Points Available) Local business is defined as the vendor having a current Business Tax Receipt issued by the Collier or Lee County Tax Collector prior to proposal submission to do business within Collier County, and that identifies the business with a permanent physical business address located within the limits of Collier or Lee County from which the vendor’s staff operates and performs business in an area zoned for the conduct of such business. 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.4.d Packet Pg. 1528 Attachment: 18-7467 Solicitation (8500 : Recommendation to Award RFP No. 18-7467, Low Voltage and Security Access) Addendum 1 Date: August 30, 2018 From: Evelyn Colon, Procurement Strategist To: Interested Bidders Subject: Addendum # 1 Solicitation # and Title: 18-7467 Low Voltage and Security Access Infrastructure The following clarifications are issued as an addendum identifying the following clarification to the scope of work, changes, deletions, or additions to the original solicitation document for the referenced solicitation: Change 1. Insurance Requirement Form If you require additional information please post a question on our Bid Sync (www.bidsync.com) bidding platform under the solicitation for this project. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) Date (Name of Firm) Email: evelyn.colon@colliercountyfl.gov Telephone: (239) 252-2667 16.C.4.e Packet Pg. 1529 Attachment: 18-7467 Addendum 1 (8500 : Recommendation to Award RFP No. 18-7467, Low Voltage and Security Access) Addendum 2 Date: September 28, 2018 From: Evelyn Colon, Procurement Strategist To: Interested Bidders Subject: Addendum # 2 Solicitation # and Title: 18-7467 Low Voltage and Security Access Infrastructure The following clarifications are issued as an addendum identifying the following clarification to the scope of work, changes, deletions, or additions to the original solicitation document for the referenced solicitation: Change 1. Please use the Criteria on the solicitation attached and as listed below: 1. Cover Letter / Management Summary 5 Points 2. Certified Minority Business Enterprise 5 Points 3. Business Plan 20 Points 4. Cost of Services to the County 20 Points 5. Experience and Capacity of the Firm 20 Points 6. Specialized Expertise of Team Members 20 Points 7. Local Vendor Preference 10 Points Change 2. DUE DATE: DUE DATE EXTENDED TO: OCTOBER 12, 2018 AT 3:00PM If you require additional information please post a question on our Bid Sync (www.bidsync.com) bidding platform under the solicitation for this project. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) Date (Name of Firm) Email: evelyn.colon@colliercountyfl.gov Telephone: (239) 252-2667 16.C.4.f Packet Pg. 1530 Attachment: 18-7467 Addendum 2 (8500 : Recommendation to Award RFP No. 18-7467, Low Voltage and Security Access) COLLIER COUNTY GOVERNMENT Proposal for SOLICITATION NO.: 18-7467 Cover Letter | Page i Cover Letter October 26, 2018 Plug Smart is the best, most qualified firm to provide low voltage services to Collier County Government for this important contract. I have owned property in Naples since 1999 and have been an active and engaged resident of Naples since 2001. I am the Founder and CEO of Juice Technologies, Inc. dba Plug Smart. Other than the six-year period between 2002-2008 (when I was retired), I led companies that have been successfully engineering installing, and servicing low voltage systems since 1978. These systems have been installed and serviced all across the United States and on five continents, worldwide. The systems include energy management controls, direct digital controls, HVAC controls, lighting controls, security and access controls, fire and life safety controls and systems. The company that I founded in 1978 was Control Solutions, which I sold in 2002 to what is now a division of Schneider Electric, one of the largest manufacturers of low voltage control systems in the world. I began Juice/Plug Smart in Naples, Fl. In 2008. Since 1978 and up through the present day, no company I have led has ever failed to successfully complete a project or service obligation with any client. Never. We have never litigated with a client over any project or issues whatsoever. We have never defaulted on a Performance Bond. Our companies and our people approach to our valued clients is developing and servicing “Customers for Life”. We are dedicated to quality work and all of our past and previous clients are willing to provide positive references for both Control Solutions and Plug Smart. I am proud to point out that in early 2016, my partners and I sold the Company to all of the employees into a 100% ESOP, which means that we are 100% Employee Owned. Our people are our most important assets and we are very meticulous about our recruitment and hiring practices. Every single employee of Plug Smart is an owner which has enabled us to develop and maintain a unique culture of responsiveness to client needs and desires. Team Plug Smart provides a wide array of facilities services, including Low Voltage Systems of all types. This includes all activities, from assessments and audits of existing low voltage systems, to design, engineering, installation, and servicing of new and/or replacement low voltage systems. We are not only a state licensed general contractor, but also state licensed for security and alarm systems, fire, electrical specialty / low voltage systems and HVAC. The systems on which we work include Security, Access Controls, Cameras, Emergency Call, Fire, Life Safety, Lighting Control, Building Automation, Process Control, and Energy Management Systems. Specific to our Florida Business Unit, based in Naples, Axel Korn and his very capable Team have many years of SAC (Security and Access Controls) experience. Prior to joining Plug Smart, Axel owned and operated his own Technology firm in California for 25 years as a state licensed low voltage contractor. He is currently a Florida state licensed low voltage / electrical specialty contractor. Our Florida clients where we design, install and service low voltage systems include (but not limited to) Naples Community Hospital, The Conservancy of SW Florida, Bank of America Tower in Tampa, Tampa City Center, Lee County Public Schools, and Marion County Government. 16.C.4.g Packet Pg. 1531 Attachment: Proposal Plug_Smart (8500 : Recommendation to Award RFP No. 18-7467, Low Voltage and Security Access) COLLIER COUNTY GOVERNMENT Proposal for SOLICITATION NO.: 18-7467 Cover Letter | Page ii Axel and his Team are fully supported by our Leadership, administrative and technical staff based in Columbus, Ohio. Our SAC Business Unit Leader is Mark Miller, one of the most experienced SAC engineers in the US. He has architected and engineered some of the largest SAC systems for enterprises such as Limited Brands and the Chillicothe VAMC campus of over 30 buildings and hospitals. Mark and his Ohio Team provide technical support, as required, to Axel and the FBU. From an administrative point of view, Team Plug Smart has no practical limitations on its bonding capacity, including bonding for projects over $10mm. Our President, Dave Zehala, is an Electrical Engineer (Ohio State) and an MBA (University of Texas), our COO, Dan Papay, is a Licensed Professional Engineer in Ohio and Florida, and our CFO, Benton Cook, is a licensed CPA. We have a formal Board of Directors, which includes Jay Nardone as our outside BOD member. Jay has over 35 years of experience in the Low Voltage Industry with Johnson Controls, Control Solutions (previous company that I founded and led), and Schneider Electric. Jay’s most recent position with Schneider was VP of Services, a global low voltage business with $600mm/annum in revenue. Sincerely, Rich Housh, CEO Plug Smart 16.C.4.g Packet Pg. 1532 Attachment: Proposal Plug_Smart (8500 : Recommendation to Award RFP No. 18-7467, Low Voltage and Security Access) Plug Smart 1040 Collier Center Way, Suite 12 Naples, Florida 34110 (800) 518-5576 www.plugsmart.com Prepared for Collier County Government Security and Access Control Proposal for SOLICITATION NO.: 18-7467 Cover Letter .................................................................. i Acknowledgement of Submittal ................................... 2 Business Plan ............................................................... 3 Approach .................................................................. 4 Prioritization Strategy ............................................... 5 Demand Management .............................................. 6 Technical Problem Solving ......................................... 6 Continued Education ................................................. 6 Outreach Strategy .................................................... 6 Example Report ........................................................ 6 Security Efficiency ..................................................... 7 Cost of Services ............................................................ 8 Sample Project .......................................................... 9 Fee Schedule ........................................................... 15 Pricing Catalog(s).................................................... 15 Experience and Capacity ............................................ 16 Qualifications ......................................................... 17 Team Experience..................................................... 20 References .............................................................. 20 Team Expertise........................................................... 23 Project Team .......................................................... 24 Team Resumes........................................................ 24 Sub-vendor Resumes ............................................... 