Loading...
Agenda 09/10/2019 Item #16C2 (RFQ #19-7527 w/Technical Management Assoc)09/10/2019 EXECUTIVE SUMMARY Recommendation to approve three Agreements for Request for Qualification (“RFQ”) # 19-7527, “Electrical Contractors with Public Utilities Specialization,” to: Technical Management Associates, Inc., Simmonds Electrical of Naples, Inc., and Hart’s Electrical, Inc., and authorize the Chairman to execute the Agreements with the awarded contractors. OBJECTIVE: To qualify a pool of vendors with a Public Utilities specialization to perform electrical services in a fair and competitive manner in accordance with the Procurement Ordinance. CONSIDERATIONS: Collier County Public Utilities is responsible for maintaining the electrical services for the four regional and two sub-regional plants, as well as hundreds of wells and pump stations throughout Collier County. To maintain the integrity and continuous operations of those facilities, staff solicited to qualify a pool of vendors to perform electrical services specialized to industrial electronic installations and repair services. On December 28, 2018, the Procurement Services Division released RFQ # 19-7527 to 6,224 vendors for Electrical Contractors with Public Utilities Specialization. Interested contractors downloaded seventy- eight (78) proposal packages, and the County received three (3) pr oposals by the February 7, 2019 deadline. Staff is recommending to award to all three (3) firms to create a pool of qualified contractors. Urgent work will be awarded based on a rotation of the qualified contractors, which will require telephone or email acknowledgement of the request within one hour. Contractors must provide a quote within 24 hours of the visit and a schedule to complete the required repairs. The County may require the contractor to secure the damaged work area via a temporary repair. Non-urgent work will be awarded to the contractor providing the lowest quote to perform the work. Respondents: Company Name City County State Rank Responsive/Responsible Technical Management Associates, Inc. Ft. Myers Lee FL 1 Y/Y Simmonds Electrical of Naples Inc. Naples Collier FL 2 Y/Y Hart’s Electrical Inc. Naples Collier FL 3 Y/Y FISCAL IMPACT: The base annual amount of the contract is estimated to be $500,000 plus any additional and unanticipated services. These services will be used by th e Water, Wastewater and Engineering & Project Management Divisions. Individual orders are to be consistent with current budget allocations. GROWTH MANAGEMENT IMPACT: There is no Growth Management impact associated with this Executive Summary. LEGAL CONSIDERATIONS: This item is approved as to form and legality, and requires majority vote for Board approval. - SRT RECOMMENDATION: To approve three Agreements for Request for Qualification # 19 -7527, “Electrical Contractors with Public Utilities Specializa tion,” to: Technical Management Associates, Inc., Simmonds Electrical of Naples, Inc., and Hart’s Electrical, Inc., and authorize the Chairman to sign the attached agreements. 16.C.2 Packet Pg. 1092 09/10/2019 Prepared By: Sue Jim Zimmerman, Contract Administration Specialist, Public Utilities Department ATTACHMENT(S) 1. 19-7527 Solicitation Revised (PDF) 2. [Linked] 19-7527 TMA_Response_to_RFQ (PDF) 3. 19-7527 NORA (PDF) 4. 19-7527 Hart's Electrical_VendorSigned (PDF) 5. 19-7527 Hart's Electrical_Insurance (PDF) 6. 19-7527 Simmond Electric_VendorSigned (PDF) 7. 19-7527 Simmonds Electric_Insurance (PDF) 8. 19-7527 Technical Management_VendorSigned (PDF) 9. 19-7527 Technical Management_Insurance (PDF) 16.C.2 Packet Pg. 1093 09/10/2019 COLLIER COUNTY Board of County Commissioners Item Number: 16.C.2 Doc ID: 9696 Item Summary: Recommendation to approve three (3) Agreements for Request for Qualification (RFQ) #19-7527, “Electrical Contractors with Public Utilities Specialization,” to: Technical Management Associates, Inc., Simmonds Electrical of Naples, Inc., and Hart’s Electrical, Inc., and authoriz e the Chairman to execute the Agreements with the awarded contractors. Meeting Date: 09/10/2019 Prepared by: Title: Planner – Public Utilities Operations Support Name: Sue Zimmerman 08/12/2019 1:12 PM Submitted by: Title: Division Director - Operations Support – Public Utilities Operations Support Name: Joseph Bellone 08/12/2019 1:12 PM Approved By: Review: Water Steve Messner Additional Reviewer Completed 08/12/2019 1:15 PM Public Utilities Operations Support Joseph Bellone Additional Reviewer Completed 08/12/2019 1:22 PM Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 08/12/2019 2:20 PM Water Pamela Libby Additional Reviewer Completed 08/12/2019 2:47 PM Board of County Commissioners Jim Flanagan Additional Reviewer Completed 08/13/2019 10:31 AM Procurement Services Sandra Herrera Additional Reviewer Completed 08/14/2019 10:07 AM Wastewater Sue Zimmerman Additional Reviewer Skipped 08/14/2019 10:59 AM Procurement Services Ted Coyman Additional Reviewer Completed 08/16/2019 5:18 PM Corporate Business Operations Swainson Hall Additional Reviewer Completed 08/16/2019 9:58 PM Public Utilities Department Sarah Hamilton Level 1 Division Reviewer Completed 08/19/2019 11:38 PM Grants Erica Robinson Level 2 Grants Review Completed 08/20/2019 7:50 AM Public Utilities Department George Yilmaz Level 2 Division Administrator Review Completed 08/20/2019 12:23 PM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 08/20/2019 2:16 PM Grants Carrie Kurutz Additional Reviewer Completed 08/21/2019 1:15 PM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 08/21/2019 2:45 PM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 08/21/2019 4:44 PM 16.C.2 Packet Pg. 1094 09/10/2019 Grants Therese Stanley Additional Reviewer Completed 08/30/2019 10:49 AM County Manager's Office Leo E. Ochs Level 4 County Manager Review Completed 08/30/2019 11:32 AM Board of County Commissioners MaryJo Brock Meeting Pending 09/10/2019 9:00 AM 16.C.2 Packet Pg. 1095 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS REQUEST FOR QUALIFICATION (RFQ) FOR ELECTRICAL CONTRACTORS WITH PUBLIC UTILITIES SPECIALIZATION SOLICITATION NO.: 19-7527 KRISTOFER LOPEZ, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8944 Kristofer.lopez@colliercountyfl.gov (Email) This solicitation document is prepared in a Microsoft Word format (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.2.a Packet Pg. 1096 Attachment: 19-7527 Solicitation Revised (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public Utilities SOLICITATION PUBLIC NOTICE REQUEST FOR QUALIFICATION (RFQ) NUMBER: 19-7527 PROJECT TITLE: Electrical Contractors with Public Utilities Specialization LOCATION: PROCUREMENT SERVICES DIVISION, CONFERENCE ROOM A, 3295 TAMIAMI TRAIL EAST, BLDG C-2, NAPLES, FLORIDA 34112 RFQ OPENING DAY/DATE/TIME: February 7, 2019 @ 3:00 PM 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 Collier County Public Utilities Division (hereinafter, the “Division) the Collier County Board of County Commissioners Procurement Services Division (hereinafter, “County”) has issued this Request for Qualification (hereinafter, “RFQ”) 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. Historically, Public Utilities Division have spent approximately $500,000; however, this may not be indicative of future buying patterns. BACKGROUND Collier County Public Utilities is responsible for maintaining the electrical infrastructure of various Water, Wastewater and IQ facilities, including but not limited to, plants, booster stations, well fields, master pump and lift stations throughout Collier County. In order to maintain the integrity and continuous operations of these facilities, the County intends to qualify a pool of vendors to perform new electrical installations and repair services, both planned and urgent, including the provision of labor, material, and equipment to perform those services. TERM OF CONTRACT The contract term, if awards are made, is intended to be for three (3) years with two (2) one-year renewals. The intent of this solicitation is to qualify between three (3) and five (5) vendors to complete various electrical projects in the County. All planned projects will be quoted to the qualified vendors using lump sum pricing. All qualified vendors must provide quotes within no less than seven (7) and no more than ten (10) business days as dictated by project manager for non-urgent work requests. The County Manager, or designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred eighty (180) days. The County Manager, or designee, shall give the Contractor written notice of the County's intention to extend the Agreement term not less than ten (10) days prior to the end of the Agreement term then in effect. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. DETAILED SCOPE OF WORK The intent of this solicitation is to qualify a pool of vendors for the installation and repair of electrical systems for County owned and operated facilities to minimize operational down time and for facilities to be maintained in top operating condition. Qualified vendors will provide installation services, routine repair services, and urgent repairs for the types of electrical systems identified on County properties, including but not limited to Water and Wastewater plants, booster stations, IQ facilities, wellfields, pump stations and operations facilities. 16.C.2.a Packet Pg. 1097 Attachment: 19-7527 Solicitation Revised (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public Utilities Collier County is requesting proposals from vendors capable of furnishing all labor, materials, tools, equipment, and supervision for the installation and repair of electrical facilities on County properties as noted. The County is interested in working with vendors who are responsive to their requests for quotes and complete work in a timely manner. Work will be ordered as follows: New Work – awarded based on lowest quote solicited from all qualified vendors in the awarded pool. The procedure to be followed will be determined by the value of the project. The procedure for projects with a value of $50,000 (or current County bidding threshold) or less is outlined below: 1. Summary of Work to be provided to one (1) of the Electrical Contractors selected on a basis that ensures a relatively even distribution of work. Completion time and the collection of liquidated damages may be specified in the Quotation. 2. Electrical Contractor shall respond with the information and/or proposal sought within seven (7) business days, or as specified in the Summary of Work. 3. Issuance by Owner of a numbered Work Order/Purchase Order. (The Work Order number is the same as the Purchase Order number.) Procedures for projects with a value of $50,000 to $200,000 are as follows: 1. Quotations shall be solicited from all of the Electrical Contractors selected. Completion time and the collection of liquidated damages may be specified in the Quotation. 2. Electrical Contractor shall respond with the information and/or proposal sought within ten (10) business days, or as specified in the Request for Quotation. Issuance by Owner of a numbered Work Order/Purchase Order. Procedures for projects with a value of $200,000 to $750,000 are as follows: 1. Quotations shall be solicited from all of the Electrical Contractors selected. Completion time and the collection of liquidated damages may be specified in the Quotation. Payment and Performance Bonds will be required and shall be provided within ten (10) business days after notification of award. 2. Contractor shall respond with the information and/or proposal sought within ten (10) business days, or as specified in the Request for Quotation. 3. Issuance by Owner of a numbered Work Order/Purchase Order.; Board of County Commissioners approval is required. Urgent Work – awarded based on a rotation of the qualified vendors. Requires telephone or email acknowledgement of the request within one hour. Vendor must provide a quote within 24 hours of the visit and also provide a schedule to complete required repairs. County may require the vendor to secure damaged work area via a temporary repair. The Public Utilities Division is seeking the services of three (3) or more electrical contractors licensed in the State of Florida, to provide complete electrical contracting services and urgent repair services. The selected Electrical Contractors will be responsible for providing complete electrical contracting services for a wide range of projects as may be required by the Department or Divisions. The selected firms shall be responsible for knowledge of and compliance with all relative local, state and federal building codes and regulations. Urgent work will be completed on a rotating schedule for each category with one (1) Contractor designated for a one (1) week period. Each selected Contractor shall supply all County departments utilizing this contract with a minimum of two (2) twenty-four (24) hour urgent contact phone numbers. Urgent work shall be defined as any work that is not scheduled. All Contractors must participate in the urgent work rotation, which will be equally divided among the Contractors awarded a contract as a result of this RFQ. The annual schedule will be developed at a meeting of all selected Electrical Contractors at the beginning of the contract and annually thereafter. The Procurement Division will manage and maintain rotation schedules such that three (3) months of future assignments are accessible to all contractors. Urgent calls for assistance must be responded to within thirty (30) minutes, with crews’ onsite within two (2) hours to begin repairs. Should a Contractor fail to respond to an urgent call and fail to obtain urgent coverage by another Contractor under this contract, this Contract may be subject to termination. 16.C.2.a Packet Pg. 1098 Attachment: 19-7527 Solicitation Revised (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public Utilities Selected Contractors shall provide the County with a one (1) year warranty for all work performed. This warranty will not go into effect until the project has been substantially completed and accepted. The County reserves the right to supply all necessary parts for selected projects and repairs. Negotiated prices shall be based on County maintained unit prices, but are subject to market and site conditions, quantity, and other considerations. The vendor shall comply with the following General Requirements and Division specific requirements, including but not limited to: A. General Requirements 1. Regular service shall be made available between the hours of 7:00 a.m. to 5:00 p.m., Monday through Friday, excluding County recognized holidays. All other hours shall be considered overtime and charged at the appropriate rate of time and one half. Work completed on County recognized holidays, Saturday and Sunday shall also be considered at the overtime rate of time and one half. 2. The Vendor will be required to do urgent repairs at times other than normal working hours. The Vendor shall be available on a twenty-four (24) hour basis, three hundred sixty-five (365) days per year for such urgent work, including before and during States of Emergencies. 3. The Vendor shall supply the County with a minimum of two (2) urgent on-call telephone numbers and the same (or different telephone number) for routine repairs/new installation. 4. Employees: The Vendor shall employ at least one (1) state licensed electrician with at least four (4) years proven electrical knowledge, skills and experience in the industrial and commercial field; and adequate numbers of helpers to provide additional services. 5. Licenses: The Vendor, at time of bid submittal, shall possess, and maintain throughout the term of the contract period and any renewal periods, the correct occupational licenses, all professional licenses or other authorizations necessary to carry out and perform the work required by the project pursuant to all applicable Federal, State and Local Laws, Statute, Ordinances, and rules and regulations of any kind. The vendor shall be licensed to operate within Collier County. 6. New Work: The vendor shall provide written "not to exceed" estimates on all projects that are not deemed to be emergencies and on-call repairs. This estimate shall include the estimated number of hours, hourly rate, number and types of employees required, estimated material cost and number of calendar days required for project completion. Vendor shall respond to requests for estimates for non-urgent work within as outlined above. It shall be the vendor's responsibility to ensure they have all information to prepare accurate estimates. 7. Quote Process: The vendor agrees to provide written quotes to the Divisions. Further, the vendor shall not charge the Divisions for the cost of the quote, meetings pertaining to the quotes, or on-site visits to obtain the quotes. Quotes are to be fully burdened with all labor, equipment and materials included. Quotes shall be provided to the Divisions’ contact in the following timeframe: a. Division Urgent Orders: The vendor shall provide the quote within one (1) hour. Vendor(s) who do not provide written quotes within one (1) business hour shall be declared as having provided a “no-bid” response to the County. b. Division Typical Order: The vendor shall provide written quotes within seven (7) business days from the County’s request. Vendor(s) who do not provide written quotes within seven (7) business days shall be declared as having provided a “no-bid” response to the County. c. Division Project Work: The vendor shall provide written quotes within ten (10) business days from the County’s request. Vendor(s) who do not provide written quotes within ten (10) business days shall be declared as having provided a “no bid” response to the County. The County will issue a purchase order (or blanket purchase order) and it shall be considered as a "Notice to Proceed". No work for a specific job shall begin until the Contractor is in receipt of an approved purchase order. 8. Acceptance of Quote by County: Once the County has accepted the vendor’s quote, the vendor shall be notified. The vendor shall commence the work within the following timeframe: a. Division Urgent Work: within one (1) hour; unless specifically directed by the County contact. b. Division Typical Work: within three (3) business days; unless specifically directed by the County contact. c. Division Project Work: within ten (10) business days or at the discretion by the County contact. 9. Safety: Vendor and subcontractors shall comply with all Occupational Safety and Health Administration (OSHA), National Electric Code (NEC), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Vendors and subcontractors shall be responsible for the safety 16.C.2.a Packet Pg. 1099 Attachment: 19-7527 Solicitation Revised (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public Utilities of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. 10. Traffic Control: Vendor shall provide traffic control for work along roadways and shall comply with the requirements of Collier County’s Maintenance of Traffic Policy (copies are available through the Risk Management or Procurement Divisions). 11. Background Checks: Vendors and their subcontractors must have background checks if they will have physical access to any Collier County locations, facilities, documents or other information related to security and/or public safety, or at the discretion of the County, at the vendor’s expense. Contract employees with negative background check results may be denied all access to the site, may be restricted to specified geographic areas and/or at certain times of the day and must always be personally escorted by a County or Contract employee that is not subject to any such restrictions. 