Loading...
Agenda 06/22/2021 Item #16C4 (IFQ #20-7771 - Small General Contracting Services)16.C.4 06/22/2021 EXECUTIVE SUMMARY Recommendation to award Invitation for Qualification ("IFQ") No. 20-7771, "Small General Contracting Services," for County -wide general contracting services to: Capital Contractors, LLC, DEC Contracting Group, Inc., Chris -Tel Company of Southwest Florida, Inc. d/b/a Chris -Tel Construction, Waypoint Contracting Inc, Vetor Contracting Services, LLC, and N R Contractors, Inc. OBJECTIVE: To obtain small general contracting services in a fair and competitive manner in accordance with the Purchasing Ordinance. CONSIDERATIONS: The Facilities Management Division is responsible for maintaining various County -owned and leased buildings and facilities throughout Collier County. This solicitation intends to establish a pool of qualified contractors that can provide general construction and construction -related services, including maintenance services, after-hours repairs, and minor renovation services to minimize operational downtime and maintain top operating conditions. On November 18, 2020, the Procurement Services Division released notices of Invitation for Qualification No. 20-7771, Small General Contracting Services and sixteen (16) proposals were received by the due date of December 18, 2020. All sixteen proposers were found to be responsive and responsible. The Selection Committee convened on January 29, 2021. The primary evaluation criteria included a business plan and approach, experience and capacity, and specialized expertise of team members. A minimum of three references were requested from clients for projects of a similar size for which the contractor provided services similar in scope and complexity within the past five years. After review of the proposals and deliberation, the committee ranked the proposals as seen below. Proposers Final Ranking Capital Contractors, LLC. 1 DEC Contracting Group, Inc. 2 Chris -Tel Company of Southwest Florida, Inc. d/b/a Chris -Tel Construction 3 Waypoint Contracting Inc 4 Vetor Contracting Services, LLC 5 N R Contractors Inc. 6 Compass Construction, Inc. 7 Jim Duffy Construction, Inc. 8 Cosugas, LLC 9 WM. J. Varian Construction Company, Inc. 10 Made in Rio, Inc. 11 G. Meyer Construction Inc. 12 Atlantic Concrete and Mechanical, Inc. 13 FA Remodeling and Repairs Inc 14 The Eleventh Rep, LLC 15 HRT Construction Group, LLC 16 The top six (6) contractors are being recommended for award: 1) Capital Contractors, LLC., 2) DEC Contracting Group, Inc., 3) Chris -Tel Company of Southwest Florida, Inc. d/b/a Chris -Tel Construction, Packet Pg. 1460 06/22/2021 16.C.4 4) Waypoint Contracting Inc, 5) Vetor Contracting Services, LLC, and 6) N R Contractors, Inc. Staff carefully evaluated the references provided and found the contractors reputable with good work history for the intended scope of work. Five of the six contractors are currently providing contracting services to the County. Capital Contractors, LLC has been in business since 2017 and is a local Naples contractor. Chris -Tel Construction was incorporated in 1993 and was founded in Fort Myers, Florida. DEC Contracting Group, Inc. was formed in 2014 and has an office in Fort Myers serving the Southwest Florida area. Waypoint Contracting Inc, in business since 2016, has recently established an office in Naples, with their headquarters located in Miami, Florida. Although Vetor Contracting Services, LLC has not performed work for the County, the company has been in business since 2014 and has completed various projects in Florida, similar in nature to the services requested under this Agreement. N R Contractors, Inc. has been in business since 1992 and is a local Naples contractor. The attached Agreements provide for an initial three-year term, with two additional one-year renewal options. This contract may be used by other County departments once awarded pursuant to the Procurement Ordinance. The work under this solicitation will be for projects with a value up to $200,000. All work assignments will be issued pursuant to the requirements outlined in the Agreements with the awarded contractors. FISCAL IMPACT: The base annual amount of the contract is estimated to be $500,000. Funds are available in the Division of Facilities Management Operating Budget 001-122240, and other user's division cost centers. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. -SAA GROWTH MANAGEMENT IMPACT: There is no growth management impact associated with this Executive Summary. RECOMMENDATION: To award Agreements for IFQ No. 20-7771, "Small General Contracting Services," for County -wide general contracting services to: Capital Contractors, LLC., DEC Contracting Group, Inc., Chris -Tel Company of Southwest Florida, Inc. d/b/a Chris -Tel Construction, Waypoint Contracting Inc, Vetor Contracting Services, LLC, and N R Contractors, Inc., and authorize the Chair to execute the attached Agreements. Prepared by: Juan Delgado, Operations Analyst, Division of Facilities Management ATTACHMENT(S) 1.20-7771 Solicitation (PDF) 2.20-7771 CapitalContractors_Insurance 5-18-21 (PDF) 3. [Linked] 20-7771 CapitalContractors_Proposal (PDF) 4.20-7771 CapitalContractors VendorSigned (PDF) 5.20-7771 Chris-Tel_COI (PDF) 6. [Linked] 20-7771 Chris -Tel _Proposal (PDF) 7.20-7771 Chris -Tel vendorsigned (PDF) 8.20-7771 DECContracting_Insurance 5-20-21 (PDF) 9. [Linked] 20-7771 DECContracting_Proposal (PDF) Packet Pg. 1461 16.C.4 06/22/2021 10. 20-7771 DECContracting_VendorSigned (PDF) 11. 20-7771 NRContractors_Insurance 5-19-21 (PDF) 12. [Linked] 20-7771 NRContractors_Proposal (PDF) 13. 20-7771 NRContractors_VendorSigned (PDF) 14. 20-7771 VetorContracting_Insurance 5-19-21 (PDF) 15. [Linked] 20-7771 VetorContracting_Proposal (PDF) 16. 20-7771 VetorContracting_VendorSigned (PDF) 17. 20-7771 Waypoint_Insurance 5-20-21 (PDF) 18. 20-7771 Waypoint_VendorSigned (PDF) 19. [Linked] 20-7771 WaypointContracting_Proposal (PDF) 20. 20-7771 Final Ranking (PDF) 21. 20-7771 NORA Signed (PDF) Packet Pg. 1462 16.C.4 06/22/2021 COLLIER COUNTY Board of County Commissioners Item Number: 16.C.4 Doe ID: 16018 Item Summary: Recommendation to award Invitation for Qualification ("IFQ") No. 20-7771, "Small General Contracting Services," for County -wide general contracting services to: Capital Contractors, LLC, DEC Contracting Group, Inc., Chris -Tel Company of Southwest Florida, Inc. d/b/a Chris -Tel Construction, Waypoint Contracting Inc, Vetor Contracting Services, LLC, and N R Contractors, Inc. Meeting Date: 06/22/2021 Prepared by: Title: Operations Analyst — Facilities Management Name: Juan Delgado 05/21/2021 3:59 PM Submitted by: Title: Director - Facilities Management — Facilities Management Name: Damon Grant 05/21/2021 3:59 PM Approved By: Review: Procurement Services Caroline Blevins Level 1 Purchasing Gatekeeper Procurement Services Sue Zimmerman Additional Reviewer Public Utilities Operations Support Joseph Bellone Additional Reviewer Facilities Management Damon Grant Director - Facilities Procurement Services Sandra Herrera Additional Reviewer Procurement Services Sarah Hamilton Additional Reviewer Public Utilities Operations Support Jennifer Morse Additional Reviewer Public Utilities Department Drew Cody Level 1 Division Reviewer County Attorney's Office Sally Ashkar Additional Reviewer Public Utilities Department George Yilmaz Level 2 Division Administrator Review Office of Management and Budget Debra Windsor Level 3 OMB Gatekeeper Review County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Budget and Management Office Ed Finn Additional Reviewer County Manager's Office Amy Patterson Level 4 County Manager Review Board of County Commissioners Geoffrey Willig Meeting Pending Completed 05/26/2021 8:17 AM Completed 05/26/2021 11:29 AM Completed 05/27/2021 9:20 AM Completed 05/27/2021 10:43 AM Completed 05/27/2021 2:20 PM Completed 05/27/2021 2:20 PM Completed 05/27/2021 3:05 PM Completed 05/28/2021 7:59 AM Completed 06/02/2021 11:36 AM Completed 06/08/2021 11:00 AM Completed 06/08/2021 12:06 PM Completed 06/08/2021 3:36 PM Completed 06/13/2021 7:02 PM Completed 06/14/2021 4:07 PM 06/22/2021 9:00 AM Packet Pg. 1463 16.C.4.a collier county Administrative Services Department Procurement Services Division COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS INVITATION FOR QUALIFICATION (IFQ) FOR SMALL GENERAL CONTRACTING SERVICES SOLICITATION NO.: 20-7771 SARAH HAMILTON, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8987 Sarah.Hamiltonkcolliercoggtyfl.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 maybe grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. Packet Pg. 1464 16.C.4.a SOLICITATION PUBLIC NOTICE INVITATION FOR QUALIFICATION 20-7771 (IFQ) NUMBER: PROJECT TITLE: SMALL GENERAL CONTRACTING SERVICES PRE -PROPOSAL CONFERENCE: DECEMBER 3, 2020 at 1:30 P.M. LOCATION: FACILITIES MANAGEMENT DIVISION, TRAINING ROOM, 3335 TAMIAMI TRAIL EAST, BLDG W, NAPLES, FLORIDA 34112 IFQ OPENING DAY/DATE/TIME: DECEMBER 18, 2020 at 3:00 P.M. PLACE OF IFQ 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: hlWs://www.bidsync.com/bidsync-cas/ INTRODUCTION As requested by the Facilities Management Division (hereinafter, the "Division or Department"), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, "County") has issued this Invitation for Qualification (hereinafter, "IFQ") with the intent of obtaining proposals from interested and qualified contractors in accordance with the terms, conditions and specifications stated or attached. The Contractor, at a minimum, must achieve the requirements of the specifications or Scope of Work stated. The awarded contractors will be responsible for providing complete construction services for a wide range of projects and are responsible for the overall coordination of the projects. Contractors will provide material, labor, equipment, tools and services necessary for the projects. Contractors may hire specialized subcontractors to perform all or some portion of the construction work. The results of this solicitation may be used by other County departments once awarded according to the Board of County Commissioners Procurement Ordinance. Each project will not exceed $200,000. Historically, County departments have spent approximately $500,000 to $800,000 annually; however, this may not be indicative of future buying patterns. The County anticipates an estimated 250 to 1,000 small projects each year. BACKGROUND The Facilities Management Division is responsible for maintaining various County owned and leased buildings and facilities throughout Collier County. This solicitation intends to establish a pool of qualified contractors that can provide general construction and construction -related services, including maintenance services, after-hours repairs, and minor renovation services of County - owned and operated facilities to minimize operational downtime and maintain top operating conditions. TERM OF CONTRACT The contract term, if an award(s) is/are made is intended to be for three (3) years with two (2) one (1) year renewal options. Prices shall remain firm for the initial term of this contract. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure The County Manager, or designee, may, at his discretion, extend the Agreement under all 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. DETAILED SCOPE OF WORK The Division is seeking a qualified pool of contractors, licensed in the State of Florida, to provide minor repairs, construction, renovation, installation, and maintenance services. Normal and after-hours repair services will be required Countywide and include, but not be limited to, the following example types of work: c 0 M .2 0 T ti ti 0 N C m E z M Q Packet Pg. 1465 16.C.4.a • Supervision/administration of construction -related work; • New construction work for renovations and building additions; • Renovations/retrofits, repairs/replacements, maintenance, and installations; • Demolition associated with renovations/retrofits; • Scheduling work and subcontractors in harmony with the County's operations; • Estimating cost of future projects; and • On -Call Urgent Services. Typically, maintenance and repair services will be completed during normal business hours, considered to be Monday through Friday between 7:00 AM and 5:00 PM. The County may request services during afterhours as deemed necessary by the County's representative or designee. Afterhours are considered before 7:00 AM and after 5:00 PM on weekdays and at any time on Saturday, Sunday or County -observed Holidays. Contractors must be qualified and are directly responsible for 100% of the contracted work. In the event the Contractor does not "self -perform" any or all tasks within the specifications, and utilizes subcontractors, the Contractor is directly responsible for all supervision, monitoring and compliance with the schedule, cost, work scope, plans and specification quality in the performance of a project for the County. It is the intent to award this IFQ to multiple contractors, with County staff requesting quotes from all awarded Contractors for future projects that exceed $25,000. All awardees are expected to submit quotes for each Request for Quotation that will be issued under this contract, for the duration of the contract. Repeatedly failing to submit a quote, when requested, may result in the removal of the awardee from the contract pool. Procedures for Non -Urgent Work: For projects with a value of $25,000 or less, the procedure for obtaining quotes from the awarded Contractors is outlined below: 1. A quote will be requested from one (1) of the awarded Contractors on a basis that ensures a relatively even distribution of work. 2. The Contractor will respond with the information and/or proposal sought within seven (7) calendar days. 3. The County shall pay the Contractor for the performance of the work pursuant to the quoted price offered by the Contractor. The Contractor will be compensated for time and material not to exceed (T&M NTE) work or lump sum, as applicable. 4. Contractor will commence work upon County's issuance of a Purchase Order. The Contractor agrees that any Purchase Order that extends beyond the expiration date of the resultant contract will survive and remain subject to the terms and conditions of the resultant contract until the completion or termination of work. For all projects with a value that exceed $25,000, the procedure for obtaining quotes from the awarded Contractors is outlined below: 1. A Summary of Work, project plans, technical specifications, etc. will be provided to all awarded Contractors, along with a quote schedule for providing an all-inclusive lump sum quote. Completion time may be specified in the Request for Quotation. 2. The County's Project Manager will set the required response time for each project, but the Contractors will be given a minimum of seven (7) business days to provide a quote. Other projects may require a longer quoting period to allow for proper coordination. This period may also include a pre -bid meeting. 3. Contractors shall provide a lump sum quote based on the quote schedule provided. The following is an example of a quote schedule that may be required: Packet Pg. 1466 16.C.4.a Item Number Description Unit Amount Item Cost 1 Mobilization Lump Sum 1 $0.00 2 Sitework Lump Sum 1 $0.00 3 Demolition Lump Sum 1 $0.00 4 Masonry Lump Sum 1 $0.00 5 Structural Lump Sum 1 $0.00 6 Roofing Lump Sum 1 $0.00 7 Plumbing Lump Sum 1 $0.00 8 HVAC Lump Sum 1 $0.00 9 Electrical Lump Sum 1 $0.00 Lump Sum Total $0.00 4. The County's Project Manager will review all quotes received by the given due date and may negotiate with the Contractor who submits the lowest quote, if outside the budget. 5. No single project may exceed $200,000. 6. Contractor will commence work upon County's issuance of a Purchase Order. The Contractor agrees that any Purchase Order that extends beyond the expiration date of the resultant contract will survive and remain subject to the terms and conditions of the resultant contract until the completion or termination of work. The County reserves the right to waive any or all of these requirements and to separately solicit any job if in the best interest of the County. The County reserves the right to supply all necessary parts for selected projects and repairs. Urgent Work: Urgent work shall be defined as any work that is not scheduled. 24-hour availability is needed to complete on -call urgent work. Urgent work will be completed on a rotating schedule with one (1) Contractor designated for a one (1) week period. Each awarded Contractor shall supply all County departments utilizing the resultant contract with a minimum of two (2) twenty-four (24) hour urgent contact phone numbers. All Contractors must participate in the urgent work rotation, which will be equally divided among the awarded Contractors. The annual schedule will be developed at a meeting with all awarded Contractors at the beginning of the contract term, and annually thereafter. The Facilities Management Division will manage and maintain rotation schedules such that three (3) months of future assignments are accessible to all Contractors. Urgent work requests require telephone or email acknowledgement of the request within two (2) hours. Contractor must provide a Time and Materials Not to Exceed (T&M NTE) quote within 24 hours of the visit and also provide a schedule to complete required repairs. The County may require the Contractor to secure damaged work area via a temporary repair. Should a Contractor fail to respond to an urgent call the next Contractor in rotation shall be contacted. Any failure to provide coverage by a Contractor, may be subject to termination. Changes in the Work: The County shall have the right at any time during the progress of the Work to increase or decrease the work. Promptly after being notified of a change, Contractor shall provide the County with a T&M NTE proposal for any changes in the work. Invoices• All T&M NTE work assignments will utilize a fee schedule for labor/parts/equipment. Fee schedule rates, which are subject to additions or deletions, will be negotiated with the awarded Contractors and will be added to the contract for utilization. For all T&M NTE work, Contractor(s) shall be required to provide backup documentation of Contractor's time and proof of the subcontractor services and/or parts/materials/supplies/equipment by providing invoices and receipts at the time of invoice submission. Ancillary charges may be transferred to the County in the actual amount; however, mark-ups will not be allowed. Mark-ups will not be allowed on sales tax, consumer fees or taxes, use and other similar taxes or fees associated with any work under the resultant contract. Awarded Contractors agree to the following, as it pertains to markups and labor rates on T&M NTE work: The mark-up on rental equipment shall not exceed 10%. The mark-up on materials shall not exceed 10%. The mark-up on subcontractors shall not exceed 15%. A copy of the Subcontractor invoice must be Packet Pg. 1467 16.C.4.a Subcontractor hourly rate shall not exceed the Contractor's hourly rate. 4. The labor rates provided by the Contractor are to be fully burdened to include overhead, insurance, profit and use of company owned small tools and equipment. Contractor's Responsibilities: Contractor(s) shall furnish all necessary qualified labor, materials, equipment, tools, consumables, transportation, skills, and incidentals required for the services requested. All work, equipment, parts and materials must meet Collier County Vertical Standards. If the work request is not specific and/or the Collier County Vertical Standards do not specify, then the work/equipment/parts/materials must be approved by the County's representative or designee. Permits/Licenses: The Contractor shall obtain and maintain all required permits and/or licenses necessary for the prosecution of the work prior to the start of construction. The Contractor must use a qualified engineer or company representative (with all related licenses and certifications being current and in full force and applicable jurisdiction) with the experience and ability to N obtain all permits required for any and all repairs, when necessary and applicable. Warranty: The Contractor shall professionally perform to the industry standards and to the requirements in this solicitation Cn and subsequent contractual documents. The Contractor shall warrant their work for one (1) year following final acceptance by c the County. M Parts and fixtures shall be new and warranted for a minimum of one (1) year or the maximum allowed by the manufacturer, L c whichever is greater. An extended warranty may be purchased through the Contractor from the manufacturer without any C V markup being charged to the County. L Records and Documentation: The Contractor(s) is responsible to maintain and update records for services provided. The d documentation will include, and not be limited to, records of all service calls, maintenance performed, and any modifications, if applicable. All reports shall be sent to the County's representative or designee, noting date, repair, materials, location, and/or disposal information. The County reserves the right to require photographs of the completed work. E co Contractors will be required to use the County's Work Management procedures, such as utilizing online work request system, at no ti additional cost to the County or Contractor(s). The Contractor(s) will be responsible for utilizing any systems used by the County ; for work requests under the resultant contract. The Contractors may be required to update, complete and close work requests and N attach before and after pictures, as necessary. CI Incidents: Contractor(s) must report any/all accidents/hazards immediately upon occurrence to the County's representative or n_ designee, in writing, followed by any and all notifications required by law, such as Occupational Safety and Health O0 Administration (OSHA) requirements. Inspections: The County and the Contractor(s) may conduct an inspection of the completed services provided in response to 0 any resulting Purchase Order. Any deficiencies noted during an inspection shall be corrected before final acceptance. Such }, deficiencies shall be corrected within 24 hours after receipt of notification, unless otherwise directed by the County's representative or designee, at the Contractor's expense. 2 0 0 Equipment Inventory: The Contractor(s) shall, under no circumstances, remove any equipment containing a County asset sticker. The Contractor(s) shall request that, when replacing equipment, the asset sticker be removed by an appropriate County's ti representative or designee authorized to adjust equipment inventory records. o N Facility Safety and Security: The Contractor and their subcontractors are required to comply with County Ordinance 2004- 52, as amended. The Contractor and their subcontractors must meet all background checks and fingerprinting requirements and E shall be responsible for all associated costs. At all times, the Contractor and their subcontractors must wear the assigned contractor badge while conducting work on County property. Q The awarded Contractors will be asked to work in the Collier County Sheriffs Office Correctional Facilities and other areas considered "high security", which require thorough background checks of personnel and tools taken into such Facilities. Work must be performed in accordance with industry standards and guidelines. The Contractor(s) will comply with all applicable federal, state and local laws, ordinances, rules and regulations pertaining to the performance of the services requested herein. Any fines levied due to inadequacies, or failure to comply with any requirements, will be the sole responsibility of the Contractor(s). Any employee or representative of the Contractor(s) found not in conformance with any laws, statutes, rules or regulations will not be allowed on the job site. Violations by a Contractor may constitute cause for immediate contract termination. The Contractor(s) must comply with Federal and State right -to -know laws if hazardous materials are used. Material Safety Data Sheets (MSDS) will be made available and must be provided to the County per the County's representative Packet Pg. 1468 16.C.4.a direction. The Contractor is required to immediately report to the County's representative or designee any spillage or dumping of hazardous material on County property. The Contractor shall bear all costs associated with the cleanup of any such incidents. Contractors will be expected to understand and comply with Collier County Practices and Procedures (CMA's), Standard Operating Procedures (SOP's) or Job Safety Analysis (JSA's) that pertain to environmental, health and safety standards and/or work practices applicable to the activities they perform. These include but are not limited to: • Storage, handling, and use of flammable liquids and hazardous materials. • Storage, handling, and use of compressed gas cylinders. • Periodic safety inspections of equipment and work -site housekeeping. • Use of fall protection while working at heights above 6 feet. • Following electrical safety practices and lock out / tag out procedures. • Proper use of personal protective equipment. • Proper maintenance and use of ladders and other equipment. • Guarding of wall and floor openings, open trenches, and excavations. Clean-up: The Contractor(s) shall be responsible for removing all debris from the site and cleaning affected areas in the most environmentally friendly manner possible. The Contractor(s) 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 or designee, shall remove such debris and materials from the property. The Contractor(s) shall leave all affected areas as they were prior to beginning work. There will be no cost to the County for clean-up. INVITATION FOR QUALIFICATION (IFO) 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 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 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 INVITATION 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: a. 1.6 For the development of a shortlist, this evaluation criterion will be utilized by the COUNTY'S Selection Committee to score each proposal. Proposers are encouraged to keep their submittals concise and to include a minimum of marketing materials. Proposals must address the following criteria: Evaluation Criteria Maximum Points 1. Cover Letter / Management Summary 5 Points 2. Certified Woman and/or Minority Business Enterprise 5 Points 3. Business Plan and Approach 25 Points 4. Experience and Capacity of the Finn 30 Points 5. Specialized Expertise of Team Members 25 Points 6. Local Vendor Preference 10 Points TOTAL POSSIBLE POINTS 100 Points Tie Breaker: In the event of a tie at final ranking, award shall be made to the proposer with the lower volume of work previously awarded. Volume of work shall be calculated based upon total dollars paid to the proposer in the twenty- four (24) months prior to the IFQ 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) w' Packet Pg. 1469 16.C.4.a 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 company, indicating the underlying philosophy of the company 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 Contractor's certification that the Contractor will accept any awards as a result of this IFQ. EVALUATION CRITERIA NO. 2: CERTIFIED WOMAN AND/OR MINORITY BUSINESS ENTERPRISE (5 Total Points Available) Submit certification with the Florida Department of Management Service, Office of Supplier Diversity as a Certified Woman and/or Minority Business Enterprise. EVALUATION CRITERIA NO.3: BUSINESS PLAN AND APPROACH (25 Total Points Available) In this criterion, include but not limited to: • Please describe how your company typically prioritizes projects when multiple requests are coming in at the same time. • Provide a detailed plan of approach for a project that exceeds twenty-five thousand dollars ($25,000). • Provide a sample schedule, with milestones for a project that exceeds twenty-five thousand dollars ($25,000). • Include with the Business Plan or as an attachment, a copy of a Project Summary as an example of work product. This should be for one of the projects listed as a reference. EVALUATION CRITERIA NO. 4: EXPERIENCE AND CAPACITY OF THE FIRM (30 Total Points Available) In this criterion, include but not limited to: • Provide information that documents your firm's and subcontractors' qualifications to produce the required deliverables, including abilities, capacity, skill, and financial strength, and number of years of experience in providing the required services. • Describe the various team members' successful experience in working with one another on previous proj ects. • Provide proof that your company is licensed as a General Contractor or Building Contractor in the State of Florida. • Provide a list of existing equipment owned by the contractor to deliver the services under this contract. The County requests that the Contractor submits no fewer than three (3) and no more than ten (10) completed reference forms from clients (during the last 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 Contractor that best represent projects of similar size, scope and complexity of this project using Form 5 provided. Contractors may include two (2) additional pages for each project to illustrate aspects of the completed project that provides the information to assess the experience of the Proposer on relevant project work. EVALUATION CRITERIA NO. 5: SPECIALIZED EXPERTISE OF TEAM MEMBERS (25 Total Points Available) In this criterion, include but not limited to: • Description of the proposed contract team and the role to be played by each member of the team. • Attach brief resumes of all proposed project team members who will be involved in the management of the total package of services, as well as the delivery of specific services. EVALUATION CRITERIA NO. 6: LOCAL VENDOR PREFERENCE (10 Total Points Available) Local business is defined as the vendor having a current Business Tax Receipt issued by the Collier or Lee County Tax Collector prior to proposal submission to do business within Collier County, and that identifies the business with a permanent physical business address located within the limits of Collier or Lee County from which the vendor's staff operates and performs business in an area zoned for the conduct of such business. Packet Pg. 1470 16.C.4.a VENDOR CHECKLIST ***Vendor should check off each of the following items as the necessary action is completed (please see, Vendor Check List)*** Q Packet Pg. 1471 ------- � ® 16.C.4.b ACORO D71I712021 Il CERTIFICATE OF LIABILITY INSURANCE THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER NAME: Christine Olson t t Olson & DiNunzio Insurance Agency Inc. PHONE FA A/C, No, Ext : 239.596.6226 (A/C, No): MAUL 2536 Northbrooke Plaza Dr AnnRF. chris(a,olsondinunzio.com INSURER(S) AFFORDING COVERAGE NAIC # Naples FL 34119 INSURER A: WESTERN WORLD INS CO 13196 INSURED INSURER B : Capital Contractors LLC INSURER C : 9010 Strada Steil Ct. Unit 108 INSURER D : INSURER E : Naples FL 34109 INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000, CLAIMS -MADE OCCUR UAIV UL PREMISES (Ea occurrence) $ 100, MED EXP (Any one person) $ 5, PERSONAL & ADV INJURY $ 1,000, A Y NPP8791575 03/15/2021 03/15/2022 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000, X POLICY ECT LOC PRODUCTS - COMP/OP AGG $ 1,000, OTHER: $ AUTOMOBILE LIABILITY (Ea accident) $ BODILY INJURY (Per person) $ ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY (Per accident) $ HIRED NON -OWNED AUTOS ONLY AUTOS ONLY (Per accident) $ UMBRELLA LAB OCCUR EACH OCCURRENCE $ EXCESS LIAB HCLAIMS-MADE AGGREGATE $ DED I I RETENTION $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N I=H UIH- STATUTE I ER E.L. EACH ACCIDENT $ ANY PROPRIETOR/PARTNER/EXECUTIVE ❑ OFFICER/MEMBER EXCLUDED? N / A E.L. DISEASE - EA EMPLOYEE $ (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below I E.L. DISEASE - POLICY LIMIT $ DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Collier County Board of County Commissioners, or Board of County Commissioners in Collier County or Collier County Government or Collier County included as an additional insured under the captioned Commercial General Liability and Automobile Liability policies on primary and non contributory basis if and to the extent required by written contract. For any and all work performed on behalf of Collier County. CERTIFICATE HOLDER Collier County Board of County Commissioners 3295 Tamiami Tr E. Naples FL 34112 r N 00 N V C lQ L N C I to O V fC L r O V Y .Q fC V ti ti 0 N C d CANCELLATION t U R SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORI r THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Q ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE C�rwi^• 0(, &- ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD Packet Pg. 1472 04 � sr9r �o a WS JIMMY PATRONIS CHIEF FINANCIAL OFFICER STATE OF FLORIDA DEPARTMENT OF FINANCIAL SERVICES DIVISION OF WORKERS' COMPENSATION * * CERTIFICATE OF ELECTION TO BE EXEMPT FROM FLORIDA WORKERS' COMPENSATION LAW * * CONSTRUCTION INDUSTRY EXEMPTION This certifies that the individual listed below has elected to be exempt from Florida Workers' Compensation law EFFECTIVE DATE: 4/18/2021 PERSON: ADAM AHMAD FEIN: 371858650 BUSINESS NAME AND ADDRESS: CAPITAL CONTRACTORS LLC 5633 STRAND BLVD, SUITE 312 NAPLES, FL 34110 SCOPE OF BUSINESS OR TRADE: Contractor -Project Manager, Construction Executive, Construction Manager or Construction Superintendent EXPIRATION DATE: 4/18/2023 EMAIL: ADAM.AHMAD@CAPITALENGR.COM IMPORTANT: Pursuant to subsection 440.05(14), F.S., an officer of a corporation who elects exemption from this chapter by filing a certificate of election under this section may not recover benefits or compensation under this chapter. Pursuant to subsection 440.05(12), F.S., Certificates of election to be exempt issued under subsection (3) shall apply only to the corporate officer named on the notice of election to be exempt and apply only within the scope of the business or trade listed on the notice of election to be exempt. Pursuant to subsection 440.05(13), F.S., notices of election to be exempt and certificates of election to be exempt shall be subject to revocation if, at any time after the filing of the notice or the issuance of the certificate, the person named on the notice or certificate no longer meets the requirements of this section for issuance of a certificate. The department shall revoke a certificate at any time for failure of the person named on the certificate to meet the requirements of this section. DFS-F2-DWC-252 CERTIFICATE OF ELECTION TO BE EXEMPT REVISED 08-13 E01294728 QUESTIONS? (850) 413-1609 16.C.4.b r Q Packet Pg. 1473 �1 ® 16.C.4.b ACORO CERTIFICATE OF LIABILITY INSURANCE DATE( 0s/1 s/2o21 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). co PRODUCER NAME Christ Olson FAA Olson & DiNunzio Ins AICONNo Ext : 239.596.6226 (A/C, No): 2536 Northbrooke Plaza Dr F-MAIL s• chris(ailolsondinunzio.com ; INSURER(S) AFFORDING COVERAGE NAIC # Naples FL 34119 INSURERA: PROGRESSIVE EXPRESS INS CO 10193 INSURED INSURER B : Capital Consulting Solutions & Capital Contractors, LLC INSURER C : 8225 Laurel Lakes Blvd INSURER D : INSURER E: Naples FL 34119 INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER (MM/DDIYYYY) (MM/DDNYYY) LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ CLAIMS -MADE OCCUR PREMISES (Ea occurrence) $ MED EXP (Any one person) $ PERSONAL &ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ PRO - POLICY ❑ PRO ❑ LOC PRODUCTS- COMP/OP AGG $ OTHER: $ AUTOMOBILE LIABILITY (Ea accident) $ 1,000, BODILY INJURY (Per person) $ ANY AUTO A OWNED �/ SCHEDULED AUTOS ONLY /► AUTOS Y Y 07814220-2 07/01/2020 07/01/2021 BODILY INJURY (Per accident) $ HIRED NON -OWNED AUTOS ONLY AUTOS ONLY HRUHLKI Y UAMA13L$ (Per accident) UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB HCLAIMS-MADE AGGREGATE $ DED I I RETENTION $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN - STATUTE ER E.L. EACH ACCIDENT $ ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? ❑ N 1 A E.L. DISEASE - EA EMPLOYEE $ (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ DESCRIPTION OF OPERATIONS 1 LOCATIONS 1 VEHICLES (ACORD 101, Additional Remarks Schedule, maybe attached if more space is required) Collier County Board of County Commissioners listed as additional insured waiver of subrogation, and primary and non-contributory as per written contract with insured: Agreement 20-7771 CERTIFICATE HOLDER Collier County Board of County Commissioners 3295 Tamiami Tr E. Ste C-2 Naples FL 34112 N 00 N V C L N C I L O a+ V M L r O V M Y .Q ft5 V ti ti G N C d CANCELLATION E t v SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORI r THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Q ACCORDANCE WITH THE POLICY PROVISIONS AUTHORIZED REPRESENTATIVE ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD Packet Pg. 1474 AGENCY CUSTOMER ID: LOC #: 16.C.4.b ADDITIONAL REMARKS SCHEDULE AGENCY NAMED INSURED Olson & DiNunzio Ins Capital Consulting & POLICY NUMBER 07814220-1 CARRIER NAIC CODE PROGRESSIVE EXPRESS INS CO 10193 EFFECTIVE DATE: 07/0112019 ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: Acord25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE CODE Description UMISP Uninsured Motorist Bodily Injury Split Limit Page 1 of 1 r N DO N V C L I fn L 0 U M L r 0 V M Y .Q V r N C d E t V R r r Q ACORD 101 (2008101) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Packet Pg. 1475 0 CAPITAL 19jamik %W049 &W Capital Contractors - DBE/MBE/SBE 9010 Strada Stell Ct, Suite 108 Naples, Florida PLANNING &ENGINEERING &CONSTRUCTION PH:239.2738894109 EM: adam.ahmad@capitalengr.com WS: capitalconsultingsolutions.com i I i ;;;sc!