24 16.C.4.g Packet Pg. 1533 Attachment: Proposal Plug_Smart (8500 : Recommendation to Award RFP No. 18-7467, Low Voltage and Security Access) COLLIER COUNTY GOVERNMENT Proposal for SOLICITATION NO.: 18-7467 Page | 2 Acknowledgement of Submittal The Respondent has read and agrees to accept Collier County Government project as described in the document entitled "SOLICITATION NO.: 18-7467". By submitting this proposal, the Respondent also agrees that Collier County Government (the “Client”) reserves the right to cancel this solicitation at any time, for any reason and reject all proposals. Additionally, we agree that the Client shall have no liability to any Respondent arising out of such cancellation or rejection. __________________________ 10/26/2018 Authorized Signature Date Richard D. Housh CEO, Plug Smart 16.C.4.g Packet Pg. 1534 Attachment: Proposal Plug_Smart (8500 : Recommendation to Award RFP No. 18-7467, Low Voltage and Security Access) COLLIER COUNTY GOVERNMENT Proposal for SOLICITATION NO.: 18-7467 Page | 3 Business Plan 16.C.4.g Packet Pg. 1535 Attachment: Proposal Plug_Smart (8500 : Recommendation to Award RFP No. 18-7467, Low Voltage and Security Access) COLLIER COUNTY GOVERNMENT Proposal for SOLICITATION NO.: 18-7467 Page | 4 Business Plan Approach Detailed plan of approach (including major tasks and sub-tasks) to how the Contractor will provide a comprehensive state of the art Security System and Access Program to the County. The development and implementation of a comprehensive, state-of-the-art security system and access program has many important stages and sub-tasks therein. The major stages include: (i) Assessment, (ii) Design, (iii) Procurement, (iv) Construction, and (v) Post Construction. A more specific description of each of these stages and some of the second-tier tasks associated with each are outlined below. Assessment The first step in any project is meeting with the client to understand their security needs and wants. In addition to a meeting or series of fact-finding meetings is a comprehensive site assessment of each client location to evaluate existing equipment and conditions, identify potential functionality or compatibility issues, and then begin to develop a list for what each site will need. Design Plug Smart uses our in-house security and access controls engineering staff to design state-of-the-art systems for our clients. Based on the list of needs and wants along with information gathered from site walks of each location, every solution we develop is custom-made and site-specific.  Assuming drawings are available for each site, we create CADDs that are later used by our technicians to complete the install but also serve as finished drawings to be turned over to you upon completion of project.  These finished drawings will also be imported into the security system so that a graphic can be used within the interface of each site containing all access control doors and gates, CCTV (Security Cameras), and Alarm Points (such as Motion detectors, glass breaks, Keypads etc.)  Our system design integrates all the security types into one system so Access, CCTV, Burg, Intercoms can be managed from one system. After a completed design is approved, a schedule of values and implementation by site will be developed for approval. Each contains the following information:  Site by site project timeline for installation  Equipment lead times for procurement  Names of Plug Smart Employees or subs (if applicable) that will be onsite with all contact information.  A working spreadsheet containing all information of the project that will contain a tab for each site with all equipment information such as model numbers of equipment, serial numbers, IP information, port location and numbers for the network switches etc. Procurement Plug Smart program and project management representatives use the approved designs to procure project materials to align with the project schedule and in accordance proposed project/service pricing. Construction Plug Smart project management and technicians install equipment and provision software in accordance with project designs. Upon completion of each site, a complete system test and signoff approval by 16.C.4.g Packet Pg. 1536 Attachment: Proposal Plug_Smart (8500 : Recommendation to Award RFP No. 18-7467, Low Voltage and Security Access) COLLIER COUNTY GOVERNMENT Proposal for SOLICITATION NO.: 18-7467 Page | 5 customer is performed to ensure all work is done to specification and satisfaction. The warranty for each site starts on the date-of-acceptance for that site. The first-year warranty covers all parts and labor*; after year-one, the warranty is based on that of the manufacturer. Post Construction At the completion of the entire project, an annual maintenance agreement is presented to the site for approval to support the system beyond the first year’s warranty with the option for renewal each year. This includes the following:  The option to purchase labor hours in a block of time at a reduced rate. In the event not all of the hours are used they can be rolled over to the next year. All material/parts would be on an as need basis.  The option to have as need labor rate that equates to a time and material contract.  The option for a full-service maintenance agreement which is a set price per year and include all material, labor, and quarterly inspections.  The inspection report includes the pass/fail test of all equipment.  An asset tracking report that has life expectancy of equipment to make it easier for the site to budget of asset replacement of security equipment  Repair of any issues discovered during inspection Plug Smart creates custom maintenance agreements that are based on any of the above in order to meet the sites requirements. As an example, the client could choose option 1 and then add quarterly inspections. *Excludes acts-of-God and abuse. Prioritization Strategy Please describe how your company typically prioritizes projects when multiple requests are coming in at the same time. Plug Smart organizes inbound project requests by three different call types: Emergency, Priority, and Support. As requests come in, resources are allocated and assigned based on these call types and the contract status(es) of the client(s). Customers with existing contracts are given support priority. A basic prioritization table is provided below. Plug Smart dispatches technical support personnel and resources based on the table below: Priority Contract Customer? Call Type 1 Y Emergency 2 Y Priority 3 Y Support 4 N Emergency 5 N Priority 6 N Support 16.C.4.g Packet Pg. 1537 Attachment: Proposal Plug_Smart (8500 : Recommendation to Award RFP No. 18-7467, Low Voltage and Security Access) COLLIER COUNTY GOVERNMENT Proposal for SOLICITATION NO.: 18-7467 Page | 6 Demand Management Describe how your company typically manages project workloads when demand exceeds current staffing levels. Plug Smart has formed strong working relationships and partnerships with locally established industry organizations with whom we continuously share and utilize resources. These partnerships allow both organizations to utilize expertise and manpower for installations and support of any requested task at hand. Whether a planned project or unplanned event, Plug Smart has the ability to provide the necessary resources when demand exceeds current staffing levels. Technical Problem Solving Describe how your company typically handles the fulfillment of requests that exceed the technical expertise of existing staff. Our team of professionals hold and maintain the most advanced certifications in the security and access control industry, strengthened by our decades of experience. As a function of our internal training and certification plan, we have developed strong working relationships with various manufacturers to ensure our expertise and equipment knowledge is up-to-date. When relevant, we leverage our strong manufacturer and vendor network to brainstorm and solve client issues. Plug Smart maintains necessary licensure with pertinent suppliers to provide the option of additional phone support, remote login, and onsite visit to the Client. Continued Education Describe how your company stays current with the constantly evolving technology landscape. Plug Smart attends all relevant training, (re)certification workshops, seminars and trade shows, both regionally and nationally as innovation requires. Our team maintains test be in our facility that allows us to install, configure & test beta versions of hardware and software as well as unique configurations sometimes requested by our clients. Outreach Strategy Describe how your company keeps customers informed of new products and services that can meet their business needs. In order to keep our customers informed of new products and services, Plug Smart periodically distributes our technical bulletin via email. Our project development and account management staff also deliver in- person market updates as a part of our routine appointment agenda(s). Example Report Include with the Business Plan or as an attachment, a copy of a report as an example of work product. See a routine on-site system check form below. 16.C.4.g Packet Pg. 1538 Attachment: Proposal Plug_Smart (8500 : Recommendation to Award RFP No. 18-7467, Low Voltage and Security Access) COLLIER COUNTY GOVERNMENT Proposal for SOLICITATION NO.: 18-7467 Page | 7 Security Efficiency Provide a recommended plan to help the County lower its security operational costs. The first step in developing a recommendation plan to help the County lower its security operational costs would be performing an assessment of all the existing infrastructure and its utilization. We typically also survey the team of users and supervisors to understand the systems’ current effectiveness. Upon analysis thereof, Plug Smart will work with County personnel to develop a detailed Security Master Plan to systematically implement a strategy based on budget and priorities determined by the County. When the strategic plan is finalized, we will implement the solution accordingly. 