12. Employee Identification: The vendor shall ensure that all employees have Collier County Government identification badges prior to the start of work, and that, those identification badges are worn at all times while performing services on County facilities. Any vendor’s staff or subcontractors observed on site without authorized identification badge will be removed immediately from the job at no expense to be billed to the county. The vendor whose member has been removed from site will have negative comments place in the annual review and placed on file with the county regarding this noncompliance. 13. Equipment: Vendor shall own, and have in good repair, or have the ability to rent all equipment necessary to perform the described services in particular and the equipment necessary to complete related tasks. If heavy equipment (i.e., crane, bucket truck, etc.) is needed, the user Division must be notified, in advance, for approval. The vendor shall have occasions where they must have, or rent, bucket trucks that extend from fifteen (15) to one hundred twenty-five (125) feet. Vendors must list any equipment that they do not have, or have access to, to meet the fifteen (15) to one hundred twenty-five (125) feet requirement. 14. Parts: Parts purchased for on-call electrical repairs/new installations shall be reimbursed at cost plus applicable mark-up. The vendor shall provide documentation with their invoice, of the cost for parts and supplies (i.e., invoices) for all individual items with a price of nine hundred and ninety-nine dollars and ninety-nine cents ($999.99) or more. Vendor must also order, receive repair parts in a timely and effective manner. Electrical parts manufacturers that are commonly used by the County include: Seco Electronics, Action Pak/Action Instrument, Allen Bradley, SSAC Digi Set Time Delays, Square D, PS Syracuse, Diversified, Potter Brumfield, Russell Stoll, Magnetek, AGM and ACME. This is just a representative list and does not list all parts manufacturers within the County facilities. 15. Protection of Property: The Vendor shall make necessary repairs in such a manner that does not damage property. In the event damage occurs to property by reason of any repairs or installations performed under this Contract, the Vendor shall replace or repair the same at no cost to the County. If damage caused by the Vendor needs repair or replacement by the County, the cost of such work shall be deducted from the monies due the Vendor. 16. Clean-Up: The Vendors shall be responsible for removing all debris from the site and cleaning affected areas. Vendor shall keep the premises free of debris and unusable materials resulting from their work and as work progresses, or upon request by the County's representative, shall remove such debris and materials from the property. The Vendor shall leave all affected areas as they were prior to beginning work (i.e. backfill trenches and replace sod.) 17. Warranty/Guarantee: Parts, replacement parts and fixtures shall be new and warranted for one-hundred and twenty (120) days. All labor for repairs shall have a one-hundred and twenty (120) day warranty. 18. Unsatisfactory Work: In the event the work performance of the Vendor is unsatisfactory, the Vendor will be notified by the County and be given seven (7) calendar days to correct the work. There will be no cost to the County for re-work or previously performed service by Vendor. 19. Invoices: The Vendor shall produce invoices that contain the following details regarding the services performed: • Purchase order number, • Location of service and any Division reference number for the service, • By position: Identify position, number of work hours performed on site, labor rate and total cost, • Materials furnished: Description of each part used, vendor’s cost of part, mark-up (either as a percentage or dollar) and total cost (the County may request the vendor’s invoice from their supplier for any material used on the completion of a project), 16.C.2.a Packet Pg. 1100 Attachment: 19-7527 Solicitation Revised (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public Utilities • Equipment: Description of each piece of equipment used, vendor’s cost of equipment and total cost (the County may request the vendor’s invoice from their supplier for any equipment rented on the completion of a project), • Subcontractors: Description of service provided, number of hours, hourly rate per trade, vendor’s mark-up and total cost, • If applicable, any deductions or discounts, and • Total cost to be paid by the County. B. Water/Wastewater Specific Requirements The Water/Wastewater Divisions require a variety of electrical services at locations across the County. For work at the County's Water and Wastewater Divisions, on-call or new installation, the Vendor must be knowledgeable in industrial electronic repair, as a majority of this work requires working with 4160 VAC and below, including, but not limited to splicing of submersible motors, troubleshooting and rewiring high service motors, thermal overloads with the associated Variable Frequency Drives (VFDs), chemical feed pumps fed by 4-20 MA, and assorted breakers and starters made by GE and Siemens (600V-90 Amp). 1. Responses to on-call repair and urgent work will be based on the following priority system: 1. Priority 1 (Urgent) - The Division will call for an urgent repair, which shall be followed up by a confirming email to the Vendor by Public Utilities staff. The Vendor shall call the requesting Public Utilities Division confirming receipt as soon as it is received. The Vendor shall be on-site and effecting repairs in one (1) hour or less. 2. Priority 2 (Urgent) - The Division will call for a repair, which shall be followed up by a confirming email to the Vendor from Public Utilities staff. The Vendor shall call the requesting Division confirming receipt as soon as it is received. The Vendor shall be on-site and repairs begun within three (3) hours of the initial call being placed. 3. Priority 3 (Urgent) - The Division will call for a repair, which shall be followed up by a confirming email to the Vendor by the Public Utilities staff. The Vendor shall call or email the requesting Division confirming receipt of the email within one (1) hour and on-site repairs begun within twenty-four (24) hours of the initial repair call. This is for repairs that do not require immediate need. 4. Priority 4 (Urgent) - The Division will call the Vendor for repair, which shall be followed up by a confirming email to the Vendor. The Vendor shall call or email the requesting Division confirming receipt of the within one (1) hour and on-site repairs begun within seven (7) calendar days of the initial repair call. This is for repairs that do not require immediate attention. 2. The following rate schedule is for Time and Material quotes for Urgent work and is subject to be negotiated prior to contract award. Please input an rate for each position, if required all overtime and holiday pay will be 1.5 times the approved rate: Item Hourly rate % mark up on parts Journeyman Electrician Hourly Rate Apprentice Electrician Hourly Rate Electricians Helper Hourly Rate General Laborer Hourly Rate Ditch Witch Equipment Hourly Rate Industrial size forklift (to unload up to 150KW generator) with tires designed for rough terrain Hourly Rate Forklift Operator Hourly Rate Crane (with 120 foot reach) Hourly Rate Crane Operator Hourly Rate Bucket Truck (with 40 foot reach) Hourly Rate Bucket Truck (with 60 foot reach) Hourly Rate Bucket Truck (with 80 foot reach) Hourly Rate Bucket Truck Operator Hourly Rate 16.C.2.a Packet Pg. 1101 Attachment: 19-7527 Solicitation Revised (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public Utilities Sample Only Public Utilities Electrical Service Request Date Issued:_________________________________ Request # __________________________________ Facility Name:________________________________ Contact Person: ______________________________ Phone #:____________________________________ EMAIL: ______________________________________ Issued To (Vendor)_________________________________________________________________________ Phone #:____________________________________ EMAIL: ____________________________________ Priority: Circle One - 1 2 3 4 1. Priority Definitions: Priority 1 - Urgent, Vendor response within 1 hour of work request receipt. 2. Priority 2 - Vendor repair response within 24 hours of work request receipt. 3. Priority 3 - Vendor repair response within 72 hours of work request receipt. 4. Priority 4 - Vendor repair response within 7 calendar days of work request receipt. Problem__________________________________________________________________________________ Further, the County requires awarded vendor to: 1. Abide by all County safety standards (i.e. MOT). 2. Coordinate utility locate services, as required, prior to the start of any replacement or new installation of electrical materials. 3. Typically, maintenance and repair services will be completed during normal business hours; however, the County may request services during off-hours, as deemed necessary by the County Representative and/or designee. Normal business hours are considered Monday through Friday between 7:00 AM and 5:00 PM. After hours are considered before 7:00 AM and after 5:00 PM on weekdays and at any time on Saturday, Sunday or County Observed Holiday. An after-hours rate will be allowed for off- hours services. 4. Abide by any and all County standards, codes and/or ordinances relating to electrical services. 5. Work with the County project manager for requirements on obtaining and closing any required permit. 6. Provide invoices (billing) that identifies the County’s purchase order and the supplier’s quote number; invoices (billing documents) must match how the quote was documented for labor and material costs associated with the project. 7. Provide for “re-work” service: in the event that the County’s project manager declares the work has been performed to an unsatisfactory condition, the vendor will return to the project site within seven (7) business days to correct the repair, replacement or new installation to the satisfaction of the County for no additional cost. 8. All goods are FOB destination and must be suitably packed and prepared to secure the lowest transportation rates and to comply with all carrier regulations. Risk of loss of any goods sold hereunder shall transfer to the COUNTY at the time and place of delivery; provided that risk of loss prior to actual receipt of the goods by the COUNTY nonetheless remain with VENDOR. REQUEST FOR QUALIFICATION (RFQ) 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 recommend multiple firms to establish a library for 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. A contract will be developed with the selected firms, based on their Each confirming email will be sent to the vendor with a priority attached. If a priority is not, the Vendor is responsible for obtaining a priority so that the work can be classified properly. A sample copy of the work request is attached below. 16.C.2.a Packet Pg. 1102 Attachment: 19-7527 Solicitation Revised (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public Utilities qualifications 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 Qualification 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 qualifications, discussion, and clarifying questions, and recommend multiple firms in a library for quoting services. GRADING CRITERIA FOR DEVELOPMENT OF SHORTLIST: 1.1 For the development of a shortlist, this evaluation criterion will be utilized by the COUNTY’S Selection Committee to score each proposal. Proposers are encouraged to keep their submittals concise and to include a minimum of marketing materials. Proposals must address the following criteria: Evaluation Criteria Maximum Points 1. Cover Letter / Management Summary 5 Points 2. Certified Minority Business Enterprise 5 Points 3. Firms Qualifications and Licenses 30 Points 4. Experience and Capacity of the Firm 35 Points 5. Cost of Services to the County 25 Points TOTAL POSSIBLE POINTS 100 Points Tie Breaker: In the event of a tie at final ranking, award shall be made to the proposer with the lower volume of work previously awarded. Volume of work shall be calculated based upon total dollars paid to the proposer in the twenty-four (24) months prior to the RFP submittal deadline. Payment information will be retrieved from the County’s financial system of record. The tie breaking procedure is only applied in the final ranking step of the selection process and is invoked by the Procurement Services Division Director or designee. In the event a tie still exists, selection will be determined based on random selection by the Procurement Services Director before at least three (3) witnesses. ---------------------------------------------------------------------------------------------------------------------------------------------------------- Each criterion and methodology for scoring is further described below. EVALUATION CRITERIA NO. 1: COVER LETTER/MANAGEMENT SUMMARY (5 Total Points Available) Provide a cover letter, signed by an authorized officer of the firm, indicating the underlying philosophy of the firm in providing the services stated herein. Include the name(s), telephone number(s) and email(s) of the authorized contact person(s) concerning proposal. Submission of a signed Proposal is Vendor's certification that the Vendor will accept any awards as a result of this IFQ. EVALUATION CRITERIA NO. 2: CERTIFIED MINORITY BUSINESS ENTERPRISE (5 Total Points Available) Submit certification with the Florida Department of Management Service, Office of Supplier Diversity as a Certified Minority Business Enterprise. EVALUATION CRITERIA NO. 3: FIRM’S QUALIFICATIONS AND LICENSES (20 Total Points Available) In this tab, include but not limited to: • Provide a copy of any of the Firm’s licenses (i.e. general or building contractor, electrical contractor, electrician, etc.) that are most relevant to completing this scope of work. EVALUATION CRITERIA NO. 4: EXPERIENCE AND CAPACITY OF THE FIRM (35 Total Points Available) In this tab, include but not limited to: • Abilities, capacity, skill, and financial strength of the firm. • Inventory strength: Identify the dollar value and number of SKU’s of inventory on the commercial site in the surrounding Collier County area. • Size (expressed in square feet) of warehouse and/or yard storage. • Number of years of experience in providing similar services in electrical repair and installation specific to utility facilities. • Number of fulltime staff members employed by the company. • Provide information on the number of “call-back” service requests from customers for repairs, replacement and new installation (for each 100 customers serviced, how many call-back service calls occur?) The County requests that the vendor submits no fewer than three (3) and no more than ten (10) completed reference forms 16.C.2.a Packet Pg. 1103 Attachment: 19-7527 Solicitation Revised (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public Utilities from clients within the last five (5) years whose projects are of a similar nature to this solicitation as a part of their proposal. Provide information on the projects completed by the vendor that best represent projects of similar size, scope and complexity of this project using 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. Vendor should submit the reference forms with their proposal. EVALUATION CRITERIA NO. 5: Cost of Services to the County (25 Total Points Available) In this tab, include but not limited to: • Complete the two attached scenarios (5a and 5b) for the cost evaluation and award purposes only. • Actual pricing will be obtained through the quoting process. *Pricing is for evaluation purposes only* 5a Repair: Scenario 1 Damage to underground wiring Scope of work: Pump out 5 manholes. Remove 500 ft of damaged wiring: 4 runs of #3 XHHW and 1 run of #4 XHHW. Install 4 new 500 ft runs of #3 XHHW and 1 500 ft run of #4 XHHW. With no splices in any wiring. Run through existing conduits and handholes. Terminate and dress in disconnects and MCC’s dress and rack in manholes. Test wiring with Megohmmeter. Verify proper operation of equipment with county representative after work is complete. *All pricing includes labor, materials, and removal and disposal of damaged sections *All work to be performed during normal working hours Monday through Friday. *All work must comply with NFPA70E Item Description Unit Price 1 PUMP OUT MANHOLES AND VERIFY SAFE FOR WORK Lump Sum 1 REMOVE AND REPLACE WITH 4 500 FT #3 XHHW AND 1#4 XHHW. THROUGH EXISTING CONDUIT AND HANDHOLES Lump Sum 1 TEST WIRING WITH MEGOHMETER AND CONFIRM PROPER OPERATION. Lump Sum Total Price 5b Repair: Scenario 2: Damage to above ground wiring for Wastewater Treatment Plant traveling filter bridge. Supply and install 4 new, 4 conductor #10 Flat Festoon Cable UV rated for power. Supply and install 4 new, 8 conductor #14 Flat Festoon Cable UV rated for control. Supply and install 4 new, 12 conductor #14 Flat Festoon Cable UV rated for control. Install 4 interlock switches to tie in control power for all 4 filter bridges. Relocate and supply 2 limit switches for control travel. Inspect and rework strand cable and trolleys for cable. Verify proper operation of equipment with county representative after work is complete. *All pricing includes labor, materials, and removal and disposal of damaged sections *All work to be performed during normal working hours Monday through Friday. *All work must comply with NFPA70E Item Description Unit Price 1 REMOVE DAMAGED EQUIPMENT AND CABLING Lump Sum 1 REWORK STRAND CABLE AND TROLLEYS. INSTALL NEW Lump Sum 16.C.2.a Packet Pg. 1104 Attachment: 19-7527 Solicitation Revised (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public Utilities CABLING 1 TIE IN ALL 4 FILTER BRIDGES WITH ELECTRICAL INTERLOCKS Lump Sum 1 TEST AND VERIFY OPERATION OF EQUIPMENT INCLUDING POWER CONTROLS, LIMIT SWITCHES AND INTERLOCKS. Lump Sum Total Price 16.C.2.a Packet Pg. 1105 Attachment: 19-7527 Solicitation Revised (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public Utilities 16.C.2.c Packet Pg. 1106 Attachment: 19-7527 NORA (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public Utilities Specialization) 16.C.2.dPacket Pg. 1107Attachment: 19-7527 Hart's Electrical_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public Utilities 16.C.2.dPacket Pg. 1108Attachment: 19-7527 Hart's Electrical_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public Utilities 16.C.2.dPacket Pg. 1109Attachment: 19-7527 Hart's Electrical_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public Utilities 16.C.2.dPacket Pg. 1110Attachment: 19-7527 Hart's Electrical_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public Utilities 16.C.2.dPacket Pg. 1111Attachment: 19-7527 Hart's Electrical_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public Utilities 16.C.2.dPacket Pg. 1112Attachment: 19-7527 Hart's Electrical_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public Utilities 16.C.2.dPacket Pg. 1113Attachment: 19-7527 Hart's Electrical_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public Utilities 16.C.2.dPacket Pg. 1114Attachment: 19-7527 Hart's Electrical_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public Utilities 16.C.2.dPacket Pg. 1115Attachment: 19-7527 Hart's Electrical_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public Utilities 16.C.2.dPacket Pg. 1116Attachment: 19-7527 Hart's Electrical_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public Utilities 16.C.2.dPacket Pg. 1117Attachment: 19-7527 Hart's Electrical_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public Utilities 16.C.2.dPacket Pg. 1118Attachment: 19-7527 Hart's Electrical_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public Utilities 16.C.2.dPacket Pg. 1119Attachment: 19-7527 Hart's