_ VALUE �1-�C: c1 ■.�Irlls��l. QUALITY RESPONSIVE Nriiiv �9.12 iiJ �•N�� INVITATION FOR QUALIFICATION (IFQ) SMALL GENERAL CONTRACTING SERVICES SOLICITATION NO.: 20-7771 COLLIER COUNTY, FLORIDA DECEMBER 2020 I!1►�I►III►�[C®�►�[C'll►�I��:,I►�[C��(�l►�I►`II:l1I�1[• i I i IU. /Iq n7: JLIfl I IC,T 6•• � MA Nt .� =n Mai ••• 4IIII0, L-i ■aVl: liii�i l IMI 3�111 pV ' • s -laws a lbw, Rr.:.l.•• .i-rl�lllae imp �• �y��C:-� ■Ir p r. N I IFFF • �� uu ,! 1 • joi � •• `w• �1••�� b �•• one,. n•��liiir AIIC �i�' TAB 1 COVER LETTER INVITATION FOR QUALIFICATION (IFQ) ;Orr SMALL GENERAL CONTRACTING SERVICES SOLICITATION NO.: 20-7771 COLLIER COUNTY, FLORIDA DECEMBER 2020 CAPITAL 12/18/2020 Sarah Hamilton, Procurement Strategist Procurement Services Division 3295 Tamiami Trail East, Bldg C-2 Naples, Florida 34112 Re: Small General Contracting Services: Solicitation No.: 20-7771 Capital Contractors is pleased to submit our proposal to Collier County for consideration of award to provide Small General Contracting Services under Solicitation No.: 20-7771. Company and Professional Background: Capital Contractors is a General Contractor firm with an office located in Naples, Florida. As a multi -disciplinary design and construction firm, we bring the construction, project management, design, permitting, public involvement and technical capabilities required to meet your overall project requirements, budget, and schedule. Capital has local experience in project management, planning, engineering, construction, public involvement, and project administration. Capital offers a highly motivated team of professionals who are solution driven and are committed to making Collier County projects their highest priority. Contract Point of Contact and Office Location: Mr. Adam Ahmad, PE, AICP, CGC will be our primary point of contact. He can be reached at (239) 273-8894 and/or adam.ahmad aa0pitalengr.com. Our main office, located at 9010 Strada Stell Ct, Suite 108, Naples Florida, 34109, will be utilized for coordinating and delivering services under this contract. Our approach for services provided under this contract is focused on the following objectives: Value — Capital provides highly qualified and well -trained staff who understands project requirements, local conditions and stakeholder concerns. Capital Project Manager, Adam Ahmad is currently providing General Contractor Services and Design Services for the Collier County Transit, Facilities, Utilities, Maintenance, MPO, Planning and Transportation Departments. Quality — The team maintains formal QA/QC procedures to ensure a quality product every time! Responsiveness — Our firms local Naples office and staffs' proximity to Collier County offices will ensure that projects will be well coordinated, stakeholders will be kept informed and projects will adhere to schedule and budget constraints. Capital Contractors History with Collier County: Our firm has been successfully providing Design and General Contracting Services to Collier County under our existing Contract 18-7333 - General Contracting Services and 19- 7525 Annual Agreement for General Contractors. To date, our firm has successfully completed construction on numerous projects and are currently providing/completing construction services on 116 Collier County projects. Descriptions and photos of various projects with services similar to those expected under this contract have been included in this proposal. We also invite you to contact the References we have included in this proposal so they can elaborate on the responsiveness and quality service provided by Capital Contractors. Current Licenses and Certifications: Capital maintains all the required Licenses and Certifications required to perform work under this contract. • General Contractor: Florida CGC 1525246 • Professional Engineer: Florida 72472 • AICP No: 028767 • FDOT Advanced TTC Certification 28347 • General Contractor: South Carolina 109618 • General Contractor: North Carolina 58054 • General Contractor: Tennessee 52456 • DOT/FAA Airman Certificate UAS 3999943 O Phone: 239.273.8894 V 9010 Strada Steil Ct., ® info@capitalengr.com Suite 108, ® Capitalengr.com Naples, Florida 34109 CAPITAL Benefits of "Selecting" Capital Contractors • Local office results in highly responsive services. • In -House Construction Management and Engineering staff ensures competitive bids based on a complete understanding of Construction, Management, Permitting and Close-out requirements. • History of working with Collier County on a variety of Construction and Design Projects. • Formal QA/QC Process which monitors Project Schedule, Budget and Performance. • Excellent working relationship with Collier County Project Managers. • Superb track -record of construction project bidding and performance. Thank you for your confidence and consideration of the Capital Contractors, LLC Team. We look forward to continuing our excellent working relationship with Collier County on this new contract. Sincerely, Adam Ahmad, PE, AICP, GC 9010 Strada Stell Ct. Ste 108 Naples, Florida 34109 PH: 239.273.8894 EM: adam.ahmad@capitalengr.com WS: capitalconsultingsolutions.com "Value, Quality & Responsive" i I i IU. /Iq n7: JLIfl I IC,T 6•• � MA Nt .� =n Mai ••• 4IIII0, L-i ■aVl: liii�i l IMI 3�111 pV ' • s -laws a lbw, Rr.:.l.•• .i-rl�lllae imp �• �y��C:-� ■Ir p r. N I IFFF • �� uu ,! 1 • joi � •• `w• �1••�� b �•• one,. n•��liiir AIIC �i�' TAB 2 MINORITY BUSINESS ENTERPRISE INVITATION FOR QUALIFICATION (IFQ) ;Orr SMALL GENERAL CONTRACTING SERVICES SOLICITATION NO.: 20-7771 COLLIER COUNTY, FLORIDA DECEMBER 2020 CAPITAL Evaluation Criteria No. 2: Certified Woman And/Or Minority Business Enterprise Submit certification with the Florida Department of Management Service, Office of Supplier Diversity as a Certified Woman and/or Minority Business Enterprise. �taie ��xrf�a Minority Business Certification Capital Contractors Is certified under the provisions of 287 and 295.187, Florida Statutes, for a period from: 09/04/2019 09/04f2021 f� 1 a�atnam s. sattei, 5ecrernru FloxdaDepmrtmentof.Mwmgement&r.- e: p:u5i CMICE or 5uppuer orversKy hIA NkGEMENj 4050 Esplan adeYY ay, 5u to zW SERVICES iallaha$ee, &50-487-0914 Offite of Supplier Diversity d ms myfl www. crida.com/osd i I i .... ._ .._. _ ylll _ We .-.. :�Is� Ile=�; TAB 3 BUSINESS PLAN AND APPROACH INVITATION FOR QUALIFICATION (IFQ) ;Orr SMALL GENERAL CONTRACTING SERVICES SOLICITATION NO.: 20-7771 COLLIER COUNTY, FLORIDA DECEMBER 2020 I)L CAPITAL Evaluation Criteria No. 3: Business Plan and Approach Provide a detailed plan of approach for a project that exceeds twenty-five thousand dollars ($25,000). Capital Contractors, LLC is dedicated to keeping projects on target to achieve cost, schedule, and performance goals. With this objective in mind, Capital has aligned its project approach and project delivery with the Project Management Institute (PMI) and Procore Software Suite to define, track and execute projects or operations. Employing a transparent and iterative process will enable project managers to have the tools to navigate through the schedule, scope, and risks while the structured approach to management will mitigate conflict and improve communications. Capital has been assigned over one hundred (100) construction projects for Collier County. A majority of our work are repeat customers. 1. Phase 1: Preconstruction & Planning 1.1. Review the Scope, Design & Specifications: Capital is a multidisciplined firm that is a licensed General Contractor, Certified Planner and provides licensed Professional Engineering Services. Capital Project Managers will review the scope, design, and specifications prior to the initial field or Prebid meeting. 1.2. Initial Meeting and Evaluation of Project: A prerequisite of any project is to perform a meeting at the project site to evaluate existing conditions and address project questions or concerns. Capital has attended over three hundred 300 project site meetings in Collier County over the past two years. 1.3. Stakeholder Communication: Each project should identify project stakeholders along with the strategies and actions that will used to manage the stakeholder's interest on participation in the project. Capital has provided a stakeholder communication plan as applicable. 1.4. Discuss wants and needs and evaluate space: Setting the owners goals and objectives assist in developing the scope and provide a macroscopic over of the project purpose. Ensuring that the original goals and objectives are met throughout the process is important to the overall success of the project. 1.5. Permitting Coordination: Research permitting or zoning requirements and any restrictions. Permitting impacts project feasibility, cost, and schedule. As an engineer, Capital regularly pulls site development permits (SDP), environmental and historical permits. As general contractor we pull building, dig or right of way (ROW) with numerous agencies in Florida. 1.6. Evaluate the Options: A good practice of the planning and development process is to outline all options including the no build option. Documentation on the evaluation will support future decision making and project support from the stakeholders. 1.7. Risk Analysis: Project review of how outcomes and objectives may be impacted by a risk event. All risks are identified and evaluated on a qualitative and quantitative level to have determine the appropriate steps that can be taken to mitigate risk. 1.8. Value Engineering: Capital reviews project plans, specifications, and design to make recommendations to promote the substitution of material and methods with less expensive alternatives without sacrificing functionality. During the pre -construction phase this process will save the project money upfront, operating cost in the future or time. 1.9. Life Cycle Cost Analysis: Evaluation of the "Total Cost of Project" which includes upfront Capital Cost and Future Life Cycle Maintenance cost. The purpose of this review is to select options or alternatives that reduce the ownership cost of project. Q Phone: 239.273.8894 9010 Strada Ste) w info@capitalengr.co Suite 108, 4) Capital engr.corn Naples, Florida I)L CAPITAL 1.10. Constructability Analysis: Capital is comprised of team of project managers who have a wide scope of experiences working on Collier County construction projects. Many of the projects received are on facilities that we have previously worked on in other areas. 1.11. Prepare preliminary plan: A Preliminary Plan is a plan that lists goals and milestones for a process improvement project. Preliminary Plans are formed in the early stages of a project and should include important tasks, completion dates, responsibilities, and potential problems. 1.12. Prepare preliminary budget: Capital maintains a database of historical project cost which helps generate accurate estimates of future projects. Fixed and Variable cost and direct and indirect cost are considered in the preliminary budget. 1.13. Solicit bids from trade contractors and suppliers: Capital maintains a database of numerous local trade contractors and suppliers whose relationships are essential to the team's success. We hold meetings with each contractor to discuss project detail, schedule, risk, and project understanding. We also meet with low bidders to verify project understanding. 1.14. Submit Formal Bid 2. Phase 2: Construction and Project Management 2.1. Assign a team: Upon acceptance of the proposal and notice to proceed, the formal project "Work Plan" will be finalized. A good work plan defines all team member roles and responsibilities. It also describes how the knowledge and skills of the team will be used to meet or exceed the project requirements. The work plan is a powerful tool for creating a high -quality project and achieving staff satisfaction. 2.2. Project Management and Controls — Procore: Capital Contractors utilized Project Management Software named Procore to improve performance and productivity. Procore is a cloud -based project management software that provided complete oversight and document control for submittals, request for information, photos, and design documents. Procore can be access from your Computer, Phone or Tablet. 2.3. Develop Work Break Down Structure (WBS): The Work Break Down Structure (WBS) is the foundation for all of Capital projects to create a visual perspective of the work, a mutual understanding of the relationships of work elements and a performance measure for the team. A WBS is a hierarchical logical structure that represent all the work necessary to produce all the deliverables. The WBS Exhibit is a communication tool that will ensure the project team is agreeable to scope and process. Capital will work with stakeholders to facilitate a WBS systemic process and identify all project work that break work down into "smaller pieces." 2.4. Schedule Review and Analysis — Microsoft Project: Capital makes detailed project schedules in the Microsoft Project software suite. The Gannt Chart Exhibit created displays the duration and the logical relationship dependencies of the activities. This allows the team members to analyze the critical path for the lowest float path through the project schedule network diagram. The iterative process involves close coordination with project stakeholders to balance project resources with the baseline, drive activity owners and program durations for tasks. Capital Contractors offers classes to train staff on how to use Microsoft Project. 2.5. Project Kick -Off Meeting: At the Project Kick-off Meeting, Capital staff will establish clear lines of communication that will remain in place throughout the project. Regularly scheduled project review meetings will be held to ensure project success. Q Phone: 239.273.8894 9010 Strada Ste w info@capitalengr.co Suite 108, 4) Capital engr.corn Naples, Florida I)L CAPITAL 2.6. Obtain building permit and file all necessary paperwork with county and/or city 2.7. Testing and Surveys: Capital regularly works with multiple testing and survey firms to determine existing project conditions. 2.8. Submittal Tracking and Analysis: Capital uses Procore to develop submittal packages. Submittals are shop drawings, material data, samples or product data which are required for the engineering to verify are correct to be installed on a project. 2.9. Request for Information (RFI): The purpose of an RFI is to resolve information gaps, eliminate ambiguities, and capture specific project decisions. Capital uses Procore to house all the projects RFI 2.10. Change Order Review and Approval: Capital operates under the fiduciary responsibility to provide a cost that reflects the level effort required for the scope. Our base rates and overhead are lower than local industry standards resulting in cost savings. Capital Contractors will assign a project manager to the team who will be responsible for providing regular schedule and cost updates through the pre -defined communication plan. The process to accept or reject project variances will be made by the team based on impact analysis about implementing the change. Capital Contractors will work diligently during the Scope and Fee development to ensure all required services are considered. This minimizes the need for Change Orders during project execution which can be cumbersome and delay project schedules. 2.11. Complete project based on specifications 2.12. Safety: Safety involves implementing rules, regulations, and safeguards at construction sites to keep workers safe from injury and harm. 2.13. Quality Control: We will focus on two critical areas: on -time decision making and experience project staff. To ensure on -time decision making, we will conduct task -specific workshops with staff to discuss and evaluate project elements. A variety of tools and techniques will assist in establishing project schedules and cost estimate such as: 2.13.1. Project team meetings to discuss tasks requiring additional manpower, items ready for quality review, and the most efficient approaches to upcoming work tasks. 2.13.2. Early integration staff into the processes, allowing the team to evaluate deliverables during development which reduces the effects of last-minute comments and changes. 2.13.3. Quality control spearheaded by multiple layers and reviews. 2.14. Cost Control: Capital use construction management software (Procore), regularly updates cost plan and prepares contingency plans to maintain cost. These procedures are vital to ensure a project is delivered on time, within scope, and on budget. 2.15. Weekly and Monthly Reporting: Our "Project Controls" will track the baseline project schedule verses actual weekly progress. This close monitoring of project progress and budget will help ensure projects remain on the overall schedule and any task schedule deviations are quickly corrected with no impacts to the overall schedule. Good schedule control means expediting completion of the project. We will conduct team meetings on a regular basis to discuss key project milestones or any arising challenges. As part of the weekly meeting, we will monitor the status of each task's progress to avoid time-consuming re -work. We also will meet weekly for a "look -ahead" schedule review to ensure that the team stays on track. Q Phone: 239.273.8894 9010 Strada Ste w info@capitalengr.co Suite 108, 4) Capital engr.corn Naples, Florida I)L CAPITAL 2.16. Contractor Payment Application Review and Approval 3. Phase 3: Post Construction & Maintenance Support 3.1. Receive final building inspections 3.2. Punch -list Completion 3.3. Project Closeout 3.4. As -Builds 3.5. Warranties 3.6. Close -Out Documents 3.7. Training 3.8. Obtain certificate of completion 3.9. Close out and final billing 3.10. Final completion photography 3.11.30-day follow-up visit 3.12.One-year follow-up visit /Warranty E_� PRDCUIREV CLOUD -BASED CONSTRUCTION SOFTWARE CA 9 CAPITAL Please describe how your company typically prioritizes projects when multiple requests are coming in at the same time. Capital Contractors is currently providing services on multiple projects to Collier County for General Contracting. We utilize critical path scheduling to prioritize project requests. The team's estimators and project managers will coordinate with the county project managers to determine proposal response deadlines and deliverables. With this coordination, Capital can provide the appropriate resources to each task. Current Workload and Daily Ability to Handle Scope Capital Contractors will have staff ready to perform all required services for this contract when needed. We understand that the timely completion of these projects is critical, and we are committed to making our team available to deliver on time and within budget. Our team has extensive experience with working with Collier County and we are committed to value, quality and responsiveness. Capital Consulting Projected Workload Exhibit As you can see from the above exhibit, Capital has the resources available to deliver the required services over the duration of this contract. Our firm is growing, and our staffing numbers will only be increasing in the future, providing even more capabilities. Helping the Collier County succeed in their efforts is our goal. Almost all team members are local Collier County residents, and as such, take pride in our community. Our long-term relationship with Collier County is the most important factor considered in our execution of this project. Our team has the depth of staff needed to begin work immediately on this contract. The table shown on the previous page describes the time available to support this contract. While pursuing and scheduling future work our team evaluates our current workload and will not pursue or accept any work which will interfere with our committed assignments. 0 CAPITAL Project Summary: Vanderbilt & Bluebill Fence & Sign Installation Objective: To refurbish the southwest and northwest corners of Vanderbilt Drive and Bluebill Drive to make an inviting entrance for the Vanderbilt Beach Community. Considerations: The County established the Vanderbilt Beach Municipal Service Taxing Unit (the "MSTU") by Collier County Ordinance No. 01-43, as amended. The County created the MSTU to provide a variety of enhanced services including but not limited to the maintenance of median strips, the underground burial of power lines, and beautification and maintenance of public areas within the MSTU boundaries. The MSTU's beautification programming includes the Connors Park and parking lot areas located at the southwest and northwest corners of Vanderbilt Drive and Bluebill Drive. The beautification consists of refurbishing the signs to denote the Vanderbilt Beach Community, Connors Park and Wiggins State Park that are in the area. Additionally, the area is now enhanced with fence and vegetation along the canal way to maintain the privacy for the residents on the south side of the canal, and complementary landscaping to provide an inviting entrance for the Vanderbilt Beach Community. The improvements will be the responsibility of the MSTU to maintain. Below is a summary and schedule for this project. Project cost: $287,050.00 Project schedule: 296 DAYS Gantt schedule: ID Task Name ay June July August September I October November 5 5110517524531 fi 6146216 8 75 7127197 6 8 8 8168 3 30 96 9139 0927104 01101 0 111118 11 5 Start Receive Sealed Dwgs Secure All Permits Mark Utilities Confirm Fence Dimensions Execute Subcontracts Site Revision Subs Create Submittals Demo south sign Submittal Review Footings Column Masonry Sign measure and fabricate Coral Veneer [RAIN] Template caps and fabricai Fence field verify Deliver Caps Remove Debris Set caps Electric Install & Connect Install Fence Panels Install Signs Clean Up Final Inspections -Building Power On Final Inzpedions electrical Start 5118 Receive Sealed Dwgs II Purm Mark Utilities Confirm Fence Dimensions ite Revision Sub De o south sign iew Footing Column Masonry n mez Coral Veneer[RAIN] vmpto caps �_Fenr.e_fiel Template iDeliver Caps F RE rioveD t caps cl sal Ini. CI a i sure and fabricate and fabricate bris ric Install & Connec Fence Panels II Signs Up al Inspections-Buil lower On Final Inzpections 1 2 4 16 3 10 6 20 7 11 15 8 21 9 18 19 23 22 13 17 12 24 25 14 26 3 0 CAPITAL PROJECT PORTFOLIO: NORTH SIGN COMERPARK "NDERBILT BEACH E OELNOR - NIOOINS _ STdTF PARK SOUTH SIGN _ CONNER PARR F 6 OELNOR - WIGGI _ C I PASS STATE FM L---7,: I I 1 1 <0000' <l. a• *yam' ,' 19 .t A� �;�.¢ Y -c •� - � .� f� ok ', 9 rq 1 RBILT N PARK , + r qs5 51 Al E PARM O Phone: 239.273.8894 Q 9010 Strada Steil Ct., m info@capitalengr.com Suite 108, ® Capitalengr.com Naples, Florida 34109 0 CAPITAL Solicitation: 20-7771 SMALL GENERAL CONTRACTING SERVICES Reference Questionnaire for - Capital Contractors (Name of Company Requesting Reference Information) Capital Construction (Name of Individuals Requesting Reference Information) Name_1 Harry Sells Company -A - Collier County (Evaluator completing reference questionnaire) (EvaluatorfCompany completing reference) Email: HarrySells@Col iergov_net FAX: Telephone: 239-252-49,30 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 ofthe 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 firmlin(hvdival again)_ If you do not have sufficient knowledge ofpast performance in a particular area, leave it blank and the item or form will be scored "0_" Project Description_ Install signs and fence Conner Park Completion Date: November 2020 Project Budget: $287,000 Project Number of Days: 296 Item Criteria Score (must be completed 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 ofwork_ 10 4 Quality ofconsultative advice provided on the project 10 5 Professionalism and ability to manage personnel_ 10 6 Project administration (completed documents, final invoice, final product tumover; 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 m the future (customer satisfaction). 10— {AP Printed on Fri Dec 18, 2020 at 03:56 am EST CAPITAL Capital Contractors MILT CONNER PART[ DELNOR -- WIGGINS ■ PASS STATE PARS[ Description Taken Date Uploaded By 2020/11/02 09:45:41 Donald Keller Upload Date File Name 2020/11/02 09:45:43 IMG_2020_11_02_09_45_41_152.j. IDERBILT CONNER PARK I�I�GH dELNOR - VYI i]G i� PASS STATE PARK Description job #: 100249 Bluebill VBD Fence & Signs Bluebill Drive and Vanderbilt Drive Naples, Florida '--RBI LT CONNER PARK NCH 111111111111111111A DELNOR - WIGGINS PASS STATE PARK 1i�m EST. Description Taken Date Uploaded By 2020/11/02 09:45:37 Donald Keller Upload Date File Name 2020/11/02 09:45:40 IMG_2020_11_02_09_45_37_824.j... Description Taken Date Uploaded By Taken Date Uploaded By 2020/11/02 09:43:26 Donald Keller 2020/10/08 14:00:15 Donald Keller Upload Date File Name Upload Date File Name 2020/11/02 09:43:29 IMG_2020_11_02_09_43_26_353.j... 2020/10/08 14:00:20 IMG_2020_10_08_14_00_14_856.j... Page 1of18 Printed on Fri Dec 18, 2020 at 03:56 am EST CAPITAL Capital Contractors Description Taken Date Uploaded By 2020/10/06 13:25:48 Donald Keller Description Taken Date 2020/10/06 13:25:40 Upload Date File Name Upload Date 2020/10/06 13:25:50 I MG_2020_10_06_13_25_48_059.j... 2020/10/06 13:25:41 �M1 •—I.i-ui- f M� !I.. _f _. Description Description job #: 100249 Bluebill VBD Fence & Signs Bluebill Drive and Vanderbilt Drive Naples, Florida Uploaded By Donald Keller File Name I M G_2020_10_06_13_25_40_039.j... Taken Date Uploaded By Taken Date Uploaded By 2020/10/06 13:24:57 Donald Keller 2020/10/06 13:23:47 Donald Keller Upload Date File Name Upload Date File Name 2020/10/06 13:24:59 I MG_2020_10_06_13_24_57_525.j... 2020/10/06 13:23:48 I MG_2020_10_06_13_23_46_897.j... Page 2 of 18 CAPITAL Capital Contractors Description Taken Date Uploaded By 2020/10/06 13:23:30 Donald Keller Upload Date File Name 2020/10/06 13:23: 31 I M G_2020_10_06_13_23_29_989.j. Description Taken Date Uploaded By 2020/10/06 13:22:14 Donald Keller Upload Date File Name 2020/10/06 13:22:16 I MG_2020_10_06_13_22_14_381.j. Printed on Fri Dec 18, 2020 at 03:56 am EST job #: 100249 Bluebill VBD Fence & Signs Bluebill Drive and Vanderbilt Drive Naples, Florida Description Taken Date Uploaded By 2020/10/06 13:23:24 Donald Keller Upload Date File Name 2020/10/06 13:23:25 I MG_2020_10_06_13_23_24_499.j... Description Taken Date Uploaded By 2020/10/06 13:21:57 Donald Keller Upload Date File Name 2020/10/06 13:22:01 I M G_2020_10_06_13_21_57_709.j... Page 3of18 CAPITAL Capital Contractors Description Taken Date 2020/09/30 13:32:04 Upload Date 2020/09/30 13:32:06 Description Taken Date 2020/09/30 13:27:36 Upload Date 2020/09/30 13:27:38 Printed on Fri Dec 18, 2020 at 03:56 am EST job #: 100249 Bluebill VBD Fence & Signs Bluebill Drive and Vanderbilt Drive Naples, Florida Description Uploaded By Taken Date Uploaded By Donald Keller 2020/09/30 13:30:15 Donald Keller File Name Upload Date File Name I M G_2020_09_30_13_32_04_355.j... 2020/09/30 13:30:17 I M G_2020_09_30_13_30_15_079.j... Description Uploaded By Taken Date Uploaded By Donald Keller 2020/09/30 13:27:30 Donald Keller File Name Upload Date File Name I M G_2020_09_30_13_27_35_985.j... 2020/09/30 13:27:31 I M G_2020_09_30_13_27_29_729.j... Page 4of18 CAPITAL Capital Contractors Description Taken Date 2020/09/18 10:41:19 Upload Date 2020/09/18 10:41:22 Description Description Uploaded By Taken Date Donald Keller 2020/09/18 10:40:43 File Name Upload Date I M G_2020_09_18_10_41_19_739.j... 2020/09/18 10:40:45 Printed on Fri Dec 18, 2020 at 03:56 am EST job #: 100249 Bluebill VBD Fence & Signs Bluebill Drive and Vanderbilt Drive Naples, Florida Uploaded By Donald Keller File Name I M G_2020_09_18_10_40_42_836.j... 4118RA Ipp�p[G4 -}� ?s-A !.';!. � 91IW2010:3490 AM EDT Description Taken Date Uploaded By Taken Date 2020/09/18 10:40:04 Donald Keller 2020/09/18 10:39:00 Upload Date File Name Upload Date 2020/09/18 10:40:08 I MG_2020_09_18_10_40_04_564.j... 2020/09/18 10:39:03 Uploaded By Donald Keller File Name I M G_2020_09_18_10_39_00_658.j... Page 5of18 CAPITAL Capital Contractors --A •. .. J , Description Description Taken Date Uploaded By Taken Date 2020/09/18 10:38:59 Donald Keller 2020/09/18 10:38:57 Upload Date File Name Upload Date 2020/09/1810:39:01 _ IMG 2020 09_18_10_38_59_425.j... 2020/09/1810:39:00 Description Description Taken Date Uploaded By Taken Date 2020/09/18 10:38:32 Donald Keller 2020/09/18 10:38:05 Upload Date File Name Upload Date 2020/09/18 10:38:36 I MG_2020_09_18_10_38_31_967.j... 2020/09/18 10:38:09 Printed on Fri Dec 18, 2020 at 03:56 am EST job #: 100249 Bluebill VBD Fence & Signs Bluebill Drive and Vanderbilt Drive Naples, Florida Uploaded By Donald Keller File Name 9_18_10_3 8_57_82 9.j ... • f `? ' A, 90 Wow 31V o"EDT Uploaded By Donald Keller File Name I M G_2020_09_18_10_38_05_697.j... Page 6of18 Printed on Fri Dec 18, 2020 at 03:56 am EST CAPITAL Capital Contractors Description Taken Date Uploaded By 2020/09/11 13:51:43 Donald Keller Description Taken Date 2020/09/11 13:51:26 Upload Date File Name Upload Date 2020/09/11 13:51:46 I M G_2020_09_1l_13_51_43_793.j... 2020/09/11 13:51:29 Description Description job #: 100249 Bluebill VBD Fence & Signs Bluebill Drive and Vanderbilt Drive Naples, Florida Uploaded By Donald Keller File Name I M G_2020_09_1l_13_51_26_320.j... Taken Date Uploaded By Taken Date Uploaded By 2020/09/11 13:51:04 Donald Keller 2020/09/03 10:34:36 Donald Keller Upload Date File Name Upload Date File Name 2020/09/11 13:51:08 I M G_2020_09_11_13_51_04_628.j... 2020/09/03 10:34:39 I M G_2020_09_03_10_34_35_972.j... Page 7of18 Printed on Fri Dec 18, 2020 at 03:56 am EST CAPITAL Capital Contractors Description Taken Date Uploaded By 2020/09/03 10:13:32 Donald Keller Description Taken Date 2020/09/03 10:11:06 Upload Date File Name Upload Date 2020/09/03 10:13: 34 I M G_2020_09_03_10_13_32_085.j... 2020/09/03 10:11:09 4 .