16.C.4.g Packet Pg. 1539 Attachment: Proposal Plug_Smart (8500 : Recommendation to Award RFP No. 18-7467, Low Voltage and Security Access) COLLIER COUNTY GOVERNMENT Proposal for SOLICITATION NO.: 18-7467 Page | 8 Cost of Services 16.C.4.g Packet Pg. 1540 Attachment: Proposal Plug_Smart (8500 : Recommendation to Award RFP No. 18-7467, Low Voltage and Security Access) COLLIER COUNTY GOVERNMENT Proposal for SOLICITATION NO.: 18-7467 Page | 9 Cost of Services Sample Project Provide a sample project, including total cost and estimated calendar day duration (including projected hours) for which your firm would provide the work as described in this RFP. Below is a sample project schedule, drawings, elevations, and sample photos from the Century 21st implementation completed in 2016. The total project cost was $169,000. Sample Project Schedule: 140 Days Project schedule continued on next page. 16.C.4.g Packet Pg. 1541 Attachment: Proposal Plug_Smart (8500 : Recommendation to Award RFP No. 18-7467, Low Voltage and Security Access) COLLIER COUNTY GOVERNMENT Proposal for SOLICITATION NO.: 18-7467 Page | 10 16.C.4.g Packet Pg. 1542 Attachment: Proposal Plug_Smart (8500 : Recommendation to Award RFP No. 18-7467, Low Voltage and Security Access) COLLIER COUNTY GOVERNMENT Proposal for SOLICITATION NO.: 18-7467 Page | 11 CCTV Plan 16.C.4.g Packet Pg. 1543 Attachment: Proposal Plug_Smart (8500 : Recommendation to Award RFP No. 18-7467, Low Voltage and Security Access) COLLIER COUNTY GOVERNMENT Proposal for SOLICITATION NO.: 18-7467 Page | 12 Security and Access Plan 16.C.4.g Packet Pg. 1544 Attachment: Proposal Plug_Smart (8500 : Recommendation to Award RFP No. 18-7467, Low Voltage and Security Access) COLLIER COUNTY GOVERNMENT Proposal for SOLICITATION NO.: 18-7467 Page | 13 Data ID Drawing 16.C.4.g Packet Pg. 1545 Attachment: Proposal Plug_Smart (8500 : Recommendation to Award RFP No. 18-7467, Low Voltage and Security Access) COLLIER COUNTY GOVERNMENT Proposal for SOLICITATION NO.: 18-7467 Page | 14 Equipment Rack Drawing and Elevations Site Photos Wire Rack Finished Cubes 16.C.4.g Packet Pg. 1546 Attachment: Proposal Plug_Smart (8500 : Recommendation to Award RFP No. 18-7467, Low Voltage and Security Access) COLLIER COUNTY GOVERNMENT Proposal for SOLICITATION NO.: 18-7467 Page | 15 Fee Schedule Provide proposed fee schedule of principals and staff (including sub-vendors) See Solicitation Pricing Document attached separately. Pricing Catalog(s) Provide a copy of your most current catalog for Pelco and Code Blue Parts. All catalogs attached separately. 16.C.4.g Packet Pg. 1547 Attachment: Proposal Plug_Smart (8500 : Recommendation to Award RFP No. 18-7467, Low Voltage and Security Access) COLLIER COUNTY GOVERNMENT Proposal for SOLICITATION NO.: 18-7467 Page | 16 Experience and Capacity 16.C.4.g Packet Pg. 1548 Attachment: Proposal Plug_Smart (8500 : Recommendation to Award RFP No. 18-7467, Low Voltage and Security Access) COLLIER COUNTY GOVERNMENT Proposal for SOLICITATION NO.: 18-7467 Page | 17 Experience and Capacity Qualifications Provide information that documents your firm’s and subcontractors’ qualifications to produce the required deliverables, including abilities, capacity, skill, and financial strength, and number of years of experience in providing the required services. Plug Smart was founded in 2008 by industry veteran Rich Housh and is a design-build infrastructure improvement and controls automation general contractor. Plug Smart has more than 40 full and part-time employees and is a registered S Corp. Key market segments include (i) Government (Federal, State, and City/Municipalities), (ii) K-12 School Districts, (iii) Higher Education; (iv) Hospitals; (v) Large Commercial/Industrial. Since 2008, Plug Smart has worked with over 250 clients, acquiring over 400 signed contracts: over half of which were from clients operating in the public sector. Team Plug Smart has never litigated or defaulted on a performance bond in all of its years doing business. A partial list of Plug Smart's design-build services, energy engineering, project development, consulting, and project management services include: • Controls engineering services including designing, implementing, security and access controls (SAC), commissioning and retro-commissioning remote monitoring, DDC maintenance, and smart building systems. • Design-build project development and implementation including security and access controls, lighting systems, HVAC systems, roofing, windows, information technology, food services, control systems, motors, drives, precision clean rooms, compressed air systems, demand limiting, asphalt rehabilitation, masonry and concrete repair, flooring, electrical service and performance contracting services. • Facility and energy master planning services designed to document and quantify long-view infrastructure roadmaps. • On-site generation services including project development services, cogeneration, CHP, solar, power purchase agreements, feasibility studies, financial modeling, generation site planning and logistics, third party financing. • Building systems consulting services including energy audits and assessments, owner’s representative services, measurement and verification, green energy and energy efficiency training, and energy engineering design services. Plug Smart is a vendor neutral, design-build project developer that will provide Collier County with trusted, independent, and objective advice that is free from professional, financial or personal bias. As such: • Plug Smart does not have a financial or business interest in any manufacturer of security and access control system or technology that would be deployed on the client project. • Plug Smart does not have a financial or business interest with any electrical, mechanical, plumbing, architectural, engineering or other similar professional group that would play a role on the client project. • Plug Smart does not feel any business unit, distribution channel, parent company, or partnership pressure to push any one product, brand, or service at the expense of compromising the integrity of the client solution. 16.C.4.g Packet Pg. 1549 Attachment: Proposal Plug_Smart (8500 : Recommendation to Award RFP No. 18-7467, Low Voltage and Security Access) COLLIER COUNTY GOVERNMENT Proposal for SOLICITATION NO.: 18-7467 Page | 18 • Plug Smart will bring a network of national, regional, and local equipment/service providers that can be called upon to engage in a competitive bidding process to help ensure a diversity of solutions and financial value. • Plug Smart will provide a collaborative and transparent vendor selection process that will foster better communication, build project support, and leverage pre-existing client-vendor relationships. • Plug Smart represents many best-in-breed security and access control companies whose focus on technology neutrality and non-proprietary platforms is in alignment. Plug Smart also staffs technicians to service even more security and access control companies. • For commoditized trade work (e.g. conduit and wire etc.), we employ a pool of trusted subcontractors to perform that work including BNI (est. 1960, $90M company) and community electric Plug Smart is a strategically assembled group of industry professionals. Brief descriptions of the certifications that the team members hold are provided below: Security and Access Controls-specific training and certifications include: CompTIA A+, CompTIA Network+, Honeywell, Lutron, Leviton, Digital Watch Dog, Sony, Vivotek, Silent Knight, 2gig, Altronix, Blue Bolt, IC Realtime, APC, Aiphone, Luxul, URC, Matrix certified designer/installer, AutoCAD certified, Intro to Cisco Router Configuration, Project Management for the IT Professional, Advanced Project Management for the IT Professional, Lenel Systems International Reseller Authorized Training Master Certification, Novel Certified Network Administrator, ONSSI Certified, ACTi Certified, AMAG Global Certified, React (Emergency Notification) Certified, Sky Point Gold Certified, Kantech Certified, Exacq Vision Certified, Salient Certified, Casi Rusco Access Control Gold Level Certification, Northern Access Control Master Certification, DMP Certified, Radionics Certified, DSC Certified, Verint Certified, The Working Series (six different working enhancement series), Technical Writing Certification Professional Engineers (PE), licensed by the State government when they have met the legal requirements sufficient to be permitted to practice engineering. Licensure is a way to protect public health, safety, and welfare. Engineers who have earned the PE designation have at the least a Bachelor’s Degree in Engineering, they have passed both the Fundamentals of Engineering and Principles of Practice examinations given by the National Council of Examiners for Engineers and Surveyors and have four years of practical experience in the engineering field. State of Florida Certified Licenses,  State Licensed General Contractor  State Licensed Specialty Electrical Contractor  State Licensed Security Contractor  State Licensed Fire Contractor Certified Energy Managers (CEM), professionals who have distinguished themselves as leaders in the field of energy efficiency. These individuals have demonstrated high levels of experience, competence, and proficiency in the field of energy management. The CEM designation is recognized as the standard for qualifying energy professionals by the US Department of Energy (DOE), the Office of Federal Energy Management Programs (FEMP), the US Agency for International Development, numerous state energy offices and private corporations. 