Electrical_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public Utilities 16.C.2.dPacket Pg. 1120Attachment: 19-7527 Hart's Electrical_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public Utilities 16.C.2.dPacket Pg. 1121Attachment: 19-7527 Hart's Electrical_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public Utilities 16.C.2.dPacket Pg. 1122Attachment: 19-7527 Hart's Electrical_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public Utilities 16.C.2.dPacket Pg. 1123Attachment: 19-7527 Hart's Electrical_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public Utilities 16.C.2.dPacket Pg. 1124Attachment: 19-7527 Hart's Electrical_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public Utilities 16.C.2.dPacket Pg. 1125Attachment: 19-7527 Hart's Electrical_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public Utilities 16.C.2.dPacket Pg. 1126Attachment: 19-7527 Hart's Electrical_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public Utilities 16.C.2.dPacket Pg. 1127Attachment: 19-7527 Hart's Electrical_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public Utilities 16.C.2.dPacket Pg. 1128Attachment: 19-7527 Hart's Electrical_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public Utilities 16.C.2.dPacket Pg. 1129Attachment: 19-7527 Hart's Electrical_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public Utilities 16.C.2.dPacket Pg. 1130Attachment: 19-7527 Hart's Electrical_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public Utilities 16.C.2.dPacket Pg. 1131Attachment: 19-7527 Hart's Electrical_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public Utilities 16.C.2.dPacket Pg. 1132Attachment: 19-7527 Hart's Electrical_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public Utilities 16.C.2.dPacket Pg. 1133Attachment: 19-7527 Hart's Electrical_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public Utilities 16.C.2.dPacket Pg. 1134Attachment: 19-7527 Hart's Electrical_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public Utilities 16.C.2.dPacket Pg. 1135Attachment: 19-7527 Hart's Electrical_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public Utilities 16.C.2.dPacket Pg. 1136Attachment: 19-7527 Hart's Electrical_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public Utilities 16.C.2.dPacket Pg. 1137Attachment: 19-7527 Hart's Electrical_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public Utilities 16.C.2.dPacket Pg. 1138Attachment: 19-7527 Hart's Electrical_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public Utilities 16.C.2.dPacket Pg. 1139Attachment: 19-7527 Hart's Electrical_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public Utilities 16.C.2.dPacket Pg. 1140Attachment: 19-7527 Hart's Electrical_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public Utilities 16.C.2.dPacket Pg. 1141Attachment: 19-7527 Hart's Electrical_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public Utilities 16.C.2.dPacket Pg. 1142Attachment: 19-7527 Hart's Electrical_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public Utilities 16.C.2.dPacket Pg. 1143Attachment: 19-7527 Hart's Electrical_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public Utilities 16.C.2.dPacket Pg. 1144Attachment: 19-7527 Hart's Electrical_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public Utilities 16.C.2.dPacket Pg. 1145Attachment: 19-7527 Hart's Electrical_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public Utilities 16.C.2.dPacket Pg. 1146Attachment: 19-7527 Hart's Electrical_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public Utilities 16.C.2.dPacket Pg. 1147Attachment: 19-7527 Hart's Electrical_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public Utilities 16.C.2.dPacket Pg. 1148Attachment: 19-7527 Hart's Electrical_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public Utilities 16.C.2.dPacket Pg. 1149Attachment: 19-7527 Hart's Electrical_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public Utilities 16.C.2.dPacket Pg. 1150Attachment: 19-7527 Hart's Electrical_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public Utilities 16.C.2.dPacket Pg. 1151Attachment: 19-7527 Hart's Electrical_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public Utilities 16.C.2.dPacket Pg. 1152Attachment: 19-7527 Hart's Electrical_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public Utilities 16.C.2.dPacket Pg. 1153Attachment: 19-7527 Hart's Electrical_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public Utilities 16.C.2.dPacket Pg. 1154Attachment: 19-7527 Hart's Electrical_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public Utilities 16.C.2.dPacket Pg. 1155Attachment: 19-7527 Hart's Electrical_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public Utilities 16.C.2.dPacket Pg. 1156Attachment: 19-7527 Hart's Electrical_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public Utilities 16.C.2.e Packet Pg. 1157 Attachment: 19-7527 Hart's Electrical_Insurance (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public Utilities 16.C.2.e Packet Pg. 1158 Attachment: 19-7527 Hart's Electrical_Insurance (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public Utilities 16.C.2.e Packet Pg. 1159 Attachment: 19-7527 Hart's Electrical_Insurance (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public Utilities 16.C.2.fPacket Pg. 1160Attachment: 19-7527 Simmond Electric_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.fPacket Pg. 1161Attachment: 19-7527 Simmond Electric_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.fPacket Pg. 1162Attachment: 19-7527 Simmond Electric_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.fPacket Pg. 1163Attachment: 19-7527 Simmond Electric_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.fPacket Pg. 1164Attachment: 19-7527 Simmond Electric_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.fPacket Pg. 1165Attachment: 19-7527 Simmond Electric_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.fPacket Pg. 1166Attachment: 19-7527 Simmond Electric_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.fPacket Pg. 1167Attachment: 19-7527 Simmond Electric_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.fPacket Pg. 1168Attachment: 19-7527 Simmond Electric_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.fPacket Pg. 1169Attachment: 19-7527 Simmond Electric_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.fPacket Pg. 1170Attachment: 19-7527 Simmond Electric_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.fPacket Pg. 1171Attachment: 19-7527 Simmond Electric_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.fPacket Pg. 1172Attachment: 19-7527 Simmond Electric_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.fPacket Pg. 1173Attachment: 19-7527 Simmond Electric_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.fPacket Pg. 1174Attachment: 19-7527 Simmond Electric_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.fPacket Pg. 1175Attachment: 19-7527 Simmond Electric_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.fPacket Pg. 1176Attachment: 19-7527 Simmond Electric_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.fPacket Pg. 1177Attachment: 19-7527 Simmond Electric_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.fPacket Pg. 1178Attachment: 19-7527 Simmond Electric_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.fPacket Pg. 1179Attachment: 19-7527 Simmond Electric_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.fPacket Pg. 1180Attachment: 19-7527 Simmond Electric_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.fPacket Pg. 1181Attachment: 19-7527 Simmond Electric_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.fPacket Pg. 1182Attachment: 19-7527 Simmond Electric_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.fPacket Pg. 1183Attachment: 19-7527 Simmond Electric_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.fPacket Pg. 1184Attachment: 19-7527 Simmond Electric_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.fPacket Pg. 1185Attachment: 19-7527 Simmond Electric_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.fPacket Pg. 1186Attachment: 19-7527 Simmond Electric_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.fPacket Pg. 1187Attachment: 19-7527 Simmond Electric_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.fPacket Pg. 1188Attachment: 19-7527 Simmond Electric_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.fPacket Pg. 1189Attachment: 19-7527 Simmond Electric_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.fPacket Pg. 1190Attachment: 19-7527 Simmond Electric_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.fPacket Pg. 1191Attachment: 19-7527 Simmond Electric_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.fPacket Pg. 1192Attachment: 19-7527 Simmond Electric_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.fPacket Pg. 1193Attachment: 19-7527 Simmond Electric_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.fPacket Pg. 1194Attachment: 19-7527 Simmond Electric_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.fPacket Pg. 1195Attachment: 19-7527 Simmond Electric_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.fPacket Pg. 1196Attachment: 19-7527 Simmond Electric_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.fPacket Pg. 1197Attachment: 19-7527 Simmond Electric_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.fPacket Pg. 1198Attachment: 19-7527 Simmond Electric_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.fPacket Pg. 1199Attachment: 19-7527 Simmond Electric_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.fPacket Pg. 1200Attachment: 19-7527 Simmond Electric_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.fPacket Pg. 1201Attachment: 19-7527 Simmond Electric_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.fPacket Pg. 1202Attachment: 19-7527 Simmond Electric_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.fPacket Pg. 1203Attachment: 19-7527 Simmond Electric_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.fPacket Pg. 1204Attachment: 19-7527 Simmond Electric_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.fPacket Pg. 1205Attachment: 19-7527 Simmond Electric_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.fPacket Pg. 1206Attachment: 19-7527 Simmond Electric_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.fPacket Pg. 1207Attachment: 19-7527 Simmond Electric_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.fPacket Pg. 1208Attachment: 19-7527 Simmond Electric_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.fPacket Pg. 1209Attachment: 19-7527 Simmond Electric_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public INSR ADDL SUBR LTR INSR WVD DATE (MM/DD/YYYY) 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) GENERAL LIABILITY AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATION AND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) AUTHORIZED REPRESENTATIVE INSURER(S) AFFORDING COVERAGE NAIC # Y / N N / A (Mandatory in NH) ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? EACH OCCURRENCE $ DAMAGE TO RENTEDCOMMERCIAL GENERAL LIABILITY $PREMISES (Ea occurrence) CLAIMS-MADE OCCUR MED EXP (Any one person)$ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ GEN'L AGGREGATE LIMIT APPLIES PER:PRODUCTS - COMP/OP AGG $ $PRO-POLICY LOCJECT COMBINED SINGLE LIMIT $(Ea accident) BODILY INJURY (Per person)$ANY AUTO ALL OWNED SCHEDULED BODILY INJURY (Per accident)$AUTOS AUTOS HIRED AUTOS NON-OWNED PROPERTY DAMAGE $AUTOS (Per accident) $ OCCUR EACH OCCURRENCE $ CLAIMS-MADE AGGREGATE $ DED RETENTION $$ WC STATU-OTH- TORY LIMITS ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ If yes, describe under E.L. DISEASE - POLICY LIMIT $DESCRIPTION OF OPERATIONS below 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 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 © 1988-2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORDACORD 25 (2010/05) ACORDTM CERTIFICATE OF LIABILITY INSURANCE National Trust Insurance Company FCCI Insurance Company 6/18/2019 Gulfshore Insurance - SWFL 4100 Goodlette Road N Naples, FL 34103 239 261-3646 Lu Wallace 239 261-3646 239 213-2803 lwallace@gulfshoreinsurance.com Simmonds Electrical of Naples, Inc. 8981 Quality Rd Unit 1 Bonita Springs, FL 34135-7000 A X X X PD Ded:500 X X X GL00138517 06/30/2019 06/30/2020 1,000,000 1,000,000 10,000 1,000,000 2,000,000 2,000,000 A X X X X CA10000257503 06/30/2019 06/30/2020 1,000,000 A X X X 10000 UMB10001477003 06/30/2019 06/30/2020 2,000,000 2,000,000 B N X 001WC19A68718 06/30/2019 06/30/2020 X 1,000,000 1,000,000 1,000,000 Project # 19-7527 Electrical Contractors with public utility specialization For any and all work performed on behalf of Collier County. Collier County Board of County Commissioners is included as Additional Insured with respects to General Liability only as required by written contract with ongoing and completed operations per form CGL084 1013 (See Attached Descriptions) Collier County Board of County Commissioners 3295 Tamiami Trail East Naples, FL 34112 1 of 2 #S1438289/M1438239 SIMEL1Client#: 68749 LHW16 1 of 2 #S1438289/M1438239 16.C.2.g Packet Pg. 1210 Attachment: 19-7527 Simmonds Electric_Insurance (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public Utilities SAGITTA 25.3 (2010/05) DESCRIPTIONS (Continued from Page 1) on a primary non-contributory basis and Waiver of Subrogation per form CGL088 1013. Additional Insured in regards to Auto Liability only as required by written contract er form CAU003FL 0115. Waiver of Subrogation in regards to Workers Compensation only as required by written contract per form WC000313 0484. Umbrella follows form. 2 of 2 #S1438289/M1438239 16.C.2.g Packet Pg. 1211 Attachment: 19-7527 Simmonds Electric_Insurance (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public Utilities 16.C.2.hPacket Pg. 1212Attachment: 19-7527 Technical Management_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.hPacket Pg. 1213Attachment: 19-7527 Technical Management_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.hPacket Pg. 1214Attachment: 19-7527 Technical Management_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.hPacket Pg. 1215Attachment: 19-7527 Technical Management_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.hPacket Pg. 1216Attachment: 19-7527 Technical Management_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.hPacket Pg. 1217Attachment: 19-7527 Technical Management_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.hPacket Pg. 1218Attachment: 19-7527 Technical Management_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.hPacket Pg. 1219Attachment: 19-7527 Technical Management_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.hPacket Pg. 1220Attachment: 19-7527 Technical Management_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.hPacket Pg. 1221Attachment: 19-7527 Technical Management_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.hPacket Pg. 1222Attachment: 19-7527 Technical Management_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.hPacket Pg. 1223Attachment: 19-7527 Technical Management_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.hPacket Pg. 1224Attachment: 19-7527 Technical Management_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.hPacket Pg. 1225Attachment: 19-7527 Technical Management_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.hPacket Pg. 1226Attachment: 19-7527 Technical Management_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.hPacket Pg. 1227Attachment: 19-7527 Technical Management_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.hPacket Pg. 1228Attachment: 19-7527 Technical Management_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.hPacket Pg. 1229Attachment: 19-7527 Technical Management_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.hPacket Pg. 1230Attachment: 19-7527 Technical Management_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.hPacket Pg. 1231Attachment: 19-7527 Technical Management_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.hPacket Pg. 1232Attachment: 19-7527 Technical Management_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.hPacket Pg. 1233Attachment: 19-7527 Technical Management_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.hPacket Pg. 1234Attachment: 19-7527 Technical Management_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.hPacket Pg. 1235Attachment: 19-7527 Technical Management_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.hPacket Pg. 1236Attachment: 19-7527 Technical Management_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.hPacket Pg. 1237Attachment: 19-7527 Technical Management_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.hPacket Pg. 1238Attachment: 19-7527 Technical Management_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.hPacket Pg. 1239Attachment: 19-7527 Technical Management_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.hPacket Pg. 1240Attachment: 19-7527 Technical Management_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.hPacket Pg. 1241Attachment: 19-7527 Technical Management_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.hPacket Pg. 1242Attachment: 19-7527 Technical Management_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.hPacket Pg. 1243Attachment: 19-7527 Technical Management_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.hPacket Pg. 1244Attachment: 19-7527 Technical Management_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.hPacket Pg. 1245Attachment: 19-7527 Technical Management_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.hPacket Pg. 1246Attachment: 19-7527 Technical Management_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.hPacket Pg. 1247Attachment: 19-7527 Technical Management_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.hPacket Pg. 1248Attachment: 19-7527 Technical Management_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.hPacket Pg. 1249Attachment: 19-7527 Technical Management_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.hPacket Pg. 1250Attachment: 19-7527 Technical Management_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.hPacket Pg. 1251Attachment: 19-7527 Technical Management_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.hPacket Pg. 1252Attachment: 19-7527 Technical Management_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.hPacket Pg. 1253Attachment: 19-7527 Technical Management_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.hPacket Pg. 1254Attachment: 19-7527 Technical Management_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.hPacket Pg. 1255Attachment: 19-7527 Technical Management_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.hPacket Pg. 1256Attachment: 19-7527 Technical Management_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.hPacket Pg. 1257Attachment: 19-7527 Technical Management_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.hPacket Pg. 1258Attachment: 19-7527 Technical Management_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.hPacket Pg. 1259Attachment: 19-7527 Technical Management_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.hPacket Pg. 1260Attachment: 19-7527 Technical Management_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 16.C.2.hPacket Pg. 1261Attachment: 19-7527 Technical Management_VendorSigned (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public 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 7/2/2019 (724) 803-5861 (724) 283-4683 32441 FUELLGRAF ELECTRIC CO OF TN TECHNICAL MGMT ASSOC, INC 245 PITTSBURGH ROAD BUTLER, PA 16001-3883 14990 A 1,000,000 X CX90716083 1/1/2019 1/1/2020 100,000 5,000 1,000,000 2,000,000 2,000,000 1,000,000A X AX90716083 1/1/2019 1/1/2020 5,000,000B UL90716083 1/1/2019 1/1/2020 5,000,000 10,000 A WP9 0716567 1/1/2019 1/1/2020 1,000,000 1,000,000 1,000,000 A Installation/Build CX90716083 1/1/2019 Limit 500,000 A Equipment Floater CX90716083 1/1/2019 1/1/2020 Leased/Rented Equip 350,000 Additional Policies that apply: General Liability CL90716083 1/1/2019-1/1/2020 Auto Liability AU90716083 1/1/2019-1/1/2020 Workers Compensation WP90716567 1/1/2019-1/1/2020 Workers Compensation WC90726464 1/1/2019-1/1/2020 Equipment Floater CL90716083 1/1/2019-1/1/2020 SEE ATTACHED ACORD 101 Collier County Board of County Commissioners 3295 Tamiami Trail E Naples, FL 34112-4901 FUELELE-02 ESTROH ESS NexTier Insurance Group, LLC PO Box 588 Butler, PA 16003 Ellen Stroh estroh@essnextier.com Penn National Security Ins Co Penn National Mutual Casualty Ins Co X 1/1/2020 X X X X X X X 16.C.2.i Packet Pg. 1262 Attachment: 19-7527 Technical Management_Insurance (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public FORM NUMBER: EFFECTIVE DATE: The ACORD name and logo are registered marks of ACORD ADDITIONAL REMARKS ADDITIONAL REMARKS SCHEDULE FORM TITLE: Page of THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, ACORD 101 (2008/01) AGENCY CUSTOMER ID: LOC #: AGENCY NAMED INSURED POLICY NUMBER CARRIER NAIC CODE © 2008 ACORD CORPORATION. All rights reserved. ESS NexTier Insurance Group, LLC FUELELE-02 SEE PAGE 1 1 SEE PAGE 1 ACORD 25 Certificate of Liability Insurance 1 SEE P 1 FUELLGRAF ELECTRIC CO OF TN TECHNICAL MGMT ASSOC, INC 245 PITTSBURGH ROAD BUTLER, PA 16001-3883 SEE PAGE 1 ESTROH 1 Description of Operations/Locations/Vehicles: Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County are included as additional insureds under the captioned General Liability and Automobile Liability policies on a primary and noncontributory basis if and to the extent required by written contract . “For any and all work performed on behalf of Collier County.” 