� 8 �i5 161Y• � rr . Description Description Taken Date Uploaded By Taken Date 2020/09/03 10:10:10 Donald Keller 2020/08/31 13:32:53 Upload Date File Name Upload Date 2020/09/03 10:10:12 I MG_2020_09_03_10_10_10_232.j... 2020/08/31 13:32:55 job #: 100249 Bluebill VBD Fence & Signs Bluebill Drive and Vanderbilt Drive Naples, Florida Uploaded By Donald Keller File Name IMG_2020 09_03_10_11 06_538.j... IM Uploaded By Donald Keller File Name I M G_2020_08_31_13_32_53_221.j... Page 8of18 Printed on Fri Dec 18, 2020 at 03:56 am EST CAPITAL Capital Contractors Description Taken Date Uploaded By 2020/08/31 13:32:51 Donald Keller Description Taken Date 2020/08/31 13:32:27 Upload Date File Name Upload Date 2020/08/31 13:32: 54 I M G_2020_08_31_13_32_51_159.j... 2020/08/31 13:32:29 Description Taken Date Uploaded By 2020/08/31 13:32:01 Donald Keller Description Taken Date 2020/08/31 13:31:45 Upload Date File Name Upload Date 2020/08/31 13:32:03 I M G_2020_08_31_13_32_00_975.j... 2020/08/31 13:31:48 job #: 100249 Bluebill VBD Fence & Signs Bluebill Drive and Vanderbilt Drive Naples, Florida Uploaded By Donald Keller File Name I M G_2020_08_31_13_32_27_103.j... Uploaded By Donald Keller File Name I M G_2020_08_31_13_31_45_499.j... Page 9of18 CAPITAL Capital Contractors Description Description Taken Date Uploaded By Taken Date 2020/08/28 13:41:15 Donald Keller 2020/08/28 13:40:34 Upload Date File Name Upload Date 2020/08/28 13:41:18 I MG_2020_08_28_13_41_14_839.j... 2020/08/28 13:40:36 Description Description Taken Date Uploaded By Taken Date 2020/08/28 13:40:18 Donald Keller 2020/08/27 14:17:16 Upload Date File Name Upload Date 2020/08/28 13:40:21 I MG_2020_08_28_13_40_18_017.j... 2020/08/27 14:17:21 Printed on Fri Dec 18, 2020 at 03:56 am EST job #: 100249 Bluebill VBD Fence & Signs Bluebill Drive and Vanderbilt Drive Naples, Florida aMm Uploaded By Donald Keller File Name 8_2 8_13_40_34_160.j ... Uploaded By Donald Keller File Name I M G_2020_08_27_14_17_16_683.j... Page 10 of 18 CAPITAL Capital Contractors Description Description Taken Date Uploaded By Taken Date 2020/08/27 14:15:19 Donald Keller 2020/08/27 14:14:20 Upload Date File Name Upload Date 2020/08/27 14:15:21 I MG_2020_08_27_14_15_18_753.j... 2020/08/27 14:14:25 Description Description Taken Date Uploaded By Taken Date 2020/08/27 14:13:32 Donald Keller 2020/08/27 14:13:29 Upload Date File Name Upload Date 2020/08/27 14:13:36 I MG_2020_08_27_14_13_32_512.j... 2020/08/27 14:13:33 Printed on Fri Dec 18, 2020 at 03:56 am EST job #: 100249 Bluebill VBD Fence & Signs Bluebill Drive and Vanderbilt Drive Naples, Florida Uploaded By Donald Keller File Name I M G_2020_08_27_14_14_20_007.j... Uploaded By Donald Keller File Name I M G_2020_08_27_14_13_29_417.j... Page 11of18 CAPITAL Capital Contractors Description Taken Date Uploaded By 2020/08/27 14:13:25 Donald Keller Upload Date File Name 2020/08/2714:13:30 IMG 2020 08_27_14_13_24_959.j. i t r . f ff i Description Description Taken Date 2020/08/27 14:11:31 Upload Date 2020/08/27 14:11:34 Description Taken Date Uploaded By Taken Date 2020/08/27 14:10:23 Donald Keller 2020/08/27 14:09:50 Upload Date File Name Upload Date 2020/08/27 14:10:27 I MG_2020_08_27_14_10_23_215.j... 2020/08/27 14:09:55 Printed on Fri Dec 18, 2020 at 03:56 am EST job #: 100249 Bluebill VBD Fence & Signs Bluebill Drive and Vanderbilt Drive Naples, Florida Uploaded By Donald Keller File Name 8_2 7_ 14_ 1 l_31_5 66.j .. . Uploaded By Donald Keller File Name I M G_2020_08_27_14_09_50_665.j... Page 12of18 CAPITAL Capital Contractors Description Taken Date 2020/08/27 14:09:43 Upload Date 2020/08/27 14:09:49 Description Uploaded By Donald Keller File Name I M G_2020_08_27_14_09_43_809.j. Description Taken Date 2020/08/21 17:12:33 Upload Date 2020/08/21 17:12:40 Description Taken Date Uploaded By Taken Date 2020/08/21 17:10:15 Donald Keller 2020/08/21 14:01:36 Upload Date File Name Upload Date 2020/08/21 17:10:21 I M G_2020_08_21_17_10_15_199.j... 2020/08/21 14:01: 39 Printed on Fri Dec 18, 2020 at 03:56 am EST job #: 100249 Bluebill VBD Fence & Signs Bluebill Drive and Vanderbilt Drive Naples, Florida Uploaded By Donald Keller File Name I M G_2020_08_21_17_12_33_298.j... Uploaded By Donald Keller File Name I M G_2020_08_21_14_01_36_336.j... Page 13of18 CAPITAL Capital Contractors Description Description Taken Date Uploaded By Taken Date 2020/08/21 14:01:19 Donald Keller 2020/08/21 14:00:32 Upload Date File Name Upload Date 2020/08/21 14:01: 31 I M G_2020_08_21_14_01_19_687.j... 2020/08/21 14:00:34 Description Description Taken Date Uploaded By Taken Date 2020/08/17 15:48:10 Donald Keller 2020/08/14 16:38:19 Upload Date File Name Upload Date 2020/08/17 15:48:13 I MG_2020_08_17_15_48_09_959.j... 2020/08/14 16:38:22 Printed on Fri Dec 18, 2020 at 03:56 am EST job #: 100249 Bluebill VBD Fence & Signs Bluebill Drive and Vanderbilt Drive Naples, Florida Uploaded By Donald Keller File Name 8_21_14_00_31_943.j ... Uploaded By Donald Keller File Name I M G_2020_08_14_16_38_19_013.j... Page 14 of 18 CAPITAL Capital Contractors Description Taken Date 2020/08/14 15:10:01 Upload Date 2020/08/14 15:10:04 Description Taken Date 2020/08/14 14:45:28 Upload Date 2020/08/14 14:45:34 Uploaded By Donald Keller File Name IMG 2020 08 14_15_10_00_849.j. Uploaded By Donald Keller File Name I M G_2020_08_14_14_45_28_728.j. Description Taken Date 2020/08/14 14:52:29 Upload Date 2020/08/14 14:52:35 Description Taken Date 2020/08/14 14:43:49 Upload Date 2020/08/14 14:43:54 Printed on Fri Dec 18, 2020 at 03:56 am EST job #: 100249 Bluebill VBD Fence & Signs Bluebill Drive and Vanderbilt Drive Naples, Florida Uploaded By Donald Keller File Name 18_14_ 14_5 2_2 9_4 7 8.j .. . Uploaded By Donald Keller File Name I M G_2020_08_14_14_43_49_628.j... Page 15of18 CAPITAL Capital Contractors L Description Description Taken Date Uploaded By Taken Date 2020/08/14 14:42:05 Donald Keller 2020/08/14 14:12:48 Upload Date File Name Upload Date 2020/08/14 14:42:09 I M G_2020_08_14_14_42_05_312.j... 2020/08/14 14:12:51 Description Taken Date 2020/08/14 14:11:51 Upload Date 2020/08/14 14:11:54 Uploaded By Donald Keller File Name I M G_2020_08_14_14_11_51_298.j. Description Taken Date 2020/08/14 14:09:17 Upload Date 2020/08/14 14:09:21 Printed on Fri Dec 18, 2020 at 03:56 am EST job #: 100249 Bluebill VBD Fence & Signs Bluebill Drive and Vanderbilt Drive Naples, Florida Uploaded By Donald Keller File Name 814141247953.j... Uploaded By Donald Keller File Name I M G_2020_08_14_14_09_17_430.j... Page 16 of 18 CAPITAL Capital Contractors Description Taken Date 2020/08/14 14:06:11 Upload Date 2020/08/14 14:06:15 Description Taken Date 2020/08/03 13:30:31 Upload Date 2020/08/03 13:30:42 ■ta, Uploaded By Donald Keller File Name _14_14_06_10_967.j. Uploaded By Donald Keller File Name I M G_2020_08_03_13_30_31_094.j. Description Taken Date 2020/08/13 13:38:40 Upload Date 2020/08/13 13:38:43 Description Taken Date 2020/08/03 13:30:16 Upload Date 2020/08/03 13:30:24 Printed on Fri Dec 18, 2020 at 03:56 am EST job #: 100249 Bluebill VBD Fence & Signs Bluebill Drive and Vanderbilt Drive Naples, Florida Uploaded By Donald Keller File Name IMG 2020 08_13_13_38_40_378.j... Uploaded By Donald Keller File Name I M G_2020_08_03_13_30_16_248.j... Page 17 of 18 CAPITAL Capital Contractors Description Taken Date 2020/08/03 13:30:10 Upload Date 2020/08/03 13:30:21 Description Uploaded By Donald Keller File Name I M G_2020_08_03_13_30_10_755.j. Description Taken Date 2020/08/03 13:29:52 Upload Date 2020/08/03 13:30:10 Description Taken Date Uploaded By Taken Date 2020/08/03 13:29:47 Donald Keller 2020/05/13 10:21:41 Upload Date File Name Upload Date 2020/08/03 13:29:56 I M G_2020_08_03_13_29_46_859.j... 2020/05/13 10:21:44 Printed on Fri Dec 18, 2020 at 03:56 am EST job #: 100249 Bluebill VBD Fence & Signs Bluebill Drive and Vanderbilt Drive Naples, Florida Uploaded By Donald Keller File Name 803132952688.j... Uploaded By Adam Ahmad File Name I M G_2020_05_13_10_21_41_228.j... Page 18of18 i I i �,d fsai I/Ii n:: ps TAB 4 EXPERIENCE OF THE FIRM INVITATION FOR QUALIFICATION (IFQ) ;Orr SMALL GENERAL CONTRACTING SERVICES SOLICITATION NO.: 20-7771 COLLIER COUNTY, FLORIDA DECEMBER 2020 I)L CAPITAL Evaluation Criteria No. 4: Experience and Capacity of The Firm To best serve Collier County on this contract, our . team offers a wide scope of design division and construction experience devoted to facilitating construction project. The team proposed has a — =- tremendous amount of expertise and experience specifically in Collier County Construction, Design and permitting. We will apply the ability and skill, gained through these years of experience, to the direct benefit of Collier County, its residents, and users. This experience gives us a unique advantage as we have comprehensive understanding of the entire development process M .; from planning to design, to permitting through construction. We are familiar, not only with the: design of such facilities, but the requirements that come with the Funding and other grant opportunities. Capital Consulting Solutions is dedicated to keeping projects on target to achieve cost, schedule and performance goals. With this objective in mind, Capital has aligned its project approach and project delivery with the Project Management Institute (PMI) and Procore to define, track and execute projects or operations. Employing a transparent and iterative process will enable project managers to have the tools to navigate through the schedule, scope, and risks while the structured approach to management will mitigate conflict and improve communications. Collier County Representative Projects • Design/Build Construction Wilson Blvd Bus Shelter • Construction of Davis Wash Bay • Collier Museum Demolition Of Chickee Hut • Collier/FEMA Fleet Awning Replacement • Construction of Collier Area Bus Shelter • Sun and Fun Lagoon Repair Tower Stairs • Bayshore Urgent Paver Safety Repair • Collier EMS 70 Hurricane Repairs • Collier Medical Examiner Hurricane Repairs • Building L Stairs Door Replacement - • Master Pump Station 309 & 317 Door Replacement • Pepper Ranch Demolish Cottage At • Golden Gate Senior Center Remodel • City of Immokalee Removal Of Bus Shelter • Collier EMS 70 Radio Room Countertop • Building F Cao Lunchroom Retrofit • Veterans Park Hurricane Repairs • Collier Area 8300 Radio Road Repairs • South County Water Reclamation Facility Fence Install • Bayview Park Restroom Pavilion At Bayview Repair • Marco Island CCSO HVAC Replacement • Master Pump Station 313 Door Replacement • South County Water Reclamation Conex Container Q Phone: 239.273.8894 9010 Strada Ste) w info@capitalengr.co Suite 108, 4) Capital engr.corn Naples, Florida CAPITAL • Wastewater Collections - Parking Lot Design/Build • Emergency Service Center Repairs • Sun and Fun Lagoon Install Emergency Exits • Carica Door Replacement • North County Water Reclamation Facility Bldg 52 Diesel Tank • North County Water Reclamation Facility 49 Diesel Tank • Naples Recycling Center New Shed & Storage Containers • South County Water Reclamation Facility Door & Window Replace • Growth Management Department Repairs • Lime Building - Door/Window Replacements • Domestic Animal Shelter Campus Hurricane Repairs • North County Water Reclamation Facility Front Monument Sign • Household Hazardous Waste Facility Install Shed & New Oil Tank • Con of Jail Access Doors — Building J • North Collier Government Services Center Handicap Parking Space DB • North County Water Reclamation Facility Kitchen Retrofit • Growth Management Division Shutters • Sun and Fun Lagoon Resurface Splash Pad • PUOC Locker Room Remodel • GGWTP Install (6) Generator Louvers • South County Water Reclamation Facility Door - Awning Replacement • Immokalee Substation 112 Repairs • South County Water Reclamation Facility Door - Canopy Over Well • Lime Building Renovations • NCRDC Repairs • Tamiami Well 18 Roof Repairs • Veterans Community Park Basketball Court Repairs • Museum of Everglades Building General Repairs To • Immokalee Sports Complex Repairs • Collier Museum West Side Window And Bar Repairs • Household Hazardous Waste Facility Install Windows and Doors • Growth Management Department Lobby Restrooms • Everglades Museum Penthouse Repair • Collier Jail Mobile Trailers Utilities • Cindy Mysels Park Repairs • Starcher Pettay Park Repairs • Tony Rosbough Community Park • Growth Management Generator And Facility Design I)L I CAPITAL �-- • Building 36 Repairs • Building 37 Repairs • SCRWTP Lime Building HVAC Retrofit • SCRWTP Bathrooms 1st Floor • Structural Services for Sculpture "Donna" • Growth Management Department Glass Store Front Door • SCRWTP Entrance Security Mods • Immokalee Culinary Institute Generator Install Labor • Main Campus Site Work Repairs • Parking Garage 1 Repairs • Parking Garage 2 Repairs • Facilities Management, Repairs • Chiller Plant, K Repairs • Administration Building F • Health Building, H Repairs • Courthouse Annex, Blg L2 Repairs • Courthouse, Building L1 Repairs • Tax Collector, Bldg C-1 Repairs • Procurement, Bldg C2 Repairs • Main Campus Walkways Repairs • Collier DMV Window/Desk • Bluebill Park Install (2) Signs & Fences On • Tamiami Well House Doors(51ocations) • Collier Museum Hardwood Floor Repair • Veterans Scoreboard Replacement • Golden Gate Park Scoreboard Replace • NCRWTP - Ramp Extension • Everglades City Museum Roof & Gutter • Construction Site #21 Design/Build • Master Pump 103 Improvements • Site #12 ADA Improvements. Us 41 & 8th Av N • Site #55 Shelter @ Us 41 & 4th Ave N • ESC Chiller Yard Modification • SCRWTP Lime Safety Room Renovation • Aaron Lutz Park Repairs • Bayview Park Facility Repairs • NCRDC & MIRC - Shutter Pm • Collier County Landfill - Shutter Pm • NCRWTP & SCRWTP - Shutter • Landfill - Shutter • NCRWTP & SCRWTP Shutter • CCSO Furnish & Install Sidewalk/Tree • Wastewater Collection Bathroom Remodel • SCWRF Sludge Building Overhead Door Replacement • NCWRF Plant Door Repair Project • RM Window Installation # Phone: 239.273.8894 V 9010 Strada Stell w info@capitalengr.com Suite 108, 4) Capital engr.com Naples, Florida I)L CAPITAL • NCWRF Ops Building Elevator Remodel & • Immokalee South Park Facility • Immokalee Domestic Animal Shelter Repairs • Ems 10 Repairs • Corkscrew Elementary Repairs • Oil Well Roadway Facility Repairs • Naples Headquarters Library Repairs • Clam Pass Park Facility Repairs • Pelican Bay Services Facility Repairs • Con Osceola Elementary Park Pw 5705 • Naples Manor Tot Lot Facility Repairs • East Naples Comm Park Facility • Port of the Isle Marina Fire#61 Facilities • Goodland Park Marina Repairs • Immokalee Code Enforce Repairs • Immokalee Health Dept Facility Repairs • Emergency Service Center Repairs • North Collier Gov Center Repairs • Road Maintenance Facility Repairs • Supervisor of Election Repairs • Naples Domestic Animal Shelter Repairs • Collier Area Transit Morande Repairs • Golden Gate Community Park Repairs • BCC Fleet Management Facility Repairs • Caxambas Park Repairs • Well House 11 Door & Hardware Replacement • RWBS Louver Vent Replacement • Bayview Park Structural Repairs - Bayview Park • Orange Blossom Protective Glass • Marco Island Parking Lot Repairs • Collier County Annex 2nd Flr Window Partition • NESA Office Bldg. Leak Repair • East Naples Library Parking Lot Repairs • East Naples Community Park Park Floor Repairs • NCRDC Bollard Removal CAPITAL CAPITAL TEAM Past Performance 5.8 Mile Design - Josie Billie Highway Segment 2 - Engineer of Record C L:J Ak Ak Grant Schedule Computer Transportation Construction Construction Writing/Funded Gannt Chart Aided Engineering Engineering MS Project Design (CADD) Inspection ADAM AHMAD, PE IS THE ENGINEER OF RECORD FOR THE 5.8 M�DESIG E RECONSTRUCTION Project Type: Design / CEI / Construction Management Project Owner: Seminole Tribe of Florida Federal Right of Way Process Project Description: Reconstruction of 5.8 Miles of Josie Billie Highway Segment 2 Milling, Resurfacing and Shoulder Reconstruction project will add improvements along Josie Billie Highway to mitigate design deficiencies and improve safety. Major components required were mobilization, maintenance of traffic (MOT), clearing, earthwork, milling, resurfacing, shoulder reconstruction, installation ININ111000 of guardrail, and signing and marking.. CAPITAL TEAM Past Performance Rookery Bay Parking Lot Entrance Drainage Repair (DESIGN BUILD) Law Schedule Computer Transportation Gannt[hart Aided Engineering MS Project Design(CADD JV RW- Projectl\/pe: Design/Build OOON Structural Foundation Design Right of Way Permit Collier County Project Owner: Rookery Bay National Estuarine Research Reserve Rookery Bay HeadquaFters and FIIIJ MU Ak Construction Construction Engineering Inspection Project Description: Design / Build Entrance Reconstruction ToRepair Drainage Issues. Provided Design, Survey, Labor, Materials, Equipment, Supervision And Permitting To Successfully Address The Entrance Drainage Problem. CAPITAL CAPITAL TEAM Past Performance BUS SHELTER DESIGN AT WILSON BLVD AND GOLDEN GATE BLVD �..L:J Ak e Ak d Schedule Computer Transportation Structural Right of Way Building Permit Construction Construction Gannt Chart Aided Engineering Foundation Permit Collier County Engineering MS Project Design (CADD) Design Collier County Inspection � ZJ7L � � � 7F 7iA'YFl�OAC bm+04 ` 4r.kRIlnF Project Type: Design/Build W P-V!,w Project Owner: Collier County Public Transit & Neighborhood Enhancement Division Project Description: Wilson Blvd Transit Shelter Planning, Survey, Design, Permitting And Construction Support Services CAPITAL CAPITAL TEAM Past Performance TIGER GRANT - IMMOKALEE COMPLETE STREETS .: hedule Computer Transportation County Grant int Chart Aided Engineering Right of Way Writing/Funded Project Design (CADD) Evaluation �• `` - - IOU AMON R Y � +wrMi�tiFS�Y �9R�4v4r1wM� �� — rt.L� • a.yyirlw`�� ' Project Type: Conceptual Design / GIS / Grant Writing Project Owner: Collier County Planning Project Description: Project Manager, 2018 Immokalee Complete Streets TIGER Grant, Awarded $13 Million. 20 Miles of concrete sidewalks,] miles of shared -uses paths, 20 miles of upgrades drainage/ditch and swales/ 32 intersection enhancing treatments at priority intersections, enhanced bus stop amenities/shelters including 22 bus shelters, 35 benches, and 25 bike racks construction of a Bus Transfer Station at the Collier County Health Department in Immokalee. I)L CAPITAL Copies of Requested Licenses �i;�,N� _ Ron DeSaMis, Governor FBPE r STATE OF FLORIDAwr��tRs FLORIDA WARD OF BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL FNGiNFER HEREIN 15 LICENSED UNDERTHE PROVISIONS OF CHAPTER 471, FLORIDA $T TUTES 4,110t4_�a � AHMAD, ADAM N. 8225LAUREL LAKES BLVD., NAPLES FL 34119 -A LI 2 EKPIRATION DATE: FEBRUARY 26, 2021 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. This is your Ikense_ It is unlawful for anyone other than the licensee to use this document. Halsey Beshears, Secretary db . r STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD THE GENERAL CON TRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES e) AHMAD M ADA�� CAPITAL CONTRACTORS. LLC 8225 LAUREL LAKES BLVD NAPLES FL 34119 LICE �� 7 EKPIRAT10NDATE: AUGUST31,2022 Always verity licenses online at My Florida License. corn aft:'' .19 i Do nat alter this document in any farm. This Is your license. It is unlawful tar anyone other than the licensee to use this document. APITAL COilier County Administrative Services Department Procurement Services Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: it-U zu-i i (I Reference Questionnaire for: Small General Contracting Services (Name of Company Requesting Reference Information) Capital Contractors LLC (Name of Individuals Requesting Reference Information) Name: Tony Barone (Evaluator completing reference questionnaire) Email: Tony.Barone@CollierCountyFL.gov FAX: Company: Collier County Facilities Management (Evaluator's Company completing reference) (239) 252-8696 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 lure 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: Hurricane Irma Repair Projects Project Budget: 1,323,984 Completion Date: 11 /1 /2020 Project Number of Days: 365 Item Criteria Score must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on -time or early), 9.9 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 conum micate 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 1 99.9 Capital Contractors has done an excellent job completing repair and restoration projects at 54 locations around Collier County. Their attention to detail, adherence to County policies and procedures and enhanced documentation has been the best of the group of contractors we worked with through that program. Digitally signed by BaroneTony Ba ro n eTo n YDate: 2020.12.15 10:35:04 -05'00' COiiieT County Administrative Services Department Procurement Services Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REOUIRED REFERENCE) Solicitation: IFQ No. 20-771 Small General Contracting Services Reference Questionnaire for: Capital Contractors (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: Matthew Fortune (Evaluator completing reference questionnaire) Email: Matthew. Fortune(deolliercounttfl.gov FAX: NiA Company: Collier County Goverment (Evaluator's Company completing reference) 1-6568 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 ,vould hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never lure 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: Sludge Building Door Repair Project Budget: $59,500.00 Completion Date: 9/ 15/2020 Project Number of Days: 61 Item Criteria Score must be com leted 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. 9 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 cotrummicate and document information clearly and succinctly. 9 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 98 Collier County Administrative Services Department Procurement Services Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: Reference uestionnaire for: Capital ?ontractors (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: Bryan Vehovec (Evaluator completing reference questionnaire) Email: bryan.vehoN F Company: Collier County Government Facilities Management (Evaluator's Company completing reference) 252-4026 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 frrn/individual again) and 1 representing that you were very unsatisfied (and would never lure 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: Vineyards Courts Resurfacing Completion Date: Project Budget: $22,308.95 October 20, 2019 Project Number of Days: 60 Item Criteria Score must be completed) 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 Qualiih- 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 luring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 1 100 Digitally signed byVehovecB ryaVehovecBryan n Date: 2020.12.10 13:21:10 -0500' Co ier County Administrative Services Department Procurement Services Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: 20-7771 Reference Questionnaire for: Capital Contractors (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: James McConnell (Evaluator completing reference questionnaire) Email: James. AX: Company: Collier County (Evaluator's Company completing reference) 239-315-6756 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 lure the finn/individual again) and 1 representing that you were very unsatisfied (and would never lure the ftriVindivdival 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: MPS 103 Improvements Project Budget: 53,450.00 Completion Date: Project Number of Days: 8/22/2020 90 Item Criteria Score must be completed) 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 Qualiq of work. 9 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. 9 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS Gorier County Administrative Services Department Procurement Services Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REO UIRED REFERENCE) Solicitation: 20-7771 SMALL GENERAL CONTRACTING SERVICES Reference Questionnaire for: Capital Contractors (Name of Company Requesting Reference Information) Capital Construction (Name of Individuals Requesting Reference Information) Name' Harry Sells (Evaluator completing reference questionnaire) Email: Harry Sellsc Colliergov.net F Company Collier County Evaluator' Eompany completing reference) 239-252-4980 Collier County has implemented a process that collects reference information on fines 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 lure the firn/individual again) and 1 representing that you were very unsatisfied (and would never lure the frrm/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: Install signs and fence Conner Park Completion Date: November 2020 Project Budget: $287,000 Project Number of Days: 296 Item Criteria Score must be completed) 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 Abiltit<, 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 Coi[ier County Administrative Services Department Procurement Services Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: 20-7771 SMALL GENERAL CONTRACTING SERVICES Reference Questionnaire for: (Name of Company Requesting Reference Information) Adam Ahmad, PE, AICP, GC (Name of Individuals Requesting Reference Information) Name: James M. McCord. RLA, LEEDC Company: Collier County Road Maintenance Division (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: James.McCord'&,Collietuountyfl.gov FAX: 239.774.6406 Telephone: 239-398-3049 Collier County has implemented a process that collects reference information on firms and their key- personnel to be used in the selection of fines to perform dds 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 finn/individual again) and 1 representing that you were very unsatisfied (and would never lure 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 forn will be scored "0." Structural Services for CR 951 Sculpture Project Description: Placement (RFQ No. 2020-001 ) Completion Date: February 14, 2020 Project Budget: $61,300.00. Project Number of Days: 90 Days (Completed in 75 Days) Item Criteria Score must be completed) 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. 9 6 Project adnunistration (completed documents, final invoice, final product turnover, invoices; manuals or going forward documentation. etc.) 9 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 9 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 9 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 96 McCordJame Digkally signed by McCordJames Date: 2020.12.17 08:38:42 5 05,00, i I i fsai I/Ii n:: ps TAB 5 SPECIALIZED EXPERTISE OF TEAM INVITATION FOR QUALIFICATION (IFQ) ;Orr SMALL GENERAL CONTRACTING SERVICES SOLICITATION NO.: 20-7771 COLLIER COUNTY, FLORIDA DECEMBER 2020 CAPITAL Evaluation Criteria No. 5: Specialized Expertise Of Team Members Capital Contractors is minority owned (MBE) business with strong roots in Collier County. Capital's Principle Project Manager, Adam Ahmad, is not only a Professional Engineer, a Certified Planner, but also a General Contractor. Adam and his team at CCS have been designing and managing transportation projects like those included in this contract for over a decade in Collier County. CCS goal is to become the local, "go to" consultant for engineering, planning and general contracting services for the community where our founder and employees live. s Adam Ahmad, PE, AICP, GC Adam Ahmad, PE, AICP, GC Ronald Leder, PE Mitchell Bodnarchuk Rayan Al- Hebshi, El Marmi Sick, El Fritxnel Saint Louis Adam Ahmad, PE, AICP, GC Civil Engineer, General Contractor, Planner BS Civil Engineering — University of Kansas Roger Riggs, CG C CedricKoger Donald Keller Rick Saint Henry Ronald Leder, PE Roger Riggs, CGC June Lehmann KellyAhmad Adam will be the primary point of contact for the County and overall Manager for this contract. Adam is well known to the County, having focused his career on providing services to the County and Southwest Florida clients. A licensed FL PE, AICP and GC, he brings to this contract comprehensive experience in all phases of planning, design and production for civil/sitework projects. He was substantially involved in a broad range of projects on numerous facilities and roadways in the County. The long history of collaborating on projects with his vendors and team members will promote cohesion and enhance communication, resulting in a timely and cost-effective project completion. 9 CAPITAL Ronald Leder, Jr, PE. Civil Engineer BS Civil Engineering — University of South Florida Ronald has more than 30 years of multi -discipline experience on a wide range of infrastructure improvement projects and is proficient in the latest design somare packages. He has served as a Project Engineer of numerous facilities, roadways, sidewalk, utility relocation, multi -modal and drainage improvements projects. He worked on the Collier County Neptune Design, Rookery Bay Entrance Design and Collier County Wastewater Collections Site Development Plan. Roger Riggs, CGC Project Manager/Estimator Roger has more than 35 years of experience a general contractor performing project estimating, project scheduling per critical path, quality management, team building, training, cost control, problem recognition, evaluation and solving. He is highly effective in utilizing resources, improving processes and procedures by evaluation, cost reduction through value engineering. Mitchell Bodnarchuk Project Manager/Construction Management BS Mechanical Engineering — University of Connecticut Mitchell (Mitch) has extensive construction management experience including Mechanical Engineering and General Contractor license background. He is the former Director of Construction Management for Tufts University Facilities department and managed 40 projects a year with value of 100 million. Marmi Sica, El Civil Engineering, Construction BS Civil Engineering — Florida Gulf Coast University Marmi is experienced in construction estimating and scheduling for infrastructure improvement projects. He generates detailed estimates, scope change estimates, procedures, conceptual estimates, process flow charts, in addition to cash flow and project status reports. Marmi has experience with design software such Adobe, ArcGIS and Microsoft Office applications. Rayan AI-Hebshi, El Civil Engineering, Construction BS Civil Engineering — Florida Gulf Coast University Rayan is experienced in construction estimating and scheduling for infrastructure improvement projects. He generates detailed estimates, scope change estimates, procedures, conceptual estimates, process flow charts, in addition to cash flow and project status reports. Rayan has experience with design software such Microstation, ArcGIS and Microsoft Office applications. Q Phone: 239.273.8894 V 9010 Strada Ste w info@capitalengr.com Suite 108, 4) Capital engr.com Naples, Florida CAPITAL Richard St. Henry Electrical Contractor Project Manager/Construction Management Richard (Rick) has a diverse technical background as a construction manager in the office, and in the field. Rick has a keen understanding of what must be done to successfully plan, design and construct capital projects to best serve both the client and the public's needs. Rick held an Electrical Contractor license over 20 years. Josh has worked on numerous projects throughout Southwest Florida Fritznel Saint Louis Civil Engineering, Roadway Design, Construction BS Civil Engineering — Florida Gulf Coast University Fritznel is experienced in construction estimating and scheduling for infrastructure improvement projects. He generates detailed estimates, scope change estimates, procedures, conceptual estimates, process flow charts, in addition to cash flow and project status reports. Fritznel has experience with design software such AutoCAD, HEC-HMS, HEC-RAS and Microsoft Office applications. {t_ Cedric L. Koger Project Manager/Construction Management University of Kentucky CTQP Asphalt Roadway Level Cedric is experienced in project safety, project management, contract development, public involvement and program implementation. He has provided reviews for numerous construction plans, designs and specifications. His public involvement experience includes organizing meeting and in effectively communicating project issues to affected stakeholders. June Lehmann Administration /Permitting BS Rutgers University June has more than 25 years of experience in private sector in the preparation, tracking and close out of federal, state and local permits for engineering, land development and legal firms. She has as strong background in contract administration — from bid and contract preparation, addendum issuance, contract awards through verification of pay requests, change orders and final project closeouts. 