16.C.4.g Packet Pg. 1550 Attachment: Proposal Plug_Smart (8500 : Recommendation to Award RFP No. 18-7467, Low Voltage and Security Access) COLLIER COUNTY GOVERNMENT Proposal for SOLICITATION NO.: 18-7467 Page | 19 Certified Measurement & Verification Professionals (CMVP), the most qualified professionals in this growing area of the energy industry, and raising the overall professional standards within the measurement and verification field. The International Performance Measurement & Verification Protocol (IPMVP), first established by the U.S. D.O.E., has become the internationally recognized protocol for performance measurement and verification (M&V). The IPMVP guidelines, built with the help of organizations from 16 countries and hundreds of individual experts from 25 nations, provides a consistent, reliable approach to M&V around the world. Leadership in Energy & Environmental Design Accredited Professionals (LEED AP), leaders in the eld and active participants in the green building movement. With jobs specifying the need for green building expertise, a LEED credential shows a clear commitment to professional growth, while underscoring value to LEED project teams and sustainability-focused organizations. Certified Sustainable Development Professionals (CSDP), individuals who have demonstrated high levels of experience, competence, proficiency, and ethical fitness in the sustainable development and environmental practices. The CSDP is a professional with expertise in Developing & Implementing Sustainability Programs, Environmental Issues, Alternative Energy & Carbon Reduction, Sustainable Policy Programs, Energy Efficiency Technologies in Sustainable Buildings, Impact of Sustainable Development Policies, Renewable Energy, Sustainable Transportation, Water Conservation and Financial Assessments. AEE's Certified Business Energy Professionals (BEP), business/marketing and energy professionals who have demonstrated a high level of competence and ethical fitness for business/marketing and energy management related disciplines, as well as laws governing and affecting energy professionals. Other notable accomplishments include the following:  Honored and selected on the Inc. 500 fastest-growing company list for 2013, 2014 and 2015, comprised of businesses that have demonstrated innovation and growth across the entrepreneurial landscape of the United States. Plug Smart was most recently #368 on the US list and #10 in Ohio.  Plug Smart team members are recognized as industry experts and have spoken and presented at over ten industry conferences over the past five years.  Department of Energy Certified Energy Services Company (ESCO), uniquely qualifying Plug Smart to perform energy-savings performance contracting at any federal agency. 16.C.4.g Packet Pg. 1551 Attachment: Proposal Plug_Smart (8500 : Recommendation to Award RFP No. 18-7467, Low Voltage and Security Access) COLLIER COUNTY GOVERNMENT Proposal for SOLICITATION NO.: 18-7467 Page | 20 Team Experience Describe the various team members’ successful experience in working with one another on previous projects. The Plug Smart team is composed of a strategic blend of both highly experienced industry professionals and talented specialists. Plug Smart’s core management and project professionals have completed more than 1,000 projects together over the last ten years. More than half of our team members have greater than six years tenure at Plug Smart, including Rich Housh, Dave Zehala, and Colleen Lorms. In each of the projects outlined in our references (subsequent section), the same project team members outlined herein worked together to deliver successful projects and services. References The County requests that the vendor submits no fewer than three (3) and no more than ten (10) completed reference forms from clients (during which period of time, eg. 5 years) whose projects are of a similar nature to this solicitation as a part of their proposal. Provide information on the projects completed by the vendor that best represent projects of similar size, scope and complexity of this project using form provided in Attachment B – Form 8. Vendors may include two (2) additional pages for each project to illustrate aspects of the completed project that provides the information to assess the experience of the Proposer on relevant project work. Reference Forms Note: Reference Questionnaires are attached separately within the BidSync submission. References Security Upgrade Veterans’ Affairs Medical Center – Chillicothe, Ohio At the VA Medical Center, Plug Smart added an AMAG access and security system to the (28) buildings located throughout the VA campus, bringing the system together through the network system back to a central location with (5) NVR’s as data backup. The following equipment was either added to their existing buildings or an existing system was tied into the AMAG access control system:  (294) access exterior and interior doors had a reader installed at the doors that interfaced with government issued PIV badges. For lower security doors card readers were installed, higher security doors got key pad/card readers (IT closets and medicine closet) and the highest security pharmaceutical door areas received scramble pad/card readers.  (28) existing VISTA 20 panels with door monitoring devices were also tied into and monitored by the AMAG system. Plug Smart installed an Exacq Vision software head end for the new (267) network cameras. Some cameras were interior, some exterior, fixed cameras and pan and tilt cameras. We also brought into our new system the (263) existing cameras on the campus. 16.C.4.g Packet Pg. 1552 Attachment: Proposal Plug_Smart (8500 : Recommendation to Award RFP No. 18-7467, Low Voltage and Security Access) COLLIER COUNTY GOVERNMENT Proposal for SOLICITATION NO.: 18-7467 Page | 21 The AMAG software and the Exacq Vision software were also integrated to where if an attempt was made to enter at a door the nearby CCTV recording was linked to the alarm. Lastly, we installed a license plate recognition (LPR) system with (6) cameras, two at each of the (3) campus entrances. These cameras record the license plates of every vehicle entering and leaving the campus and checks these numbers against a national database or a special data base created by the facility Downtown Central Energy Plant, Energy Management Controls Naples Community Hospital – Naples, Florida The hospital had obsolete, proprietary, and inadequate controls installed on older central energy plant (CEP) equipment including chillers, primary pumps, secondary pumps, cooling towers, condenser water pumps, etc. All systems were outdated and inefficient. Plug Smart designed and built a complete upgrade to the CEP including a new 1,200-ton chiller, overhauled one of the existing chillers, relocated a new 3,000-ton cooling tower, and new condenser water pumps. All new BACnet energy management controls were engineered and installed, chilled water (BTU meters) were installed, and a complex and extremely efficient chilled water optimization sequence of operation was implemented. Air Handling Unit Replacement Project North Naples Hospital – Naples, Florida The air handling units (AHU) serving the operating rooms, sterile processing zones, and four other areas of the NCH North facilities were replaced on a design/build basis. All of the low voltage controls, including fire and security interfacing controls were obsolete and outdated, requiring a full “rip and replace”. Plug Smart and its engineering and construction partners designed, engineered and executed a complex implementation project which minimized down time in a 100% functioning hospital environment, including several sterile areas where all stringent Infection Control Risk Assessment (ICRA), and Joint Commission requirements were fully met during demolition and construction. All new low voltage systems were replaced with BACnet direct digital controls, including all fire, security, and life safety controls. Behavioral Health Unit and Oncology Unit Naples Community Hospital – Naples, Florida System design for the Behavioral Health Unit (BHU) consisted of strategically placed sensors and specially designed equipment to control the space temperature and humidity while meeting specific BHU standards in hospitals. Within this same project was the Oncology Department which consisted of specialized Positive Pressure Isolation Rooms to keep at-risk patients in a clean environment. All sensors, wiring, programming, graphics, documentation and processes were planned and executed to pass rigorous state and federal inspections. 16.C.4.g Packet Pg. 1553 Attachment: Proposal Plug_Smart (8500 : Recommendation to Award RFP No. 18-7467, Low Voltage and Security Access) COLLIER COUNTY GOVERNMENT Proposal for SOLICITATION NO.: 18-7467 Page | 22 Heart Catheterization Lab and Endoscopy Naples Community Hospital – Naples, Florida This project was carried out to renovate Catheterization Labs and Endoscopic Procedure rooms with state- of-the-art HVAC controls that were also integrated with door switches for room pressurization. Many systems like computer room air conditioning (CRAC) Units and Power Monitoring Units were integrated to the HVAC Controls allowing for direct alarming and system control. New air handlers were installed and controlled to limited set points allowing for expansion of the area at later dates. 