30 day notice of cancellation applies. 16.C.2.i Packet Pg. 1263 Attachment: 19-7527 Technical Management_Insurance (9696 : Approve Agreements for RFQ #19-7527, Electrical Contractors with Public V, k Technical Management Associates REQUEST FOR QUALIFICATION (RFQ) FOR ELECTRICAL CONTRACTORS WITH PUBLIC UTILITIES SPECIALIZATION SOLICITATION NO.: 19-7527 INDEX OF DOCUMENTS Evaluation Criteria No. 1 - Cover Letter / Management Summary Evaluation Criteria No. 2 - Certified Minority Business Enterprise Evaluation Criteria No. 3 - Firms Qualifications and License State of Florida Corporate Certificate State of Florida Electrical Contractors License Certificate of Insurance TMA Corporate Safety Manual Index Evaluation Criteria No. 4 - Experience and Capacity of the Firm Capacity Letter Reference Forms Summary of Experience — Current Projects Summary of Experience — Completed Projects Evaluation Criteria No. 5 -Cost of Services to the County Required Forms Form 2 — Vendor Check List Form 3 — Conflict of Interest Affidavit Form 4 — Vendor Declaration Statement Form 5 — Immigration Affidavit Certification E -Verify Form 6 — Vendor Substitute W-9 Addendum #1 FEMA Grant Provisions Package Addendum 2 A Fuellgraf Company EC#0000593 ➢ 10251 Metro Parkway Suite 118 Fort Myers, FL 33966 Phone 239.437.9582 Fax 239.437.9576 0 245 Pittsburgh Rd. Suite 100 Butler, PA 16001 Phone 724.282.4800 Fax 724.282.1926 www.TMAconnects.com ($ e Technical Management Associates February 7, 2019 Collier County Attn: Procurement Services Division 3295 Tamiami Trail East, Bldg C-2 Naples, FL 34112 RFQ for Electrical Contractors with Public Utilities Specialization Solicitation No.: 19-7527 Evaluation Criteria No. 1 MANAGEMENT SUMMARY 10251 Metro Parkway Suite 118 Fort Myers, FL 33966 Phone 239.437.9582 Fax 239.437.9576 245 Pittsburgh Rd. Suite 100 Butler, PA 16001 Phone 724.282.4800 Fax 724.282.1926 www.TMAconnects.com Technical Management Associates is requesting to be included as one of your qualified Electrical Contractors and a part of your team. TMA has been providing timely and quality services to our clients for over 70 years. Through our dedication and commitment we have been able to continuously grow our Company into a nationally recognized leader in construction services. We have made a significant commitment to the Southwest Florida market for the past 18 years beginning when we were selected to do the interior electrical buildout during the construction of the new Southwest Florida International Airport. Everyone at Technical Management Associates is responsible for the successful completion. We want our team to take ownership of their work and the project. We continually provide required and optional opportunities for continual education and training to ensure that our team is current as possible with our industry. These educational tracks include updated Code requirements, specific safety training and new innovations for tools and materials for our trade. The Chud Fuellgraf, Bill Kale and Jorge Valdes will be directly involved in the overall management of the project. TMA management takes a very active hands on approach to ensure a seamless dissemination of information between our staff and our clients. Projects of this type require critical scheduling and installation capabilities. Our contact information is: Chud Fuellgraf Chud.Fuellgraf@fuellgraf.com 724-544-0022 cell Bill Kale Bill.Kale@tmaconnects.com 239-220-0232 cell Jorge Valdes Jorge.Valdes@tmaconnects.com 239-571-9428 cell We have also provided the resumes of individuals whom we expect to be involved in this work. The experience and education of these team members we choose for this role further illuminates our underlying management philosophy. Technical Management Associates Pg. 2 Solicitation No. 19-5727, E-1526-9 TMA continues to grow and achieve success by adhering to the Core Values we were founded on: • Dedication to client satisfaction in all areas of service • Providing construction and design excellence at a fair cost • Creating a culture of trust and respect with clients, vendors and employees • Ensuring a safe work environment for both the employees and our business partners by providing the needed education, training and tools required for the conditions and circumstances Safety is a core value of our culture, permeating every level of our organization. For us it is more than just policies and procedures. We have worked hard over the years to bring our company to this level of safety. We are continually training our staff to have the ability to recognize an unsafe work environment or action and then empower them with the authority to correct the situation in a manner that keeps everyone safe. We continue to actively promote a collaborative approach to safety that involves our leadership, our field personnel and our clients. We are committed to having every man and woman go home safely at the end of the day. TMA maintains a zero tolerance Drug Policy. Every employee is drug tested and exposed to a 25% employee random test annually. Technical Management Associates and the Fuellgraf Companies have been named a winner of the Thomas J. Reynolds Award for Excellence in Construction Safety and Health for the years 2010 - 2017. The award is presented by The Association of Union Contractors (TAUC). Winners are recognized for achieving a zero DART (Days Away, Restricted or Transferred) rate for the entire year. Technical Management Associates was also named a National Electrical Contractors Association (NECA) Safety Award winner, and have been presented with the Zero -Injury Award for 2009 — 2017 in addition to the 2015 — 2017 NECA Safety Excellence Award. We respectfully request your consideration as a qualified Contractor for the Public Utilities Specialization Contract. 4�� C/, 4 Chud Fuellgr CEO A Fuellgraf Company EC#0000593 r..�3xf`u;we" y 10251 Metro Parkway Y Suite 118 a, Fort Myers, FL 33966 Phone 239.437.9582 Technical Management Associates Fax 239.437.9576 245 Pittsburgh Rd. Suite 100 Butler, PA 16001 Phone 724.282.4800 Fax 724.282.1926 www.TMAconnects.com RFQ for Electrical Contractors With Public Utilities Specialization Solicitation No.: 19-7527 TMA Proposal E-1526-9 Evaluation Criteria No. 2 CERTIFIED MINORITY BUSINESS ENTERPRISE Technical Management Associates is not a Certified Minority Business Enterprise. www.TMAconnects.com RFQ for Electrical Contractors With Public Utilities Specialization Solicitation No.: 19-7527 TMA Proposal E-1526-9 Evaluation Criteria No. 3 QUALIFICATIONS AND LICENSES Charles Fuellgraf, CEO of Technical Management Associates, holds the Unlimited Electrical Contractors License Number EC0000593 which was obtained in 1984. Technical Management Associates is signatory to the IBEW Local #349. All Journeymen on the project have had 5 years of training through a Florida State Certified Apprenticeship Program and have a local County Journeyman License. All personnel on the project participate in a 100% zero tolerance Drug Free Workplace Program. Our Team is continually trained to maintain the highest level of Safety. We have included the index to our Corporate Safety Manual for your review. Attached are the following: 1. State of Florida current Corporation status 2. State of Florida Electrical Contractors License EC0000593 3. Current Certificate of Insurance 4. TMA Corporate Safety Manual Index 10251 Metro {„ F, Parkway j Suite 118 Fort Myers, FL 33966 Phone 239.437.9582 Technical Management Associates Fax 239.437.9576 245 Pittsburgh Rd. Suite 100 Butler, PA 16001 Phone 724.282.4800 Fax 724.282.1926 www.TMAconnects.com RFQ for Electrical Contractors With Public Utilities Specialization Solicitation No.: 19-7527 TMA Proposal E-1526-9 Evaluation Criteria No. 3 QUALIFICATIONS AND LICENSES Charles Fuellgraf, CEO of Technical Management Associates, holds the Unlimited Electrical Contractors License Number EC0000593 which was obtained in 1984. Technical Management Associates is signatory to the IBEW Local #349. All Journeymen on the project have had 5 years of training through a Florida State Certified Apprenticeship Program and have a local County Journeyman License. All personnel on the project participate in a 100% zero tolerance Drug Free Workplace Program. Our Team is continually trained to maintain the highest level of Safety. We have included the index to our Corporate Safety Manual for your review. Attached are the following: 1. State of Florida current Corporation status 2. State of Florida Electrical Contractors License EC0000593 3. Current Certificate of Insurance 4. TMA Corporate Safety Manual Index State of Florida Department of State I certify from the records of this office that TECHNICAL MANAGEMENT ASSOCIATES, INC. is a corporation organized under the Laws of the State of Florida, filed on August 24, 1983. The document number of this corporation is G56697. I further certify that said corporation has paid all fees due this office through December 31, 2019, that its most recent annual report/uniform business report was filed on January 18, 2019, and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Eighteenth day of January, 2019 Tracking Number: 2016954586CC X 4274- Secretary of State To authenticate this certif►cate,visit the following site,enter this number, and then follow the instructions displayed. https:llservices.suubiz.o►g/Filings/CertificateOfStatus/CertificateAuthentication RICK SCOTT, GOVERNOR STATE OF FLORIDA DEPARTMENT OF BUSINESS A,ND-PROFESSIONAL REGULATION ELECTRI THE ELECTRI PROVIS G BOARD EXPIRATION DATE -'AUGUST 31, 2020 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. FUELELE-02 ESTROH ACORN° CERTIFICATE OF LIABILITY INSURANCE �--"� FDATE 1212 7/2 01 8 Y) 12/2712018 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(les) 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 ESS NexTier Insurance Group, LLC PO Box 588 Butler, PA 16003 CONTACT Ellen Stroh NAME: PHONEFAX (A/C, No, Ext): (724) 803-5861 ('C, Ne):(724) 283-4683 E-MAIL ADDRESS: estroh@essnextier.com INSURERS AFFORDING COVERAGE NAIC # X INSURER A: Penn National Security Ins Co 32441 CX90716083 INSURED INSURER B: Penn National Mutual Casualty Ins Co 14990 FUELLGRAF ELECTRIC CO OF TN TECHNICAL MGMT ASSOC, INC INSURER C MED EXP (Any oneperson) 5 5,000 245 PITTSBURGH ROAD INSURER D: INSURER E: BUTLER, PA 16001-3883 INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMRFR- 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. INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY EFF MM/DD/YYYY POLICY EXP MM/DD/YYYY LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE [X] OCCUR X CX90716083 1/1/2019 1/1/2020 EACH OCCURRENCE 5 1,000,000 DAMAGESE TORENT(Ea rence 5 100,000 MED EXP (Any oneperson) 5 5,000 PERSONAL BADV INJURY $ 1'000'000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY D PRO- ❑ LOC JECT GENERAL AGGREGATE S 2,000,000 PRODUCTS -COMP/OP AGG 5 2,000,000 S OTHER: A AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT 1,000,000 Ea accident 5 BODILY INJURY Per person)5 Ix ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS X AX90716083 1/1/2019 1/1/2020 BODILY INJURY Per accident $ PROPERTY DAMAGE $ AUTOS ONLY X ATOS ONT� 5 B X UMBRELLA LIAB HDED OCCUR EACH OCCURRENCE 5 5,000,000 EXCESS LAB CLAIMS -MADE UL90716083 1/1/2019 1/1/2020 AGGREGATE S 5'000,000 I X RETENTIONS 10,000 S A AND EMPLOYERS COMPENSATION Y / N ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICEWMEMBER EXCLUDED? ❑ (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N I A P90716567 1/1/2019 1/1/2020 X STATUTE EORH E.L. EACH ACCIDENT S 1'000'000 E.L. DISEASE - EA EMPLOYEE 5 1,000,000 E.L. DISEASE - POLICY LIMIT 5 1,000'000 A Installation/Build CX90716083 1/1/2019 1/1/2020 Limit 500,000 A Equipment Floater CX90716083 1/1/2019 1/1/2020 Leased/Rented Equip 350,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Additional Policies that apply: General Liability CL90716083 1/1/2019-1/1/2020 Auto Liability AU90716083 1/1/2019-1/1/2020 Workers Compensation WP90716567 1/1/2019-1/1/2020 Workers Compensation WC90726464 1/1/2019-1/1/2020 Equipment Floater CL90716083 1/1/2019.1/1/2020 SEE ATTACHED ACORD 101 Collier County 3327 Tamiami Trail East Naples, FL 34112-4901 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 4__--6zE— AL:UKU Lb (LUlb/U3) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ACOR" AGENCY CUSTOMER ID: FUELELE-02 LOC #: 1 ADDITIONAL REMARKS SCHEDULE ESTROH Page 1 of 1 AGENCY ESS NexTier Insurance Group, LLC NAMED INSURED FUELLGRAF ELECTRIC CO OF TN TECHNICAL MGMT ASSOC, INC 245 PITTSBURGH ROAD BUTLER, PA 16001-3883 _ POLICY NUMBER EE PAGE 1 CARRIER NAIC CODE EE PAGE 1 ISEE P 1 EFFECTIVE DATE: SEE PAGE 1 ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 25 FORM TITLE: Certificate of Liability Insurance Description of Operations/LocationsNehicles: The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The holders as indicated are included as additional insureds under the General Liability and Automobiles policies on a primary and noncontributory basis if and to the extent required by written contract. "For any and all work performed on behalf of Collier County." 30 day notice of cancellation applies. AL,UKU TUl izuUa1U1l © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Technical Management Associates Safety Program The management of Technical Management Associates considers no phase of operations or administration as being of greater importance than accident prevention. It is the policy of the Company, therefore, to provide and maintain safe, healthful working conditions at all times, and to follow operating practices that will safeguard all employees and result in safe working conditions and an efficient operation. It is the Policy of this Company: To avoid accidents with their attendant suffering, loss of time, and possible impairment of earning power. 2. To maintain neat, clean, safe, attractive, and healthful working conditions. This Company is dedicated to its Safety Program and the compliance and enforcement of same. Technical Management Associates Charles L. Fuellgraf III CEO Technical Management Associates Policy Statement As a regional leader in the electrical construction and maintenance industry, Technical Management Associates is committed to being a leader in safety. It is our intent to provide and maintain the safest possible working conditions and equipment for all Employees, others, property, and the public. By promoting and supporting Safety and efficient productivity, accidents will be kept to a minimum or eliminated entirely. It is our objective that with the complete support and cooperation from management and all employees, our Safety Program will have outstanding results. The Senior Management, Project Managers, Foremen, and Workmen are key people in an effective Safety Program. Each of these is required to insure that all personnel working are maintaining safe work areas and equipment and performing in a safe manner. It is the primary responsibility of each employee to follow every precaution and safety rule to protect themselves and associates. To ensure that all work areas and equipment are maintained in a safe condition, safety inspections must be done. Safety orientation of all employees is mandated. Inspections will be made by the job Supervisor, Company Safety Representative and others on a periodic basis. Work areas and equipment will be maintained in accordance with the Customer's and Company Safety Program, all applicable parts of the Federal OSHA Standards and all applicable federal, state, and local laws and standards. A Labor -Management Joint Safety Committee is established to assure the Customer, Management, and all employees are working toward the common goal of a safe and healthful environment. In order for Technical Management Associates to conduct an effective Safety Program we must all do our part. The high ideals of Production, Quality, and Safety on each jobsite must be inseparable. Technical Management Associates Charles L. Fuellgraf III CEO 1-2 Introduction/Policy Statement/Responsibilities Safety Rules/Regulations/Disciplinary Policy Indoctrination of New Employees Accident Investigation and Reporting OSHA Inspection Required Postings & Min. Job Safety Requirements Subcontractor Safety Requirements Compliance and Non -Compliance Reporting Hazard Communications Fire Protection/Protection/Gas Cylinders Fall Protection Confined Space Entry Assured Grounding/Ground Fault Protection Lockout/Tagout Crane Safety/Signals Ladders/Stairways Scaffolding Personal Protection Equipment Respiratory Protection Signs/Signals/Barricades Lead Program Asbestos in Construction Excavation and Trenching Vehicle/Equipment Inspection Lasers Welding, Cutting, Heating Hand and Power Tools Employee Emergency Action Plans Hazardous Waste Operations & Emergency Response Forms and Postings/Quality Assurance Program r � ➢ 10251 Metro rf Parkway Suite 118 l� Fort Myers, FL 33966 Phone 239.437.9582 Technical Management Associates Fax 239.437.9576 245 Pittsburgh Rd. Suite 100 Butler, PA 16001 Phone 724.282.4800 Fax 724.282.1926 www.TMAconnects.com RFQ for Electrical Contractors With Public Utilities Specialization Solicitation No.: 19-7527 TMA Proposal E-1526-9 Evaluation Criteria No. 4 EXPERIENCE AND CAPACITY Technical Management Associates has extensive experience in all types of electrical construction services throughout the United States and in numerous overseas installations. We have been registered and licensed for contracting in over 40 states. We gained national recognition by being named to the Inc. 5000 list of the fastest growing private companies in America. TMA's areas of expertise include Commercial, Institutional, Industrial, Environmental, Renewable Energy, Hi -Voltage Installations and Testing and other specialized services. The specialized services include Design / Build, Arc Flash Analysis, Infrared Scanning, and Facility Maintenance. Our projects have included commercial buildings, shopping centers, health care, educational facilities, various types of water and wastewater treatment facilities, food processing, steel mills, and the power generation industry. We are providing a list of recent project to demonstrate our capabilities