0 CAPITAL Prequalification 3.1, 6.1, 6.2, 6.3.1 , 7.1, 7.2, 7.3, 13.4, 13.5, 13.6 CA License: 32121 DBE Cert NAICS: 541330, 54340, 541990, 431690, 238990 Relevant Experience » 11 years of comprehensive experience encompassing all phases of planning and design and production for civil/site work projects » Experience in in a variety of planning, engineering, technical, analytical, statistical, graphical, public involvement and project review activities » Skilled in civil engineering site and roadway design/mapping and surveying, computer information science, management, cartography, and graphic design » Proficient in the use of state-of-the-art engineering software including Microstation and GEOPAK, ICPR, Adobe Illustrator and Photoshop, MathCAD, Sketchup, Leica HDS Cyclone and ESRI ArcGIS. » Public Involvement, master planning, permitting, environmental, construction Education B.S., Civil Engineering, University of Kansas Professional Registration Professional Engineer: Florida 72472 AICP No: 028767 General Contractor: Florida CGC 1525246 General Contractor: North Carolina 58054 General Contractor: South Carolina 109618 General Contractor: Tennessee 52456 DOT/FAA Airman Certificate UAS 3999943 FDOT Advanced TTC Certification 28347 Representative Project Experience Collier County General Contractor Projects • Construction -Design Wilson Blvd Bus Shelter • Construction of Davis Wash Bay • Demolish Museum Chickee Exhibit • Construction of Fleet Awning Replacement • Construction CAT bus shelters • Repair Sun and Fun Lagoon Slide Tower • Bayshore MSTU Urgent Paver Safety Repair • EMS 70 Hurricane Repairs • Medical Examiner Hurricane Repairs • Building L Door Replacements • Master Pump Station 309 & 317 Door Replacement • Demolish cottage at Pepper Ranch • Remodel at the Golden Gate Senior Center Hurricane • EMS 70 Radio Room Retrofit • Bldg F CAO Lunchroom Retrofit • Veterans Park Hurricane Repairs • CAT 8300 Radio Road Repairs • Fence Install - SCWRF • Repair restroom Pavilion at Bayview • Marco Island CCSO HVAC Replacement • MPS 313 Door Replacement • Conex Container - SCWRF • WW Collections - Parking Lot • Emergency Service Center • Install emergency exits at Sun and Fun • Carica Door Replacement • NCWRF Bldg 52 Diesel Tank • NCWRF Bldg 49 Diesel Tank • CON Repairs at GMD 2885 S Horseshoe • SCRWTP Lime Building - Door/Window • Domestic Animal Shelter Campus Hurricane Repairs • NCWRF Front Monument Sign • Install Shed & New Oil Tank - HHW • Handicap Parking Spaces - NCGSC • Growth Management Division Shutters • Sun and Fun Resurface Splash pad • PUOC - Locker Room Remodel • Install (6) Generator Louvers Ggwtp • CON SCWRF - Awning Replacement • Imm Sub 112 Door • SCWRF - Canopy Over Well • Basketball court repairs — Vineyard Park • Collier County Musuem West Side Window and Bar Repairs • Everglades Museum Penthouse Repair 0 CAPITAL Type of Work 3.1: Minor Highway Design Roadway Design Engineer; Vanderbilt Beach Road (Airport to Collier Boulevard Design); Collier County Florida Widening of 5.5 miles of the existing rural two-lane roadway to a six lane, urban divided roadway. Responsibilities included preparation of the design plans in Microstation/GEOPAK, utilities designs, drainage calculations (ICPR) and field calculations. Provided close coordinate with local agencies. Roadway Design Engineer; Oil Well Road (Immokalee Road to Camp Keais Road); Collier County, Florida. Widening and reconstruction of 11.1 miles of Oil Well Road from Immokalee Road to east of Camp Keais Road in eastern Collier County. The project scope included widening a two-lane rural section to a four lane and six lane urban section. The permitting effort included drainage and environmental impacts to environmentally sensitive areas. Responsibilities included preparation of the design plans in Microstation, public involvement meetings and field calculations. Participated in post design services throughout the project. Project Manager, Safe Routes to Schools Grant Eden Park Elementary, Immokalee, Florida. New sidewalk and compensatory drainage system in lieu of roadway drainage swales to provide an accessible route for students to attend Eden Park Elementary. Responsibilities for developing the Safe Routes to School Grant and roadway criteria package for the project. The grant was awarded $ 717, 071.33 through Safe Routes to School Funding under the requirements of the Local Agency Program (LAP) Developed conceptual roadway plans, typical sections location maps, existing condition map, student location map, proof of right of way, analyzed crash data and traffic data. Evaluated field conditions with representatives from FDOT and Collier County. Roadway Design Engineer; Tree Farm Road Phase II (Davila St. to Woodcrest Dr.) Design; Collier County, Florida. Design for the half -mile segment of Tree Farm Road. This 2-Lane roadway section links four (4) roadways with a new roundabout. The project consists of a new 2-lane new roadway with sidewalks, pathways, bike lanes and a new roundabout. The project included water main and force main design and permitting. The project utilized three (3) adjacent development ponds for stormwater treatment and attenuation. (Permits: SFWMD, ACOE FDEP) Responsibilities included preparation of the design plans in Microstation, public involvement meetings, permitting packages and field calculations. Roadway Design Engineer; Lee County Complete Streets Design Build Criteria Packages; Lee County, Florida. Design Criteria Packages efforts for the 11 planned projects listed in the Complete Streets Initiative TIGER Grant application. Project included the preparation of Conceptual Plans (horizontal layout on aerial photos) which delineated the intent of the proposed project(s), preparation of typical sections which defined project features such as sidewalks, pathways, bike lanes and shoulders; development of a Conceptual Report detailing the criteria used as the basis for the conceptual plans; preparation of a preliminary/conceptual design and construction schedule for evaluation by the Lee County MPO. Project included preparation of Conceptual Plans and typical sections which defined project features such as Coordinated NEPA permitting effort. Prepared bid package, hosted pre -bid meeting. Evaluated bids. Roadway Design Engineer; Vanderbilt Beach Road Extension; Collier County, Florida New 10 mile 6-Lane roadway from Collier Boulevard to Desoto Boulevard. Responsibilities included providing public involvement, roadway design, drainage, permitting, maintenance of traffic, structural design, environmental surveys, traffic, noise, aesthetics, survey, geotechnical, access management, and utility services. Project placed "on -hold" at 60% Design. Roadway Design Engineer; Collier Boulevard (US 41 to Davis Boulevard) Design; Collier County, Florida. Design of roadway capacity improvements to a 7-mile segment from US 41 to Davis Boulevard. Responsibilities Q Phone: 239.273.8894 V 9010 Strada Stell C m info@capitalengr.com Suite 108, ®Capitalengr.com Naples, Florida 34109 CAPITAL included preparation of design plans and specifications for widening the existing four -lane roadway to a six -lane facility, including four major intersections. Attended public involvement meetings and prepared permitting packages for SFWMD, ACOE and FDEP. Roadway Design Engineer; Collier Boulevard (Golden Gate Boulevard to Immokalee Road) Design; Collier County, Florida. Design of the Collier Boulevard (CR 951) project that involved widening 3 miles of the existing two- lane roadway to a six -lane, urban divided roadway from Golden Gate Boulevard to Immokalee Road. Responsibilities included public involvement, roadway design, drainage, permitting, maintenance of traffic, structural design, environmental impacts, traffic, noise, aesthetics, survey, geotechnical review, access management, and utility services. Attended public involvement meetings and prepared permitting packages for SFWMD, ACOE and FDEP. Roadway Design Engineer; Immokalee Road (CR 951 to 43rd Avenue NE); Collier County, Florida. Design of the widening of 8.1 miles of the existing two-lane roadway to a six -lanes. Responsibilities included aerial photography, attended public meetings and performed modeling and computer simulations. Attended public involvement meetings Roadway Design Engineer; Collier Boulevard Widening (Golden Gate Canal to Golden Gate Boulevard); Collier County, Florida. Design of the widening of 4 miles of the existing two-lane roadway to a six -lane, urban divided roadway. Created exhibits, attended public meetings, prepared Gantt chart schedules in Microsoft Project Design Manager, Billie Johns Street, Seminole Tribe of Florida, Big Cypress Reservation, Florida New construction of 0.75 miles of new 2 lane paved road, with each lane being 12 feet. Performed design reviews at the 30, 60, 90 and 100% levels of completion. Monitored permit applications for the purpose of compliance with design intent. Design Manager, Josie Billie Highway Segment 2, Seminole Tribe of Florida, Big Cypress Reservation, Florida This project consists of widening 9.6 miles of Josie Billie Highway from 10 feet per lane to 12 feet per lane. The construction also includes paved shoulders and guardrails at the canal side of the road. Performed design reviews at the 30, 60, 90 and 100% levels of completion. Monitored permit applications for the purpose of compliance with design intent. Design Manager, Billie Road, Seminole Tribe of Florida, Big Cypress Reservation, Florida. New construction of 0.77 miles of new, paved 2 lane road extension. Each of the lanes will be 12 feet wide, with 6 feet wide sodded shoulders. Performed design reviews at the 30, 60, 90 and 100% levels of completion. Monitored permit applications for the purpose of compliance with design intent. Design Manager, Osprey Road, Seminole Tribe of Florida, Brighton Reservation, Florida. This project consists of the reconstruction of 0.3 miles of paved 2 lane road. Each of the lanes will be 6 feet wide, with 6 feet wide sodded shoulders. Performed design reviews at the 30, 60, 90 and 100% levels of completion. Monitored permit applications for the purpose of compliance with design intent. Roadway Design Engineer; Immokalee Road (CR 951 to 43rd Avenue NE); Collier County, Florida. Involved in the widening of 8.1 miles of the existing two-lane roadway to a six -lanes. Provided aerial photography, attended public meetings and performed modeling and computer simulations. Type of Work 6.1: Traffic Engineering Studies Traffic Engineer; Districtwide Traffic Operational Studies; FDOT District One. Responsible for conducting traffic operations studies such as signal warrant analysis, intersection delay study, left turn delay study, crash analysis, and O Phone: 239.273.8894 V 9010 Strada Steil C ® info@capitalengr.com Suite 108, ® Capitalengr.com Naples, Flor'" CAPITAL spot speed studies. Performed standard travel time and delay studies along arterial roads using computerized hardware/software (JAMAR). Project Manager, STOF Reservation Wide Traffic Counts, Seminole Tribe of Florida, Tribalwide, Florida. Project to perform 72-Hour traffic counts of the entire Seminole Tribe of Florida roadway network. Counts performed on the Big Cypress, Brighton, Tampa, Fort Pierce, Hollywood and Immokalee Reservations. Responsible for evaluating the data and mapping the data in Geographic Information's Systems (GIS) database. Project Manager, TIGER Grant Post Design Pedestrian Counts, Big Cypress Reservation, Florida. Pedestrian, atv and bicyclist counts of traffic along a TIGER Grant funded corridor to show the impacts roadway improvements post construction. Selected and purchased video count camera hardware and software. Setup count stations and performed data collection. From on the data collected, created reports to satisfy the TIGER grant reporting requirements. Project Manager, Seminole Tribe of Florida Road Safety Audit (RSA) Josie Billie Highway, Big Cypress, Florida. Assembled a multidisciplinary team to evaluate the performance the corridor. Responsible for conducting the start-up meeting, performing the field review, conducting analysis and preparing the report. Presented the finding to the FDOT safety officer. Project Manager, Miccosukee Tribe Road Safety Audit (RSA) Josie Billie Highway, Big Cypress, Florida. Engineering representative of a multidisciplinary team to evaluate the performance the corridor. Attended the start-up meeting and performed the field review. Provided observations of the findings to the Miccosukee representatives. Project Manager, Seminole Tribe of Florida Road Safety Audit (RSA) Reservation Road, Big Cypress, Florida. Provided safety audit of the Reservation road. Responsible for field review, conducting analysis and preparing the report. Coordinated with the Seminole Police Department and Public Works Department on concerns with speed. Posted speed was lower than the 85% percentile travel speed. Traffic Engineer; District Wide Systems Planning; FDOT District One; Florida. Project to provide a wide range of services including project traffic reports, FSUTMS modeling, evaluations of facilities on the Strategic Intermodal System (SIS), development of interchange justificationlmodification reports (IJRs11MRs), and project report reviews. Responsibilities included updating transportation forecasting model validations for; review of transportation impact studies for growth management in rural counties; and developing the future year transportation plan updates. Traffic Engineer, Traffic Engineering Support Services; Collier County Transportation Planning Department; Collier County, Florida. Extension of County staff, performing reviews of Traffic Impact Reports and DRIs; development of design traffic for roadway widening projects; operational analysis and development of improvement alternatives; assistance with travel demand forecasting; Level of Service (LOS) Analysis; review of traffic operations and safety; developing guidelines for traffic impact studies; developing access management policies, training consultants and county staff; and providing general support for traffic engineering services. Traffic Engineer; Transportation Planning Continuing Services; Collier County Transportation Planning Department; Collier County, Florida. Services provided on an as needed basis to serve as an extension to the County staff including reviews of Traffic Impact Reports and DRIs, development of guidelines for traffic impact studies; training for the consultants and County staff; and general support for traffic engineering services as they relate to the overall development and growth in the County. Type of Work 6.2: Traffic Signal Timing Q Phone: 239.273.8894 V 9010 Strada Ste ll Ct m info@capitalengr.com Suite 108, ®Capitalengr.com Naples, Florida 34109 CAPITAL Project Engineer; Collier Boulevard (US 41 to Davis Boulevard) Design; Collier County, Florida. Traffic signal design for this project which involved roadway capacity improvements to a 7-mile segment from US 41 to Davis Boulevard. Assisted in the design plans and specifications for widening the existing four -lane roadway to a six -lane facility, including four major intersections Project Engineer; Collier-Immokalee Intersection Improvements Design; Collier County, Florida. Design of intersection improvements to the Immokalee Road and Collier Boulevard Intersection which will provide additional capacity to the intersection and extend Collier Blvd north approximately one-half mile. The Intersection improvements were planned and designed to accommodate a "future" SPUI at this intersection. Responsibilities include preparation of the design plans in Microstation, public involvement meetings, permitting packages for SFWMD, ACOE and FDEP. Participated in post design services throughout the project. Type of Work 6.3.1: Intelligent Transportation Systems Analysis and Design Project Manager, Adaptive Traffic Control System Engineering for CR 876, Lee County, Florida. Engineering design and analysis to upgrade a traffic responsive signal system along Daniels Parkway/Cypress Lake Drive from South Point Blvd to Gateway Blvd to utilize the latest technologies for Adaptive signal control. Review of the existing system documentation including regional ITS architecture, concept of operations, prior ITS studies and design documentation for the existing system. Prepared existing system inventory including a listing and evaluation of the existing equipment and system communication networks available to support an ASCT system. Provided stakeholder coordination. Conducted systems engineering analysis and prepared systems engineering documents. Tvae of Work 7.1: Sianina. Pavement Markina. and Channelization. Design Manager, Josie Billie Highway Segment Emergency Signing Package, Seminole Tribe of Florida, Big Cypress Reservation, Florida. Design of roadway signing package along the Segment II (6.57 Miles) of Josie Billie Highway to improve safety. Responsibilities included preparation of the design plans per the MUTCD in Microstation/GEOPAK. Plans package included key, general notes, MOT notes, project layout, typical, summary of guardrail, striping replacement detail and locations, tabulation of quantities, plans and guide sign worksheet. Project Manager, College Whiskey Intersection and Signalization Improvements, Lee County, Florida Final design of the College Parkway westbound left turn lane to Edison Parkway (further south) to improve visibility for the opposing (eastbound College Parkway to Whiskey Creek) left turn movements, Providing "Mast Arm" signalization for the intersection and improving ADA accessibility at the corners. Responsible for the design of new cross bars and crosswalks required for new signal installation and the left turn lanes and median modifications required for offsetting the College Parkway left turn lane. Plans package included Key, Tabulation of Quanities, General Notes, and Signing and Marking Plans Sheets. Type of Work 7.2: Lighting. Project Manager, Hollywood 64th Avenue Permanent Lighting, Florida. This project incorporates the installation of a permanent street lighting system that replaces the existing temporary solar lights installed between the Northern Gate and Charleston Street. Additionally, the project will include additional street lights from Charleston Street to the Southern Gate, which will double the number of street lights along the corridor. Performed design reviews at the 30, 60, 90 and 100% levels of completion. Monitored permit applications for compliance with design intent. O Phone: 239.273.8894 V 9010 Strada Stell C m info@capitalengr.com Suite 108, ® Capitalengr.com Naples, Flor' CAPITAL Project Manager, IM Koowachobee Trail / Seminole Crossing Lighting, Florida. The Koowachobee Trail Lighting project includes the installation of a permanent street lighting system on both sides of Koowachobee Trail as an extension of the street lighting system installed by East -Alice Jimmie Project. The Seminole Crossing Trail Lighting project includes the installation of a street lighting system on both sides of Seminole Crossing Trail which will continue the street lights beyond Koowachobee Trail. Performed design reviews at the 30, 60, 90 and 100% levels of completion. Monitored permit applications for compliance with design intent. Tvae of Work 7.3: Sianalization Project Manager, College Whiskey Intersection and Signalization Improvements, Lee County, Florida Final design of the College Parkway westbound left turn lane to Edison Parkway (further south) to improve visibility for the opposing (eastbound College Parkway to Whiskey Creek) left turn movements, Providing "Mast Arm" signalization for the intersection and improving ADA accessibility at the corners. Responsible for the preparation of plans, details, specifications, quantities and cost estimates for the preferred traffic signal configuration at the College Parkway and Whiskey Creek Intersection. Plans included location of poles, mast arms, signal heads, controllers, video cameras, pedestrian pushbuttons and head locations, luminaries, street name signs and power service and appurtenances. Roadway Design Engineer; Collier-Immokalee Intersection Improvements Design; Collier County, Florida. Design of intersection improvements to the Immokalee Road and Collier Boulevard Intersection which will provide additional capacity to the intersection and extend Collier Blvd north approximately one-half mile. The Intersection improvements were planned and designed to accommodate a "future" SPUI at this intersection. Responsibilities include preparation of the design plans including mast arms in Microstation, public involvement meetings, permitting packages for SFWMD, ACOE and FDEP. Participated in post design services throughout the project. Tvae of Work 10.1: Roadwav CEI. Project Manager, Stirling Road/ SR848 Off -Site Roadway Improvement; Hollywood, Florida. Construction of three turn lanes and incidental improvements located near the intersection of SR 848/Stirling Road and SW 58th Avenue. The turn lanes were constructed to accommodate anticipated traffic generated by a future development in the existing vacant parcel. Adam provided coordination with the Seminole Tribe of Florida, Designer, and Contractor: shop drawing review; contract compliance; contractor clarifications and request for information; contract modifications; contractors monthly pay applications; as-built/record drawings; project closeout. He conducted bi- weekly progress meeting, and other meetings as required to facilitate project. Project Manager, Stockade Road; Immokalee, Florida. Construction of drainage and sidewalk improvements to Stockade Road. Adam provided coordination with the Seminole Tribe of Florida, Designer, and Contractor: shop drawing review; contract compliance; contractor clarifications and request for information; contract modifications; contractors monthly pay applications; as-built/record drawings; project closeout. He conducted bi-weekly progress meeting, and other meetings as required to facilitate project. Coordination/management of CEI firm, process RFI's, RFQ's, Field Orders, Work Change Directives, change management, conduct progress meetings Project Manager, Bus Stop Improvements to Achieve ADA Compliance; Collier County, Florida Site modifications required to bring 33 bus stops located along the state highway system in Collier County up to ADA compliance. Conducted the pre -construction meeting. Provided contract document interpretation in addressing request for information, field visits, review of and assist in field changes. Q Phone: 239.273.8894 V 9010 Strada Stell Ct m info@capitalengr.com Suite 108, ®Capitalengr.com Naples, Florida 34109 CAPITAL Type of Work 13.3: Policy Planning Project Manager, Collier County Master Mobility Plan Phase I; Collier County, Florida. The plan was developed to guide the need and location of land use, public services (libraries, EMS, schools, etc), multi -modal transportation and various infrastructures while protecting environmentally sensitive land and habitat. Adam facilitated authoring a grant that was awarded $500,000 through the American and Recovery Reinvestment Act. Upon receipt of the award, he developed metrics to report the success of the plan. He developed a Public Involvement Plan. It consisted of a series of public workshops that were held to gain local knowledge, and to build a consensus of build out expectations. The effort included conducting smaller group stakeholder meetings (charettes); compiling the results of these meetings to assess benefits and weaknesses; and preparing an overall draft MMP for use in future public workshops. He collected the information provided during the public workshops to develop land use and mobility objectives that was memorialized in a series of Memorandum of Understandings (MOU). He assisted in securing MOU's that defined, validated and documented the commitments and expectations of Collier County Government and the primary stakeholders and agencies My coordination effort with MOU's facilitated the MMP to move forward in partnership rather than in controversy. He was responsible for building databases and GIS maps of existing and proposed stakeholder plans (utility, parks, fire, protections overlays, etc.). Adam researched and pulled together geospatial databases from Collier County Growth Management Department, Facilities, Property Appraiser, Parks and Recreation, Information Technology and Utilities Department. Adam collected information from peripheral groups such South Florida Water Management District, Conservations Collier, Florida Geographic Data Library, and the Environmental Systems Research Institute (ESRI). With the information collected he created base maps in geographic information system (GIS) maps and definite growth management objectives outlining and defining the needs of the plan. This information was presented to the Collier County Planning Commission (CCPC) and the Board of County Commissioners (BOCC) for review and concurrence. The approval of CCPC and the BOCC advanced the process of creating Land Development Code (LDC) language as needed. Once the public and stakeholders provided input, Adam assisted in conducting and evaluation of the effects of the MPO plan on the transportation network. This involved researching Collier County's 2035 Long Range Transportation Plan and Annual Update and Inventory Report (AUIR). A component he prepared on the MMP endorsed consolidating each of the county agencies (school, utilities, clerk of court, jail, etc.) long range transportation plans (such as the East of CR951 Horizon Study) into a unified planning document. Project Manager, Collier County Master Mobility Plan Phase II; Collier County, Florida. Adam was a project manager for Collier County's Master Mobility Plan. (MMP) The plan was developed to guide the need and location of land use, public services (libraries, EMS, schools, etc), multi -modal transportation and various infrastructures while protecting environmentally sensitive land and habitat. He developed a plan to provide a comprehensive analysis to select projects, considering all significant impacts and options, including economic objectives (such as improving accessibility and reducing dependency on imported fuel), social objectives (improving accessibility for non -drivers, and encouraging public fitness and health) and environmental objectives (such as reducing pollution emissions and pavement area). He responded to future demands, taking into account changing demographics, economics and consumer preferences. Protected past investments by rehabilitating existing transportation infrastructure (sidewalks, paths, roads, bridges and transit systems) and redeveloping existing communities. Supported strategic land use objectives, such as creating more accessible, multi -modal communities. Reduced household transportation costs, particularly future energy consumption. Improved transportation options for mobility disadvantaged people. He facilitated in establishing and defining stakeholders to include all local, state, and federal agencies Lee and Hendry Counties, FDOT, DCA, Fish and Wildlife, Water Management Districts, etc.) along O Phone: 239.273.8894 V 9010 Strada Steil C ® info@capitalengr.com Suite 108, ® Capitalengr.com Naples, Flor' CAPITAL with affected Indian tribes, internal county departments and divisions, fire districts, and special interest groups (i.e., The Conservancy, Audubon Society, Economic Development Council, major land holders, etc.). I was part of the effort to notify stakeholders of the MMP effort; notify stakeholders of Visioning Plan effort; obtain commitment from stakeholders to participate; obtain documentation and public comments from prior efforts for the East of 951 Study and obtain current needs plans, preservation plans, protection areas, etc. from stakeholders. I participated in small group meetings with individuals or small groups of stakeholders document results of each group meeting. In the end a full day symposiums was held with all groups to consolidate and finalize MMP. The Collier County Planning Director required that substantial observed empirical data was required to substantiate the objectives of the MMP. He was responsible for conducting an economic analysis to determine the maximum social benefit. The evaluation determined the maximum benefit -cost to yield maximum reimbursement for regional communities from a monetary, pollutant reduction, energy savings and quality of life perspective. Adan recommended to increased public transit service because it is an effective economic stimulation strategy since it increases short-term employment, improves mobility for lower -income people (allowing unemployed people better options for accessing schooling and job opportunities), and increases economic productivity by reducing traffic congestion and parking costs. Adam encouraged improvements to efficient modes, including walking, cycling, ridesharing and public transit since it responds to future travel demands, allows households to reduce their transport costs, supports economic development by reducing energy demand and other transportation costs, improves mobility for non -drivers, and improves public fitness and health. He endorsed investments that support smart growth land use policies including building more affordable housing in accessible locations, urban infrastructure upgrades, improved public services (such as schools and medical clinics) in smart growth locations, and other forms of urban redevelopment. Design Manager, Seminole Tribe of Florida Systemic Safety Analysis, Big Cypress, Florida. The objective of this effort involved production of a prioritized list of highway facilities (segments, curves and intersections), identification of high priority candidate locations for safety investment and the development of safety projects (specific strategies at specific locations). The analysis that supports the prioritization exercise and safety project development will be comprehensive and involve both site analysis of designated high crash locations and a systemic risk assessment of the entire road system. Responsible for assembling crash data, obtaining existing records, gis database and aerial photography. Conducted a data webinar to preview how the data wills support the technical analysis. Analyzed crash data, identified safety emphasis areas, high crash locations and systemic risk factors. Suggested safety projects at both high crash and systemic risk locations will be developed along with draft one -page summaries for each safety project. Type of Work 13.4: Systems Planning Design Manager, Long Range Transportation Plan, Seminole Tribe of Florida; Hollywood, Florida. He managed the 2035 Seminole Tribe of Florida Long -Range Transportation Plan (LRTP). The 20-year comprehensive study area included the boundary limits of the six Seminole Tribe reservations (primarily comprised of trust lands) within the state of Florida. A few services he managed were: An evaluation of a full range of transportation modes and connections between modes such as highway, rail, air, and water to meet transportation needs; Social and economic development planning to identify transportation improvements or needs to accommodate existing and proposed land use in a safe and economical fashion; Cultural preservation planning to identify important issues and develop a transportation plan that is sensitive to Tribal cultural preservation; Prioritized list of short and long-term transportation needs; An analysis of funding alternatives to implement plan recommendations. Q Phone: 239.273.8894 V 9010 Strada Stell C m info@capitalengr.com Suite 108, ®Capitalengr.com Naples, Florida 34109 CAPITAL Design Manager, Seminole Tribe, Infrastructure Analysis Report, Tribal Wide, Florida Program to develop a reliable framework to financially optimize the planning, design, construction, operations and maintenance of their transportation infrastructure facilities. Responsible for creating a business process which will help the Seminole Tribe of Florida make informed decisions with regards to their resource allocation. Project Manager; Lee MPO Miscellaneous Planning Services; Lee County, Florida. Provided a variety of transportation planning and engineering services for the Lee County MPO under CH2M'S Lee County MPO General Services contract (2009-2015). To date the following services included: 1). Miscellaneous Planning Services: Validation of Project Feasibility and Development of Project Estimates. Preparation of conceptual designs along with quantity and cost estimates for roadway and corridor improvements. 