16.C.4.g Packet Pg. 1554 Attachment: Proposal Plug_Smart (8500 : Recommendation to Award RFP No. 18-7467, Low Voltage and Security Access) COLLIER COUNTY GOVERNMENT Proposal for SOLICITATION NO.: 18-7467 Page | 23 Team Expertise 16.C.4.g Packet Pg. 1555 Attachment: Proposal Plug_Smart (8500 : Recommendation to Award RFP No. 18-7467, Low Voltage and Security Access) COLLIER COUNTY GOVERNMENT Proposal for SOLICITATION NO.: 18-7467 Page | 24 Team Expertise Project Team Description of the proposed contract team and the role to be played by each member of the team. Name Project Role Experience Education & Training Program Management Rich Housh, CEO Project Executive 35 years BS Education, Miami University HVAC Technology, University of Cincinnati Certified Energy Manager Axel Korn Program Manager 27 years C7 Low Voltage Contractor Certified Specialty Electrical Contractor Technical Staff Mathew Saenz Lead Systems Specialist 14 years AAS, Auto Tech, Henry Ford Mark Miller Systems Engineer 25 years AAS, Columbus State 20+ Industry-related certifications Sam Miller Systems Technician 25 years AAS Architecture, Columbus State AutoCAD Certified Shannon Ridgeway Systems Technician 23 years Systems Integration Specialist Yubany Grande Systems Technician Journeyman Electrician Support Staff Colleen Lorms Job Cost Manager 20 years Licensed Notary Dave Zehala, President QA/QC Manager 28 years BS Electrical Engineering, Ohio State MBA, the University of Texas at Austin Certified Energy Manager Team Resumes Attach brief resumes of all proposed project team members who will be involved in the management of the total package of services, as well as the delivery of specific services. Resumes provided below, starting on next page. Sub-vendor Resumes Attach resumes of any sub-vendors and attach letters of intent from stated sub-vendors must be included with proposal submission. Note: Because Plug Smart has chosen not to include any sub-vendors in our proposal, no sub-vendor resumes are applicable. 16.C.4.g Packet Pg. 1556 Attachment: Proposal Plug_Smart (8500 : Recommendation to Award RFP No. 18-7467, Low Voltage and Security Access) COLLIER COUNTY GOVERNMENT Proposal for SOLICITATION NO.: 18-7467 Page | 25 Mr. Richard Housh Chairman, Founder & Chief Executive Officer BS Education, Miami University HVAC Technology, University of Cincinnati Certified Energy Manager Experience: 35 years Mr. Housh is Plug Smart’s Chairman of the Board, CEO and co-founder. Mr. Housh has successfully started, managed and sold numerous businesses over the past 35 years. These businesses were engaged in energy services, environmental management, security software, and monitoring and control technology and services. In developing these enterprises, Mr. Housh utilized a potent combination of entrepreneurism, traditional management discipline and high impact national alliances and sales programs to achieve extraordinary results. In 2001, Mr. Housh sold Control Solutions, a company he founded and grew into a national $75 million in revenues business, to TAC/Schneider Electric, an $18 billion French company. Prior to selling Control Solutions to TAC/Schneider, in 1998 Mr. Housh sold fifty percent of the same business to DQE, Inc., an NYSE-listed energy utility. Between 1998 and 2001, Mr. Housh led, through the vehicle of Control Solutions, important elements of DQE’s national expansion in energy management and services. In 2001, Mr. Housh and his management team repurchased the fifty percent interest owned by DQE, thereafter further expanding and strengthening the business, culminating in the sale of Control Solutions to TAC/Schneider in 2001. A partial list of recent energy services clients include The Ohio State University, Hiram College, University of Cincinnati, University of Toledo, General Electric, Genoa Clay School District, Geneva Area City Schools, Howland Local Schools, Indian Valley Local Schools, Highland Local Schools, Nationwide Realty, North Olmsted City Schools, Carrollton Exempt Village School District, City of Toledo, Cincinnati Public Schools, Columbus Zoo, Great Oaks Career Center, Morton Salt, Crown Battery, and University Hospital. Mr. Housh’s energy services expertise includes, but is not limited to lighting systems/controls, building automation systems, geothermal systems, air/water cooled heat pumps, cogeneration systems, boiler systems, chilled water systems, energy auditing, energy policy, tax projects, project financing, renewable energy, air quality and ventilation, heat recovery concepts, and retro-commissioning. Mr. Housh is a Certified Energy Manager and serves on numerous business and non-profit boards, including the Conservancy of Southwest Florida, the Southwest Florida Land Preservation Trust and the Rails to Trails Conservancy. After attending the United States Naval Academy, Mr. Housh completed his B.S. in Education from the Miami University in Oxford, OH. 16.C.4.g Packet Pg. 1557 Attachment: Proposal Plug_Smart (8500 : Recommendation to Award RFP No. 18-7467, Low Voltage and Security Access) COLLIER COUNTY GOVERNMENT Proposal for SOLICITATION NO.: 18-7467 Page | 26 Mr. Axel Korn Program Manager Degree in Computer Science & CIS Experience: 28 years Mr. Korn is Plug Smart’s Senior Project Manager and the Plug Smart Florida Business Unit leader. He has founded, owned and operated Technology Infrastructure businesses in California & Florida for 26 years with extensive hands on experience in operations, project management incl. business development, budgeting, estimating & marketing. Mr. Korn was responsible for the overall leadership, growth and direction of the businesses in their fields. Amongst many industry certifications, Mr. Korn is Florida State Licensed Certified Specialty Electrical Contractor and also holds a C7 Low Voltage Contractors License in California. On the technical side, Mr. Korn has extensive hands on experience in designing & implementing IT Infrastructure (Hardware & Software) & Technology Solutions for commercial organizations. Solutions include comprehensive Data Center design & construction, Structured Cabling for Copper & Fiber, Integrated Automated & Control Solutions that include Security, Access Control, Lighting, Audio / Video, CCTV, etc. A partial list of clients includes the following; Quantum Design, Inc., Rockwell Intl’, Jet Propulsion Labs, Control Data Corp., Sierra Wireless, Caterpillar, Rady’s Children Hospital, San Diego Union Tribune, DR Systems, Edwards Airforce Base, Miramar NAS, Naval Amphibious Base, Coronado, Marine Corp Camp Pendleton, University of California San Diego, Salk Institute, Science Application Intl’ Corp., Cubic Corp., General Atomics, Invitrogen, Qualigen, Akamai, La Jolla Pharmaceuticals, Molecular Bio Systems, Century 21st Oncology, Naples Community Hospital. 16.C.4.g Packet Pg. 1558 Attachment: Proposal Plug_Smart (8500 : Recommendation to Award RFP No. 18-7467, Low Voltage and Security Access) COLLIER COUNTY GOVERNMENT Proposal for SOLICITATION NO.: 18-7467 Page | 27 Mr. Cody Callanan Project Manager Multiple Industry Certifications Experience: 9 Years Mr. Callanan is Plug Smart’s Project Manager and Engineer of Plug Smart Florida Business Unit. He has over 9 years’ experience in the building automation, systems integration and marketing/business development. Mr. Callanan has been involved in every step of building technology infrastructure and building automation. He is experienced in design and implementation of IT infrastructure and technology solutions for commercial environments. IT Infrastructure includes data center construction, structured cabling (copper and fiber), and building automation (Security, Access Control, Lighting, HVAC, CCTV Video, and Digital Signage) A partial list of clients includes the following; Quantum Design, Sierra Wireless, Historic Kinsella Library, Naples Church of Christ Century 21st Oncology, Naples Community Library, Nanpor Security Academy, Shoot Straight Gun Range, and Oklahoma Christian University. 16.C.4.g Packet Pg. 1559 Attachment: Proposal Plug_Smart (8500 : Recommendation to Award RFP No. 18-7467, Low Voltage and Security Access) COLLIER COUNTY GOVERNMENT Proposal for SOLICITATION NO.: 18-7467 Page | 28 Mr. Mathew Saenz Lead Systems Specialist AAS Automotive Technology, Henry Ford Experience: 12 years Mr. Saenz is one Plug Smart’s service specialists and brings more than 12 years of experience with control systems. Prior to his tenure at Plug Smart, Mr. Saenz was a Lead Technician for Executive Electronics since 2014. In that role, he oversaw service and installations of security and fire alarm systems, CCTV, and automation systems for a large variety of customers in the Naples and Ft. Myers area. In this role, he also assisted in the estimation for future work. Prior to 2014, Mr. Saenz worked for Tek Systems in a Security Systems Technician role since early 2013. In this role, he installed commercial and residential security systems, assisted clients and other technicians with service tickets and contract troubleshooting, and interfaced with the company’s asset management efforts. Mr. Saenz also has experience in IP video camera systems, general office operations, technical customer support, contracts, and materials procurement. 16.C.4.g Packet Pg. 1560 Attachment: Proposal Plug_Smart (8500 : Recommendation to Award RFP No. 18-7467, Low Voltage and Security Access) COLLIER COUNTY GOVERNMENT Proposal for SOLICITATION NO.: 18-7467 Page | 29 Mr. Mark Miller Systems Engineer Columbus State Community College Experience: 25 Years Mr. Miller has experience managing business unit and can vary based on the job from design and engineering, to sales support, to implementation, software upgrades, technical support, service support, IT support and full-service contract management. Mr. Miller’s project experience includes several projects in excess of $1,000,000 major automobile manufacturers including Honda of America, international airports, large manufacturers, and international corporations, and federal government facilities. Certifications: Intro to Cisco Router Configuration, Project Management for the IT Professional, Advanced Project Management for the IT Professional, Lenel Systems International Reseller Authorized Training Master Certification, Novel Certified Network Administrator, ONSSI Certified, ACTi Certified, AMAG Global Certified, React (Emergency Notification) Certified, Sky Point Gold Certified, Kantech Certified, Exacq Vision Certified, Salient Certified, Casi Rusco Access Control Gold Level Certification, Northern Access Control Master Certification, DMP Certified, Radionics Certified, DSC Certified, Verint Certified, The Working Series (six different working enhancement series), Managing Multiple Priorities Under Pressure, Technical Writing Certification Industry Associations: SDM, Government Video, System Contractor News, Lenel Users Group, PIMBOK, PSA Technical Committee Member 3 years running 16.C.4.g Packet Pg. 1561 Attachment: Proposal Plug_Smart (8500 : Recommendation to Award RFP No. 18-7467, Low Voltage and Security Access) COLLIER COUNTY GOVERNMENT Proposal for SOLICITATION NO.: 18-7467 Page | 30 Mr. Yubany Grande Systems Technician Journeyman Electrician Mr. Grande been an electrician for 6 years with Community Electric, Naples. Has completed his 4 years of education to become a journeyman electrician. Mr. Grande also has extensive experience installing & configuring security & access control along with CCTV and fire alarm. 