and diversity with our installations. TMA also provides total project management for select clients, providing them a single point of contact and responsibility for their projects. We approach this with the same philosophy that we apply to our individual electrical applications, providing the customer with the most economical construction package possible, while receiving the highest quality installations on time and within budget. We have demonstrated our ability and dependability by being selected as a Prequalified Electrical Contractor by both Collier and Lee Counties and by the City of Cape Coral. During our many years of business experience and performance in the electrical industry we have grown our company in both technical capability and in financial strength. The largest bond we have issued in the last few years was for the new Broward County Courthouse with a value in excess of $2.6 million. Technical Management Associates Pg. 2 Solicitation No. 19-5727, E-1526-9 We are physically located in Florida, in an industrial park in Fort Myers. We occupy a 4,500 sq. ft. facility and have a 5,000 sq. ft. yard for additional storage and equipment. We inventory approximately 2,400 SKU's of basic electrical material in our warehouse, valued at $50,000. These items cover the required basic materials needed to service our clients in emergency situations. In addition, we are within three (3) miles of four major electrical supply companies, Rexel, Graybar, World and CED that handle all the specific products and supplies that are needed for typical work in Southern Florida. They also have the availability to pull products from their central distribution centers in Tampa and Orlando for next morning delivery. For emergency situations we have access, through our relationships with our suppliers, to two distinct after hours phone numbers that provide us 24-hour access to locating needed products and supplies. TMA's current staff consists of 8 full time management and 38 field team members. We have provided the resumes of three of our Team Leaders that are involved in our current services to Collier County and who we expect to be involved in the future. The contact information for our team is: Jorge Valdes Jorge.Valdes@tmaconnects.com 239-571-9428 cell Jeff McElroy Jeff.McElroy@tmaconnects.com 239-825-0404 cell Chris Bailey Chris. Bailey@tmaconnects.com 724-355-3842 cell We also bring our team of experienced field electricians who have performed these types of installation many times in the past. In the event that a problem arises with any of our work, we take the position that the Customer is the number one priority. We work to insure that the situation is immediately corrected and then investigate the cause and implement procedures to prevent it from reoccurring. TMA prides itself in doing it right the first time. A Fuellgraf Company EC#0000593 Reference Questionnaire Solicitation: 19-7527 Reference Questionnaire for: Technical Manal-ement Associates (Mame of Company Requesting Reference Information) Chud Fuellgraf (Name of Individuals Requesting Reference Information) Name: Dave Harding (Evaluator completing reference questionnaire) Email: .corn Company: City of Sanibel (Evaluator's Company completing reference) PAX: 239-472-1962 Telephone: 239-472-1636 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perforni this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of l to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: __ Various Project Budget: Various Completion Date: Various Project Number of Days: Various C"iteria Score I— Ability manage the project costs (minimize change orders to scope)_ 1 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. f I0 4 j Quality of consultative advice provided on the project. ! 5 Professionalism and ability to manage personnel. f 6 Project administration (completed documents, final invoice, final product turnover; I invoices; nianuals or woing forward documentation, etc.) Ability to verbally communicate and document information clearly and succinctly. 1 8 JXbiitii,, to manage risks and unexpected project circumstances. 9 i Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). - 'TOTAL SCORE' OF ALL, ><'t'><;MS jell CA['ier 014-2t y Administrative Services Denaroient Pro--uremer:! Services Dvisor. Reference Questionnaire Solicitation: 19-7527 Reference Questionnaire for: Technical Management Associates (Name of Company Requesting Reference Information) Chud Fuellgraf (Name of Individuals Requesting Reference Information) Name:LOU Gaudio Company:Quality Enterprises (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: lgaudio@ge-usa.com FAX: 239-435-7202 Telephone: 239-435-7200 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: _Various Project Budget: Various _ Completion Date: _Various Project NUrnber of Days: Various Item Citeria Score 1 _ Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS CoVier County Administrative Sendces Department -,roe ernent Servaes Divis cn Reference Questionnaire -- __-__.............. ._......__..—.. - - Solicitation: 19-7527 Reference Questionnaire for: Technical Management associates (Name of Company Requesting Reference Information) Chud Fuellgraf (Name of Individuals Requesting Reference Information) Name: Mike Westhafer (Evaluator completing reference questionnaire) Email: mwesthafer(?nnitchellstark.conn FAX: Company: Mitchell & Stark Construction Co. Inc. (Evaluator's Company completing reference) Telephc)ne:_239-332-1632 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perforin this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of I to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and I representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: ���''�j{ ' � 1= ) Completion Date: Project Budget: f Project Number of Days _ Item Citeria Score I Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality Of work. r� 4 .... _.. _......._..- - Quality of consultative advice provided on the project. - ---- -- 1 C-) 5 Professionalism and ability to manage personnel. j 6 Project administration (completed documents, final invoice, final product turnover; invoices,. manuals or going forward documentation, etc.) t' i 7 Ability to verbally communicate and document information clearly and succinctly. i 8 Abiltity to manage risks and unexpected project circumstances. 1 /0 --- _ ----------- 9 1 Ability to follow contract documents, policies, procedures, rules, regulations, etc. ........ ------- __.__;_-_.._._...---.-__-_-._.__ 10 ..... _--- .___....... -... _-_._.......... .......... _-..._._..___ _ _-- _ i Overall comfort level with hiring the company in the future (customer satisfaction). _-- ._.................... _.---__..__----- ___.--- ------ __._.._.TOTAL SCORE_OF_ALI., ITEMS t cofit y County Administrative Services Department Procurement Services Division Reference QuestionIlaire Solicitation: 19-7527 Reference Questionnaire for: Technical Management Associates (Name of Company Requesting Reference Information) Chud FuelIRraf (Name of Individuals Requesting Reference Information) Name: Mike Lobello (Evaluator completing reference questionnaire) Email: mi FAX: Company: D. N. Higgins (Evaluator's Company completing reference) Telephone: 239-273-0423 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perforin this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." n Project Descriptiod: ��'i .5 S'C}� •5��t/ l�F7t� Project Budget:.'G��/�, `�-1-2 Completion Date:tJt'+`� t{ Project Number of Days: V Iteral Citeria Score I Ability to manage the project costs (minimize change orders to scope). / 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. /t1f 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.),j 7 Ability to verbally communicate and document information clearly and succinctly. j` y 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). j f TOTAL SCORE OF ALL ITEMS CONTRACTOR SUMMARY OF EXPERIENCE - Current Projects NAME: Technical Management Associates ADDRESS: 10251 Metro Parkway Suite 118, Ft. Myers, FL 33966 YRS. IN BUSINESS: 35 ELECTRICAL CONTRACTOR LICENSE: EC0000593 HAS CONTRACTOR FAILED TO COMPLETE A PROJECT IN PRIOR 10 YEARS? (Y/N): No PROJECT EXPERIENCE DESCRIPTION START END DATE CONTRACT DATE AMOUNT PROJECT #1 (Title and Location): MPS 303/304 Description: The demolition and reconstruction of 2 Master Pumpstations 7/16 $603,6 including all power and controls. Dan Higgins - 734-996-9500 PROJECT#2 (Title and Location): Orange Tree Pump Station Description: Construction of a duplex dry -pit pump station including the power 11/18 $398,80 and all associated equipment and controls. Wayne Karlovich - 239-252-5372 PROJECT#3 (Title and Location): Fiesta Village WWTP Filter Controls Upgrade Description: Replacement of existing controls and PLC including conduit and 12/18 $195,0 wiring. Bob Hodges - 954-260-8921 PROJECT #4 (Title and Location): Bentley Village Generator Description: Installation of 600 kw generator with associated transfer switches and extensive modifications of existing distribution system. 12/18 $377,80 Adriene Bolders - 720-207-3653 PROJECT#5 (Title and Location): Heritage MPS Description: Construction of new interim inline wastewater booster pump station.( 3/17 $112,90 Anthony Silvestri - 239-774-3130 CONTRACTOR SUMMARY OF EXPERIENCE - Completed NAME: Technical Management Associates ADDRESS: 10251 Metro Parkway Suite 118 Ft. M ers FL 33966 YRS. IN BUSINESS: 35 ELECTRICAL CONTRACTOR LICENSE: ECO 0 0 0 5 9 3 HAS CONTRACTOR FAILED TO COMPLETE A PROJECT IN PRIOR 10 YEARS? (Y/N): No PROJECT EXPERIENCE DESCRIPTION START END DATE CONTRACT DATE AMOUNT PROJECT#1 (Title and Location): Naples WWTP Reuse Pump Replacement Description: Replace the existing VFDs with new 600HP VFDs while maintaining 6/14 1/16 $471,0 continual operation of the system. Brandy Bartolone - 239-2583-4198 PROJECT#2 (Title and Location): East Naples / Solana Road Pump Station Impovements Description: Service upgrade to the 2 sites and new emergency generators, instrumentation and control systems. 12/09 8/10 $1,045 Brandy Bartolone - 239-2583-4198 PROJECT#3 (Title and Location): Master Pump Station 312 Rebuild Description: Total rework of MPS 312 while maintaining full operation. This includes the replacement of (2) 250 Kw generators with (2) 500 Kw 8/13 3/14 $1,412, generators, the addition of 6 VFDs and a new control system. Brandy Bart lone - 39-258-,:-4198 PROJECT #4 (Title and Location): NCRWTP Closed Transition Switchgear Description: provide the services for the momentary closed transition upgrade 10/14 8/16 $427,00 to the existing switchgear while maintaining continual system oiDeration. Tom Sivert - 239-252-5376 PROJECT#5 (Title and Location): Everglades City Water System Upgrades Description: Rework of the main WWTP and Carnestown and Copeland Lift Station including the installation of new control systems and 3 new Owner 5/13 6/14 $223,0 furnished generators and transfer switches. Mike Lobello - 239-273-0423 no We )00 �:*:_°' e ➢ 10251 Metro Unit Parkway Suite 118 Fort Myers, FL 33966 1 Phone 239.437.9582 Technical Management Associates Fax 239.437.9576 245 Pittsburgh Rd. Suite 100 1 Butler, PA 16001 Lump Sum Phone 724.282.4800 Fax 724.282.1926 www.TMAconnects.com RFQ for Electrical Contractors With Public Utilities Specialization Solicitation No.: 19-7527 TMA Proposal E-1526-9 Evaluation Criteria No. 5 COST OF SERVICES TO THE COUNTY 5a Repair: Scenario 1 Damage to underground wiring Scope of work: Pump out 5 manholes. Remove 500 ft of damaged wiring: 4 runs of #3 XHHW and 1 run of #4 XHHW. Install 4 new 500 ft runs of #3 XHHW and 1 500 ft run of #4 XHHW. With no splices in any wiring. Run through existing conduits and handholes. Terminate and dress in disconnects and MCC's dress and rack in manholes. Test wiring with Megohmmeter. Verify proper operation of equipment with county representative after work is complete. *All pricing includes labor, materials, and removal and disposal of damaged sections *All work to be performed during normal working hours Monday through Friday. *All work must comply with NFPA70E Item Description Unit Price PUMP OUT MANHOLES AND VERIFY 1 SAFE FOR WORK Lump Sum $900 REMOVE AND REPLACE WITH 4 500 FT 1 #3 XHHW AND 1#4 XHHW. THROUGH Lump Sum $4,960 EXISTING CONDUIT AND HANDHOLES TEST WIRING WITH MEGOHMETER AND 1 CONFIRM PROPER OPERATION. Lump Sum $400 Total Price $6,260 Technical Management Associates Pg. 2 Solicitation No. 19-5727. E-1526-9 5b Repair: Scenario 2: Damage to above ground wiring for Wastewater Treatment Plant traveling filter bridge. Supply and install 4 new, 4 conductor #10 Flat Festoon Cable UV rated for power. Supply and install 4 new, 8 conductor #14 Flat Festoon Cable UV rated for control. Supply and install 4 new, 12 conductor #14 Flat Festoon Cable UV rated for control. Install 4 interlock switches to tie in control power for all 4 filter bridges. Relocate and supply 2 limit switches for control travel. Inspect and rework strand cable and trolleys for cable. Verify proper operation of equipment with county representative after work is complete. *All pricing includes labor, materials, and removal and disposal of damaged sections *All work to be performed during normal working hours Monday through Friday. *All work must comply with NFPA70E Item Description Unit Price REMOVE DAMAGED EQUIPMENT AND 1 CABLING Lump Sum $1,200 REWORK STRAND CABLE AND 1 TROLLEYS. INSTALL NEW CABLING Lump Sum $2,760 ASSUME 100' PER CABLE TIE IN ALL 4 FILTER BRIDGES WITH 1 ELECTRICAL INTERLOCKS Lump Sum $1,100 TEST AND VERIFY OPERATION OF EQUIPMENT INCLUDING POWER CONTROLS, LIMIT SWITCHES AND Lump Sum $600 INTERLOCKS. Total Price $5,660 A Fuellgraf Company EC#0000593 Technical Management Associates Pg. 3 Solicitation No. 19-5727. E-1526-9 2. The following rate schedule has been added for Time and Material quotes for Urgent work and is subject to be negotiated prior to contract award. Please input an rate for each position, if required all overtime and holiday pay will be 1.5 times the approved rate: ITEM HOURLY RATE % Mark-up on Parts 15% Journeyman Electrician Hourly Rate $80 Apprentice Electrician Hourly Rate $45 Electricians Helper Hourly Rate $45 General Laborer Hourly Rate $45 Ditch Witch Equipment Hourly Rate $48 Industrial size forklift (to unload up to 150KW generator) with tires designed for rough terrain Hourly Rate 6000 lbs $100 Forklift Operator Hourly Rate (6000 LBS) $80 Crane (with 120 foot reach) Hourly Rate $280 Crane Operator Hourly Rate $80 Bucket Truck (with 40 foot reach) Hourly Rate $80 Bucket Truck (with 60 foot reach) Hourly Rate $80 Bucket Truck (with 80 foot reach) Hourly Rate $125 Bucket Truck Operator Hourly Rate $80 A Fuellgraf Company EC#0000593 i;34 7 %,e Foriii 2: Vendor Check List IMPORTANT: THIS SHEET MUST BE SIGNED. Please read carefully, sign in the spaces indicated and return with your Proposal. Vendor should check off each of the following items as the necessary action is completed: ® The Solicitation Submittal has been signed. ® The Solicitation Pricing DOclmlent (Bid Schedule,'Quote SchedUle/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 inc!UdeC. ® Affidavit for Claiming Status as a Local Business, if'applicable. ® Division of Corporations - Florida Department of State — hitp. com!sunbizi (If work performed in the State). ® E-Verify/lmmigration Affidavit (MemorandUln of Understanding). ALL SUBMITTALS MUST HAVE THE SOLICITATION NUMBER AND TITLE Name of Firm: Address: City, State, Zip: Telephone: Email: Representative Signature: Representative Name: Technical Management Associates 102`! !vletro Parkway, Suite 118 _Ft. Myers. Fl- 33966 - 239-497-9582 Chnci,FueIIgra fuellgraf.com — Chad Fuell,(O'l•af Date 1/28/19 r r..W S* c , (iii_ sic -rt F ornt 3: Conflict of Interest Affidavit The Vendor certifies that, to the best of its knowledge and belief, the past and current work on any Collier County project affiliated with this solicitation does not pose an organizational conflict as described by one of the three categories below: Biased ground rules — The firm has not set the "ground rules" for- affiliated past or current Collier County project identified above (e.g., writing a procurement's statement of work, specifications, or performing systems engineering and technical direction for the procurement) which appears to skew the competition in favor of my firm. Impaired objectivity — The firm has not performed wort: on an affiliated past or current Collier County project identified above to evaluate proposals / past performance of itself or a competitor% which calls into question the contractor's ability to render impartial advice to the government. Unequal access to information —I fie firm has not had access to nonpublic information as part of its performance of a Collier County project identified above yBich may have provided the contractor (or an affiliate) with an unfair competitive advantage in current or future solicitations and contracts. In addition to this signed affidavit, the contractor i vendor must provide the following: 1. All documents produced as a result of the work completed in the past or currently being worked on for the above-mentioned project; and, 2. Indicate if the information produced was obtained as a matter of public record (in the "sunshine') or through non-public (not in the "sunshine") conversation (s), meeting(s). document(s) and/or other means. Failure to disclose all material or having an organizational conflict in one or more of the three categories above be identified, may result in the disqualification for future solicitations affiliated with the above referenced project(s). By the signature below. the firm (emp!oyees. officers and/or agents) certifies, and hereby discloses, that, to the best of their knowledge and belief, all relevant facts concerning past. present, or currently planned interest or activity (financial, contractual, organizational, or otherwise) which relates to the project identified above has been fully disclosed and does not pose an organizational conflict. Firm: Technical Ma tern Associates ' J Signature and Date: — — - — ,42 -- `/- — Print Name: Charles 1-,. Fuell<. raf III Title of Signatory: CEO Forin -i: `t ndor Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 Dear Commissioners: The undersigned. as Vendor declares that this response is made without connection or arrangement with any other person and this proposal is in every respect fair and made in good faith, \.N ithout collusion or fraud. The Vendor agrees, if this solicitation submittal is accepted, to execute a Collier County document Por the purpose of establishing a formal contractual relationship between the firm and Collier County. for the performance of all requirements to which the solicitation pertains. The Vendor states that the submitted is based upon the documents listed by the above referenced Solicitation. Further, the vendor agrees that if awarded a contraci for these goods and/or services, the vendor will not be eligible to compete, submit a proposal, be awarded, or perform as a sub -vendor for any future associated with work that is a result of this awarded contract. 1N WITNESS WHEREOF, WE have hereunto subscribed our names on this 28 day of_January 2019_ in the County of Lee in the State of !I - Firm's Legal Name: Technical Management Associates Address: ,)25 i 1,0c ro Siete 118 City, State, Zig,. CSI e: Ft. 1 vci-s.. F1. 33966 Florida Certi tcat:, C -i G.,6697 Authority Docr_tur:errt Number Federal Tax lclentif7catio❑ _ 18 39r) Number *CCR Y or CAGE Code *Only if Grant Funded Telephone: 239-437-9582 Signature by: Charles L. Fuellgraf 111 (Typed and written) Title: CEO Send payments to: (required if different from above) Contact name: Title Address City, State, ZIP Telephone: Email Office servicing Collier County to place orders (required if different from above) Contact name: Ing Address: City, State, ZIP Telephone: Email: it.idtiivit .