2) Grant Preparation — Various TIGER I and TIGER III grant applications. Design Manager, Big Cypress Reservation Safety Plan, Big Cypress, Florida Big Cypress Reservation comprehensive safety plan that provides a framework for reducing highway fatalities and serious injuries. The Florida Department of Transportation (FDOT), in partnership with the Federal Highway Administration (FHWA) and representatives of Florida's traffic safety community that addresses the "4 E's" of safety — engineering, enforcement, education, and emergency response. Responsible for developing a prioritized list of safety improvements used justify safety request and identified public private and non-profit funding sources. Type of Work 13.5: Subarea/Corridor Planning Project Manager; Collier Community Streets and Infrastructure Project (CCSIP); Naples, Florida Planning project in North Naples to provide multi -use pathways, sidewalks, walkway amenities and enhance the connection to transit facilities. Planning study to improve the infrastructure of Vanderbilt Drive. Vanderbilt Drive is a north -south collector roadway that runs parallel to the west of US 41 (SR 45, Tamiami Trail N.) between Vanderbilt Beach Road (CR 862) and Bonita Beach Road (CR 865). The project completes a local street network and connect the community. This project includes total replacement of three bridges (Bridge No. 030177, Bridge No. 030178 on Vanderbilt Drive and Bridge No. 030149 on Bluebill Avenue), roadway reconstruction, and roadway safety improvements. It includes, roadway, safety, multimodal, quality of life and environmental sustainability components. Assessed technical feasibility, financial feasibility and project schedule. Collaborated with many departments including Transportation Planning, Transportation Engineering, Road Maintenance, Parks and Recreation, Public Utilities, Construction Management, Stormwater Management and Public Transit and Neighborhood Enhancement to ensure successful completion of the project. Evaluated the long term outcomes that included the State of Good Repair, Economic Competitiveness, Livability, Sustainability and Safety. Project Manager; Growing Connections to Create Mobility Opportunities; Immokalee, Florida. Project designed to grow the existing pedestrian network by providing new facilities to accommodate transit, bicyclist and pedestrians where none currently exist. Applied complete streets concepts and incorporated Collier Area Transit (CAT) routes, bus shelters, proposed sidewalks and proposed lighting features. Collected data and completed a Benefit Cost Analysis (BCA) that reflected public benefit by reducing the Vehicle Miles Traveled (VMT), reducing frequency of crashes with bikes/pedestrians, increasing community health and resiliency, and supporting community reinvestment when compared to a baseline (no -build) scenario. Type of Work 13.6: Land Planning/Engineering, Project Manager, Collier County Master Mobility Plan Phase I; Collier County, Florida. The plan was developed to guide the need and location of land use, public services (libraries, EMS, schools, etc), multi -modal transportation O Phone: 239.273.8894 V 9010 Strada Steil C ® info@capitalengr.com Suite 108, ® Capitalengr.com Naples, Flor'" CAPITAL and various infrastructures while protecting environmentally sensitive land and habitat. Responsibilities include assessing the impacts that proposed transportation improvements have on public/private property. Project Manager; Old US 41 Redevelopment Complete Streets Concepts; City of Bonita Springs, Florida. Conceptual roadway and storm water designs for Old US 41 from Bonita Beach Road to W. Terry Street. Responsibilities included the evaluation alternatives for roadway, bike lanes, pathways, sidewalks, access management and storm water improvements. The concepts included roundabout designs at Pennsylvania Ave and W. Terry Street. Design Engineer; Gordon River Water Quality Park; Collier County; Naples, Florida. Responsible quality control, planning, design, and development of a master wetland park plan and construction documents for an $8 million, 50-acre, passive wetland park including vehicular parking areas, three miles of boardwalk, park amenities, 3,000-square-foot education facility, upland and wetland planting plans, surface water irrigation plan, gopher tortoise relocation plan. Tasks included assisting the Project Manager with multiple public meetings and presentations throughout the planning process and preparation of presentation graphics in support or meetings. Tvae of Work 13.7: Transaortation Statistics. Project Manager; Randall Boulevard Corridor Study Study to examine the feasibility of potential transportation impact of the most appropriate corridor for needed multi- lane improvements to Randall Boulevard and Oil Well Road. To ascertain the Corridor's existing and future transportation demands, including traffic volumes, travel characteristics, and historical trends; facility operation (level of service), conditions of existing facilities and plans for improvements; describe what the existing or expected concerns are for the corridor and how the management plan expects to address these concerns. Prepared in accordance with the Florida Department of Transportation's Project Development & Environmental Guidelines Manual (in Part 1, Chapter 8-2.1 and Part 2, Chapter 9 of the PD&E Manual), a written Public Involvement Plan outlining each element of the public involvement process. He establish an open process that is responsive to the concerns of the citizens and provides for timely involvement that influences the decision -making process. He prepared Kick-off notification, mailing/contact list, identified public meeting site and collected public input. He attended meetings with local officials including EMS, Fire District, Parks and Rec, Public Utilities, Planning Department, MPO and local civic associations. Project Manager, Collier County Master Mobility Plan Phase I; Collier County, Florida. The plan was developed to guide the need and location of land use, public services (libraries, EMS, schools, etc), multi -modal transportation and various infrastructures while protecting environmentally sensitive land and habitat. Responsibilities include assessing the impacts that proposed transportation improvements have on public/private property. Project Manager; Growing Connections to Create Mobility Opportunities; Immokalee, Florida. Project designed to grow the existing pedestrian network by providing new facilities to accommodate transit, bicyclist and pedestrians where none currently exist. Applied complete streets concepts and incorporated Collier Area Transit (CAT) routes, bus shelters, proposed sidewalks and proposed lighting features. Collected data and completed a Benefit Cost Analysis (BCA) that reflected public benefit by reducing the Vehicle Miles Traveled (VMT), reducing frequency of crashes with bikes/pedestrians, increasing community health and resiliency, and supporting community reinvestment when compared to a baseline (no -build) scenario. Q Phone: 239.273.8894 V 9010 Strada Stell Ct m info@capitalengr.com Suite 108, ®Capitalengr.com Naples, Florida 34109 i I i IU. /Iq n7: JLIfl I IC,T 6•• � MA Nt .� =n Mai ••• 4IIII0, L-i ■aVl: liii�i l IMI 3�111 pV ' • s -laws a lbw, Rr.:.l.•• .i-rl�lllae imp �• �y��C:-� ■Ir p r. N I IFFF • �� uu ,! 1 • joi � •• `w• �1••�� b �•• one,. n•��liiir AIIC �i�' TAB 6 LOCAL VENDOR PREFERENCE INVITATION FOR QUALIFICATION (IFQ) ;Orr SMALL GENERAL CONTRACTING SERVICES SOLICITATION NO.: 20-7771 COLLIER COUNTY, FLORIDA DECEMBER 2020 CAPITAL Evaluation Criteria No. 6: Local Vendor Preference : Local business is defined as the vendor having a current Business Tax Receipt issued by the Collier or Lee County Tax Collector prior to proposal submission to do business within Collier County, and that identifies the business with a permanent physical business address located within the limits of Collier or Lee County from which the vendor's staff operates and performs business in an area zoned for the conduct of such business. COLLIER COUNTY BUSINESS TAX BUSINESS TAX NUMBER: 170481 COLLIER COUNTY TAX COLLECTOR - 2800 N. HORSESHOE DRIVE - NAPLES FLORIDA 34104 - (239) 252-2477 VISIT OUR WEBSITE AT: www.4colliertax.com THIS RECEIPT EXPIRES SEPTEMBER 30, 2021 LOCATION: 9010 STRADA STELL CT #108 ZONED: PUD SIC 8741 BUSINESS PHONE:239-273-8894 STATE OR COUNTYLIC#:CGC 1525387 1-10 EMPLOYEES ' CLASSIFICATION: D5-GENERAL CONTRACTOR CLASSIFICATION CODE: 05100101 This document is a business tax only. This is nut certification that hcRW 4 does not permit the licensee to violate any existing regulatory zoning nar does it exempt the licensee from any Aher taxes or permi?s that may be s DISPLAY AT PLACE OF BUSINESS FOR PUBLIC INSPECTION. FAILURE TO DO SO IS CONTRARY TO LOCAL LAWS. CAPITAL CONTRACTORS, LLC 0,ADAM STRADA STELL CT #108 .E$, FL 34109 -THIS TAX IS NON -REFUNDABLE - DATE 071l W2020 AMOUNT 18-00 RECEIPT 501-21-000522267 Local Naples Office Providing the Collier County with quality services requires a locally based firm that brings superior technical capabilities and project management experience to meet the unique requirements of each project. Capital is committed to value, quality, and responsiveness. The Capital Contractors Naples office is located in Collier County at the intersection of Airport and Vanderbilt. The office will serve as the principal and coordinating office for this contract. This office is led by Adam Ahmad who will serve as Project Manager for this Contract. Our staff has recent and relevant experience providing services for Collier County and is currently providing services. Approach to Management of Work Day-to-day management and coordination of our team will be led by Project Manager, Adam Ahmad, PE, CGC, AICP. Adam has the support of professional civil engineers, project managers, construction managers, environmental staff and design staff. The Capital Team has the time and experience to deliver quality projects on time and within budget. Adam has been providing planning, design, and construction management services for a variety of Collier County projects for over a decade. He has served as project manager or design engineer on more than 100 projects for various Collier County departments as well as other Southwest Florida Clients such as Lee County, Lee County MPO and the Seminole Tribe of Florida. His extensive knowledge of Collier County and his experience with makes him an excellent candidate to lead the various tasks that will be required to execute and successfully complete these projects on schedule and within budget. Q Phone: 239.273.8894 V 9010 Strada Stell I■ info@capitalengr.com Suite 108, 4) Capital engr.com Naples, Florida i I i I• L �IIIC� ,'111: 1 �;.iiJ fir. •, -�N • ::S•II�liii� ''n Milo, :i�ii�f 1�1 VL' ••.•• w•�1•;�.� n-.. nil•% -•711l nllCi►. ;;;8c!z TAB 7 APPENDIX & REQUIRED FORMS INVITATION FOR QUALIFICATION (IFQ) SMALL GENERAL CONTRACTING SERVICES SOLICITATION NO.: 20-7771 COLLIER COUNTY, FLORIDA DECEMBER 2020 INVITATION FOR QUALIFICATION (IFQ) INSTRUCTIONS 1. QUESTIONS 1.1 Direct questions related to this Invitation for Qualification (IFQ) to the Collier County Procurement Services Division Online Bidding System website: https://www.bidsync.com/bidUnc-cas/. 1.2 Proposers must clearly understand that the only official answer or position of the County will be the one stated on the Collier County Procurement Services Division Online Bidding System website. For general questions, please call the referenced Procurement Strategist noted on the cover page. 2. PRE -PROPOSAL CONFERENCE (if applicable) 2.1 The purpose of the pre -proposal conference is to allow an open forum for discussion and questioning with County staff regarding the IFQ with all prospective vendors having an equal opportunity to hear and participate. Oral questions will receive oral responses, neither of which will be official, nor become part of the IFQ. Only written responses to written questions will be considered official, and will be included as part of the IFQ as an addendum. 2.2 All prospective vendors are strongly encouraged to attend, as, this will usually be the only pre -proposal conference for this solicitation. If this pre -proposal conference is denoted as "mandatory", prospective Vendors must be present in order to submit a proposal response. 3. COMPLIANCE WITH THE IFO Proposals must be in strict compliance with this IFQ. Failure to comply with all provisions of the TFQ may result in disqualification. 4. AMBIGUITY, CONFLICT, OR OTHER ERRORS IN THE IFO It is the sole responsibility of the vendor if they discover any ambiguity, conflict, discrepancy, omission or other error in the IFQ, to immediately notify the Procurement Professional, noted herein, of such error in writing and request modification or clarification of the document prior to submitting the proposal. The Procurement Professional will make modifications by issuing a written revision and will give written notice to all parties who have received this IFQ from the Procurement Services Division. 5. ADDENDA The County reserves the right to formally amend and/or clarify the requirements of the solicitation where it deems necessary. Any such addendum/clarification shall be in writing and notifications shall be distributed electronically to all parties who received the original IFQ prior to the deadline for submission of proposals. All changes to this IFQ will be conveyed electronically through a notice of addendum or questions and answers to all Vendors registered under the applicable commodity code(s) at the time when the original IFQ was released, as well as those Vendors who downloaded the IFQ document. All addendums are posted on the Collier County Procurement Services Division Online Bidding System website: https://www.bidsync.com/bidsync-cas/. Before submitting a proposal, please make sure that you have read all documents provided, understood clearly and complied completely with any changes stated in the addenda as failure to do so may deeming your submittal non -responsive. 6. PROPOSALS, PRESENTATIONS, AND PROTEST COSTS The County will not be liable in any way for any costs incurred by any Vendor in the preparation of its proposal in response to this IFQ, nor for the presentation of its proposal and/or participation in any discussions, negotiations, or, if applicable, any protest procedures. 7. VALIDITY OF PROPOSALS No proposal can be withdrawn after it is opened unless the vendor makes their request in writing to the County. All proposals shall be valid for a period of one hundred eighty (180) days from the submission date to accommodate evaluation and selection process. 8. DELIVERY OF PROPOSALS 8.1 All proposals are to be submitted by the due date and Naples local time, on the Collier County Procurement Services Division Online Bidding System website: https://www.bidsync.com/bidsync-cas/. 8.2 The County does not bear the responsibility for proposals delivered to the Procurement Services Division past the stated date and/or time indicated. 9. METHOD OF SOURCE SELECTION 9.1 The County is using the Competitive Sealed Proposals methodology of source selection for this procurement, as authorized by Ordinance Number 2017-08, as amended, establishing and adopting the Collier County Procurement Ordinance. 9.2 If the County receives proposals from less than three (3) firms, the Procurement Director shall review all the facts and determine if it is in the best interest of the County to solicit additional proposals or request that the Selection Committee rank order the received proposals. 10. EVALUATION OF PROPOSALS 10.1 The County's procedure for selecting is as follows: 10.1.1 The Procurement Services Director shall appoint a selection committee to review all proposals submitted. 10.1.2 The Request for Proposal is issued. 10.1.3 Subsequent to the receipt closing date for the proposals, the Procurement Professional will review the proposals received and verify each proposal to determine if it minimally responds to the requirements of the published IFQ. 10.1.4 Selection committee meetings will be open to the public and publicly noticed by the Procurement Services Division. 10.1.5 In an initial organization meeting, the selection committee members will receive instructions, the submitted proposals, and establish the next selection committee meeting date and time. After the first meeting, the Procurement professional will publicly announce all subsequent committee meeting dates and times. The subsequent meeting dates and times will be publicly posted with at least seventy-two hours advanced notice. 10.1.6 Selection committee members will independently review and score each proposal based on the evaluation criteria stated in the request for proposal using the Individual Selection Committee Score and Rank Form and prepare comments for discussion at the next meeting. The Individual Selection Committee Score and Rank Form is merely a tool to assist the selection committee member in their review of the proposals. 10.1.7 At the publicly noticed selection committee meeting, the members will present their independent findings / conclusions / comments based on their reading and interpretation of the materials presented to each other, and may ask questions of one another. Time will be allowed for public comment. 10.1.8 Collier County selection committee members may consider all the material submitted by the Proposer and other information Collier County may obtain to determine whether the Proposer is capable of and has a history of successfully completing projects of this type, including, without limitation, additional information Collier County may request, clarification of proposer information, and/or additional credit information. 10.1.9 Once the individual scoring has been completed, the Procurement professional will read the results publicly. The committee will make a determination if oral presentations are needed and which firms will be invited to give oral presentations by short listing the proposals submitted. The selection committee may ask for additional information, present materials, interview, ask questions, etc. The members may consider any and all information obtained through this method in formulating their final ranking. 10.1.10 The selection committee's overall rank of firms in order of preference (from highest beginning with a rank of one (1) to the lowest) will be discussed and reviewed by the Procurement Professional. By final tabulation, and having used all information presented (proposal, presentation, references, etc.), the selection committee members will vote and thus create a final ranking and staff will subsequently enter into negotiations. 10.2 The County reserves the right to withdraw this IFQ at any time and for any reason, and to issue such clarifications, modifications, addendums, and/or amendments as it may deem appropriate, including, but not limited, to requesting supplemental proposal information. 10.3 Receipt of a proposal by the County offers no rights upon the proposer nor obligates the County in any manner. 10.4 Acceptance of the proposal does not guarantee issuance of any other governmental approvals. 11. REFERENCES The County reserves the right to contact any and all references submitted as a result of this solicitation. 12. RESERVED RIGHTS Collier County reserves the right in any solicitation to accept or reject any or all bids, proposals or offers; to waive minor irregularities and technicalities; or to request resubmission. Also, Collier County reserves the right to accept all or any part of any bid, proposal, or offer, and to increase or decrease quantities to meet additional or reduced requirements of Collier County. Collier County reserves the right to cancel, extend, or modify any or all bids, proposals or offers and to negotiate with any responsible providers to secure the best terms and conditions when it is deemed to be in the best of the County. County reserves its right to reject any sole response. 13. INSURANCE AND BONDING REQUIREMENTS 13.1 The Vendor shall at its own expense, carry and maintain insurance coverage from responsible companies duly authorized to do business in the State of Florida as set forth in the Insurance and Bonding attachment of this solicitation. The Vendor shall be required to provide the Certificate of Insurance(s) with the limits set forth in the solicitation within five (5) days upon notification of selection for award. If the Vendor cannot provide the document within the referenced timeframe, the County reserves the right to award to another Vendor. The Vendor shall procure and maintain property insurance upon the entire project, if required, to the full insurable value of the scope of work. 13.2 The County and the Vendor waive against each other and the County's separate Vendors, Contractors, Design Vendor, Subcontractors agents and employees of each and all of them, all damages covered by property insurance provided herein, except such rights as they may have to the proceeds of such insurance. The Vendor and County shall, where appropriate, require similar waivers of subrogation from the County's separate Vendors, Design Vendors and Subcontractors and shall require each of them to include similar waivers in their contracts. 13.3 Collier County shall be responsible for purchasing and maintaining, its own liability insurance. 13.4 Certificates issued as a result of the award of this solicitation must identify "For any and all work performed on behalf of Collier County." 13.5 The General Liability Policy provided by Vendor to meet the requirements of this solicitation shall name Collier County, Florida, as an additional insured as to the operations of Vendor under this solicitation and shall contain a severability of interests provisions. 13.6 Collier County Board of County Commissioners shall be named as the Certificate Holder. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. The "Certificate Holder" should read as follows: Collier County Board of County Commissioners Naples, Florida 13.7 The amounts and types of insurance coverage shall conform to the minimum requirements set forth in Insurance and Bonding attachment, with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If Vendor has any self -insured retentions or deductibles under any of the below listed minimum required coverage, Vendor must identify on the Certificate of Insurance the nature and amount of such self- insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self -insured retentions or deductibles will be Vendor's sole responsibility. 13.8 Coverage(s) shall be maintained without interruption from the date of commencement of the Work until the date of completion and acceptance of the scope of work by the County or as specified in this solicitation, whichever is longer. 13.9 The Vendor and/or its insurance carrier shall provide 30 days written notice to the County of policy cancellation or non - renewal on the part of the insurance carrier or the Vendor. The Vendor shall also notify the County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non -renewal or material change in coverage or limits received by Vendor from its insurer and nothing contained herein shall relieve Vendor of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by Vendor hereunder, Vendor shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. 13.10 Should at any time the Vendor not maintain the insurance coverage(s) required herein, the County may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverage(s) and charge the Vendor for such coverage(s) purchased. If Vendor fails to reimburse the County for such costs within thirty (30) days after demand, the County has the right to offset these costs from any amount due Vendor under this Agreement or any other agreement between the County and Vendor. The County shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverage(s) purchased or the insurance company or companies used. The decision of the County to purchase such insurance coverage(s) shall in no way be construed to be a waiver of any of its rights under the Contract Documents. 13.11 If the initial or any subsequently issued Certificate of Insurance expires prior to the completion of the scope of work, the Vendor shall furnish to the County renewal or replacement Certificate(s) of Insurance not later than ten (10) calendar days after the expiration date on the certificate. Failure of the Vendor to provide the County with such renewal certificate(s) shall be considered justification for the County to terminate any and all contracts. 14. ADDITIONAL ITEMS AND/OR SERVICES Additional items and / or services may be added to the resultant contract, or purchase order, in compliance with the Procurement Ordinance. 15. COUNTY'S RIGHT TO INSPECT The County or its authorized Agent shall have the right to inspect the Vendor's facilities/project site during and after each work assignment the Vendor is performing. 16. VENDOR PERFORMANCE EVALUATION The County has implemented a Vendor Performance Evaluation System for all contracts awarded in excess of $25,000. To this end, vendors will be evaluated on their performance upon completion/termination of this Agreement. The County reserves the right to take into consideration a vendor's past performance under a prior or current County contract when it is considering the granting of a new contract, the assignment of a work order, or any additional work. Past poor performance may result in the County deeming the vendor non -responsible and therefore refraining from awarding such work. 17. ADDITIONAL TERMS AND CONDITIONS OF CONTRACT 17.1 The selected Vendor shall be required to sign a standard Collier County contract or accept the County's Purchase Order terms and conditions to serve as a formal contact. 17.2 The resultant contract(s) may include purchase or work orders issued by the County's Project Manager (a/k/a Contract Administrative Agent). 17.3 The County reserves the right to include in any contract document such terms and conditions, as it deems necessary for the proper protection of the rights of Collier County. A sample copy of this contract is available upon request. The County will not be obligated to sign any contracts, maintenance and/or service agreements, other documents or agree to any exceptions to the County's terms and conditions provided by the Vendor. 17.4 The County's Project Manager shall coordinate with the Vendor / Contractor the return of any surplus assets, including materials, supplies, and equipment associated with the scope or work. 18. PUBLIC RECORDS COMPLIANCE 18.1 Florida Public Records Law Chapter 119, including specifically those contractual requirements in 119.0701(2)(a)-(b) as follows: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Communication and Customer Relations Division 3299 Tamiami Trail East Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8999 18.2 The Contractor must specifically comply with the Florida Public Records Law to: 18.2.1 Keep and maintain public records required by the public agency to perform the service. 18.2.2 Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 18.2.3 Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 18.2.4 Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. 19. PAYMENT METHOD 19.1 Payments are made in accordance with the Local Government Prompt Payment Act, Chapter 218, Florida Statutes. Vendor's invoices must include: 19.1.1 Purchase Order Number 19.1.2 Description and quantities of the goods or services provided per instructions on the County's purchase order or contract. Invoices shall be sent to: Board of County Commissioners Clerk's Finance Department ATTN: Accounts Payable 3299 Tamiami Trail East, Suite 700 Naples FL 34112 Or Emailed to: bccapclerk(&collierclerk.com 19.2 Payments will be made for articles and/or services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of contract. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this agreement. 19.3 In instances where the successful contractor may owe debts (including, but not limited to taxes or other fees) to Collier County and the contractor has not satisfied nor made arrangement to satisfy these debts, the County reserves the right to off -set the amount owed to the County by applying the amount owed to the vendor or contractor for services performed of for materials delivered in association with a contract. 19.4 Invoices shall not reflect sales tax. After review and approval, the invoice will be transmitted to the Finance Division for payment. Payment will be made upon receipt of proper invoice and in compliance with Chapter 218 Florida Statutes, otherwise known as the "Local Government Prompt Payment Act." Collier County reserves the right to withhold and/or reduce an appropriate amount of any payment for work not performed or for unsatisfactory performance of Contractual requirements. 20. ENVIRONMENTAL HEALTH AND SAFETY 20.1 All Vendors and Sub Vendors performing service for Collier County are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Vendors and Sub Vendors shall be responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. All firewall penetrations must be protected in order to meet Fire Codes. 20.2 Collier County Government has authorized OSHA representatives to enter any Collier County facility, property and/or right-of-way for the purpose of inspection of any Vendor's work operations. This provision is non-negotiable by any department and/or Vendor. 20.3 All new electrical installations shall incorporate NFPA 70E Short Circuit Protective Device Coordination and Arc Flash Studies where relevant as determined by the engineer. 20.4 All electrical installations shall be labeled with appropriate NFPA 70E arch flash boundary and PPE Protective labels. 21. POLLUTION PREVENTION The vendor is required to implement industry relevant pollution prevention and best management practices. Should pollution incidents occur, Collier County Pollution Control must be notified immediately. 22. LICENSES 22.1 The Vendor is required to possess the correct Business Tax Receipt, professional license, and any other authorizations necessary to carry out and perform the work required by the project pursuant to all applicable Federal, State and Local Law, Statute, Ordinances, and rules and regulations of any kind. Additionally, copies of the required licenses must be submitted with the proposal response indicating that the entity proposing, as well as the team assigned to the County account, is properly licensed to perform the activities or work included in the contract documents. Failure on the part of any Vendor to submit the required documentation may be grounds to DEEM VENDOR NON -RESPONSIVE. A Vendor, with an office within Collier County is also required to have an occupational license. 22.2 All State Certified contractors who may need to pull Collier County permits or call in inspections must complete a Collier County Contractor License registration form and submit the required fee. After registering the license/registration will need to be renewed thereafter to remain "active" in Collier County. 22.3 If you have questions regarding professional licenses contact the Contractor Licensing, Community Development and Environmental Services at (239) 252-2431, 252-2432 or 252-2909. Questions regarding required occupational licenses, please contact the Tax Collector's Office at (239) 252-2477. 23. SURVIVABILITY The Vendor agrees that any Purchase Order/Work Order/Solicitation Documents that extends beyond the expiration date of the original Solicitation will survive and remain subject to the terms and conditions of that Agreement until the completion or termination. 24. PRINCIPAL/COLLUSION By submission of this Proposal the undersigned, as Vendor, does declare that the only person or persons interested in this Proposal as principal or principals is/are named therein and that no person other than therein mentioned has any interest in this Proposal or in the contract to be entered into; that this Proposal is made without connection with any person, company or parties making a Proposal, and that it is in all respects fair and in good faith without collusion or fraud. 25. RELATION OF COUNTY It is the intent of the parties hereto that the Vendor shall be legally considered an independent Vendor, and that neither the Vendor nor their employees shall, under any circumstances, be considered employees or agents of the County, and that the County shall be at no time legally responsible for any negligence on the part of said Vendor, their employees or agents, resulting in either bodily or personal injury or property damage to any individual, firm, or corporation. 26. TERMINATION Should the Vendor be found to have failed to perform services in a manner satisfactory to the County, the County may terminate this Agreement immediately for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be sole judge of non performance. In the event that the award of this solicitation is made by the Procurement Services Director, the award and any resultant purchase orders may be terminated at any time by the County upon thirty (30) days written notice to the awarded vendor(s) pursuant to the Board's Procurement Ordinance. 27. LOBBYING After the issuance of any solicitation, no current or prospective vendor or any person acting on their behalf, shall contact, communicate with or discuss any matter relating to the solicitation with any Collier County employee or elected or appointed official, other than the Procurement Services Director or his/her designees. This prohibition ends upon execution of the final contract or upon cancellation of the solicitation. Any current or prospective vendor that lobbies any Collier County employee or elected or appointed official while a solicitation is open or being recommended for award (i) may be deemed ineligible for award of that solicitation by the Procurement Services Director, and (ii) will be subject to Suspension and Debarment outlined in section Twenty -Eight of County Ordinance 2017-08, as amended. 28. CERTIFICATE OF AUTHORITY TO CONDUCT BUSINESS IN THE STATE OF FLORIDA (FL Statute 607.1501) In order to be considered for award, firms must be registered with the Florida Department of State Divisions of Corporations in accordance with the requirements of Florida Statute 607.1501 and provide a certificate of authority (www.sunbiz.org/search.html) prior to execution of a contract. A copy of the document should be submitted with the solicitation response and the document number should be identified. Firms who do not provide the certificate of authority at the time of response shall be required to provide same within five (5) days upon notification of selection for award. If the firm cannot provide the document within the referenced timeframe, the County reserves the right to award to another firm. 29. SINGLE PROPOSAL Each Vendor must submit, with their proposal, the required forms included in this IFQ. Only one proposal from a legal entity as a primary will be considered. A legal entity that submits a proposal as a primary or as part of a partnership or joint venture submitting as primary may not then act as a sub -vendor to any other firm submitting under the same IFQ. If a legal entity is not submitting as a primary or as part of a partnership or joint venture as a primary, that legal entity may act as a sub -vendor to any other firm or firms submitting under the same IFQ. All submittals in violation of this requirement will be deemed non- responsive and rejected from further consideration. 30. PROTEST PROCEDURES 30.1 Any Vendor who alleges to be aggrieved in connection with the solicitation or award of a contract, may protest to the Procurement Services Director, who shall serve as the sole receipt of the any and all notices of intent to protest and all formal protests. 