16.C.4.g Packet Pg. 1562 Attachment: Proposal Plug_Smart (8500 : Recommendation to Award RFP No. 18-7467, Low Voltage and Security Access) COLLIER COUNTY GOVERNMENT Proposal for SOLICITATION NO.: 18-7467 Page | 31 Mr. Shannon Ridgeway Systems Technician Mr. Ridgeway is an experienced technology and product specialist and developer with a proven track record in support of pre and post sales environments. He has vast expertise in hardware and software solutions and the ability to develop and implement unique and creative solutions to fit client needs. Prior to joining Plug Smart, Mr. Ridgeway owned and operated a digital media company since 2014 where he developed custom solutions for each client’s needs. In other roles, Mr. Ridgeway has led corporate teams in product knowledge of both hardware and software and provided regional and national support for enterprise product troubleshooting. Mr. Ridgeway also has managed network reliability initiatives, attaining 99.9% uptimes and overseen database migrations and established action plans for continuity and reliability of hardware and software solutions. 16.C.4.g Packet Pg. 1563 Attachment: Proposal Plug_Smart (8500 : Recommendation to Award RFP No. 18-7467, Low Voltage and Security Access) COLLIER COUNTY GOVERNMENT Proposal for SOLICITATION NO.: 18-7467 Page | 32 Mr. Sam Miller Systems Technician AAS Architecture, Columbus State Community College Experience: 25 Years Mr. Miller’s security and access controls experience includes a design-build approach for such projects as the Matrix access control upgrade at Fort Lauderdale Hollywood International Airport, Mount Carmel East and Grove City Hospitals, and multi-million-dollar projects for the federal government. Mr. Miller’s Certifications include Matrix certified designer/installer, AutoCAD certified. Mr. Miller’s Industry Associations include SDM, Government Video, System Contractor News, PSA security design Education: Architecture AAS Columbus State Community College 16.C.4.g Packet Pg. 1564 Attachment: Proposal Plug_Smart (8500 : Recommendation to Award RFP No. 18-7467, Low Voltage and Security Access) COLLIER COUNTY GOVERNMENT Proposal for SOLICITATION NO.: 18-7467 Page | 33 Mr. David Zehala Quality Assurance and Control Manager BS Electrical Engineering, Ohio State MBA, University of Texas at Austin Certified Energy Manager Experience: 28 years Mr. Zehala is Plug Smart’s President and brings more than 26 years of general management, consulting, engineering, operations, and business development experience to this role. Most recently, Mr. Zehala managed a business portfolio of early stage startup companies that provided business consulting services for entrepreneurs and business professionals. Prior to 2004, Mr. Zehala served as Vice President of Sales and Marketing for Allegro Development, an energy management and technology company that helps corporations manage the production, purchase, transport, sale and consumption of natural gas, electric power, crude oil, natural gas liquids, refined products, and coal. In this role, Mr. Zehala was responsible for leading the company’s worldwide sales and marketing efforts including new business development, customer relationship management, marketing communications, and business alliances. Prior to 1999, Mr. Zehala served as a Manager with the Deloitte & Touche Consulting Group, one of the nation’s leading consulting firms for business strategy, operations, technology and process improvement. In this role, Mr. Zehala was responsible for helping electric utility companies and other clients implement mission-critical software applications allowing them to increase their operational efficiencies, improve their relationships with customers, and leverage information across the client’s supply chain. Prior to 1996, Mr. Zehala served as a Director of Strategic Accounts, for Schlumberger Technologies, a leading manufacturer of automatic test equipment (ATE) for the global semiconductor industry specializing in analog, digital, memory, mixed-signal and wireless semiconductor devices. In this role, Mr. Zehala was responsible for leading the worldwide sales and marketing efforts associated with Schlumberger’s most strategic accounts. A partial list of recent energy services clients includes The Ohio State University, Hiram College, University of Cincinnati, University of Toledo, General Electric, Nationwide Realty, North Olmsted City Schools, Carrollton Exempt Village School District, City of Toledo, North Canton Local Schools, Marlington Schools, London City Schools, Washington Local Schools, Archbold Schools, and Berne Union Schools. Mr. Zehala’s energy services expertise includes lighting systems/controls, building automation systems, geothermal systems, air/water cooled heat pumps, cogeneration systems, boiler systems, chilled water systems, energy auditing, energy policy, tax projects, project financing, renewable energy, air quality and ventilation, heat recovery concepts, and retro-commissioning. Mr. Zehala is a Certified Energy Manager and earned a Bachelor of Science Degree in Electrical Engineering from The Ohio State University, and a Masters in Business Administration from the University of Texas at Austin. 16.C.4.g Packet Pg. 1565 Attachment: Proposal Plug_Smart (8500 : Recommendation to Award RFP No. 18-7467, Low Voltage and Security Access) COLLIER COUNTY GOVERNMENT Proposal for SOLICITATION NO.: 18-7467 Page | 34 Ms. Colleen Lorms Project Administrator Fortis College/Hondros Career Center Computerease Certified, Notary Public. Experience: 19 years Mrs. Lorms is the grease that keeps all of Plug Smart running. She wears multiple hats and plays an important role in every job our company completes. Colleen handles AP, AR, payroll, invoicing, new hiring process, subcontract agreement review, PO/CO management, and overall keeps the wheels on the ship. Mrs. Lorms is a dedicated professional that quickly builds the relationships with our customers and subcontractors that are needed to have a smooth project. Mrs. Lorms enjoys working on such a variety of business tasks and helping solve customer problems. 16.C.4.g Packet Pg. 1566 Attachment: Proposal Plug_Smart (8500 : Recommendation to Award RFP No. 18-7467, Low Voltage and Security Access) Corporate Overview & Statement of Qualifications 16.C.4.g Packet Pg. 1567 Attachment: Proposal Plug_Smart (8500 : Recommendation to Award RFP No. 18-7467, Low Voltage and Security Access) About Us Established in 2008, Plug Smart is a professional design-build infrastructure improvement and controls automation general contractor headquartered in Columbus, Ohio. We have worked with hundreds of business clients in both the private and public sectors. Plug Smart is comprised of more than 4 full and part-time employees including professional engineers, LEED certified professionals, and certified energy managers among many other professional distinctions. Solutions and Services Energy Projects, Building Automation, Consulting Services, MEP Design Services, Commissioning Services, Security and Access Control Market Segments Government, Commercial, Industrial, K-12 Schools, Higher Education, Hospitals, and Multi Family Office Locations Ohio Columbus (Headquarters) Cincinnati Cleveland Dayton Naples, Florida Louisville, Kentucky Nashville, Tennessee 16.C.4.g Packet Pg. 1568 Attachment: Proposal Plug_Smart (8500 : Recommendation to Award RFP No. 18-7467, Low Voltage and Security Access) Plug Smart Headquarters Columbus, Ohio Corporate Leadership and Governance Board Members Rich Housh, Chairman Dave Zehala, President Benton Cook, Secretary Treasurer Dan Papay, Chief Operations Officer Lucas Dixon, Chief of Strategy Jay Nardone, Industry Executive and Outside Board Member Company Profile and Financial Strength Plug Smart is a 100% employee-owned company through an ESOP trust, backed by the Wilmington- Delaware Trust Company. First Financial Bank Banking Relationship RSM US LLP (RSM) Accountant and Financial Auditor Woodrow Baird, Alliant Insurance Services, Inc. Bonding Lynne Moore, Buren Insurance Group, Inc. Insurance Crowe Horwath Record Keeping and ESOP Compliance 16.C.4.g Packet Pg. 1569 Attachment: Proposal Plug_Smart (8500 : Recommendation to Award RFP No. 18-7467, Low Voltage and Security Access) www.plugsmart.com 4 Leadership Profile Rich Housh Chief Executive Officer Mr. Housh is Plug Smart’s Chairman of the Board, CEO and co-founder. Mr. Housh has successfully started, managed and sold numerous businesses over the past 35 years. These businesses were engaged in energy services, environmental management, security software, and monitoring and control technology and services. In developing these enterprises, Mr. Housh utilized a potent combination of entrepreneurship, traditional management discipline and high impact national alliances and sales programs to achieve