€ Contact information Technical Mana-ement /• ssociate Company name used as payee - Chud Fueilgraf CEG 1025 i Metro Pal-kvVcly. Suite 1 18 Ft. Myers, FL 33906 239 -'13? -9582 cf-�ud.fueiigraf; i`fue!I��raf.com S<<!re as .Abo� e Administrative Services Depariment Procurement Services Division Form 5: immigration Affidavit Certification This Affidavit is required and should be signed, notarized by an authorized principal of the firm and submitted with formal solicitation submittals. Further, Vendors are required to enroll in the E -Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the Vendor's proposal. Acceptable evidence consists of a copy of the properly completed E -Verify Company Profile page or a copy of the fully executed E -Verify Memorandum of Understanding for the company. Failure to include this Affidavit and acceptable evidence of enrollment in the E -Verify program may deem the Vendor's proposal as non-responsive. Collier County will not intentionally award County contracts to any Vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act ("INA"). Collier County may consider the employment by any Vendor of unauthorized aliens a violation of Section 274A (e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E -Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E -Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor's proposal. Company Name Technical Management Associates Print Name Signature State of _FL County of _Lc:c Title CEO Date —1 /28/19 The signee of these Affidavit guarantees, as evidenced by the sworn affidavit required herein, the truth and accuracy of this affidavit to interrogatories hereinafter made. dh oer "1r PJ,for, SHERRY R. BINGA `lL Notary Public - State of Florida • CommisSion # FF 247059 My Comm. Expires Jul 0. 2019 BMW Nstlsml Notary Aqo. t � _ � ,l�J,iltllile Company ID number: 688940 THE E -VERIFY PROGRAM FOR EMPLOYMENT VERIFICATION MEMORANDUM OF UNDERSTANDING ARTICLE I URPOSE AND AUTHORITY This Memorandum of Understanding (MOU) sets forth the points of agreement between the Department of Homeland Security (DHS) and TECHNICAL MANAGEMENT ASSOCIATES (Employer) regarding the Employer's participation in the Employment Eligibility Verification Program (E -Verify). This MOU explains certain features of the E -Verify program and enumerates specific responsibilities of DHS, the Social Security Administration (SSA), and the Employer. E -Verify is a program that electronically confirms an employee's eligibility to work in the United States after completion of the Employment Eligibility Verification Form (Form 1-9). For covered government contractors, E -Verify is used to verify the employment eligibility of all newly hired employees and all existing employees assigned to Federal contracts or to verify the entire workforce if the contractor so chooses. Authority for the E -Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 (11RIRA), Pub. L. 104-208, 110 Stat. 3009, as amended (8 U.S-C. § 1324a note). Authority for use of the E -Verify program by Federal contractors and subcontractors covered by the terms of Subpart 22.18, "Employment Eligibility Verification", of the Federal Acquisition Regulation (FAR) (hereinafter referred to in this MOU as a "Federal contractor with the FAR E -Verify clause') to verify the employment eligibility of certain employees working on Federal contracts is also found in Subpart 22.18 and in Executive Order 12989, as amended. ARTICLE II FUNCTIONS TO BE PERFORMED A. RESPONSIBILITIES OF SSA 1. SSA agrees to provide the Employer with available information that allows the Employer to confirm the accuracy of Social Security Numbers provided by all employees verified under this MOU and the employment authorization of U.S. citizens. 2. SSA agrees to provide to the Employer appropriate assistance with operational problems that may arise during the Employer's participation in the E -Verify program. SSA agrees to provide the Employer with names, titles, addresses, and telephone numbers of SSA representatives to be contacted during the E -Verify process. 3. SSA agrees to safeguard the information provided by the Employer through the E -Verify program procedures, and to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social Security Numbers and for evaluation of the E -Verify program or such other persons or entities who may be authorized by SSA as governed Page 1 of 13 1 E -Verify MOU for Employer I Revision Date 09/01109 www.dhs.gov/E-Verify ��-Verify___ Company ID Number: 688940 by the Privacy Act (5 U.S.C. § 552a), the Social Security Act (42 U.S.C. 1306(x)), and SSA regulations (20 CFR Part 401). 4. SSA agrees to provide a means of automated verification that is designed (in conjunction with DHS's automated system if necessary) to provide confirmation or tentative nonconfirmation of U.S. citizens' employment eligibility within 3 Federal Government work days of the initial inquiry. 5. SSA agrees top,.--:;v!cie a rnr an,. of secondary verification (including updating SSA records as may be necessary) for employees who contest SSA tentative nonconfirmations that is designed to provide final confirmation or nonconfirmation of U.S. citizens' employment eligibility and accuracy of SSA records for both citizens and non -citizens within 10 Federal Government work days of the date of referral to SSA, unless SSA determines that more than 10 days may be necessary. In such cases, SSA will provide additional verification instructions. L. RE SPONSHMLITIES OF CTS 1. Atter SSP, verifies the accuracy of SSA records for employees through E -Verify, DHS agrees to provide the Employer access to selected data from DHS's database to enable the Employer to conduct, to the extort authorized by this MOU: • Automated verification checks on employees by electronic means, and Pfio-o verification checks (when available) on employees. 2. DHS agrees to provide to the Employer appropriate assistance with operational problems that may arise during tha Employer's participation in the E -Verify program_ DHS agrees to provide the Employer names, titles, addresses, and telephone numbers of DHS representatives to be contacted during the E -Verify process. 3. DHS agrees to make available to the Employer at the E -Verify Web site and on the E -Verify Web browser, instructional materials on E -Verify policies, procedures and requirements for both SSA and DHS, including restrictions on the use of E -Verify. DHS agrees to provide training materials on s* -Verify. 4. DHS agrees to provide to the Employer a notice, which indicates the Employer's participation in the E-Verilry program. DHS also agrees to provide to the Employer anti -discrimination notices issued by the Office of Special Counsel for Immigration -Related Unfair Employment Practices (OSC), Civil Rights (Division, U.S. Department of Justice. 5. DHS agrees to issue the Employer a user identification number and password that permits the Employer to verify information provided by employees with DHS's database. 6. DHS agrees to safeguard the in -formation provided to DHS by the Employer, and to limit access to such information to individuals responsible for the verification of employees' employment eligibility and for evaluation of the E -Verify program, or to such other persons or entities as may be authorized by applicable law. Information will be used only to verify the accuracy of Social Security Numbers and employment eligibility, to enforce the Immigration and Page 2 of 131 E. -Verify MOU for Employer I Revision Date 09/01/09 vvww.dhs.gov/E-Verify Company ID Number: 688940 Nationality Act (INA) and Federal criminal laws, and to administer Federal contracting requirements. 7. DHS agrees to provide a means of automated verification that is designed (in conjunction with SSA verification procedures) to provide confirmation or tentative nonconfirmation of employees' em,jloyment eligibi"ity within 3 Federal Government workdays of the initial inquiry. 8. L; : agre ,. tc ;- ov c:e :-: r-:3an of secondary verification (including updating DHS records as may be necessary) for employees who contest DHS tentative nonconfirmations and photo non - match tentative nonconfirmations that is designed to provide final confirmation or nonconfirmation of the employees' employment eligibility within 10 Federal Government work days of the date of referral to DHS, unless DHS determines that more than 10 days may be necessary. In such cases, DHS will provide additional verification instructions. C. RESPONSIBILITIES OF THE EMPLOYER 1. The Employer agrees to display the notices supplied by DHS in a prominent place that is clearly visibie to prospective ei-;ployees and all employees who are to be verified through the system. 2. The Employer agrees to provide to the SSA and DHS the names, titles, addresses, and telephone numbers of the Employer representatives to be contacted regarding E -Verify. 3. The Employer agrees to become familiar with and comply with the most recent version of the E -Verify User i\lianual. 4. The Employer agrees that any Employer Representative who will perform employment verification quer iesvi/iIl cornplete a;-�. E -Verify Tutorial before that individual initiates any queries. A. The Employer agrees Mai all Employer representatives will take the refresher tutorials initiated by the E -Verify prograrn as a condition of continued use of E -Verify. B. FaHure to complete a refresher tutorial will prevent the Employer from continued use of the program. 5. The Employer agrees to comply with current Form 1-9 procedures, with two exceptions: If an; employee presents a "List B" identity document, the Employer agrees to only accept "List S" documents that contain a photo. (List B documents identified in 8 C.F.R. § 274a.2(b)(1)(13)) can be presented during the Form 1-9 processto 'uta iisii idv�iiiY.) if ail eiiipivycc vbjG"�,L to iIis pII LO requirement for religious reasons, tike Employer should contact E -Verify at 888-X1-64-4218. If an employee presents a DHS Form 1-551 (Permanent Resident Card) or Form 1-766 (Employment Authorization Document) to complete the Form 1-9, the Employer agrees to make a photocopy of the document and to retain the photocopy with the employee's Form 1-9. The photocopy must be of sufficient quality to allow for verification of the photo Page 3 of 13 11 E-Ve fy NMU far Employer 1 Daie 09/0,1109 vvww.dhs.gov/E-Verify Company ID Number: 688940 and written information. The employer will use the photocopy to verify the photo and to assist DHS with its review of photo non -matches that are contested by employees. Note that employees retain the right to present any List A, or List B and List C, documentation to complete the Form 1-9. DHS may in the future designate other documents that activate the photo screening tool. 6. 7 -ie Emp )v= r `mr!&-sta; ,d:: 6,i;A -;articipation in E -Verify does not exempt the Employer from the ;esponsi.-,iity to �cmplc;.Ie, ret'.In, and make available for inspection Forms 1-9 that relate to its employees, or from other requirements of applicable regulations or laws, including the obligation to comply with the antidiscrimination requirements of section 274B of the INA with respect to I-ornt 1-9 procedures, except for the following modified requirements applicable by reason of the Employer's participation in E -Verify: (1) identity documents must have photos, as described in paragraph 5 above: (2) a rebuttable presumption is established that the Employer has not violated section 274A(a)(1)(A) of the Immigration and Nationality Act (INA) with respect to the hiring of any individual if it obtains confirmation of the identity and employment eligibility of the individual in !good faith compliance with the terms and conditions of E -Verify; (3) the Employer must notify DHS if it continues to employ any employee after receiving a final nonconfirmation, and is subject to a civil money penalty between $550 and $1,100 for each failure to noti'iy 1DHS of coritinocd employment following a final nonconfirmation; (4) the Employer is subjem to a rebuttable., presumption that it has knowingly employed an unauthorized alien in violation of section 274A(a)(1)(A) if the Employer continues to employ an employee after receiving a finai no«contirrnation; and (5) no person or entity participating in E -Verify is civilly or criminally liable under any law for any action taken in good faith based on information provided through the confirm ation system. DHS reserves the right to conduct Form 1-9 and E -Verify system comp"liance nspecticns dunr:g the course of E -Verify, as well as to conduct any other enforcer ieni ..oiivity authorized by !-aw, 7. TI -re Employer :acmes to in _fate ;='Verify verification procedures for new employees within 3 Employer business days after each emgloyee has been hired (but after the Form 1-9 has been completed), and to compete as rriany (but only as many) steps of the E -Verify process as are necessary according to the E' -Ven y User Manual, or in the case of Federal contractors with the FAR E -Verify clause; the E -Verify; User Manual for Federal Contractors. The Employer is prohibited from initiating verification procedures before the employee has been hired and the Form 1-9 completed. it the auiornated system to be queried is temporarily unavailable, the 3 -day time period is extended until it is nigain operational in order to accommodate the Employer's attempting, in Good faith, to make inquiries during the period of unavailability. Employers may initiate verification by notating the ; arm 1-9 in circumstances where the employee has applied for a Social Security Number (SSN) from the SSA and is waiting to receive the SSN, provided that the Employer performs an E-`•Jerfy employment verification query using the employee's SSN as soon as the SSN becomes available. 8. The Ernpioyer agrees not to tvi e E -Verify procedures for pre-employment screening of job applicants, irt support of any unlav­ful employment practice, or for any other use not authorized by this 1! 100. Employers must use E -Verify for all new employees, unless an Employer is a Federal contractor that qualifes the exceptions described in Article II.D.1.c. Except as provided in Article 11D, the Employer will not verify selectively and will not verify employees hired before the e iet;dve date of this MOU. The Employer understands that if the Employer uses the E -Ver fy system: for any p} it pose other than as authorized by this MOU, the Employer Page 4 of 13 1 E-Verffy MOU for Employer I Revision Date 09/01/09 wvjw.dhs.gov/E-Verify Wk we Company ID Number: 688940 may be subject to appropriate legal action and termination of its access to SSA and DHS information pursuant tothis yNOU. A. The Employer agrees to follow appropriate procedures (see Article |!(. below) regarding tantative oonconfirma1ions, including notifying employees in private of the finding and providing thern nn1ioa of the �.;nQo, providing written naharra| instructions to emp|nyees, allowing emo�!o�nes /n oo''�e'at !!/n h���h�l. and not taking adverse action against employees if they choose tn o��.ao"`c.e in..'�c_' F 'ther, when employees contest a tentative nonuunfinnatinn based upon u photo non -match, ton Employer is required to take affirmative steps (uoo Article |||.B. below) tocontact DHS with information necessary to resolve the challenge. 10. The Employer agrees riot to take any adverse action against an employee based upon the employee's perceived annp|nynnent eligibility status while SSA or DHS is processing the verification request unless the Ennp|oyerubLuinn knowledge (aa defined in 8 C.F.R. § 274o.1(1)) that -the unnp|oyce is not work authorized. The Employer understands that an initial inability of the SSA or DHS autnrna�ad. `/ehfico!ion system to verify work authurization, a tentative nonoonhrmation, o case in ocndnuance (indicating the need for additional time for the govornman­( io reeo/ma s cane}. ur1hefinding of photo nnn-motch, does not estab|ioh, and should not be in�o��ra�od so �`vi��.�oe. that the employee is not work authorized. In any nfthe cases |ioted above, the enopby�_- must be provided a full arid fair opportunity to contest the finding. and �fhe or she does ao, the employee may not be terminated or suffer any adverse annpbymontconaequanues based upon the employee's perceived employment eligibility status (including denying, raducing. or extending work hnurs, delaying or preventing training, requiring on e/np|oyoe tovvork{n pourer oondiduno, refusing to assign the employee to a Federal contract or o�her sssigcn��n�. o/ oihemv�sa subjeoting an employee to any assumption that he or she is una:thn/izeU 10 vvork) until and un/ess secondary verification by SSA or OHS has been completed and a final hun been issued. if the employee does not choose to contest a tentative nonconO/meiion or a photo non -match or if n secondary verification is oo/npketnd and a. final nunooniftmaticn is issued, then the Employer can find the employee is not work author�nd zed eterminate �ne �mp{oyee'o employment. Employers or employees with questions a. -bout u Fina/ nonnonfirr-.aifion may call E-Vehfy at i'888-484-4218 or OGC at 1-8O0- 2S5-Oi55or1-80O-237-251�(TOD). 11. The Employer agrees to oornp!y with Title V|{ of the Civil Rights Act of 1864 and section 2748 of the |N,�, as applicable. by not discriminating un|awfu!|y against any individual in hiring, firing, or -recruitment oc referral, practices because of his or liar national origin or, in the case of a Protected indiwiduai as defined in section 27413(o)(3) of the |NA, because of his or her oitizenehipStatur. The Ernp{oye/unde/mtandsthat such i|ioga| practices nen include selective verification oruae nfE_-Jerify oxoeptso provided in part D ba|mm. or discharging or refusing to hire amployeou bocauun �hey appear o/ sound "foreign~ or have received tentative nor�cun�/rn�tions7h� Empioyari*u/ther understands that any violation of the unfair immigration- rela'fed --niployment practices pro,.,i,s;ons in section 274B of the INA could subject the Employer to oivil peno|ties, back pay awarda. and other sanotiono, and violations ofTitle V|| could subject the Employer to back pay awardn, compensatory and punitive damages. Violations of either section 274R of the |N/\ or Title V|( may also lead to the termination of its participation in E - Verify. If the Employer has any que�tionn relating to the anti -discrimination provisinn, it should contact {JSC at or i-800-2317-2515 (TDD). h k tn3Oil `s s f "� a E-o .rY� �i.: 'i m � 3�i Cornparry ID Number: 6U940 12- The Employer agrees to record the case verification number on the employee's Form 1-9 or to print the screen containing the case verification number and attach it to the employee's Form 1-9. 13. The Employer agrees that it will use the information it receives from SSA or DHS pursuant to E Vey ify �.nd I.his MOU only ':o confirm the employment eligibility of employees as authorized by f -s That it will safeguard this information, and means of access IM it ,,,_U:ch r:.: p -.i:: ,for, -,) to ensure that it is not used for any other purpose and as necessary io proteci its confider iiality, including ensuring that it is not disseminated to any person other than ernplo�:iees of the Employer who are authorized to perform the Employer's responsibilities unuer this MOU, axcept for such dissemination as may be authorized in advance by SSA or DHS for legitimate punposes. 14. The Employer acknowleuges that the information which it receives from SSA is governed by the Privacy Act (5 U.S.C. § 552a(i)(1) and (3)) and the Social Security Act (42 U.S.C. 1306(a)), and that an;, .person who obtains this information under False pretenses or uses it for any purpose other than es provided for in this MOU may be subject to criminal penalties. 