30.2With respect to a protest of the terms, conditions and specifications contained in a solicitation, including any provisions governing the methods for evaluation of bids, proposals or replies, awarding contracts, reserving rights for further negotiation or modifying or amending any contract, the protesting party shall file a notice of intent to protest within three (3) days, excluding weekends and County holidays, after the first publication, whether by posting or formal advertisement of the solicitation. The formal written protest shall be filed within five (5) days of the date the notice of intent is filed. Formal protests of the terms, conditions and specifications shall contain all of the information required for the Procurement Services Director, to render a decision on the formal protest and determine whether postponement of the bid opening or proposal/response closing time is appropriate. The Procurement Services Director's decision shall be considered final and conclusive unless the protesting party files an appeal of the Procurement Services Director's decision. 30.3 Any actual proposer or respondent to who desires to protest a recommended contract award shall submit a notice of intent to protest to the Procurement Services Director within three (3) calendar days, excluding weekends and County holidays, from the date of the initial posting of the recommended award. 30.4 All formal protests with respect to a recommended contract award shall be submitted in writing to the Procurement Services Director for a decision. Said protests shall be submitted within five (5) calendar days, excluding weekends and County holidays, from the date that the notice of intent to protest is received by the Procurement Services Director, and accompanied by the required fee. 30.5 Complete instructions for formal protest are set forth in Section 23 of Collier County Ordinance 2017-08, as amended. The protesting party must have standing as defined by established Florida case law to maintain a protest. 31. PUBLIC ENTITY CRIME A person or affiliate who has been placed on the convicted Vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or vendor under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted Vendor list. 32. SECURITY AND BACKGROUND CHECKS 32.1 The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four (4) years. 32.2 All of Contractor's employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor's business. 32.3 The Contractor shall immediately notify the Collier County Facilities Management Division via e-mail (DL- FMOPS@colliergov.net) whenever an employee assigned to Collier County separates from their employment. This notification is critical to ensure the continued security of Collier County facilities and systems. Failure to notify within four (4) hours of separation may result in a deduction of $500 per incident. 32.4 CCSO requires separate fingerprinting prior to work being performed in any of their locations. This will be coordinated upon award of the contract. If there are additional fees for this process, the vendor is responsible for all costs. 33. CONFLICT OF INTEREST Vendor shall complete the Conflict of Interest Affidavit included as an attachment to this IFQ document. Disclosure of any potential or actual conflict of interest is subject to County staff review and does not in and of itself disqualify a firm from consideration. These disclosures are intended to identify and or preclude conflict of interest situations during contract selection and execution. 34. PROHIBITION OF GIFTS TO COUNTY EMPLOYEES No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, the current Collier County Ethics Ordinance and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, IFQ, and/or quotes; and, c. immediate termination of any contract held by the individual and/or firm for cause. 35. IMMIGRATION LAW AFFIDAVIT CERTIFICATION 35.1 Statutes and executive orders require employers to abide by the immigration laws of the United States and to employ only individuals who are eligible to work in the United States. 35.2 The Employment Eligibility Verification System (E-Verify) operated by the Department of Homeland Security (DHS) in partnership with the Social Security Administration (SSA), provides an Internet -based means of verifying employment eligibility of workers in the United States; it is not a substitute for any other employment eligibility verification requirements. The program will be used for Collier County formal Invitations to Bid (ITB) and Request for Proposals (IFQ) including Request for Professional Services (IFQ) and construction services. 35.3 Exceptions to the program: 35.3.1 Commodity based procurement where no services are provided. 35.3.2 Where the requirement for the affidavit is waived by the Board of County Commissioners 35.4 Vendors are required to be enrolled in the E-Verify program at the time of submission of the bid. Acceptable evidence of your enrollment 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 which will be produced at the time of the submission of the Vendor's proposalfbid or within five (5) day of the County's Notice of Recommend Award. FAILURE TO EXECUTE THIS AFFIDAVIT CERTIFICATION AND SUBMIT WITH VENDOR'S PROPOSAL/BID MAY DEEM THE VENDOR'S AS NON -RESPONSIVE 35.5 Additionally, Vendors shall require all subcontracted Vendors to use the E-Verify system for all purchases not covered under the "Exceptions to the program" clause above. All vendors shall familiarize themselves with the statutory requirements set fort in the Florida Statutes §448.095 pertaining to the responsibilities of Public Employers, Contractors and Subcontractors. 35.6 For additional information regarding the Employment Eligibility Verification System (E-Verify) program visit the following website: http://www.dhs.gov/E-Verify. It shall be the Vendor's responsibility to familiarize themselves with all rules and regulations governing this program. 35.7 Vendor acknowledges, and without exception or stipulation, any firm(s) receiving an award shall be fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended and with the provisions contained within this affidavit. Failure by the awarded firm(s) to comply with the laws referenced herein or the provisions of this affidavit shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. 36. COLLIER COUNTY INFORMATION TECHNOLOGY REQUIREMENTS All vendor access will be done via VPN access only. All access must comply with current published County Manager Agency (CMA) policies. Current policies that apply are CMAs 5402, 5403 and 5405. These policies will be available upon request from the Information Technology Department. All vendors will be required to adhere to IT policies for access to the County network. Vendors are required to notify the County in writing twenty-four (24) hours in advance as to when access to the network is planned. Included in this request must be a detailed work plan with actions that will be taken at the time of access. The County IT Department has developed a Technical Architecture Requirements Document. 37. GRANT COMPLIANCE The purchase of any goods and/or services that are funded through Federal Grant Appropriations, the State of Florida, or any other public or private foundations shall be subject to the compliance and reporting requirements of the granting agency. The Vendor agrees include with the bid submission all the completed and fully executed Grant documents provided as an attachment to the solicitation, or you may BE DEEMED NON -RESPONSIVE. 38. LOCAL VENDOR PREFERENCE (LVP) Any Vendor claiming local vendor preference must complete the required form and submit a Collier or Lee Business Tax receipt with their submission. 39. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES Collier County encourages and agrees to the successful vendor extending the pricing, terms and conditions of this solicitation or resultant contract to other governmental entities at the discretion of the successful vendor. Certification: The Vendor hereby agrees to comply with the instructions above, by submission of a bid/proposal. Adam Ahmad, PE, AICP, GC 12/16/2020 Collier County Purchase Order Terms and Conditions 1. Offer This offer is subject to cancellation by the COUNTY without notice if not accepted by VENDOR within fourteen (14) days of issuance. 2. Acceptance and Confirmation This Purchase Order (including all documents attached to or referenced herein) constitutes the entire agreement between the parties, unless otherwise specifically noted by the COUNTY on the face of this Purchase Order. Each delivery of goods and/or services received by the COUNTY from VENDOR shall be deemed to be upon the terms and conditions contained in this Purchase Order. No additional terms may be added and Purchase Order may not be changed except by written instrument executed by the COUNTY. VENDOR is deemed to be on notice that the COUNTY objects to any additional or different terms and conditions contained in any acknowledgment, invoice or other communication from VENDOR, notwithstanding the COUNTY'S acceptance or payment for any delivery of goods and/or services, or any similar act by VENDOR. 3. Inspection All goods and/or services delivered hereunder shall be received subject to the COUNTY'S inspection and approval and payment therefore shall not constitute acceptance. All payments are subject to adjustment for shortage or rejection. All defective or nonconforming goods will be returned pursuant to VENDOR'S instruction at VENDOR'S expense. To the extent that a purchase order requires a series of performances by VENDOR, the COUNTY prospectively reserves the right to cancel the entire remainder of the Purchase Order if goods and/or services provided early in the term of the Purchase Order are non -conforming or otherwise rejected by the COUNTY. 4. Shipping and Invoices a) 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. b) No charges will be paid by the COUNTY for packing, crating or cartage unless otherwise specifically stated in this Purchase Order. Unless otherwise provided in Purchase Order, no invoices shall be issued nor payments made prior to delivery. Unless freight and other charges are itemized, any discount will be taken on the full amount of invoice. c) All shipments of goods scheduled on the same day via the same route must be consolidated. Each shipping container must be consecutively numbered and marked to show this Purchase Order number. The container and Purchase Order numbers must be indicated on bill of lading. Packing slips must show Purchase Order number and must be included on each package of less than container load (LCL) shipments and/or with each car load of equipment. The COUNTY reserves the right to refuse or return any shipment or equipment at VENDOR'S expense that is not marked with Purchase Order numbers. VENDOR agrees to declare to the carrier the value of any shipment made under this Purchase Order and the full invoice value of such shipment. d) All invoices must contain the Purchase Order number and any other specific information as identified on the Purchase Order. Discounts of prompt payment will be computed from the date of receipt of goods or from date of receipt of invoices, whichever is later. Payment will be made upon receipt of a proper invoice and in compliance with Chapter 218, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act," and, pursuant to the Board of County Commissioners Purchasing Policy. 5. Time Is Of the Essence Time for delivery of goods or performance of services under this Purchase Order is of the essence. Failure of VENDOR to meet delivery schedules or deliver within a reasonable time, as interpreted by the COUNTY alone, shall entitle the COUNTY to seek all remedies available to it at law or in equity. VENDOR agrees to reimburse the COUNTY for any expenses incurred in enforcing its rights. VENDOR further agrees that undiscovered delivery of nonconforming goods and/or services is not a waiver of the COUNTY'S right to insist upon further compliance with all specifications. G/ Operations/Document Approved by Attorney Reviewed 12/18/13; 5/5/10 6. Changes The COUNTY may at any time and by written notice make changes to drawings and specifications, shipping instructions, quantities and delivery schedules within the general scope of this Purchase Order. Should any such change increase or decrease the cost of, or the time required for performance of the Purchase Order, an equitable adjustment in the price and/or delivery schedule will be negotiated by the COUNTY and VENDOR. Notwithstanding the foregoing, VENDOR has an affirmative obligation to give notice if the changes will decrease costs. Any claims for adjustment by VENDOR must be made within thirty (30) days from the date the change is ordered or within such additional period of time as may be agreed upon by the parties. 7. Warranties VENDOR expressly warrants that the goods and/or services covered by this Purchase Order will conform to the specifications, drawings, samples or other descriptions furnished or specified by the COUNTY, and will be of satisfactory material and quality production, free from defects and sufficient for the purpose intended. Goods shall be delivered free from any security interest or other lien, encumbrance or claim of any third party. These warranties shall survive inspection, acceptance, passage of title and payment by the COUNTY. 8. Statutory Conformity Goods and services provided pursuant to this Purchase Order, and their production and transportation shall conform to all applicable laws, including but not limited to the Occupational Health and Safety Act, the Federal Transportation Act and the Fair Labor Standards Act, as well as any law or regulation noted on the face of the Purchase Order. 9. Advertising No VENDOR providing goods and services to the COUNTY shall advertise the fact that it has contracted with the COUNTY for goods and/or services, or appropriate or make use of the COUNTY'S name or other identifying marks or property without the prior written consent of the COUNTY'S Purchasing Department. 10. Indemnification VENDOR shall indemnify and hold harmless the COUNTY from any and all claims, including claims of negligence, costs and expenses, including but not limited to attorneys' fees, arising from, caused by or related to the injury or death of any person (including but not limited to employees and agents of VENDOR in the performance of their duties or otherwise), or damage to property (including property of the COUNTY or other persons), which arise out of or are incident to the goods and/or services to be provided hereunder. 11. Warranty of Non -Infringement a) VENDOR represents and warrants that all goods sold or services performed under this Purchase Order are: a) in compliance with applicable laws; b) do not infringe any patent, trademark, copyright or trade secret; and c) do not constitute unfair competition. b) VENDOR shall indemnify and hold harmless the COUNTY from and against any and all claims, including claims of negligence, costs and expense, including but not limited to attorneys' fees, which arise from any claim, suit or proceeding alleging that the COUNTY'S use of the goods and/or services provided under this Purchase Order are inconsistent with VENDOR'S representations and warranties in section 11 (a). c) If any claim which arises from VENDOR'S breach of section 11 (a) has occurred, or is likely to occur, VENDOR may, at the COUNTY'S option, procure for the COUNTY the right to continue using the goods or services, or replace or modify the goods or services so that they become non -infringing, (without any material degradation in performance, quality, functionality or additional cost to the COUNTY). 12. Insurance Requirements The VENDOR, at its sole expense, shall provide commercial insurance of such type and with such terms and limits as may be reasonably associated with the Purchase Order. Providing and maintaining adequate insurance coverage is a material obligation of the VENDOR. All insurance policies shall be executed through insurers authorized or eligible to write policies in the State of Florida. 13. Compliance with Laws In fulfilling the terms of this Purchase Order, VENDOR agrees that it will comply with all federal, state, and local laws, rules, codes, and ordinances that are applicable to the conduct of its business. By way of non -exhaustive example, this shall include the American with Disabilities Act and all prohibitions against discrimination on the basis of race, religion, sex creed, national origin, handicap, marital status, or veterans status. Further, VENDOR acknowledges and without exception or stipulation shall be fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et sea. and regulations relating thereto, as either may be amended. Failure by the awarded firm(s) to comply with the laws referenced herein shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said G/ Operations/Document Approved by Attorney Reviewed 12/18/13; 5/5/10 agreement immediately. Any breach of this provision may be regarded by the COUNTY as a material and substantial breach of the contract arising from this Purchase Order. 14. Force Majeure Neither the COUNTY nor VENDOR shall be responsible for any delay or failure in performance resulting from any cause beyond their control, including, but without limitation to war, strikes, civil disturbances and acts of nature. When VENDOR has knowledge of any actual or potential force majeure or other conditions which will delay or threatens to delay timely performance of this Purchase Order, VENDOR shall immediately give notice thereof, including all relevant information with respects to what steps VENDOR is taking to complete delivery of the goods and/or services to the COUNTY. 15. Assignment VENDOR may not assign this Purchase Order, nor any money due or to become due without the prior written consent of the COUNTY. Any assignment made without such consent shall be deemed void. 16. Taxes Goods and services procured subject to this Purchase Order are exempt from Florida sales and use tax on real property, transient rental property rented, tangible personal purchased or rented, or services purchased (Florida Statutes, Chapter 212), and from federal excise tax. 17. Annual Appropriations The COUNTY'S performance and obligation to pay under this Purchase Order shall be contingent upon an annual appropriation of funds. 18. Termination This Purchase Order may be terminated at any time by the COUNTY upon 30 days prior written notice to the VENDOR. This Purchase Order may be terminated immediately by the COUNTY for breach by VENDOR of the terms and conditions of this Purchase Order, provided that COUNTY has provided VENDOR with notice of such breach and VENDOR has failed to cure within 10 days of receipt of such notice. 19. General a) This Purchase Order shall be governed by the laws of the State of Florida. The venue for any action brought to specifically enforce any of the terms and conditions of this Purchase Order shall be the Twentieth Judicial Circuit in and for Collier County, Florida b) Failure of the COUNTY to act immediately in response to a breach of this Purchase Order by VENDOR shall not constitute a waiver of breach. Waiver of the COUNTY by any default by VENDOR hereunder shall not be deemed a waiver of any subsequent default by VENDOR. c) All notices under this Purchase Order shall be sent to the respective addresses on the face page by certified mail, return receipt requested, by overnight courier service, or by personal delivery and will be deemed effective upon receipt. Postage, delivery and other charges shall be paid by the sender. A party may change its address for notice by written notice complying with the requirements of this section. d) The Vendor agrees to reimbursement of any travel expenses that may be associated with this Purchase Order in accordance with Florida Statute Chapter 112.061, Per Diem and Travel Expenses for Public Officers, employees and authorized persons. e) In the event of any conflict between or among the terms of any Contract Documents related to this Purchase Order, the terms of the Contract Documents shall take precedence over the terms of the Purchase Order. To the extent any terms and /or conditions of this Purchase Order duplicate or overlap the Terms and Conditions of the Contract Documents, the provisions of the Terms and/or Conditions that are most favorable to the County and/or provide the greatest protection to the County shall govern. Adam Ahmad, PE, AICP, GC 12/16/2020 G/ Operations/Document Approved by Attorney Reviewed 12/18/13; 5/5/10 Collier County Administrative Services Department Procurement Services Division Vendor Check List IMPORTANT: Please review carefully and submit with your Proposal/Bid. All applicable documents shall be submitted electronically through BidSync. Vendor should checkoff each of the following items: ❑ General Bid Instructions has been acknowledged and accepted. ❑ Collier County Purchase Order Terms and Conditions have been acknowledged and accepted. ❑ Form 1: Vendor Declaration Statement ❑ Form 2: Conflict of Interest Certification ❑ Proof of status from Division of Corporations - Florida Department of State (If work performed in the State) - http://dos.myflorida.com/sunbiz/ should be attached with your submittal. ❑ Vendor MUST be enrolled in the E-Verify - https://www.e-verify.gov/ at the time of submission of the proposal/bid. ❑ Form 3: Immigration Affidavit Certification MUST be signed and attached with your submittal or you MAY be DEEMED NON -RESPONSIVE ❑ E-Verify Memorandum of Understanding or Company Profile page should be attached with your submittal. ❑ Form 4: Certification for Claiming Status as a Local Business, if applicable, has been executed and returned. Collier or Lee County Business Tax Receipt should be attached with your submittal to be considered. ❑ Form 5: Reference Questionnaires form must be utilized for each requested reference and included with your submittal, id applicable to the solicitation. ❑ Form 6: Grant Provisions and Assurances package in its entirety, if applicable, are executed and should be included with your submittal. All forms must be executed, or you MAY be DEEMED NON -RESPONSIVE. ❑ Vendor W-9 Form. ❑ Vendor acknowledges Insurance Requirements and is prepared to produce the required insurance certificate(s) within five (5) days of the County's issuance of a Notice of Recommend Award. ❑ The Bid Schedule has been completed and attached with your submittal, applicable to bids. ❑ Copies of all requested licenses and/or certifications to complete the requirements of the project. ❑ All addenda have been signed and attached, or you MAY be DEEMED NON -RESPONSIVE. ❑ County's IT Technical Architecture Requirements has been acknowledged and accepted, if applicable. ❑ Any and all supplemental requirements and terms has been acknowledged and accepted, if applicable. ***UPDATED JANUARV 28, 2020` Collier County Administrative Services Department Procurement Services Division Form 1: Vendor 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, without collusion or fraud. The Vendor hereby declares the instructions, purchase order terms and conditions, requirements, and specifications/scope of work of this solicitation have been fully examined and accepted. The Vendor agrees, if this solicitation submittal is accepted by Collier County, to accept a Purchase Order as a form of a formal contract or to execute a Collier County formal contract for purposes of establishing a contractual relationship between the Vendor and Collier County, for the performance of all requirements to which this solicitation pertains. The Vendor states that the submitted is based upon the documents listed by the above referenced solicitation. The Vendor agrees to comply with the requirements in accordance with the terms, conditions and specifications denoted herein and according to the pricing submitted as a part of the Vendor's bids. Further, the Vendor agrees that if awarded a contract 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 work that is a result of this awarded contract. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this day of 20_ in the County of . in the State of Firm's Legal Name: Address: City, State, Zip Code: Florida Certificate of Authority Document Number Federal Tax Identification Number *CCR # or CAGE Code *Only if Grant Funded Telephone: Email: Signature by: (Typed and written) Title: ***UPDATED JANUARV 28, 2020*** Additional Contact information Send payments to: (required if different from Company name used as payee above) Contact name: Title: Address: City, State, ZIP Telephone: Email: Office servicing Collier County to place orders (required if different from above) Contact name: Title: Address: City, State, ZIP Telephone: Email: ***UPDATED JANUARV 28, 2020' Collier County Adri�nistrative Swvices Depaftent Procurement Services Division Form 2: Conflict of Interest Certification 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 work 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 — The firm has not had access to nonpublic information as part of its performance of a Collier County project identified above which 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 / 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 proj ect; 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 (employees, 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. Capital Contractors LLC Company Name Signature Adam Ahmad, P.E., GC, AICP, Owner/Mana ng Membe Print Name and Title State of FLORIDA County of COLLIER The foregoing instrument was acknowledged before me by means of N physical presence or ❑ online notarization, this 17th day of December (month), 2020 (year), by. Adam Ahmad (name of person acknowledging). �o11%taY AWE 1NIt LER t.FiiM" * CW=L';WW 0 GG 219924 t Zv kobda"091KNOWY81nim x Personally Known OR Produced Identification Type of Identification Produced (Signature of Notary Public - State of Florida) June Miller Lehmann (Print, Type, or Stamp Commissioned Name of Notary Public) Collier ier CAM"ty Administrative Services Department Procurement Services Division Form 3: Immigration Affidavit Certification This Affidavit is required and should be signed, by an authorized principal of the firm and submitted with formal solicitation submittals. Further, Vendors are required to be enrolled in the E-Verify program htlps://www.e-verify.2ov/), at the time of the submission of the Vendor's proposal/bid. Acceptable evidence of your enrollment 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 which will be produced at the time of the submission of the Vendor's proposal/bid or within five (S) day of the County's Notice of Recommend Award. FAILURE TO EXECUTE THIS AFFIDAVIT CERTIFICATION AND SUBMIT WITH VENDOR'S PROPOSAL/BID MAY DEEM THE VENDOR'S 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/bid. Capital Contractors LLC Company Name Signature Adam Ahmad, P.E., GC, AICP, Owner/Managing Member Print Name and Title State of FLORIDA County of COLLIER The foregoing instrument was acknowledged before me by means of 0 physical presence or ❑ online notarization, this 17th day of December (month), 2020 (year), by Adam Ahmad (name of person acknowledging). , !LI►JUNE MKI ER LEHMAM * * CWW&SiW # GG 219W4 �� E 9420. 2 0 122 of �► 4"W av a - Now saw a x Personally Known OR Produced Identification Type of Identification Produced 0 (Signature of Notary Public - State of Florida) June Miller Lehmann (Print, Type, or Stamp Commissioned Name of Notary Public) ColLier County Administrative Services Department Procurement Services Division Form 4: Vendor Submittal — Local Vendor Preference Certification (Check Appropriate Boxes Below) State of Florida (Select County if Vendor is described as a Local Business) ❑ Collier County ❑ Lee County Vendor affirms that it is a local business as defined by the Procurement Ordinance of the Collier County Board of County Commissioners and the Regulations Thereto. As defined in Section Fifteen of the Collier County Procurement Ordinance: Local business means the vendor has a current Business Tax Receipt issued by the Collier County Tax Collector prior to bid or proposal submission to do business within Collier County, and that identifies the business with a permanent physical business address located within the limits of Collier County from which the vendor's staff operates and performs business in an area zoned for the conduct of such business. A Post Office Box or a facility that receives mail, or a non -permanent structure such as a construction trailer, storage shed, or other non -permanent structure shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well-being of Collier County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, support and increase to the County's tax base, and residency of employees and principals of the business within Collier County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. A vendor who misrepresents the Local Preference status of its firm in a proposal or bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one year under this section. Vendor must complete the following information: Year Business Established in ❑Collier County or ❑ Lee County: Number of Employees (Including Owner(s) or Corporate Officers): Number of Employees Living in ® Collier County or ® Lee (Including Owner(s) or Corporate Officers): If requested by the County, Vendor will be required to provide documentation substantiating the information given in this certification. Failure to do so will result in vendor's submission being deemed not applicable. Sign and Date Certification: Under penalties ofperiury. I certify that the information shown on this form is correct to my knowledge. Company Name: Address in Collier or Lee County: Signature: 40 Date: Title: ***UPDATED JANUARV 28, 2020` Electronic Articles of Organization For Florida Limited Liability Company Article I The name of the Limited Liability Company is: CAPITAL CONTRACTORS, LLC Article II L17000100343 FILED 8:00 AM May 05 2017 Sec. Of State sisingleton The street address of the principal office of the Limited Liability Company is: 8225 LAUREL LAKES BLVD NAPLES, FL. US 34119 The mailing address of the Limited Liability Company is: 8225 LAUREL LAKES BLVD NAPLES, FL. US 34119 Article III Other provisions, if any: ANY AND ALL LEGAL BUSINESS. Article IV The name and Florida street address of the registered agent is: ADAM AHMAD 8225 LAUREL LAKES BLVD NAPLES, FL. 34119 Having been named as registered agent and to accept service of process for the above stated limited liability company at the place designated in this certificate, I hereby accept the appointment as registered agent and agree to act in this capacity. I further agree to comply with the provisions of all statutes relating to the proper and complete performance of my duties, and I am familiar with and accept the obligations of my position as registered agent. Registered Agent Signature: ADAM AHMAD Article V L17000100343 The name and address of person(s) authorized to manage LLC: May 05 : 00 M 017 Title: AMBR Sec. Of State ADAM AHMAD sisingleton 8225 LAUREL LAKES BLVD NAPLES, FL. 34119 US Signature of member or an authorized representative Electronic Signature: ADAM AHMAD I am the member or authorized representative submitting these Articles of Organization and affirm that the facts stated herein are true. I am aware that false information submitted in a document to the Department of State constitutes a third degree felony as provided for in s.817.155, F.S. I understand the requirement to file an annual report between January 1 st and May 1 st in the calendar year following formation of the LLC and every year thereafter to maintain "active" status. Certificate of Status I certify from the records of this office that CAPITAL CONTRACTORS, LLC, is a limited liability company organized under the laws of the State of Florida, filed electronically on May 05, 2017. The document number of this company is L17000100343. I further certify that said company has paid all fees due this office through December 31, 2017, and its status is active. I further certify that this is an electronically transmitted certificate authorized by section 15.16, Florida Statutes, and authenticated by the code noted below. Authentication Code: 170508131210-900298896089#1 Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Eighth day of May, 2017 0ou- �ken et ner eEtup Jut t Certified Copy I certify the attached is a true and correct copy of the Articles of Organization of CAPITAL CONTRACTORS, LLC, a limited liability company organized under the laws of the state of Florida, filed electronically on May 05, 2017, as shown by the records of this office. I further certify that this is an electronically transmitted certificate authorized by section 15.16, Florida Statutes, and authenticated by the code noted below. The document number of this limited liability company is L 17000100343. Authentication Code: 170508131210-900298896089#1 Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Eighth day of May, 2017 OA4- ( * .err et her aretarp of 6tate E-Verify Welcome Company User ID Adam Ahmad Capital Contractors AAHM1694 Company Information Company Name Company ID Number Doing Business As IDEA) Name Capital Contractors 1291677 Capital Contractors, LLC DUNS Number 081181106 Physical Location Mailing Address Address Address 1 5633 Strand Blvd 8225 Laurel Lakes Blvd Address 2 Address 2 Suite 312 -- city city Naples Naples State State FL FL Zip Code Zip Code 34110 34119 County COLLIER Additional Information Employer Identification Number Total Number of Employees Perform Verifications for Your Company's Employees 371858650 5 to 9 Yes Parent Organization Organization Designation Employer Category Local Government View I Edit NAICS Code Total Hiring Sites Total Points of Contact 238 - SPECIALTY TRADE CONTRACTORS 1 3 View I Edit View I Edit View I Edit View Original MOU Template View MOU Last Login: 04/19/201811:40 PM t U.S. Department of Homeland Security U.S. Citizenship and Immigration Services Enable Permanent Tooltips Accesslblllty Download Viewers ti ?: }I :; eri ',� liIIII E-Vfo Company ID Number: 1291677 THE E-VERIFY MEMORANDUM OF UNDERSTANDING FOR E-VERIFY EMPLOYER AGENTS ARTICLE I PURPOSE AND AUTHORITY The parties to this agreement are the Department of Homeland Security (DHS) and Capital Contractors (E-Verify Employer Agent). The purpose of this agreement is to set forth terms and conditions which the E-Verify Employer Agent will follow while participating in E-Verify. E-Verify is a program that electronically confirms an employee's eligibility to work in the United States after completion of Form 1-9, Employment Eligibility Verification (Form 1-9). This Memorandum of Understanding (MOU) explains certain features of the E-Verify program and describes specific responsibilities of the E-Verify Employer Agent, the Employer, DHS, and the Social Security Administration (SSA). The Employer is not a party to this MOU; however, this MOU contains a section titled Responsibilities of the Employer. This section is provided to inform E-Verify Employer Agents acting on behalf of the Employer of the responsibilities and obligations their clients are required to meet. The Employer is bound by these responsibilities through signing a separate MOU during their enrollment as a client of the E-Verify Employer Agent. The E-Verify program requires an initial agreement between DHS and the E-Verify Employer Agent as part of the enrollment process. After agreeing to the MOU as set forth herein, completing the tutorial, and obtaining access to E-Verify as an E-Verify Employer Agent, the E-Verify Employer Agent will be given an opportunity to add a client once logged into E-Verify. All parties, including the Employer, will then be required to sign and submit a separate MOU to E-Verify. The responsibilities of the parties remain the same in each MOU. Authority for the E-Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 (IIRIRA), Pub. L. 104-208, 110 Stat. 3009, as amended (8 U.S.C. § 1324a note). The Federal Acquisition Regulation (FAR) Subpart 22.18, "Employment Eligibility Verification" and Executive Order 12989, as amended, provide authority for Federal contractors and subcontractors (Federal contractor) to use E-Verify to verify the employment eligibility of certain employees working on Federal contracts. ARTICLE II RESPONSIBILITIES A. RESPONSIBILITIES OF E-VERIFY EMPLOYER AGENT 1. The E-Verify Employer Agent agrees to provide to the SSA and DHS the names, titles, addresses, and telephone numbers of the E-Verify Employer Agent representatives who will be accessing Page 1 of 19 E-Verify MOU for E-Verify Employer Agents I Revision Date 06/01/13 eri]I Company ID Number: 1291677 information under E-Verify and shall update them as needed to keep them current. 