extraordinary results. In 2001, Mr. Housh sold Control Solutions, a company he founded and grew into a national $75 million in revenues business, to TAC/Schneider Electric, an $18 billion French company. Prior to selling Control Solutions to TAC/Schneider, in 1998 Mr. Housh sold fifty percent of the same business to DQE, Inc., an NYSE- listed energy utility. Between 1998 and 2001, Mr. Housh led, through the vehicle of Control Solutions, important elements of DQE’s national expansion in energy management and services. In 2001, Mr. Housh and his management team repurchased the fifty percent interest owned by DQE, thereafter further expanding and strengthening the business, culminating in the sale of Control Solutions to TAC/Schneider in 2001. A partial list of clients includes The Ohio State University, University of Cincinnati, University of Toledo, General Electric, Fifth-Third Bank, Stow- Munroe Falls City Schools, Nationwide Realty, Highland Local Schools, North Olmsted City Schools, City of Toledo, Cincinnati Public Schools, Columbus Zoo, Crown Battery, and University Hospital, PNC headquarters in Columbus and Akron Ohio. Mr. Housh’s facilities services expertise includes, but is not limited to security and access control, life safety, fire systems, lighting systems/controls, building automation systems, geothermal systems, air/water cooled heat pumps, cogeneration systems, boiler systems, chilled water systems, energy auditing, energy policy, tax projects, project financing, renewable energy, air quality and ventilation, heat recovery concepts, and retro-commissioning. Mr. Housh is a Certified Energy Manager and serves on numerous business and non-profit boards, including the Conservancy of Southwest Florida, the Southwest Florida Land Preservation Trust and the Rails to Trails Conservancy. After attending the United States Naval Academy, Mr. Housh completed his B.S. in Education from the Miami University in Oxford, OH. Bachelor of Science, Education Miami University HVAC Technology University of Cincinnati Certified Energy Manager Association of Energy Engineers 40 Years’ Experience Project Snapshot Cascade Plaza HVAC Retrofit $4,500,000 16.C.4.g Packet Pg. 1570 Attachment: Proposal Plug_Smart (8500 : Recommendation to Award RFP No. 18-7467, Low Voltage and Security Access) www.plugsmart.com 5 Leadership Profile Dave Zehala President Mr. Zehala is Plug Smart’s President and brings more than 26 years of general management, consulting, engineering, operations, and business development experience to this role. Most recently, Mr. Zehala managed a business portfolio of early stage startup companies that provided business consulting services for entrepreneurs and business professionals. Prior to 2004, Mr. Zehala served as Vice President of Sales and Marketing for Allegro Development, an energy management and technology company that helps corporations manage the production, purchase, transport, sale and consumption of natural gas, electric power, crude oil, natural gas liquids, refined products, and coal. In this role, Mr. Zehala was responsible for leading the company’s worldwide sales and marketing efforts including new business development, customer relationship management, marketing communication, and business alliances. Prior to 1999, Mr. Zehala served as a Manager with the Deloitte & Touche Consulting Group, one of the nation’s leading consulting firms for business strategy, operations, technology and process improvement. In this role, Mr. Zehala was responsible for helping electric utility companies and other clients implement mission-critical software applications allowing them to increase their operational efficiencies, improve their relationships with customers, and leverage information across the client’s supply chain. Prior to 1996, Mr. Zehala served as a Director of Strategic Accounts, for Schlumberger Technologies, a leading manufacturer of automatic test equipment (ATE) for the global semiconductor industry specializing in analog, digital, memory, mixed-signal and wireless semiconductor devices. In this role, Mr. Zehala was responsible for leading the worldwide sales and marketing efforts associated with Schlumberger’s most strategic accounts. A partial list clients includes The Ohio State University, University of Cincinnati, University of Toledo, General Electric, Nationwide Realty, North Olmsted City Schools, City of Toledo, North Canton Local Schools, Marlington Schools, London City Schools, Washington Local Schools, Archbold Schools, Mr. Zehala’s expertise includes lighting systems/controls, building automation systems, geothermal systems, air/water cooled heat pumps, cogeneration systems, boiler systems, chilled water systems, energy auditing, security and access control, energy policy, tax projects, project financing, renewable energy, air quality and ventilation, heat recovery concepts, and commissioning. Mr. Zehala is a Certified Energy Manager and earned a Bachelor of Science Degree in Electrical Engineering from The Ohio State University, and a Master’s degree in Business Administration from the University of Texas at Austin. Bachelor of Science, Electrical Engineering Ohio State University Master of Business Administration University of Texas at Austin Certified Energy Manager Association of Energy Engineers 30 Years’ Experience 16.C.4.g Packet Pg. 1571 Attachment: Proposal Plug_Smart (8500 : Recommendation to Award RFP No. 18-7467, Low Voltage and Security Access) www.plugsmart.com 6 Leadership Profile Benton Cook Chief Financial Officer Mr. Cook has more than 30 years of experience in Finance and Accounting with companies in the construction and manufacturing industries within the environmental abatement, energy production, and HVAC/Controls sectors with heavy emphasis on project-based accounting. Before serving as the Chief Financial Officer at Plug Smart, Mr. Cook served as the Vice President of Finance and Controller of CECO 10-k since March 2014. and served as the Controller before that since 2008. Mr. Cook served as Interim Chief Financial Officer from September 2011 through September 2013. Mr. Cook joined CECO in 2004 as a Project Manager for a Sarbanes-Oxley Act of 2002 (“Sarbanes-Oxley”) implementation. From 2001 to 2004, Mr. Cook served as location Controller for TAC Americas, Inc. a subsidiary of TAC AB, Malmo, Sweden which was purchased in 2003 by Schneider Electric SA. Mr. Cook reported directly to the TAC Chief Financial Officer in Carrollton, Texas. From 1998 to 2001, Mr. Cook served as Corporate Controller for Control Solutions Ltd, LLC, a subsidiary of DQE Energy, Pittsburgh, PA, reporting directly to the Chief Financial Officer. From 1990 to 1998, Mr. Cook served as Corporate Controller for the privately held companies Rich Housh Services, Inc. and Control Solutions, Inc. in Lebanon, Ohio reporting directly to the Chief Executive officer and owner. Mr. Cook is a Certified Public Accountant. Bachelor of Science, Accounting Manchester College Member American Institute of Certified Public Accountants Member Ohio Society of Certified Public Accountants 30 Years’ Experience Project Snapshot 23rd Floor Boiler & Chiller Plant Replacement 16.C.4.g Packet Pg. 1572 Attachment: Proposal Plug_Smart (8500 : Recommendation to Award RFP No. 18-7467, Low Voltage and Security Access) www.plugsmart.com 7 Leadership Profile Dan Papay Chief Operations Officer Mr. Papay is a Professional Engineer with BSME, MSME, MBA (finance concentration) and over 25 years of solid, wide-ranging experience in design engineering, construction, contract negotiation and administration, facilities, financial, and personnel management. He has strong project management skills plus a proven ability to take projects from conception to completion on time and within budget. Before working at Plug Smart, Mr. Papay was the Associate Vice President for Facilities Management and Services at Wright State University. His responsibilities in that role included overseeing four functional areas including 18,000 students, totaling over 3 million square feet. Additionally, he oversaw the departments of Planning & Architecture, Engineering & Construction, the Physical Plant, Environmental Health and Safety, and approximately 180 employees. Also in that role, Mr. Papay maintained a six-year capital plan with projects in the various stages of planning, design, and construction typically totaling $50 - $100 million and had an annual Maintenance budget of over $15M. Notable projects he completed in that role included the new construction of a $37M Neuroscience Lab, new construction of $17M Classroom building and $25M Energy Performance Contract. Prior to his roles at Wright State University, Mr. Papay also worked in the private sector as a mechanical design engineer from 1990 to 1995 at Mussett, Nicholas Associates, Engineers and Architects and H.A. Williams in Indianapolis and Columbus respectively. In this role, he served large private and public sector clients including United Airlines, Indianapolis Public Schools and Indianapolis Newspapers Inc., with projects ranging in worth from $1 million to $50 million. Mr. Papay’s professional affiliations include American Society of Mechanical Engineers (over 25-year member), registered Professional Engineer (Ohio and Indiana), and LEED Accredited Professional since 2004. Bachelor of Science, Mechanical Engineering Virginia Tech Master of Science, Mechanical Engineering Wright State University Master of Business Administration, Wright State University Professional Engineer Ohio, Florida, Indiana and Michigan Associated Professional (LEED AP) U.S. Green Building Council’s Leadership in Energy and Environmental Design 28 Years’ Experience 16.C.4.g Packet Pg. 1573 Attachment: Proposal Plug_Smart (8500 : Recommendation to Award RFP No. 18-7467, Low Voltage and Security Access) www.plugsmart.com 8 Leadership Profile Lucas Dixon Chief