15. The rnI>cye-, a rear -Lo ctoo;_:'late with DNS and SSA in their compliance monitoring and eval,.:2tion of E --Verity, ir.ciu(iirig, nermitting DHS and SSA, upon reasonable notice, to review Forms 1-9 and outer en-,ta!ovrner,t records and to interview it and its employees regarding the i=rn«loy-ere; Sc.e c), v -A. to rP'.s.pond in a timely and accurate manner to DHS requests for r t^rrnatiori re:atinq o {heir ^a ticipation in E -Verify. S`Z s5 c e :`r11'?_vt ;[� � Y r r" .3.,CONTRACTORS �4Ji i H `i HE FAR E -VERIFY CLAUSE £... 1. The Employer understands that if it is a subject to the employment verification terms in SUbpart 2; -i fi (A the FAR ii wu.ii verify the emp•.oymer:t eligibility of any existing employee assigned to tho contract and all new hires, as discussed in the Supplemental Guide for Federal Contractors. Once ;_in enmplove : ras been verified through E -Verify by the Employer, the Employer no -1: evenf !Uhie err,c: rlwee through E -Verify. a. Federal contra ;:ors with me. FAR E -Verify clause agree to become familiar with and cornMly with the most recent versie:rs of -the E -Verify User Manual for Federal Contractors and the E-Verif-,, uppiemertal Guide for Federal Contractors. b. Federal contractor -s the FAR E -Verify clause agree to complete a tutorial for Federal contractors with the FAR i--Verii / clause. r, F�e6era.i contra -r -D—_ wvi h fr,.-. �Ak F �igrify clause n.ot enrnlle I �t the ti! e of Contract award: An Employer that is not enrolled in E -Verify at the time of a contract award must enroll as a t=ertcr,l _or, actr,r w'.n rhe; l==!,'.? E Verity clause in E. -Verify within 30 calendar days of coniract award and, within 910 slays of enrolinnent, begin to use E -Verify to initiate verification of employment eligibility _4t ne-,!v hires :of the Employer who are working in the United States, whether or rind assigned to tine contiac'. Once the Employer begins verifying new hires, such verit ca io,- c rte,' hires must be lni i2afed within 3 business days after the date of hire. Once enrolled in E -Verify as a Federal contractor with the FAR E -Verify clause, the Employer must initiate veriiication of employees assigned to the contract within 90 calendar days from the time Page 6 of 131 E -Verify iv10U for Empioyer i Revision Dare 09/01/09 °mYvw.dhs.gov/E-Verify de s &g + n' `..� k .:n. . te..,,,csFlussu.uuassc - -n o®awnnsttuafssnst_x v. u, xi.., x.-ei_,lv.a Gompary!D Murriber: 6889,00 of enrollment in the system and after fihe date and selecting which employees will be verified in E -Verify or within 30 days of at-, employee's assignment to the contract; whichever date is later. d. i mployers that are already enrolled in E -Verify at the time of a contract award but are not enrolled in the system as a I=ederal contractor with the FAR E -Verify clause: Employers enrc!!-d in F -V, Jfy for 90 or more at the time of a contract award must use E -Verify to o:` ri e' gibility for new hires of the Employer who are working in the Uniiac? tale::; All'.' t :e: er : ;c. as:. _,,red to the contract, within 3 business days after the date of hire. Employers enrolled in E -Veiny/ as other than a Federal contractor with the FAR E -Verify clause, mUst update E -Verify to indicate that they are a Federal contractor with the FAR E - Verify clause within 30 days after assignment to the contract. If the Employer is enrolled in E - Verify for 90 calendar days or less at the time of contract award, the Employer must, within 90 days of enro'lment., begin to use E -Verify to initiate verification of new hires of the contractor who are working in the United States, whether or not assigned to the contract. Such verification of new hues inusf be initiated within 'business days aftar the date of hire. An Employer enrolled as -a-ederal contracioi with the FAR E -Verify clause in E -Verify must initiate verification of each ergpi ;yee assigned to the contract within 90 calendar days after date of c, )TY .acT ay. -rd ,)r wii:hin 30 assignment to the contract, whichever is later. e. Insiitutions of higher .; r_ cation . State; local and tribal governments and sureties: Federal contractors with the FAR E-4erify clause that are institutions of higher education (as d Iired at 20 U' S.C: -c o Company M KIM-n�;ey: 688946 1-9 complies with Article II.C.5, ! the employee's basis for work authorization as attested in section 'I has expired or d iangeci, or if the Form 1-9 contains no SSN or is otherwise incomplete, the Employer shall complete a new 1-9 consistent with Article II.C.5, or update the previous 1-9 to provide the necessary information. If section 1 of the Form I-9 is otherwise valid and up-to- date and the form otherwise complies with Article II.C.5, but reflects documentation (such as a U.S. 'o _ssport ';r Form 1-55') that expired subsequent to completion of the Form 1-9; the Emr!c) �r :,;. _ iui, ocuction of additional documentation, or use the photo to . dt ::. ;c..J :. tics 'i. C.` , subject to any additional or superseding instructions that may be provided on this su'bjeci in the Supplemental Guide for Federal Contractors. �dothinn in this section shai! be construed to require a second verification using E -Verify of any assigned ernpioyee who has previously been verified as a newly hired employee under this MOU, or to authorize verification cf any existing employee by any Employer that is not a Federal contractor with elle FAR E.-Veriij; cisuse. 2. The Ern foyer understands thy,_ if it is a Federal contractor with the FAR E -Verify clause, its compliance with this MOU is performance requirement under the terms of the Federal contract or subcontract, aril it -c- Employer consents to the release of information relating to compliance .ii:i iI' verii`k:a.:ic:;i iese;onsibilities under this (UIOtJ to contracting officers or other .TAo\!er's com (lance with Federal contracting requirements. 4PTICLE H! L, t;`:� l tiIVID13fLS TO SSA Aiello DHS I. If dhe rrr:;-;?oy­ receives a tentative nonconfirmation issued by SSA, the Employer must print the notice a: oirFcted by T!, E:i-:'eri y system and provide it to the employee so that the e`:7?J OyC:e rin•3y e't--rnir-je '•.t�he`ht:, rte. or she will contest. the tentative nonconfirmation. The I mploye^r rn„r;t e riel,r the I )r:+roti:rc- nonconirrllation with the ernp!oyee in private. 2. -i ; ie E; i foyer ,^, I rete empic ; -es io SS:^, field offices only as directed by the automated system rased on a tentative noncon-Firmation, and only atter the Employer records the case verification number, revic ars `,e input t,- defect any tr-?nsacfion errors, and determines that the ernpioyee contests the tentative noncon irrnation. The Employer will transmit the Social Security Number to c`,,e._ for eratc.ticil again i this review indicates a need to do so. The Employer will (deter:mine !-.,'nether the erne ogee 'contests the tentative nonconfirmation as soon as possible alt:ei the Employer receives it. j. If ,'he c:m^io ee co, '?te�s1s ant �. i.< r t«t.ive nonconfirma[,'Gr:, the Employer will provide the employee with <: .t`sier 'i-CIE'ner'citt;r,fer::al ';,?tier and InStrrai the GIllpiovee to VISIt an SSA office within 8 Federal r3cvernrae1i -work, days. SSA will electronically transmit the result of the refeir ai }.G th"i 1ti ICv':e? waiuhin 10 lr_pdi ra Government work flays of the referral unless it determines t int more than 10 stays s riece _:sary. The Employer agrees to check the E -Verify systen-r iegui ;riy for case updates. 4 1 Ke Frnp ok:;r agrees riot to a>_.< the employee to obtain a printout from the Social Security NUrriber stat= I:,ass, j`r = iv; ;ridei"t'; ;ar :;rher written verification of the Social Security Number from the SSA.. Page 3 0. 13 1 E-Varirj hicOU for E : Moyer i R:Msiun !'=jat_ 0M 110. VfVVUt . ItS.0 ov{E-VePi j/ Company 30 Number: 588940 B. RME ER1 A'L_ tip DIA 1. If the Empiuyer receives a tentative. noncontirmation issued by DHS, the Employer must print the tentative nonconfrmation notice as directed by the E -Verify system and provide it to the emplev,-e : i V -1 -the ernp'o'; � e may determine whether he or she will contest the tentative L. a_ review the tentative nonconfrmation with the ernployee in pries-: - 2. If the Empoyer finds a photo non -match for an employee who provides a document for which the autornated system has transmitted a photo, the employer must print the photo non -match tentative nonconfirrnation notice -�s directed by the automated system and provide it to the emol:::yee. so thF"t "a nlployee may determine whether he or she will contest the finding. The Employer must review the tentative nonconfirrnation with the employee in private. 3. The Emplo,/er igrees to refnf iouividuals to JHS only when the employee chooses to contest a to ,ta;ive -1cr c.:l ;i n�tic' °-ecr�ived from DHS automated verification process or when the Emu? oyer is!�Ues `.:?Ma ive nonco "!'firm3fion !used upon a photo non -match. The Employer will oc t_;:rii .e er (he contests the tentative nonconfrmation as soon as possible 4 If Tne employee contests a tentative nonconfirmation issued by DHS, the Employer will provi::ie the eriiipo; ,e +,vifn a referral !enter and instruct the employee to contact DHS through its toll-fr-7�e hoiiine (as. f_tur-A on the referral lever) within 8 Federal Government work days. if `;it i:_'?e< zrrt:=s s terriatiire rlon—,mMmation based upon a photo non -match, the E f,lr.'.,y� n:;; oxide ,he err,~! )y e witha referral letter to DHS. f)HS will electronically transmit the r,??t ^l i G r "1 w! t0 fh, nh ve. nri hi ii 10 Federal Goverfimen" work days of the referral 0: - ?s Is necessan . The C mpiO)/P,r agrees to check the E- `'erjf,,c:StE. ,�iff�a;i\r iQf';; 6. The E-niployl,r agrees the=..i if an ,�rnployee contests a tentative noncontirmation based upon a photo non -match, the Ernoloyer v, -'ll send a copy of the employee's Form !-551 or Form 1-766 to DHS for revir-w Sc :'16l 1f! c Cld lt;JrG ilj!1G ;-he document, or Sending a photocopy of t'r,e docuj;nent by an express mail account (paid for at ern p:= -:;lei e,.pense). : 7. 1"1 b. -,s ^i�tcerllTrl }ii%I"t' a Is ,113 photo non-malC i wheii comparing the photocopied List r docurn e; : des::ril_,ecl in Ar:l_?.'+.C.5 with the image generates! in E -Verify, the Employer mus" 117FbVaI"C' fk ennOove&S boct;,ne.nfation to DHS using one of the means described in the preceding pure.grpphl arc' tc resolve the case. AR11 LE IV Page 9 of 1.3 1 MOU fo- Employe( ii<;... ic, 0810110 it v13w.d hs.gov/E-Verify J t t k7 Eli v..Fj 1oJ O; , r � illill� � Company 10 Nun,bei: 688940 SSA and DHS will clot charge the-: Employer for verification sentices performed under this MOU. The Employer is responsible for providing equipment needed to make inquiries. To access E - Verify, an Employer rutin need a pei-sonal computer with Internet access. ARTICLE V PARTIES ,irnature of all parties, and shall continue in effect for as long as the SSA and DHS conduct tiro E --Verify program unless modified in writing by the mutual consent of ail parties; or terminated by any party upon 30 days prior written notice to the others. Any and ail system ar0hancements to the E -Verify program by DHS or SSA, including but not limned to the Verify checkine -cainst additional data sources and instituting new verification procedures, \.vifl be covered uinoe+ this MOU and will not cause the need for a supplemental hi OU that of -threes these changes. DHS agrees to train employers on all changes made to E - Verify through the use of mandawry refresher tutorials and updates to the E -Verify User Manual, the E -Verify User Manual for Federal Contractors or the E -Verify Supplemental Guide for r=ederai Contractors. Ever, without changes to E -Verify, DHS reserves the right to require empioyers i_- lte inanr'aton- rc.assher tutorials. An Employer that is a Federal contractor with the ' ,^,R E -`v ::, it,; this MOU when the Federal contract that requires its li, t,/+= IIV is +C.i :i;a[:gid or completed. in such a Ci`Wmstance, the Federal cc r +c'.or ✓'h t') FAR E 4eriry c`<ause rrnlst r)rovide written notice to DHS. [fan Employer that clause fails to provide such notice, that Employer vvili.:amaih a :•arUcipant in the E/erif�, ;grogram; will remain hound by the terms of this MOU tiiai ; -3,,01v 10 Flcir'ticipants iz'101 F're riot F-eoc:-&! contractors with the. FAR E -Verily clause, and will b q,;irect to sr ihe-Vi'r'fy pir)ce ores tci verity title errrp (jyment eligibility of all newly hired en. 1p iyeeS. S. Notiivithsmrrding Article \t, pa:~ A of this MOU, DHS may terminate this MOU if deemed necess.r;' flex us`J of tr,E recon-+-rnent�: of taw or policy, or union a determination by SSA or '} e ri s f_;*.em in or security by the Employer, or a failure on itt: n;h +�i '.;Ir i:_n; ,oy ;r �, c -nr:y �jifh established procedures or legal requirements. The Employer unrierstands that if ii is : Federal contractor with the FAR E -Verify clause; termination o' - Th s i0jOij l"J'j c:nv t}arbf or anv re.-sor; may rlegatively affect Its perforl-nance of its contractual t 'IrJ?IiT";� C. Sonrip o.- all �iSA -:'tri l ri-i`i re-sponsibilifies under This WDU may be performed by contractor(s), and SSA and DHS r) -i -)y adjust verification responsibilities between each other as they Flay de%ermine necessary, Ey separate agreement with DHS, SSA has agreed to perform its rec ponsib0iti=a as describes ii, °hiri MOIJ. D. \ct.fsir iq i, his hfiOtj gar should be consi.rued, to create any right or benefit, suis antive c; I nor:;=, ,.r:zl, r r to,c- .b at law by any third party against the United States, its agencies, officers, or err pirj r.taas, k r against the Employer, its agents, officers, or employees. E r pct! awl ,t :>nGit be sclef t respo!lsible for defending any claim or action against it arising out of or reiated to E -Verify o;- This fr.Oij, 'whether civil or criminal, and for any liability wherefrom, includirlri'bu ric3f iii-nit;?d fol %wily ':'is,?ute between the Ernplc:Ner and any other person or entity Page 10 of, 93 1 E lerify IVIOU r0r `-fti ?o+tFti ! P? ;isioo Dai: 09fev09 v'rvow.d2hs.gov/E-Verify S �4z:�ltL .afi! ;€ CoYSI;,')any ii1 ivi_frnber: regarding the app icahility -of Section 403)(d) of IIRIRA to 211y action taken or allegedly taken by the F'mployer. F. -1-he Employer understands t;'it the fact of its participation in E -Verify is not confidential information _=fnd may be disclosed as authorized or required by law and DHS or SSA policy, incl? -Iii,(, ht r., -f limited `c:;, ',Dngressional oversight, E -Verify publicity and media inquiries, det. :.decal contractual requirements; and responses io inquiries -nd Fr::.d, .,i_.fo.:�_ _iU'. .<:` II-(.7iA1. G. The foregoing ronstit+.itec the full' agreement on this subject between DHS and the Employer. H;. The rrdi41idu,-As, %,hose signm"'ire:- ap!C)ear below represent that they are authorized to enter into !hic y0UI on berral offhe 1_rnplo;rer and DHS respectively. Page 11 of 13 1 E -Verify IvIOU for Employer 1 Revision bate 09/01/09 1AvL /,dhs.gov/E—Verify r. IISA 4rXm ' Company NID;irfinber: CM940 To be accepted as a part"ciparA ur E -Verify, you should only sign the Employer's Section of the signa;tas•e page. If you have any questions, contact E -Verify at 888-464-4218, - _..... ....... . _----- -- --- !Eriployer '11i{y INI[CAL NFANAGF?4/ NT ASSOCIATES Dural-t-neiriE o'i- �Ionjaaand Security Verification Division i I (N2me, (i'iease I yue o, Pnm; Title, i I 07/03/2013 - - _ - -- 15 (3 f Date i I n"na60ia n o, i! t -ea far the E --Verify Program i (tai vri;� `S 4 Cc-, par:•y Al ecr,atc Address: or 0 arish: S 'U'll L ER, Employer lderiH iratiop 6'i82 Jy)t18 Page `i2 of 13 1 E-'Ve;i% MIOU for Employe: 1 revision tutee U9/01/09 wvnv.dhs.tgov/E••ilerify 0 �M� 1 .._ar.r t��vc r�rawnu+wravwr��w.:.. �.x.x v .x ssrwc�w.«.anxrc�n.vmtaa+un�noK oauwai.n trx r � s _ l t����(�> Company ID ilu her: 688940 i 1 Nl um i 4 c,17 Vermed T6C: jAre you Ela.rkaNikig ,tor F-,w.re sit ;,Ifyc�s, please provi(k the Humber of site's verified f4r i F%:CskZf1�:'i 1 site(s) i. "J?;3gtidm 1�a ministratorist for your 2.11��an on po is T.b1 pbone N i nbcl�; r7 % Sj 282 - 48("t' e,a, 127 Fax Number; (72-1) 282 - 1926 F'-maiIA:dutcs�t i, _iia rsw�� :r��Plar�t.eccre Page 13 ar" 13 1 F-Veriff,• M U for lrnrhyer I Revision Date 09!01!09 pwww.dhs.gov/E-Verify Form 6: Vendor Substitute W — 9 Request for Taxpayer Identification Number and Certification In accordance with the Internal Revenue Service regulations, Collier County is required to collect the following information for tax reporting purposes fi•om individuals and companies who do business with the County (including social security numbers if used by the individual or company for tax reporting purposes). Florida Statute 119.071(5) requires that the county notify you in writing of the reason for collecting this information, which will be used for no other purpose than herein stated. Please complete all information that applies to your business and return with your quote or proposal. 1. General Information (provide all information) Taxpayer Name Technical Management Associates (cis Shown on income tax return) Business Name (if'difjei•eni from iaxpauvr name) Address 10251 Metro Parkway, Suite 118 City Ft.—Mycrs State FL Zip__ 33966 Telephone _239-437-9582 —_ _ — F.mai'.: chud.fuelk-1raf 1 f%rell�ra£com Order Information (,Muss be filled out) Remit / Payment Information (Must be filled out) Address 10251 Metro Parlasay. Suite 118 City Ft, vers Statc PL Zip 33966 Email thud.fuellgrafO;fuellgraf.con; 2. Company Status (check only one) Address 10251 Metro Parkway, Suite 118 City Ft. Mvers State FL Zip_33966 Email chLid. fueIIgraf,fueIIgraf.com _Individual ' Sole ProprietorN Corporation Partnership Tax Exempt (Federal income tax- �empt entity Limited Liability Company under internal Revenue Service auidelines IRC SOl (c) 3) enter the tax classification (D = Di.sretarded Entity C = C'orooration P = Partnership 3. Taxpayer identification Number (for tax reporting proposes oniv) Federal Tax Identification Number (TIN) 25-1823908 (Vendors who do not have a TIN, will be required to provide a social security number prior to an award). 4. Sign and Date rorii,: Under venallies o1'veriue7/I cu•iifi' that theit;fn,r :i/tir/� .chrn-vn on this 6win k cnrr•ecr to m„ Signator Date 1/28/19 Title Charles L. Fuellgrat III. CEO _ Phone Number 239-437-9582 AdmirnS4tr 3dve, Servic as Di isior Date: January 18. 2019 Email: Kristofet'.lopez@colliercountyfl.gov Telephone: (239)252-8944 Addendum #1 From- Kristofer Lopez. Procurement Strategist To: hitci 11 l JCi B;dC{el'S Subject: Addendum # 1 Solicitation #19 -7527 -Electrical Contractors with Public Utilities Special ization T'he following clarifications are issued as an addendum: 1. FEMA Grant Provisions Package has been added and is required to be filled out completely, revised solicitF,,tion is also attached 2. Bid due date has changed to Januar} 30. 2019 !cr, 3:00 p.m. If you require additional infot'mation. please post a question on our Bid Sync (N.�,yN\\.bidsync.com) bidding platform under file solicitation for this project. Please sion be-A,and return a coUddendum with your submittal for the above referacced sr ita.tioen. (Signatu TechnicAl Management associates (Name of Firm) 1/28/19 Date EXHIBIT i FEDERAL CON -1 RACT PROVISIONS AND ASSURANCES FEDERAL 'Fi iERC`s .NCY MANAGEMENT AGENCY PUIBLIC ASSISTANCE This project activity is `ended in whole or in pari: by the Federal Government, or an Agency thereof. Federal Law requires that the Applicant's contracts relating to the project include certain provisions. Per uniform requirements of federal awards (2 CFR Pari 200.23) the definition of CONTRACTOR is an entity that receives a contract (including a purchase order). Com,pillance w4h tFede:'t31 Lav,+, RequiF3z: ons find Execrative Orders: The Sub -Recipient (County) agrees to include, in the subcontract that (1) ine subcor:tracior is bound by the terms of the Federally -Funded Subaward and Grarit Agreement, (ii) the subcontractor is bound by all applicable state and Federal laws and real -dations. and (iii) th skull hold the Division and Sub -recipient harmless against all claims of whatever nature arising out of ii.e s lb on "actor's pariorrnance of work under this Agreement, to the extent allowed arid required by law. Specifically, the Contractor shall be resporsible for being knowledgeable and performing any and all services under this contract in accordance with the following governing regulations along with any and all other reievant Federal. Slate, a ld local !u n s, i eguiations, codes and ordinances: 2 C.F.R. Part 200 Uniform Administrative Requirements, Cost Principles: and Audit Requirerric3n 5 (Ci , i1 c. 