2. The E-Verify Employer Agent agrees to become familiar with and comply with the E-Verify User Manual and provide a copy of the most current version of the E-Verify User Manual to the Employer so that the Employer can become familiar with and comply with E-Verify policy and procedures. The E-Verify Employer Agent agrees to obtain a revised E-Verify User Manual as it becomes available and to provide a copy of the revised version to the Employer no later than 30 days after the manual becomes available. 3. The E-Verify Employer Agent agrees that any person accessing E-Verify on its behalf is trained on the most recent E-Verify policy and procedures. 4. The E-Verify Employer Agent agrees that any E-Verify Employer Agent Representative who will perform employment verification cases will complete the E-Verify Tutorial before that individual initiates any cases. a. The E-Verify Employer Agent agrees that all E-Verify Employer Agent representatives will take the refresher tutorials initiated by the E-Verify program as a condition of continued use of E-Verify, including any tutorials for Federal contractors, if any of the Employers represented by the E-Verify Employer Agent is a Federal contractor. b. Failure to complete a refresher tutorial will prevent the E-Verify Employer Agent and Employer from continued use of E-Verify. 5. The E-Verify Employer Agent agrees to grant E-Verify access only to current employees who need E-Verify access. The E-Verify Employer Agent must promptly terminate an employee's E-Verify access if the employee is separated from the company or no longer needs access to E-Verify. 6. The E-Verify Employer Agent agrees to obtain the necessary equipment to use E- Verify as required by the E-Verify rules and regulations as modified from time to time. 7. The E-Verify Employer Agent agrees to, consistent with applicable laws, regulations, and policies, commit sufficient personnel and resources to meet the requirements of this MOU. 8. The E-Verify Employer Agent agrees to provide its clients with training on E-Verify processes, policies, and procedures. The E-Verify Employer Agent also agrees to provide its clients with ongoing E-Verify training as needed. E-Verify is not responsible for providing training to clients of E-Verify Employer Agents. 9. The E-Verify Employer Agent agrees to provide the Employer with the notices described in Article II.B.1 below. 10. The E-Verify Employer Agent agrees to create E-Verify cases for the Employer it represents in accordance with the E-Verify Manual, the E-Verify Web -Based Tutorial and all other published E-Verify rules and procedures. The E-Verify Employer Agent will create E-Verify cases using information provided by the Employer and will immediately communicate the response back to the Employer. If E-Verify is temporarily unavailable, the three-day time period will be extended until it is again operational in order to accommodate the E-Verify Employer Agent's attempting, in good faith, to Page 2 of 19 E-Verify MOU for E-Verify Employer Agents I Revision Date 06/01/13 ri]I Company ID Number: 1291677 make inquiries on behalf of the Employer during the period of unavailability. 11.When the E-Verify Employer Agent receives notice from a client company that it has received a contract with the FAR clause, then the E-Verify Employer Agent must update the company's E-Verify profile within 30 days of the contract award date. 12. If data is transmitted between the E-Verify Employer Agent and its client, then the E-Verify Employer Agent agrees to protect personally identifiable information during transmission to and from the E-Verify Employer Agent. 13. The E-Verify Employer Agent agrees to notify DHS immediately in the event of a breach of personal information. Breaches are defined as loss of control or unauthorized access to E-Verify personal data. All suspected or confirmed breaches should be reported by calling 1-888-464-4218 or via email at E-Verify@dhs.gov. Please use "Privacy Incident — Password" in the subject line of your email when sending a breach report to E-Verify. 14. The E-Verify Employer Agent agrees to fully cooperate with DHS and SSA in their compliance monitoring and evaluation of E-Verify, including permitting DHS, SSA, their contractors and other agents, upon reasonable notice, to review Forms 1-9, employment records, and all records pertaining to the E-Verify Employer Agent's use of E-Verify, and to interview it and its employees regarding the use of E-Verify, and to respond in a timely and accurate manner to DHS requests for information relating to their participation in E-Verify. 15. The E-Verify Employer Agent shall not make any false or unauthorized claims or references about its participation in E-Verify on its website, in advertising materials, or other media. The E-Verify Employer Agent shall not describe its services as federally -approved, federally -certified, or federally - recognized, or use language with a similar intent on its website or other materials provided to the public. Entering into this MOU does not mean that E-Verify endorses or authorizes your E-Verify Employer Agent services and any claim to that effect is false. 16. The E-Verify Employer Agent shall not state in its website or other public documents that any language used therein has been provided or approved by DHS, USCIS or the Verification Division, without first obtaining the prior written consent of DHS. 17. The E-Verify Employer Agent agrees that E-Verify trademarks and logos may be used only under license by DHS/USCIS (see M-795 (Web)) and, other than pursuant to the specific terms of such license, may not be used in any manner that might imply that the E-Verify Employer Agent's services, products, websites, or publications are sponsored by, endorsed by, licensed by, or affiliated with DHS, USCIS, or E-Verify. 18. The E-Verify Employer Agent understands that if it uses E-Verify procedures for any purpose other than as authorized by this MOU, the E-Verify Employer Agent may be subject to appropriate legal action and termination of its participation in E-Verify according to this MOU. B. RESPONSIBILITIES OF THE EMPLOYER The E-Verify Employer Agent shall ensure that the E-Verify Employer Agent and the Employers represented by the E-Verify Employer Agent carry out the following responsibilities. It is the E-Verify Page 3 of 19 E-Verify MOU for E-Verify Employer Agents I Revision Date 06/01/13 eri]I Company ID Number: 1291677 Employer Agent's responsibility to ensure that its clients are in compliance with all E-Verify policies and procedures. 1. The Employer agrees to display the following notices supplied by DHS in a prominent place that is clearly visible to prospective employees and all employees who are to be verified through the system: a. Notice of E-Verify Participation b. Notice of Right to Work 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 about E-Verify. The Employer also agrees to keep such information current by providing updated information to SSA and DHS whenever the representatives' contact information changes. 3. The Employer shall become familiar with and comply with the most recent version of the E-Verify User Manual. The Employer will obtain the E-Verify User Manual from the E-Verify Employer Agent. 4. The Employer agrees to comply with current Form 1-9 procedures, with two exceptions: a. If an employee presents a "List B" identity document, the Employer agrees to only accept "List B" documents that contain a photo. (List B documents identified in 8 C.F.R. § 274a.2(b)(1)(B)) can be presented during the Form I-9 process to establish identity.) If an employee objects to the photo requirement for religious reasons, the Employer should contact E-Verify at 1-888-464-4218. b. If an employee presents a DHS Form 1-551 (Permanent Resident Card), Form 1-766 (Employment Authorization Document), or U.S. Passport or Passport Card to complete 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 Employer will use the photocopy to verify the photo and to assist DHS with its review of photo mismatches that employees contest. DHS may in the future designate other documents that activate the photo screening tool. Note: Subject only to the exceptions noted previously in this paragraph, employees still retain the right to present any List A, or List B and List C, document(s) to complete the Form 1-9. 5. 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. 6. The Employer agrees that, although it participates in E-Verify, the Employer has a responsibility to complete, retain, 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 Form 1-9 procedures. a. The following modified requirements are the only exceptions to an Employer's obligation to not employ unauthorized workers and comply with the anti -discrimination provision of the INA: (1) List B identity documents must have photos, as described in paragraph 4 above; (2) When an Employer confirms the identity and employment eligibility of newly hired employee using E-Verify procedures, the Employer establishes a rebuttable presumption that it has not violated section 274A(a)(1)(A) of the Immigration and Nationality Act (INA) with respect to the hiring of that employee; (3) If the Employer receives a final nonconfirmation for an employee, but continues to employ that person, Page 4 of 19 E-Verify MOU for E-Verify Employer Agents I Revision Date 06/01/13 eri]I Company ID Number: 1291677 the Employer must notify DHS and the Employer is subject to a civil money penalty between $550 and $1,100 for each failure to notify DHS of continued employment following a final nonconfirmation; (4) If the Employer continues to employ an employee after receiving a final nonconfirmation, then the Employer is subject to a rebuttable presumption that it has knowingly employed an unauthorized alien in violation of section 274A(a)(1)(A); and (5) no E-Verify participant is civilly or criminally liable under any law for any action taken in good faith based on information provided through the E-Verify. b. DHS reserves the right to conduct Form 1-9 compliance inspections, as well as any other enforcement or compliance activity authorized by law, including site visits, to ensure proper use of E-Verify. 7. The Employer is strictly prohibited from creating an E-Verify case before the employee has been hired, meaning that a firm offer of employment was extended and accepted and Form 1-9 was completed. The Employer agrees to create an E-Verify case for new employees within three Employer business days after each employee has been hired (after both Sections 1 and 2 of Form 1-9 have been completed), and to complete as many steps of the E-Verify process as are necessary according to the E-Verify User Manual. If E-Verify is temporarily unavailable, the three-day time period will be extended until it is again operational in order to accommodate the Employer's attempting, in good faith, to make inquiries during the period of unavailability. 8. The Employer agrees not to use E-Verify for pre -employment screening of job applicants, in support of any unlawful employment practice, or for any other use that this MOU or the E-Verify User Manual does not authorize. 9. The Employer must use E-Verify (through its E-Verify Employer Agent) for all new employees. The Employer will not verify selectively and will not verify employees hired before the effective date of this MOU. Employers who are Federal contractors may qualify for exceptions to this requirement as described in Article 11.13 of this MOU. 10. The Employer agrees to follow appropriate procedures (see Article III below) regarding tentative nonconfirmations. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee's E-Verify case. The Employer agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. Further, when employees contest a tentative nonconfirmation based upon a photo mismatch, the Employer must take additional steps (see Article 111.13 below) to contact DHS with information necessary to resolve the challenge. 11. The Employer agrees not to take any adverse action against an employee based upon the employee's perceived employment eligibility status while SSA or DHS is processing the verification request unless the Employer obtains knowledge (as defined in 8 C.F.R. § 274a.1(1)) that the employee is not work authorized. The Employer understands that an initial inability of the SSA or DHS automated verification system to verify work authorization, a tentative nonconfirmation, a case in continuance (indicating the need for additional time for the government to resolve a case), or the finding of a photo Page 5 of 19 E-Verify MOU for E-Verify Employer Agents I Revision Date 06/01/13 ri]I Company ID Number: 1291677 mismatch, does not establish, and should not be interpreted as, evidence that the employee is not work authorized. In any of such cases, the employee must be provided a full and fair opportunity to contest the finding, and if he or she does so, the employee may not be terminated or suffer any adverse employment consequences based upon the employee's perceived employment eligibility status (including denying, reducing, or extending work hours, delaying or preventing training, requiring an employee to work in poorer conditions, withholding pay, refusing to assign the employee to a Federal contract or other assignment, or otherwise assuming that he or she is unauthorized to work) until and unless secondary verification by SSA or DHS has been completed and a final nonconfirmation has been issued. If the employee does not choose to contest a tentative nonconfirmation or a photo mismatch or if a secondary verification is completed and a final nonconfirmation is issued, then the Employer can find the employee is not work authorized and terminate the employee's employment. Employers or employees with questions about a final nonconfirmation may call E-Verify at 1-888-464- 4218 (customer service) or 1-888-897-7781 (worker hotline). 12. The Employer agrees to comply with Title VI of the Civil Rights Act of 1964 and section 274B of the INA as applicable by not discriminating unlawfully against any individual in hiring, firing, employment eligibility verification, or recruitment or referral practices because of his or her national origin or citizenship status, or by committing discriminatory documentary practices. The Employer understands that such illegal practices can include selective verification or use of E-Verify except as provided in part D below, or discharging or refusing to hire employees because they appear or sound "foreign" or have received tentative nonconfirmations. The Employer further understands that any violation of the immigration -related unfair employment practices provisions in section 274B of the INA could subject the Employer to civil penalties, back pay awards, and other sanctions, and violations of Title VI could subject the Employer to back pay awards, compensatory and punitive damages. Violations of either section 274B of the INA or Title VII may also lead to the termination of its participation in E-Verify. If the Employer has any questions relating to the anti -discrimination provision, it should contact OSC at 1-800-255-8155 or 1-800-237-2515 (TDD). 13. The Employer agrees that it will use the information it receives from E-Verify (through its E-Verify Employer Agent) only to confirm the employment eligibility of employees as authorized by this MOU. The Employer agrees that it will safeguard this information, and means of access to it (such as PINS and passwords), to ensure that it is not used for any other purpose and as necessary to protect its confidentiality, including ensuring that it is not disseminated to any person other than employees of the Employer who are authorized to perform the Employer's responsibilities under this MOU, except for such dissemination as may be authorized in advance by SSA or DHS for legitimate purposes. 14. The Employer agrees to notify DHS immediately in the event of a breach of personal information. Breaches are defined as loss of control or unauthorized access to E-Verify personal data. All suspected or confirmed breaches should be reported by calling 1-888-464-4218 or via email at E-Verify@dhs.gov. Please use "Privacy Incident — Password" in the subject line of your email when sending a breach report to E-Verify. 15. The Employer acknowledges that the information it receives through the E-Verify Employer Agent 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)). Any person who obtains this information under false pretenses or uses it for any purpose other than as provided for in this MOU may be subject to criminal penalties. Page 6 of 19 E-Verify MOU for E-Verify Employer Agents I Revision Date 06/01/13 eri]I Company ID Number: 1291677 16. The Employer agrees to cooperate with DHS and SSA in their compliance monitoring and evaluation of E-Verify (whether directly or through their E-Verify Employer Agent), which includes permitting DHS, SSA, their contractors and other agents, upon reasonable notice, to review Forms 1-9 and other employment records and to interview it and its employees regarding the Employer's use of E-Verify, and to respond in a prompt and accurate manner to DHS requests for information relating to their participation in E-Verify. 17. The Employer shall not make any false or unauthorized claims or references about its participation in E-Verify on its website, in advertising materials, or other media. The Employer shall not describe its services as federally -approved, federally -certified, or federally -recognized, or use language with a similar intent on its website or other materials provided to the public. Entering into this MOU does not mean that E-Verify endorses or authorizes your E-Verify services and any claim to that effect is false. 18. The Employer shall not state in its website or other public documents that any language used therein has been provided or approved by DHS, USCIS or the Verification Division, without first obtaining the prior written consent of DHS. 19. The Employer agrees that E-Verify trademarks and logos may be used only under license by DHS/USCIS (see M-795 (Web)) and, other than pursuant to the specific terms of such license, may not be used in any manner that might imply that the Employer's services, products, websites, or publications are sponsored by, endorsed by, licensed by, or affiliated with DHS, USCIS, or E-Verify. 20. The Employer understands that if it uses E-Verify procedures for any purpose other than as authorized by this MOU, the Employer may be subject to appropriate legal action and termination of its participation in E-Verify according to this MOU. C. RESPONSIBILITIES OF FEDERAL CONTRACTORS The E-Verify Employer Agent shall ensure that the E-Verify Employer Agent and the Employers represented by the E-Verify Employer Agent carry out the following responsibilities if the Employer is a federal contractor or becomes a Federal contractor. The E-Verify Employer Agent should instruct the client to keep the E-Verify Employer Agent informed about any changes or updates related to federal contracts. It is the E-Verify Employer Agent's responsibility to ensure that its clients are in compliance with all E-Verify policies and procedures. 1. If the Employer is a Federal contractor with the FAR E-Verify clause subject to the employment verification terms in Subpart 22.18 of the FAR, it will become familiar with and comply with the most current version of the E-Verify User Manual for Federal Contractors as well as the E-Verify Supplemental Guide for Federal Contractors. 2. In addition to the responsibilities of every employer outlined in this MOU, the Employer understands that if it is a Federal contractor subject to the employment verification terms in Subpart 22.18 of the FAR it must verify the employment eligibility of any "employee assigned to the contract" (as defined in FAR 22.1801). Once an employee has been verified through E-Verify by the Employer, the Employer may not reverify the employee through E-Verify. a. An Employer that is not enrolled in E-Verify as a Federal contractor at the time of a contract award must enroll as a Federal contractor in the E-Verify program within 30 calendar days of Page 7 of 19 E-Verify MOU for E-Verify Employer Agents I Revision Date 06/01/13 eri]I Company ID Number: 1291677 contract award and, within 90 days of enrollment, begin to verify employment eligibility of new hires using E-Verify. The Employer must verify those employees who are working in the United States, whether or not they are assigned to the contract. Once the Employer begins verifying new hires, such verification of new hires must be initiated within three business days after the hire date. Once enrolled in E-Verify as a Federal contractor, the Employer must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee's assignment to the contract, whichever date is later. b. Employers enrolled in E-Verify as a Federal contractor for 90 days or more at the time of a contract award must use E-Verify to begin verification of employment eligibility for new hires of the Employer who are working in the United States, whether or not assigned to the contract, within three business days after the date of hire. If the Employer is enrolled in E-Verify as a Federal contractor for 90 calendar days or less at the time of contract award, the Employer must, within 90 days of enrollment, 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 hires must be initiated within three business days after the date of hire. An Employer enrolled as a Federal contractor in E-Verify must begin verification of each employee assigned to the contract within 90 calendar days after date of contract award or within 30 days after assignment to the contract, whichever is later. c. Federal contractors that are institutions of higher education (as defined at 20 U.S.C. 1001(a)), state or local governments, governments of Federally recognized Indian tribes, or sureties performing under a takeover agreement entered into with a Federal agency under a performance bond may choose to only verify new and existing employees assigned to the Federal contract. Such Federal contractors may, however, elect to verify all new hires, and/or all existing employees hired after November 6, 1986. Employers in this category must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee's assignment to the contract, whichever date is later. d. Upon enrollment, Employers who are Federal contractors may elect to verify employment eligibility of all existing employees working in the United States who were hired after November 6, 1986, instead of verifying only those employees assigned to a covered Federal contract. After enrollment, Employers must elect to verify existing staff following DHS procedures and begin E-Verify verification of all existing employees within 180 days after the election. e. The Employer may use a previously completed Form 1-9 as the basis for creating an E-Verify case for an employee assigned to a contract as long as: i. That Form 1-9 is complete (including the SSN) and complies with Article II.B.6, ii. The employee's work authorization has not expired, and iii. The Employer has reviewed the Form 1-9 information either in person or in communications with the employee to ensure that the employee's Section 1, Form 1-9 attestation has not changed (including, but not limited to, a lawful permanent resident alien having become a naturalized U.S. citizen). f. The Employer shall complete a new Form 1-9 consistent with Article II.A.6 or update the previous Form 1-9 to provide the necessary information if: i. The Employer cannot determine that Form 1-9 complies with Article II.A.6, Page 8 of 19 E-Verify MOU for E-Verify Employer Agents I Revision Date 06/01/13 eri]I Company ID Number: 1291677 ii. The employee's basis for work authorization as attested in Section 1 has expired or changed, or iii. The Form 1-9 contains no SSN or is otherwise incomplete. Note: If Section 1 of the Form 1-9 is otherwise valid and up-to-date and the form otherwise complies with Article I I.C.5, but reflects documentation (such as a U.S. passport or Form 1-551) that expired after completing Form 1-9, the Employer shall not require the production of additional documentation, or use the photo screening tool described in Article II.A.5, subject to any additional or superseding instructions that may be provided on this subject in the E-Verify User Manual. g. The Employer agrees not to require a second verification using E-Verify of any assigned employee who has previously been verified as a newly hired employee under this MOU or to authorize verification of any existing employee by any Employer that is not a Federal contractor based on this Article. 3. The Employer understands that if it is a Federal contractor, its compliance with this MOU is a performance requirement under the terms of the Federal contract or subcontract, and the Employer consents to the release of information relating to compliance with its verification responsibilities under this MOU to contracting officers or other officials authorized to review the Employer's compliance with Federal contracting requirements. D. RESPONSIBILITIES OF SSA 1. SSA agrees to allow DHS to compare data provided by the Employer (through the E-Verify Employer Agent) against SSA's database. SSA sends DHS confirmation that the data sent either matches or does not match the information in SSA's database. 2. SSA agrees to safeguard the information the Employer provides (through the E-Verify Employer Agent) through E-Verify procedures. SSA also agrees to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social Security numbers or responsible for evaluation of E-Verify or such other persons or entities who may be authorized by SSA as governed by the Privacy Act (5 U.S.C. § 552a), the Social Security Act (42 U.S.C. 1306(a)), and SSA regulations (20 CFR Part 401). 3. SSA agrees to provide case results from its database within three Federal Government work days of the initial inquiry. E-Verify provides the information to the E-Verify Employer Agent. 4. SSA agrees to update SSA records as necessary if the employee who contests the SSA tentative nonconfirmation visits an SSA field office and provides the required evidence. If the employee visits an SSA field office within the eight Federal Government work days from the date of referral to SSA, SSA agrees to update SSA records, if appropriate, within the eight -day period unless SSA determines that more than eight days may be necessary. In such cases, SSA will provide additional instructions to the employee. If the employee does not visit SSA in the time allowed, E-Verify may provide a final nonconfirmation to the E-Verify Employer Agent. Note: If an Employer experiences technical problems, or has a policy question, the employer should contact E-Verify at 1-888-464-4218. Page 9 of 19 E-Verify MOU for E-Verify Employer Agents I Revision Date 06/01/13 E-Verifv- or Company ID Number: 1291677 E. RESPONSIBILITIES OF DHS 1. DHS agrees to provide the Employer with selected data from DHS databases to enable the Employer (through the E-Verify Employer Agent) to conduct, to the extent authorized by this MOU a. Automated verification checks on alien employees by electronic means, and Photo verification checks (when available) on employees. 2. DHS agrees to assist the E-Verify Employer Agent with operational problems associated with its participation in E-Verify. DHS agrees to provide the E-Verify Employer Agent names, titles, addresses, and telephone numbers of DHS representatives to be contacted during the E-Verify process. 3. DHS agrees to provide to the E-Verify Employer Agent with access to E-Verify training materials as well as an E-Verify User Manual that contain instructions on E-Verify policies, procedures, and requirements for both SSA and DHS, including restrictions on the use of E-Verify. 4. DHS agrees to train E-Verify Employer Agents on all important changes made to E-Verify through the use of mandatory refresher tutorials and updates to the E-Verify User Manual. Even without changes to E-Verify, DHS reserves the right to require E-Verify Employer Agents to take mandatory refresher tutorials. 5. DHS agrees to provide to the Employer (through the E-Verify Employer Agent) a notice, which indicates the Employer's participation in E-Verify. 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. 6. DHS agrees to issue each of the E-Verify Employer Agent's E-Verify users a unique user identification number and password that permits them to log in to E-Verify. 7. DHS agrees to safeguard the information the Employer provides (through the E-Verify Employer Agent), and to limit access to such information to individuals responsible for the verification process, for evaluation of E-Verify, 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 INA and Federal criminal laws, and to administer Federal contracting requirements. 8. DHS agrees to provide a means of automated verification that provides (in conjunction with SSA verification procedures) confirmation or tentative nonconfirmation of employees' employment eligibility within three Federal Government work days of the initial inquiry. 9. DHS agrees to provide a means of secondary verification (including updating DHS records) for employees who contest DHS tentative nonconfirmations and photo mismatch tentative nonconfirmations. This provides 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. Page 10 of 19 E-Verify MOU for E-Verify Employer Agents I Revision Date 06/01/13 t ?: 7Ik eri ',� liIIII E-Vfo Company ID Number: 1291677 ARTICLE III REFERRAL OF INDIVIDUALS TO SSA AND DHS The E-Verify Employer Agent shall ensure that the E-Verify Employer Agent and the Employers represented by the E-Verify Employer Agent carry out the following responsibilities. It is the E-Verify Employer Agent's responsibility to ensure that its clients are in compliance with all E-Verify policies and procedures. A. REFERRAL TO SSA 1. If the Employer receives a tentative nonconfirmation issued by SSA, the Employer must print the tentative nonconfirmation notice as directed by E-Verify. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee's E-Verify case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. 