of Strategy Mr. Dixon is an expert in energy efficiency and facility improvement project development and project management. Mr. Dixon has developed and completed projects across the Midwest and Southern United States. He has experience in HVAC systems, building automation systems, lighting systems, renewable generation systems, combined heat and power systems, and rebates/grant administration. Mr. Dixon currently spends half of his time coordinating Plug Smart’s engineering team and the other half working with customers to solve important facility problems. Mr. Dixon has helped grow Plug Smart from an early-stage, pre-revenue company to over $25 million in annual sales. Plug Smart has been recognized by INC 500 as one of the fastest growing privately held companies for three consecutive years. Columbus’ Fast 50 recognized Plug Smart as the 3rd fastest growing company in 2014. While a student at The Ohio State University, Mr. Dixon co-founded and was a student leader of the Ohio State University Solar Decathlon Team. The team of students designed and built a solar-powered home for the Department of Energy Sponsored Solar Decathlon Competition. Mr. Dixon was additionally honored as one of two selected speakers to open the event. Mr. Dixon’s speech followed Secretary of Energy Stephen Chu’s remarks. Mr. Dixon is a Certified Energy Manager (CEM) and is a Building Performance Institute (BPI) certified energy auditor. Mr. Dixon holds his B.A. in Political Science from The Ohio State University. Project Snapshot Lighting, Building Automation, HVAC and Security Access Retrofit $7,000,000 Bachelor of Arts, Political Science Ohio State University Certified Energy Manager Association of Energy Engineers Certified Energy Auditor Buildings Performance Institute 9 Years’ Experience 16.C.4.g Packet Pg. 1574 Attachment: Proposal Plug_Smart (8500 : Recommendation to Award RFP No. 18-7467, Low Voltage and Security Access) www.plugsmart.com 9 Leadership Profile Jay Nardone Executive Board Member Mr. Nardone has 38 years’ experience in the Buildings Controls industry focused on sales, installation and services of integrated building management systems. He has delivered systems and solutions for energy management, access control, security, CCTV & DVR, DDC, HVAC, fire alarm and industrial/process control. Mr. Nardone has also completed turnarounds on multiple large projects and in a dozen or more businesses. He has managed regional business units, responsible for $200M P&L, and growing a Global Services division to $400M in five years from $150M. Before assuming his role of Executive Board Membership at Plug Smart, Mr. Nardone was a Board Member at Evolve Controls starting in 2014, a high-end wireless room control solutions company for the hotel industry. That company also developed software solutions that interfaced to OEM hardware solutions. In his role there, Mr. Nardone provided guidance and mentoring to the CEO and other board members. Prior to his role at Evolve Controls, Mr. Nardone was a board member at KGS Buildings, an advanced analytic platform software company selected by Schneider as a technology partner in 2011. Between the years 1999 and 2017, Mr. Nardone also assumed several roles within the Schneider Electric Corporation (formerly TAC/Control Solutions). Those roles included Vice President Critical Business Recovery from 2015 to 2017 where he assumed direct control of large complex projects and/or countries. Over those two years, he managed a €30M project in Perth, Australia, an €8M project in Mexico and turned around the Norway business unit Between 2011 and 2015, Mr. Nardone served as Schneider’s Vice President Global Field Services where he built a global services team to develop advanced service offers like Building Analytics, remote and digital services, as well as globally consistent offers and delivery of traditional services. In that time, he grew the global service revenue from $120M to $450M while maintaining direct involvement with Schneider G12 country business development and business review. Additional roles between 1999 and 2011 included Country VP: Australia & New Zealand (2009 – 2011), Regional Vice President: Central US Region (2007 – 2009), Branch Manager: Dallas TX (2005 – 2007) , National Operations Manager (2002 – 2005), and Control Solutions New England (1999 – 2002) during the acquisition by Schneider Electric. Prior to 1999, Mr. Nardone held many operations-related roles within Johnson Controls including Director Operations: New England (1991 – 1999), Sr. Project Management: New England, and Systems Engineer: New England (1984-1986) Bachelor of Science, Business and Finance Lesley University 38 Years’ Experience 16.C.4.g Packet Pg. 1575 Attachment: Proposal Plug_Smart (8500 : Recommendation to Award RFP No. 18-7467, Low Voltage and Security Access) 1040 Collier Center Way, Suite 12 Naples, Florida 34110  Phone/Fax +1 (800) 518-5576  Email energysavings@plugsmart.com For more information, please visit www.plugsmart.com 16.C.4.g Packet Pg. 1576 Attachment: Proposal Plug_Smart (8500 : Recommendation to Award RFP No. 18-7467, Low Voltage and Security Access) 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 4/1/2019 (614) 942-1226 (614) 942-1226 10677 Juice Technologies, Inc dba Plug Smart 350 E 1st Ave Columbus, OH 43201 A 1,000,000 X ENP 0247224 6/13/2018 6/13/2019 500,000 Ohio Stop Gap/10,000 Employers Liab 1,000,000 2,000,000 2,000,000 1,000,000A X ENP 0247224 6/13/2018 6/13/2019 10,000,000A X ENP 0247224 6/13/2018 6/13/2019 10,000,000 0 Collier County Board of County Commissioners is an additional insured under the commercial general liability and automobile liability policies for any and all work performed on behalf of Collier County on a primary and noncontributory basis if and to the extent required by written contract. Collier County Board of County Commissioners 3295 Tamiami Trail E Naples, FL 34112 PLUGSMA-01 LMOORE INSocial Risk Advisors 283 South State Street Suite 102 Westerville, OH 43081 service@insocialra.com Cincinnati Insurance Company X X X X X X X X X 16.C.4.h Packet Pg. 1577 Attachment: 18-7467 JuiceTechnologies_dba_PlugSmart_Insurance_4-1-19 (8500 : Recommendation to Award RFP No. 18-7467, Low Voltage 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 3/29/2019 Alliant Insurance Services,Inc. 40 Stanford Drive,2nd Flr Farmington CT 06032 Brenda DiBattisto 860-269-2157 860-284-0003 bdibattisto@alliant.com Berkley Assurance Company 39462 JUICTEC-02 Juice Technologies Inc.dba Plug Smart 350 East 1st Ave.,Suite 210 Columbus OH 43201 1618762197 A Contractor's Pollution Professional Liability Protective Indemnity PCXB-5002014-0417 4/15/2017 4/15/2019 $2,000,000 Ea Claim $2,000,000 Ea Claim $2,000,000 Ea Claim $2,000,000 Aggr $2,000,000 Aggr $2,000,000 Aggr ADDITIONAL COVERAGE LIMITS: Technology Professional Liability:$2,000,000 Each Claim/$2,000,000 Aggregate:Retroactive Date 1-15-2015 Biological Pollution Liability:$2,000,000 Each Claim /$2,000,000 Aggregate Cyber Liability:$1,000,000 Each Claim /$1,000,000 Aggregate Media &Personal Injury Liability:$2,000,000 Each Claim /$2,000,000 Aggregate Mitigation:$500,000 Each Claim /$500,000 Aggregate Site Pollution Liability for Insured Property:$1,000,000 Each Claim /$1,000,000 Aggregate Collier County Board of Commissioners is included as additional insured as required by written contract. Collier County Board of County Commissioners 3295 Tamiami Trail E Naples FL 34112 16.C.4.h Packet Pg. 1578 Attachment: 18-7467 JuiceTechnologies_dba_PlugSmart_Insurance_4-1-19 (8500 : Recommendation to Award RFP No. 18-7467, Low Voltage CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 03/29/19 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). PRODUCER Aon Risk Services, Inc of Florida 1001 Brickell Bay Drive, Suite #1100 Miami, FL 33131-4937 CONTACT NAME:Aon Risk Services, Inc of Florida PHONE (A/C, No, Ext):800-743-8130 FAX (A/C, No):800-522-7514 EMAIL ADDRESS:ADP.COI.Center@Aon.com INSURER(S) AFFORDING COVERAGE NAIC # INSURER A : Illinois National Insurance Co 23817 INSURED ADP TotalSource CO XXI, Inc. 10200 Sunset Drive Miami, FL 33173 ALTERNATE EMPLOYER Juice Technologies, Inc. DBA Plug Smart 350E. 1st Avenue Suite 210 Columbus, OH 43201 INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: 2273432 REVISION NUMBER: 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. LIMITS SHOWN ARE AS REQUESTED. INSR LTR TYPE OF INSURANCE ADDL INSR SUBR WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY)LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ CLAIMS-MADE OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence)$ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ POLICY PROJECT LOC PRODUCTS - COMP/OP AGG $ OTHER $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT (Ea accident) $ ANY AUTO BODILY INJURY (Per person) $ OWNED AUTOS ONLY SCHEDULED AUTOS BODILY INJURY (Per accident)$ HIRED AUTOS ONLY NON-OWNED AUTOS ONLY PROPERTY DAMAGE (Per accident) $ $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DEC RETENTION $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N N / A WC 047014231 FL 07/01/18 07/01/19 X PER STATUTE OTH- ER E.L. EACH ACCIDENT $ 2,000,000 E.L. DISEASE - EA EMPLOYEE $ 2,000,000 E.L. DISEASE - POLICY LIMIT $ 2,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) All worksite employees working for JUICE TECHNOLOGIES, INC. DBA PLUG SMART, paid under ADP TOTALSOURCE, INC.'s payroll, are covered under the above stated policy. JUICE TECHNOLOGIES, INC. DBA PLUG SMART is an alternate employer under this policy. CERTIFICATE HOLDER CANCELLATION Collier County Board of County Commissioners 3295 Tamiami Trail E. Naples, FL 34112 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD 16.C.4.h Packet Pg. 1579 Attachment: 18-7467 JuiceTechnologies_dba_PlugSmart_Insurance_4-1-19 (8500 : Recommendation to Award RFP No. 18-7467, Low Voltage