'a!„ J:a!_.. ? lie Roue, L c';cri ore: Dtsastc-r ? licr arid E-mergei o 6,ss stanca Act, Pubiic Law 93- 233, as arnenceo, ,% J..-J.C. `. "i �,t seq., anb. Re!a'ted Au-Lhorlties 'L'I1!i� 'r' bIIC;' ASIS :arIce F1'ogiuTl and t'J;icyy Guloe, _2017 (til effect for incidents declared on or after April , 20 i; ) Report ":u:: Ti;:: ccrliiac c ,;iii: prcvic_� any :rcorrnatior, required Co comply with the grantor agency requirernents ano regulations pertaini "g co reporting. it is important that the contractor is aware of the reporting requirern::i" Ls cl` tilc �ounh;, a3 tic= F-deral or State granting agency may require the contractor to provide certain inforr'nation, docul-nentation, and other reporting in order to satisfy reporting requirements to the granting Access to € ac:or&a : r11'1 The contractor agrees, to provide the County, the FEMA Administrator, the Cor rptrolie. Gene al of'i"e United ra ", A art,; of their ,uthonzeu representative's access to any books, documents, papers, &nr! recoids of LhE Corm 61ctoi which are directly pertinent to this contract for the purposes of- r:ai<rg au, tis, exarninatiori�, cxc�ip"s, ane transcriptions. (2) The Contractor agrees to permit any of the foregoing Nat ties :o reproduce by any rneans whatsoever or to copy excerpts and transcriptions as reasonably needed. (3) The contractor agrees to provide the FEMA Administrator or his authorized reprL-sentatives' access: tc cc)nstrUCiiorl or other ',rvork sites pertaining to the work being completed under the contract. MS S,62:9, Logo, � ;; s= :y;: -f u cor;iis,�t r s`;a!1 ilot use the UItS seal(s), logos, crests, or reproductions of rings w likanessas cf DNS agency rltflcials without specific FEMA pre- approval. No Government is not a party to this contract and is not Subject to any iD lC aiiC i'!S o; riU'1-r ederai e3 tidy, contractor, or any other party pertaining to any rnatter resi.itir`,g trot"."! tit@ r rug; a ti i :=. aa i � o o;1-Pis o,s"; taze; !acts: Tlie contractor acknowledges that 31 p. 30 (Adinioiswr:i ,-t; h; r dies or False Claims and Statements) applies to the contractoi`s aCilotis her<aininq —to ibis cof,tracl.. C:;! r' i 7 i l ; - i EXHIBIT i FEDERAL COI,,ff.r'.ACT-31R�O`ASION-SAIQ - 1 S' URANCES Energy 'Efficiency SiCa,"dards: 1 -he contractor agrees to comply with mandatory standards and policies relating to energy efficiericy which are contained in the state energy conservation plan issued in compliance with the E-nergy 10011cy and Conservatioii Act. Termination: 'Should the Contractor be Found. '(o have failed to perform his services in a manner satisfactory to the County as per this .-.gieernent, the County may terminate said Agreement for cause; further the County rri-ay tei minaie this Agreernent for convenience with a thirty (30) day written notice. The County sha!l be scio.jud'pe of non-pe!for.rnance. In the event that the County terminates this Agreement, Contractor's reccwary ag_iinsl the County shail be limited to that portion of the Agreement Amount earned ft-OL1011 die date of terfril,-Iatio:� TIF)e srp.111 not be entitled to any other or further recovery against the County, inclucjms. of-! no? i reit, c l:c ny :i ! l ages or any anticipated profit on portions of the services not periformed. Rio inve":dons or Ageeun',- H' the Federal award meets the definition of f L J; W; i 1 g a g rC i 7 F: --'zl U I (a) and the County w]shes to enter i nto a contract with a small business firm or non-ioN or,arlization regarding the substitution of parties, assignment or performance of - J, .-6 1-1 Jt "fi:n6jilg ami I ee rnent,` the County must comply taut qu,icr;c,.1-," 3-1: J,. t i,D 1rA'--,-'1'JC1;!,-, Made by Nonprofit O;ganizations and Ccti:racrs and Cioperaiiva agreements,,' and any "See 3! FFICI IP i C) (--,2`3l. 22) (Over $10,000): (1) In the performance of this contract, the Co - .i.:acior sha�! r-naxirnurn use of products containing recovered materials that are EPA l - de S i df auqui.au (j) Cornpeciuvely vvithir! 2 Jrnei'rarne providing for ,: -iit- s G:�act pen:or-mance requirements- or (iii) P� - (ii) Meet`iog c, -Lf jAj 21 J,,Ji i': aV3,jabl-- Lit EPA's Comprehensive L. S ii L. c", Bred transaction for purposes of 2 C.F.R. pt. 180 an -d "J- p . 3o,C- to verity that none of the contractor, its principals j. j 6 i,o R. § 180.905) are excluded (defined at 2 C.F.R. 180.940) or disquaiiiad (defined at 2 C. F. R. § 180.935). (2) The contractor must comply with 2 ,jb!Dz-i!-; C a;id . rIUSt inciude a requirement to comply with 'Lino -se -e0u!atiom� i,-; ac!,, 'Zi-ar it anTe s i - r 'o (3) this cc-, dfication is a material C;. tater inai the conte actor did not comply v,jich "R. ot. I in aucition to iernadies available to the Cou"N, h— 'o-1clucing Lot no:. Jrnii.-ecl to suspension !- 11., i - i,_ 31 fo ctorin Diy v,,ilil tlia r.-'ql.Jrements of 2 C.F.R. pt. 180, ,uhpan. U :nd 2 F. R. sub 0 \�vh:ie his o-ifer is Valid and throughout the period of any contract T Thai iilay :,rise pro: -n T'li- off-! -I-!]e rji,` ud,,r cr pioposer further agrees to include a provision requiring such rcd: and. labor surplus area ,i ms T` SoJu;L-oc :-n�L ali nacessaCl,, aff"i-niative steps to assure that minority jAAS1 1 1 tennis U ise U" w ILariever possible. (b) %;.;orncr-;:s 10usiness enterprises on f r-1 a rt at S ri, 11f, 0J, r , rljq wn oY-i's "business enterprises arc- solicited i;�":I �X 1y 1 P 1 -f 2 EX{ 1'3!1 3) Divicli!--[(� ol"al lki feFisjb2e; into smaller tasks or quantities to r minority businesses, and women's business (4) 1V stabh,si­;H-.Cj f',-AN-Cery scuhe­u'-D`3, vyhef2 the requi�,_-rrjent oei-r-nits, which encourage by In -toll and m: ­o,!',,/ 'G'usiriessas, and. wornen's business enterprises; (0") using the seivices aiia �_;s appror)riate, of such organizations as the Small and '1,icl fviii iorticy Business Development Agency of the Department or C e;Coni'ar"ar, f are Jo be let, to take the affirmative steps listed EqLa4 'Except as o'Lher\.,,,Yise provided under 41 C.F.R. Part 60, all contracts that meeLthe_definiiinr or _f derail assisted construction contract' in 41 C.F.R. § 60-1.3 MUSI !nC1U(JC:,' Lhe 8q _!21 C,:)r�U7Lj n I"', OF": During the perf . ori-nan,_0 ;if this con"Crad'. hie, ,-Iontr:acior agrees as follows: t�,'Iy 6r npluyt;& i Etpplic`ii it -1 or _"rinployi rient because of -;n. c _nd.er identitLy, or national origin. The contractor will L ai i ac ;�n-nployees are treated Dmicai,Js are employed, and that employees rLt,;e. icO;Io!. elig;ori, sex, sexual orientation, gender 'A_ it!ckrde, Ouir,ot be limited to the following: Employment, u- n C! 0 i. or recruitment advertising-, layoff or termination-, rates 3j!r;!_i �l CC;'. 1;', .6,_t. �;rld sa-lecuor, k)c training, inCiUding apprenticeship. The available to employees and applicants for ��)e oii`icor �ieldrg forth the provisions of this J z"J .1 L I clause, )ns �,d�jerijserrieriis, for employees placed by or on behalf of ccr,sidc_,ratiun 1'ur employment without oetider identity, or oa'ilonal origin. fre discriminate agah-ist any employee or J, 'Ij�PHC' a L 1j.- n- has wiquiied about, discussed, or or or another jmployee or applicant. This ei "D ij J, T,.. h "i-. ir.pic-,yee aho ,,,as access t;j tire compensation L: C :-i emo oye8's essential job functions viac;;-, e s e i app!7Jants 'to 'individuals who do not such information, unless Such disclosure is in response to a formal complaint orch-)rge, ir, Jr c1 -n iivlestigation, proceeding, hearing, or action, including an vi,,'Lli the :,,Dricractor's legal duty to furnish W. Tile va!!l se,, -,d i -c' union or representative of workers with which it has a a noi!ce Lo be- provided by the U,iion ivJAersI@itireSeiYtative ol the contractor's L­,oL.-.;;.ji,, Ord;_- It ',z;. S of , --t&m6er 24, 1965, and shall post --o. L : r i p;; (-, tye e s c -;-I r i Ci a p p i I -its tor employment. V. IS 01 1,'40 of September 24, 1965, 31 L;iC_ ',)rde.-S"_he- Secreiary of ' abor. L L_ '-' , :.H 1 .3 i -i 1-3 EXHOIT; FEDERAL CON! RAC F A The contractor will furnish A and repoils required by Executive Order 11246 of Seitem&x 2t 1963, and by the rjkv !egulations, and orders o� the Secretary of Labor, or purso ant jhereU� and vAH pansk access to his books ra.cords, accounts by the contracting agiarmy and Me SecMary of 1-2bor Or puToses of investigation 0 ascertain compliance with such VT in he even of he coNamoi's nonvomyrame with he ri a nd iscrim i nation clauses of this contract ot or orders, this contract may be canceled, terminated or j' - Government -'paridaA if-, r in 0 t waQuito"Pay be beciared ineligible for further contrnt; in aco)rdawp with pmcadwev aulicirized in Reartive; Order 11246 of September 24, AW and su ovawanctions imy A anposad and remedAs invoked as provided in Executive Order 11246 of September 2 1 1 qS5 or by rule, regulation", or order of the Secretary of Labor, or All. --jY!0*.-:.c��,!- t,:moi-,J& . e of pamgays (!mrough (6) in every subcontract or V.6000 ima o0s, nmnlp..ly :t Q, o., u!c;;-s of the Secretary a-,' Labor issued EEc�.,;r 20, A K.avtva Omer 11246 of September 24. 1965, so that such provisions wM be biding upon eadi subcondamor or vendor. The contractor will take such action with respect S': �%Ca or Pa Ch is 0 nvs 0 ny he Anaed �3y he Secretary' fut' Labor as a means of ': wv%' a G;_'•_.' --ionci io,is i -or Provide6, however, that in the eywl do SuLaun; becornly :,I' ;,-, ,-.rth, hl.iyaJun with a, subcontractor or 0VOUSS I WSLA &MY OMYAn PA MlWaO: may requak the United Stales to enter into such Lone ac wit Anja oz� Alsq, Smndan,s (49 U.S.C. 3701-37103) (over $100,000): Where applkawe, ad cakrawn awnbeo Q is sohcko, in excess of S100,000 that involve the employment of rneciiafi,,-.s 3! iLib-..,is i compi,ariue mih 4f,-, L). .C. 3i02 and 3704, as surd] ien'� 15�- oPy R Pan 0. (1) Of 11U';-cc,;wPAw cur, imming Iraq part o; the contract work w1hid-f riQAT .20, T., snonAn�� Y Wuu am a vvkp� ,w VA mqny or permit any such nnyanAey., 4 n, sne fs empojej on such wouno work in excess of forty haws :n suh ��am wVA. nwbNes mayensHon 8i rate riot less than onc andnaA 0-iss Yna bior ma V pny for A hours aorked in excess of fony hours in such workween. (2) vio;atiuri; rO: ui Rayn: Qi-wMed daniage& in the event of any violation of the clause set foRh wi paraqr,wi ; 11 of on, vsumr nu ann-amor and any responsible i:herefor shall be liable J-,ar,,-, be liable tothe United --Se of r MW -k( UJISM! 01 Va DIS IL N Columbia or a territory, to such District or to sat it RY 'i Qdaieo dannyies. SuA liclAda(ed ciarriages shall be computed with respect to each AAAY 7!V011 -nen and en-:pl,)y&.d in violation of theclause set fortil 1,L su!i-if.)i $10 for ewh Laleri6a( day cr; which such individual was nQua " oqmnd a �A? lice: nUaW WOR; Wk A AQ, now, vi rout payment of the oveQue wages wod _'Sin J .I.l "�) -"} tilis (3) foc onpoo wages ant liquidated damages. The (write in the name of the Federal agency or the loan or reoipient) shali upon Is own nation or upon written request of an authorized represertaboa ofk_ Sepa. wKKV id cause to be from any rnineys payable on account shvi? - sma"Aactor onQ my smh co; itrobarmy other Federal conLrqc;',. zme ; One Go N7w�n �: Pn) Ary fadamh szsisted su'',bject' to the Contract hNoin Aws ans GYAy Jorandi A", l h3d by to saris Que contractor, such sums as may be detenryao to ho nemswavy n sausfy nol vabiwdys of swh cc or subcontcactor for unpaid wages and Nuj dhq qS kin"AR iA a N Qa W ; ifl !-. of rhis section. ---- -------- - F)(HIBIT! FEDERM COPFRACT PROY&WAS AN� SISURAM (4) can awn a Y to "my3ubcorjiracts the clauses set forth in pantgnK 0) Or "SK 3) V ON Kowan the stjbcontr.?,c`t:ors to include these ClaUSeS 0-I rMy c,-)rkactor MAI be responsible, for compliance by any subcontactur of ic)v,,,z;,, 'Liar QUAria dau:ses sea l'oiiii in paragraphs ('i) through (4) of this section. Adiminisva,t,ive-, CorsTactuat or (,)v,7.,r $150A00Y Unless otherwise provided in this contract, all cWhos, =)wkendams, cKswes and other matters in question between the local goverment ami on uwnmnn USWP on 1", ("; r-'Ja6ng to this ccnyact, or the breach of it, will be decided by GOMM 0 M poupy mulaN wj2e ndn n FhAda ccu& J competent Prisdiction. Chan AN M, and Fun& iwos: PuMoa MMY Act (1) The contractor agrees to comply WTI ak a,mio puia!-. it UD iri Clean Air Act, as amenucn. 12 L S . Q ?W; W OL nwarac&A wgreeW cOMI.)Iy Witr! Eili appiicable standards, owns omdaMAS SbUM PWMIA 10 Vo VMnra: VAL101 J.ii i (3ji!Licii pis amended, 33 U.S.C. 1251 ei sag. (3) � Q colijawor agwon A copy I teach viob9ion to i; -ie at',,-)' understands and agrees that die County YQ[ in why repbrt each AmMbn as raquired to assure notification to the Federal Emergency Management .r,.gerroy, an ihe Envirorimerrtw AmeNon Agency Regional Office. (t The cortunnor q bus, i z, wcoa an o waW wk,nzin zxmanmg 11 53§GC Waricad in whole or it V,; -i-. JYM kj .1, P. nl�� �n f" Contractors who appy or A d on an awav of 4 hmnvc n,Np sock To the re !reel Ea( -,h tier certifies to the ypproiris, i-.,' f,,,ncs 'L pLiy E:rry -erson �)r organization for Mo0: C n �,ng to Jr emplcp± of wiy a rnarnlbei of Congress, oQjer : a qpQV,e OL .j 7� Sn& 000 a Mamku of Jc,fig-ess ill cjnnec-i:ion with obtaining any Fenn. . QVoh el is.wmd hy 31 U.S.G. § QW. Ec'r;,Jsr si".a!l also disclose any nab Ang wur PoGe M caecticri t;ki'tn UOia rlin arty award. Such rieIlD 1-acipief,,C Was �-- C 0 in A no h V a Z.: it. --,l List Those tiv to have, been placed on the convicted list may not submit a M an o aa;n.AdL w7y AY ,,owus to a cup: arsq, may not sulynk a ka or] a contract wAh a y.Az sp_ . ipz a, a t-65: oxAny cc !!lay ilot submit bids on leasaw V! lob! n" QU E 16MM -A e t fc ri:i a cc. m -actor, supplier, n -_ 1 Y , n Y.bk oxjy. _:,, ' rt . ,ot transect business with any puohc ir. j� - cl,�, of neing p.aced on the R PmW Kai t:i-, de conzaso Voinan t-ri :C:c-- Nio funos ren5vad pasuan, Whis ApreemM rna•/ be expenc.,ed for Wong the Legislature, qva6 11 royso 20.D-55(3), !--'Iorida Statutes, Uoe Qnl U. MM, MR ox, War ,I 4: deemed necessary to tarry em 10 til :a: onek n1 is ad swLow nos Go ovylion to comoy with Section 20wo G :A. . v R0,00 .001arl l:� -1,.,, nnw" sk nmhi MOW mcoids uernonstrating its co;nWime Yth OV LlnS U? TO Agaa0a� &r a PShad Uj aL Cast ii -!e (5) years fina� payment is made aid QN! WOW M COMO, YWkn 01 Q AlSqnews access to such records upon request. EXABN i FEDERAL gaf-<UVISONS AN5 PSSURANCES of �Inns, CondhiOns, and Chant Clauses UNIWW� If the sLibc.orqaow any of w4er 51 Agme-rient: a copy o1 the signed subcontract must to aval ab, to Ve Dapamnar N m0mv and approval. The vendor agrees to include in the VACO OMN 03t (1) 'he :,ovocby Ne terms of this Agmernent, (W the subcontractor is bmmd by W , a . si.,t ami ia� c regu;etions, and (iii) the subcontractor shall hold the Depart mant and Racipent namikss again st ad Wks of whatever nature arising out of the subcontractor's perfomn&nce oi` �,ik: rK wMeNhis Agmanst lo do extent allowed and requked by law. The recipient shall document 01 W OWEYly CaPON Me S&CONS)i-s protressin pe,1orminq its work under this agreement. For each subcuac., s s� pro% le a "Man masmW V b a Depaianent as to whether the s4cmommor W s Y&WO vonOr YF o Gby� 0 'Vonn 288101 FWL SWI.. on ne,Z u; wy !Poq ! . ck"=v3ya, To ara , io.Q.mints idenhad in ON document. Ll � AuTakad Synove 2,,� n hy 1 r loaner I As -cc ia in S EXHIa I - 6 ! EXI-IH-3 T. FEDERA, L �-,O�N. N DIERARWNIENT, SUSPE11S, ON, IN EUGIBILITY E.","CLUS'ON Contractor Coven:cj T-3osactions '/: Collier County, certifies, by submission of tills ff J --,Fsen,'iy 6cIbarred, suspended, proposed for debarment, declare0i inedigib"e., or W..Llric:_,rily excii.ded wonj parilcipation in This transaction by any Federal department LO m'-, &:hcve, si'aunrndtit, the prospective (2) VV er I i' C': U �1 I' Contract Shall Ffflach an C � 1 :1 F) van- e 10 2 5-, -M! o 3 w,--;. 5 CL I c City. 'Sta' L.;'L) DUNS Ku ,A -),1--i ------- --------- ' ; -Ai - --,-6 DEM Con'(rE't Nurnher, ZOOT! I FEMA Project <1 21 3 , !"IF, F, P 0 111) 0 C, 0 0 It EXIHIS'-'i ! FEDERAL ll"ONTF,'ACT Ai\jl--" Asl:-�UIRANCES NTY -ATEMENT LP PA R. T 1 Ul P A'r 10 N S 73 9f ( - ; tc��, ' Oct I;-,) er' a zion th at va! id at C, a -, �� , , J 5 n R D C,,-!N7�-L�T VAOUNT T e n c a a rl 61, s N 0 SMALL �E, TION -Elr T k, DF rlaNTRACT L D C, LL4 Rf J-- P., Ell V! 'rNTRt -T'- R -.'r;'. E. C: F S U bi 1.1, rff E P. CEC) Ch L �-- 2 D -437 - 9 5, F 2 239-43'-i-9576 --------- ------------ T -;, . -':5T4 .f__ DATE EXH'1Ei!T Offer 'Ti d o ..... t(� �in q5— ---- -------- The un(.Iarsigried 2�_ of l-lef that,: 1. No -,;a. i -y -, o; i behalf of the u.,,dersigned, to any person for ()I s F, 01 -H,:.;;.nc Nkernber of Congress, an officer or F, , C. vklit i�: awarding of any Federal coniraci ihi' : cri,, F C', C)" Irl`/ Fede, -.al IG .n the entering into of any cooperative agre;emcan'ar on of any Federal contract, grant, , loan. or 2. If any l'unds- other `ri�ar! 1- e ;, :- :c .:ny person for influencing of Congress an officer or employee of or a-Lternoting to cn!cu, ��cr a [0emr)(-! Congress, cr an c5 in connection with this Federal contract, grant, loan, or coolzllr 3 i c: :-J Form- LLL, "Disclosure Form to Report Lobb,,/jilci,' -4o,:(j i,, the award docun-ients for all subawIj- d--- r 9 ; a n *Cs, ioai,is, and cooperative agree.-, Y This \V [e!�;ice was placed when this transaction was made or entered inic:. Si.t rri<ssio; tr, c :;:c- or t zSorereciu!slte- T making aking or entering into this transaction impoieti A=. -iy p- rson who fails to file the :`--d 10. JOJ and ciul, Fioi-e than $100,000 for 63ci-I The sccu-,@c,,, o` staternen' of its certification and d isclo s a my. I J, L! of 31 U.S.C. § 3801 et seci-. T Conti&Aor fll-:iTr, Sigrac i Narne Date CO I County Administrative Services Division Procurement Services Date: January 28, 2019 Email: Kristofer.lopez@colliercountyfl.gov Telephone: (239)252-8944 Addendum #2 From: Kristofer Lopez, Procurement Strategist To: Interested Bidders Subject: Addendum # 2 Solicitation #19 -7527 -Electrical Contractors with Public Utilities Specialization The following clarifications are issued as an addendum: 1. The following rate schedule has been added for Time and Material quotes for Urgent work and is subject to be negotiated prior to contract award. Please input an rate for each position, if required all overtime and holiday pay will be 1.5 times the approved rate: Item % mark up on parts Hourly rate Journeyman Electrician Hourly Rate Apprentice Electrician Hourly Rate Electricians Helper Hourly Rate General Laborer Hourly Rate Ditch Witch Equipment Hourly Rate Industrial size forklift (to unload up to 150KW generator) with tires designed for rough terrain Hourly Rate Forklift Operator Hourly Rate Crane (with 120 foot reach) Hourly Rate Crane Operator Hourly Rate Bucket Truck (with 40 foot reach) Hourly Rate Bucket Truck (with 60 foot reach) Hourly Rate Bucket Truck (with 80 foot reach) Hourly Rate Bucket Truck Operator Hourly Rate _.... r'." tv1 CU, ua, y /, /.uly (W� J:uu p.m. If you require additional information, ple post a question on our Bid Sync (www.bidsync.com) bidding platform under the solicitation for this roj I. Pleasig bel and ret' n appy of th' Add dum with your submittal for the above referenced solicitation. 1/28/19 (Signature Date Technical Management Associates (Name of Firm)