2. The Employer agrees to obtain the employee's response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. After a tentative nonconfirmation, the Employer will refer employees to SSA field offices only as directed by E-Verify. The Employer must record the case verification number, review the employee information submitted to E-Verify to identify any errors, and find out whether the employee contests the tentative nonconfirmation. The Employer will transmit the Social Security number, or any other corrected employee information that SSA requests, to SSA for verification again if this review indicates a need to do so. 4. The Employer will instruct the employee to visit an SSA office within eight Federal Government work days. SSA will electronically transmit the result of the referral to the Employer (through the E-Verify Employer Agent) within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 5. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. 6. The Employer agrees not to ask the employee to obtain a printout from the Social Security Administration number database (the Numident) or other written verification of the SSN from the SSA. B. REFERRAL TO DHS 1. If the Employer receives a tentative nonconfirmation issued by DHS, the Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee's E-Verify case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer must allow employees to contest the finding, and not take adverse action Page 11 of 19 E-Verify MOU for E-Verify Employer Agents i Revision Date 06/01/13 ri]I Company ID Number: 1291677 against employees if they choose to contest the finding, while their case is still pending. 2. The Employer agrees to obtain the employee's response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. The Employer agrees to refer individuals to DHS only when the employee chooses to contest a tentative nonconfirmation. 4. If the employee contests a tentative nonconfirmation issued by DHS, the Employer will instruct the employee to contact DHS through its toll -free hotline (as found on the referral letter) within eight Federal Government work days. 5. If the Employer finds a photo mismatch, the Employer must provide the photo mismatch tentative nonconfirmation notice and follow the instructions outlined in paragraph 1 of this section for tentative nonconfirmations, generally. 6. The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo mismatch, the Employer will send a copy of the employee's Form 1-551, Form 1-766, U.S. Passport, or passport card to DHS for review by: a. Scanning and uploading the document, or b. Sending a photocopy of the document by express mail (furnished and paid for by the employer). 7. The Employer understands that if it cannot determine whether there is a photo match/mismatch, the Employer must forward the employee's documentation to DHS as described in the preceding paragraph. The Employer agrees to resolve the case as specified by the DHS representative who will determine the photo match or mismatch. 8. DHS will electronically transmit the result of the referral to the Employer (though the E-Verify Employer Agent) within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 9. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. ARTICLE IV SERVICE PROVISIONS A. NO SERVICE FEES 1. SSA and DHS will not charge the Employer or the E-Verify Employer Agent for verification services performed under this MOU. The E-Verify Employer Agent is responsible for providing equipment needed to make inquiries. To access E-Verify, an E-Verify Employer Agent will need a personal computer with Internet access. Page 12 of 19 E-Verify MOU for E-Verify Employer Agents I Revision Date 06/01/13 E-Verifv- or Company ID Number: 1291677 ARTICLE V MODIFICATION AND TERMINATION A. MODIFICATION 1. This MOU is effective upon the signature of all parties and shall continue in effect for as long as the SSA and DHS operates the E-Verify program unless modified in writing by the mutual consent of all parties. 2. Any and all E-Verify system enhancements by DHS or SSA, including but not limited to E-Verify checking against additional data sources and instituting new verification policies or procedures, will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. B. TERMINATION 1. The E-Verify Employer Agent may terminate this MOU and its participation in E-Verify at any time upon 30 days prior written notice to the other parties. In addition, any Employer represented by the E-Verify Employer Agent may voluntarily terminate its MOU upon giving DHS 30 days' written notice. 2. Notwithstanding Article V, part A of this MOU, DHS may terminate this MOU, and thereby the E-Verify Employer Agent's participation in E-Verify, with or without notice, at any time if deemed necessary because of the requirements of law or policy, or upon a determination by SSA or DHS that there has been a breach of system integrity or security by the E-Verify Employer Agent or the Employer, or a failure on the part of either party to comply with established E-Verify procedures and/or legal requirements. The Employer understands that if it is a Federal contractor, termination of this MOU by any party for any reason may negatively affect the performance of its contractual responsibilities. Similarly, the Employer understands that if it is in a state where E-Verify is mandatory, termination of this by any party MOU may negatively affect the Employer's business. 3. An E-Verify Employer Agent for an Employer that is a Federal contractor may terminate this MOU for that Employer when the Federal contract that requires its participation in E-Verify is terminated or completed. In such cases, the E-Verify Employer Agent must provide written notice to DHS. If the E-Verify Employer Agent fails to provide such notice, then that Employer will remain an E-Verify participant, will remain bound by the terms of this MOU that apply to non -Federal contractor participants, and will be required to use the E-Verify procedures to verify the employment eligibility of all newly hired employees. 4. The E-Verify Employer Agent agrees that E-Verify is not liable for any losses, financial or otherwise, if the E-Verify Employer Agent or the Employer is terminated from E-Verify. Page 13 of 19 E-Verify MOU for E-Verify Employer Agents I Revision Date 06/01/13 E-Verifv- or Company ID Number: 1291677 ARTICLE VI PARTIES A. Some or all SSA and DHS responsibilities under this MOU may be performed by contractor(s), and SSA and DHS may adjust verification responsibilities between each other as necessary. By separate agreement with DHS, SSA has agreed to perform its responsibilities as described in this MOU. B. Nothing in this MOU is intended, or should be construed, to create any right or benefit, substantive or procedural, enforceable at law by any third party against the United States, its agencies, officers, or employees, or against the E-Verify Employer Agent, its agents, officers, or employees. C. The E-Verify Employer Agent may not assign, directly or indirectly, whether by operation of law, change of control or merger, all or any part of its rights or obligations under this MOU without the prior written consent of DHS, which consent shall not be unreasonably withheld or delayed. Any attempt to sublicense, assign, or transfer any of the rights, duties, or obligations herein is void. D. Each party shall be solely responsible for defending any claim or action against it arising out of or related to E-Verify or this MOU, whether civil or criminal, and for any liability wherefrom, including (but not limited to) any dispute between the Employer and any other person or entity regarding the applicability of Section 403(d) of IIRIRA to any action taken or allegedly taken by the Employer. E. The E-Verify Employer Agent understands that its participation in E-Verify is not confidential information and may be disclosed as authorized or required by law and DHS or SSA policy, including but not limited to, Congressional oversight, E-Verify publicity and media inquiries, determinations of compliance with Federal contractual requirements, and responses to inquiries under the Freedom of Information Act (FOIA). F. The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the E-Verify Employer Agent and DHS respectively. The E-Verify Employer Agent understands that any inaccurate statement, representation, data or other information provided to DHS may subject the Employer or the E-Verify Employer Agent, as the case may be, its subcontractors, its employees, or its representatives to: (1) prosecution for false statements pursuant to 18 U.S.C. 1001 and/or; (2) immediate termination of its MOU and/or; (3) possible debarment or suspension. G. The foregoing constitutes the full agreement on this subject between DHS and the E-Verify Employer Agent. If you have any questions, contact E-Verify at 1-888-464-4218. Page 14 of 19 E-Verify MOU for E-Verify Employer Agents I Revision Date 06/01/13 riE-Vefv- or* Company ID Number: 1291677 Approved by: E-Verify Employer Agent Employer Capital Contractors Name (Please Type or Print) Title Adam N Ahmad Signature Date Electronically Signed 04/19/2018 Department of Homeland Security — Verification Division Name (Please Type or Print) Title USCIS Verification Division Signature Date Electronically Signed 04/19/2018 Page 15 of 19 E-Verify MOU for E-Verify Employer Agents I Revision Date 06/01/13 � sect v- orE-Verif Company ID Number: 1291677 Information Required for the E-Verify Program Information relating to your Company: Capital Contractors Company Name 5633 Strand Blvd Suite 312 Company Facility Address Naples, FL 34110 8225 Laurel Lakes Blvd Naples, FL 34119 Company Alternate Address County or Parish COLLIER Employer Identification Number 371858650 North American Industry Classification Systems Code 238 Parent Company Number of Employees 5 to 9 Number of Sites Verified for 1 Page 16 of 19 E-Verify MOU for E-Verify Employer Agents I Revision Date 06/01/13 E-Verifv- Company ID Number: 1291677 Are you verifying for more than 1 site? If yes, please provide the number of sites verified for in each State: FLORIDA 1 site(s) Page 17 of 19 E-Verify MOU for E-Verify Employer Agents I Revision Date 06/01/13 E-Verifv- Company ID Number: 1291677 Information relating to the Program Administrator(s) for your Company on policy questions or operational problems: Name Adam N Ahmad Phone Number (239) 273 - 8894 Fax Number Email Address adam.ahmad@capitalengr.com Name Kelly K Ahmad Phone Number (239) 200 - 7131 Fax Number Email Address kellyahmad@capitaldesignbuild.com Name Adam N Ahmad Phone Number (239) 273 - 8894 Fax Number Email Address adam.ahmad@capitalengr.com Page 18 of 19 E-Verify MOU for E-Verify Employer Agents I Revision Date 06/01/13 E-Verifv- Company ID Number: 1291677 Page intentionally left blank Page 19 of 19 E-Verify MOU for E-Verify Employer Agents I Revision Date 06/01/13 COLLIER COUNTY BUSINESS TAX BUSINESS TAX NUMBER: 170281 COLLIER COUNTY TAX COLLECTOR - 2800 N. HORSESHOE DRIVE - NAPLES FLORIDA 34104 - (239) 252-2477 VISIT OUR WEBSITE AT: www.colliertax.com THIS RECEIPT EXPIRES SEPTEMBER 30, 2021 LOCATION: 9010 STRADA STELL CT #108 ZONED: PUD SIC 8748 BUSINESS PHONE: 239-273-8894 STATE OR COUNTY LIC #: 32121 CLASSIFICATION: ENGINEERING BUSINESS CLASSIFICATION CODE: 03600101 This document is a business tax only. This is not certification that liceS It does not permit the licensee to violate any existing regulatory zoning lam nor does it exempt the licensee from any other taxes or permits that may be DISPLAY AT PLACE OF BUSINESS FOR PUBLIC INSPECTION. FAILURE TO DO SO IS CONTRARY TO LOCAL LAWS, CAPITAL CONSULTING SOLUTIONS LLC IMAD, ADAM N 10 STRADA STELL CT #108 kPLES, FL 34109 -THIS TAX IS NON -REFUNDABLE - DATE 07/13/2020 AMOUNT 30.00 RECEIPT 501-21-00052265 COLLIER COUNTY BUSINESS TAX BUSINESS TAX NUMBER: 170481 COLLIER COUNTY TAX COLLECTOR - 2800 N. HORSESHOE DRIVE - NAPLES FLORIDA 34104 - (239) 252-2477 VISIT OUR WEBSITE AT: www.colliertax.com THIS RECEIPT EXPIRES SEPTEMBER 30, 2021 LOCATION: 9010 STRADA STELL CT #108 ZONED: PUD SIC 8741 BUSINESS PHONE: 239-273-8894 STATE OR COUNTY LIC #: CGC 1525387 1-10 EMPLOYEES CLASSIFICATION: 05-GENERAL CONTRACTOR CLASSIFICATION CODE: 05100101 "O� 0 COD C AL FOR�iOi�+ !F This document is a business tax only. This is not certification that lic`` It does not permit the licensee to violate any existing regulatory zoning la nor does it exempt the licensee from any other taxes or permits that may be requ DISPLAY AT PLACE OF BUSINESS FOR PUBLIC INSPECTION. FAILURE TO DO SO IS CONTRARY TO LOCAL LAWS. CAPITAL CONTRACTORS, LLC MAD,ADAM 10 STRADA STELL CT #108 PLES. FL 34109 -THIS TAX IS NON -REFUNDABLE - DATE 07/13/2020 AMOUNT 18.00 RECEIPT 501-21-00052267 COilier County Administrative Services Department Procurement Services Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: it-U zu-i i (I Reference Questionnaire for: Small General Contracting Services (Name of Company Requesting Reference Information) Capital Contractors LLC (Name of Individuals Requesting Reference Information) Name: Tony Barone (Evaluator completing reference questionnaire) Email: Tony.Barone@CollierCountyFL.gov FAX: Company: Collier County Facilities Management (Evaluator's Company completing reference) (239) 252-8696 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 lure 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: Hurricane Irma Repair Projects Project Budget: 1,323,984 Completion Date: 11 /1 /2020 Project Number of Days: 365 Item Criteria Score must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on -time or early), 9.9 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 conum micate 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 1 99.9 Capital Contractors has done an excellent job completing repair and restoration projects at 54 locations around Collier County. Their attention to detail, adherence to County policies and procedures and enhanced documentation has been the best of the group of contractors we worked with through that program. Digitally signed by BaroneTony Ba ro n eTo n YDate: 2020.12.15 10:35:04 -05'00' COiiieT County Administrative Services Department Procurement Services Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REOUIRED REFERENCE) Solicitation: IFQ No. 20-771 Small General Contracting Services Reference Questionnaire for: Capital Contractors (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: Matthew Fortune (Evaluator completing reference questionnaire) Email: Matthew. Fortune(deolliercounttfl.gov FAX: NiA Company: Collier County Goverment (Evaluator's Company completing reference) 1-6568 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 ,vould hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never lure 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: Sludge Building Door Repair Project Budget: $59,500.00 Completion Date: 9/ 15/2020 Project Number of Days: 61 Item Criteria Score must be com leted 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. 9 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 cotrummicate and document information clearly and succinctly. 9 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 98 Collier County Administrative Services Department Procurement Services Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: Reference uestionnaire for: Capital ?ontractors (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: Bryan Vehovec (Evaluator completing reference questionnaire) Email: bryan.vehoN F Company: Collier County Government Facilities Management (Evaluator's Company completing reference) 252-4026 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 frrn/individual again) and 1 representing that you were very unsatisfied (and would never lure 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: Vineyards Courts Resurfacing Completion Date: Project Budget: $22,308.95 October 20, 2019 Project Number of Days: 60 Item Criteria Score must be completed) 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 Qualiih- 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 luring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 1 100 Digitally signed byVehovecB ryaVehovecBryan n Date: 2020.12.10 13:21:10 -0500' Co ier County Administrative Services Department Procurement Services Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: 20-7771 Reference Questionnaire for: Capital Contractors (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: James McConnell (Evaluator completing reference questionnaire) Email: James. AX: Company: Collier County (Evaluator's Company completing reference) 239-315-6756 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 lure the finn/individual again) and 1 representing that you were very unsatisfied (and would never lure the ftriVindivdival 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: MPS 103 Improvements Project Budget: 53,450.00 Completion Date: Project Number of Days: 8/22/2020 90 Item Criteria Score must be completed) 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 Qualiq of work. 9 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. 9 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS Gorier County Administrative Services Department Procurement Services Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REO UIRED REFERENCE) Solicitation: 20-7771 SMALL GENERAL CONTRACTING SERVICES Reference Questionnaire for: Capital Contractors (Name of Company Requesting Reference Information) Capital Construction (Name of Individuals Requesting Reference Information) Name' Harry Sells (Evaluator completing reference questionnaire) Email: Harry Sellsc Colliergov.net F Company Collier County Evaluator' Eompany completing reference) 239-252-4980 Collier County has implemented a process that collects reference information on fines 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 lure the firn/individual again) and 1 representing that you were very unsatisfied (and would never lure the frrm/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: Install signs and fence Conner Park Completion Date: November 2020 Project Budget: $287,000 Project Number of Days: 296 Item Criteria Score must be completed) 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 Abiltit<, 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 Coi[ier County Administrative Services Department Procurement Services Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: 20-7771 SMALL GENERAL CONTRACTING SERVICES Reference Questionnaire for: (Name of Company Requesting Reference Information) Adam Ahmad, PE, AICP, GC (Name of Individuals Requesting Reference Information) Name: James M. McCord. RLA, LEEDC Company: Collier County Road Maintenance Division (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: James.McCord'&,Collietuountyfl.gov FAX: 239.774.6406 Telephone: 239-398-3049 Collier County has implemented a process that collects reference information on firms and their key- personnel to be used in the selection of fines to perform dds 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 finn/individual again) and 1 representing that you were very unsatisfied (and would never lure 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 forn will be scored "0." Structural Services for CR 951 Sculpture Project Description: Placement (RFQ No. 2020-001 ) Completion Date: February 14, 2020 Project Budget: $61,300.00. Project Number of Days: 90 Days (Completed in 75 Days) Item Criteria Score must be completed) 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. 9 6 Project adnunistration (completed documents, final invoice, final product turnover, invoices; manuals or going forward documentation. etc.) 9 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 9 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 9 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 96 McCordJame Digkally signed by McCordJames Date: 2020.12.17 08:38:42 5 05,00, =orm ■ ■ Vw-Q Request for Taxpayer Give Form to the Identification Number and Certification requester. Do not Rev. October2018) )apartment of the Treasury send to the IRS. nternal Revenue Service ► Go to www.irs.gov/ForynW9 for instructions and the latest information. 1 Name (as shown on your income tax return). Name is required on this line; do not leave this line blank. Capital Contractors LLC 2 Business name/disregarded entity name, if different from above V5 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1. Check only one of the 4 Exemptions (codes apply only to following seven boxes. certain entities, not individuals; see n p ❑ Individual/sole proprietor or ElC Corporation ElS Corporation El Partnership ❑ Trust/estate instructions on page 3): w C single -member LLC Exempt payee code (if any) v❑✓ Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=Partnership) ► `p Note: Check the appropriate box in the line above for the tax classification of the single -member owner. Do not check Exemption from FATCA reporting LLC if the LLC is classified as a single -member LLC that is disregarded from the owner unless the owner of the LLC is code (if any) another LLC that is not disregarded from the owner for U.S. federal tax purposes. Otherwise, a single -member LLC that a u w is disregarded from the owner should check the appropriate box for the tax classification of its owner. y ❑ Other (see instructions)► (Applies to accounts maintained wfsde the U.S.) rn 5 Address (number, street, and apt. or suite no.) See instructions. Requester's name and address (optional) 9010 Strada Steil Ct., Suite 108 6 City, state, and ZIP code Naples, FL 34109 7 List account number(s) here (optional) Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid Social security number =—M—FFM backup withholding. For individuals, this is generally your social security number (SSN). However, fora disregarded entity, see the instructions for Part I, later. For other resident alien, sole proprietor, or mntitiac it i¢ vni v pmnlnvpr iripntificatinn number (EIN). If you do not have a number, see How to get a TIN, later. or Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and I Employer identification number Number To Give the Requester for guidelines on whose number to enter. (33(71 _ (�7 1 8 5 8 6 5 0 Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. 1 am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. 1 am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the �tistructions for Part II, later. SignSigt w nature of ' Y) Here I U.S. person ► Date ► General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.irs.gov/F6rmW9. Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SSN), individual taxpayer identification number (ITIN), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following. • Form 1099-INT (interest earned or paid) • Form 1099-DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-1B (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN. If you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding, later. Cat. No. 10231X Form W-9 (Rev. 10-2018) INSURANCE AND BONDING REQUIREMENTS Insurance / Bond Type Required Limits 1. ® Worker's Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements Evidence of Workers' Compensation coverage or a Certificate of Exemption issued by the State of Florida is required. Entities that are formed as Sole Proprietorships shall not be required to provide a proof of exemption. An application for exemption can be obtained online at https://apps.fldfs.com/bocexempt/ 2. ® Employer's Liability $_500,000 single limit per occurrence 3. ® Commercial General Bodily Injury and Property Damage Liability (Occurrence Form) patterned after the current $ 1,000,000 single limit per occurrence, $2,000,000 aggregate for Bodily ISO form Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. ® Indemnification To the maximum extent permitted by Florida law, the Contractor/Vendor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor/ Vendor or anyone employed or utilized by the Contractor/Vendor in the performance of this Agreement. 5. ® Automobile Liability $_1,000,000_ Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included 6. ❑ Other insurance as noted: ❑ Watercraft $ Per Occurrence ❑ United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence ❑ Pollution $ Per Occurrence ❑ Professional Liability $ Per claim & in the aggregate ❑ Project Professional Liability $ Per Occurrence ❑ Valuable Papers Insurance $ Per Occurrence ❑ Cyber Liability $ Per Occurrence ❑ Technology Errors & Omissions $ Per Occurrence 7. ❑ Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 8. ❑ Performance and Payment For projects in excess of $200,000, bonds shall be submitted with the executed contract Bonds by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as "A-" or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 9. ® Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 10. ® Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Vendor's policy shall be endorsed accordingly. 11. ® The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 12. ® On all certificates, the Certificate Holder must read: Collier County Board of County Commissioners, 3295 Tamiami Trail East, Naples, FL 34112 13. ® Thirty (30) Days Cancellation Notice required. 14. Collier County shall procure and maintain Builders Risk Insurance on all construction projects where it is deemed necessary. Such coverage shall be endorsed to cover the interests of Collier County as well as the Contractor. Premiums shall be billed to the project and the Contractor shall not include Builders Risk premiums in its project proposal or project billings. All questions regarding Builder's Risk Insurance will be addressed by the Collier County Risk Management Division. 11/15/20 - CC Vendor's Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. The insurance submitted must provide coverage for a minimum of six (6) months from the date of award. Name of Firm Vendor Signature Print Name Insurance Agency Agent Name Capital Contractors LLC Date 12/18/2020 Adam Ahmad Olson & DiNunzio Insurance Agency, Inc. Christine Olson Telephone Number 239.596.6226 I)L CAPITAL Copies of Requested Licenses �i;�,N� _ Ron DeSaMis, Governor FBPE r STATE OF FLORIDAwr��tRs FLORIDA WARD OF BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL FNGiNFER HEREIN 15 LICENSED UNDERTHE PROVISIONS OF CHAPTER 471, FLORIDA $T TUTES 4,110t4_�a � AHMAD, ADAM N. 8225LAUREL LAKES BLVD., NAPLES FL 34119 -A LI 2 EKPIRATION DATE: FEBRUARY 26, 2021 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. This is your Ikense_ It is unlawful for anyone other than the licensee to use this document. Halsey Beshears, Secretary db . r STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD THE GENERAL CON TRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES e) AHMAD M ADA�� CAPITAL CONTRACTORS. LLC 8225 LAUREL LAKES BLVD NAPLES FL 34119 LICE �� 7 EKPIRAT10NDATE: AUGUST31,2022 Always verity licenses online at My Florida License. corn aft:'' .19 i Do nat alter this document in any farm. This Is your license. It is unlawful tar anyone other than the licensee to use this document. APITAL Collier COUnty Administrative Services Division Procurement Services Date: December 9, 2020 Email: Sarah.Hamilton(c-r�,colliercountyfl.gov Telephone: (239) 252-8987 Addendum 1 From: Sarah Hamilton, Procurement Strategist To: Interested Bidders Subject: Addendum #1, IFQ 20-7771, Small General Contracting Services The following clarifications are issued as an addendum identifying the following clarification to the scope of work, changes, deletions, or additions to the original solicitation document for the referenced solicitation: Change 1. Detailed Scope of Work: Words Am& thfough are deleted from the Solicitation document: Invoices• All T&M NTE work assignments will utilize a fee schedule for labor/parts/equipment. Fee schedule rates, which are subject to additions or deletions, will be negotiated with the awarded Contractors and will be added to the contract for utilization. For all T&M NTE work, Contractor(s) shall be required to provide backup documentation of Contractor's time and proof of the subcontractor services and/or parts/materials/supplies/equipment by providing invoices and receipts at the time of invoice submission. Ancillary charges may be transferred to the County in the actual amount; however, mark-ups will not be allowed. Mark-ups will not be allowed on sales tax, consumer fees or taxes, use and other similar taxes or fees associated with any work under the resultant contract. Awarded Contractors agree to the following, as it pertains to markups and labor rates on T&M NTE work: 1. The mark-up on rental equipment shall not exceed 10%. 2. The mark-up on materials shall not exceed 10%. 3. The mark-up on subcontractors shall not exceed 15%. A copy of the Subcontractor invoice must be provided. r a4e .:..' fna fkup shall not be allowed against a Sube,...t...,eter-'s .nme -ial. Subcontractor hourly rate shall not exceed the Contractor's hourly rate. 4. The labor rates provided by the Contractor are to be fully burdened to include overhead, insurance, profit and use of company owned small tools and equipment. Change 2. Evaluation Criteria: Words stntek thfeiigh are deleted from the Solicitation document: EVALUATION CRITERIA NO. 5: SPECIALIZED EXPERTISE OF TEAM MEMBERS (25 Total Points Available) In this criterion, include but not limited to: • Description of the proposed contract team and the role to be played by each member of the team. • Attach brief resumes of all proposed project team members who will be involved in the management of the total package of services, as well as the delivery of specific services. - Attach restimes of any sub contractors and attach letters of intent from stated s4 contractors must be include with proposal submission. For Changes 1 and 2 above, please see revised Solicitation document. If you require additional information, please post a question on our BidSync (www.bidsync.com) bidding platform under the solicitation for this project. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. 12/18/2020 Date Capital Contractors, LLC (Name of Firm) 16.C.4.d FIXED TERM SERVICE MULTI -CONTRACTOR AWARD AGREEMENT # 20-7771 for Small General Contracting Services THIS AGREEMENT, made and entered into on this day of 2021 by and between Capital Contractors LLC authorized to do business in the State of Florida, whose business address is 9010 Strada Steil Ct., Suite 108, Naples, FL 34109 , (the "Contractor") and Collier County, a political subdivision of the State of Florida, (the "County"): WITNESS.ETH: AGREEMENT TERM, The Agreement shall be for a three ( 3 ) year period, commencing W upon the date of Board approval; or ❑ on and terminating on three ( 3 ) year(s) from that date or until all outstanding Purchase Order(s) issued prior to the expiration of the Agreement period have been completed or terminated. The County may, at its discretion and with the consent of the Contractor, renew the Agreement under all of the terms and conditions contained in this Agreement for two ( 2 ) additional one (1 ) year(s) periods. The County shall give the Contractor written notice of the County's intention to renew the Agreement term prior to the end of the Agreement term then in effect. The County Manager, or his designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred and eighty (180) days. The County Manager, or his designee, shall give the Contractor written notice of the County's intention to extend the Agreement term prior to the end of the Agreement term then in effect. 2. COMMENCEMENT OF SERVICES, The Contractor shall commence the work upon issuance of a ❑■ Purchase Order ❑ ­eeed. 3. STATEMENT OF WORK. The Contractor shall provide services in accordance with the terms and conditions of ❑ ❑ ❑■ Other Invitation for Qualification ( IFQ ) # 20-7771 including all Attachment(s), Exhibit(s) and Addenda and the Contractor's proposal referred to herein and made an integral part of this Agreement. FE-1 The Contractor shall also provide services in accordance with Exhibit A -- Scope of Services attached hereto. Page 1 of 17 Fixed Term Service Multi -Contractor Agreemeirt 2021_Vcr. I Packet Pg. 1476 16.C.4.d 3.1 This Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in writing by the Parties, in compliance with the County's Procurement Ordinance, as amended, and Procurement Procedures in effect at the time such services are authorized. 3.2 [_E1 The procedure for obtaining Work under this Agreement is outlined in Exhibit A — Scope of Services attached hereto. ❑ ❑ 8ther 34❑ 4. THE AGREEMENT SUM. The County shall pay the Contractor for the performance of this Agreement based on Work performed pursuant to the quoted price offered by the Contractor in response to specific Request for Quotation and pursuant to the Price Methodology in Section 4.1 Contractor's quoted prices for time and material shall be based on Exhibit B- Fee Schedule. Payment will be made upon receipt of a proper invoice and upon approval by the County's Contract Administrative Agent/Project Manager, and in compliance with Chapter 218, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act". 4.1 Price Methodology (as selected below): ❑■ Lump Sum (Fixed Price): A firm fixed total price offering for a project; the risks are transferred from the County to the contractor; and, as a business practice there are no hourly or material invoices presented, rather, the contractor must perform to the satisfaction of the County's project manager before payment for the fixed price contract is authorized. FEI Time and Materials: The County agrees to pay the contractor for the amount of labor time spent by the contractor's employees and subcontractors to perform the work (number of hours times hourly rate), and for materials and equipment used in the project (cost of materials plus the contractor's markup). This methodology is generally used in projects in which it is not possible to accurately estimate the size of the project, or when it is expected that the project requirements would most likely change. As a general business practice, these contracts include back-up documentation of costs; invoices would include number of hours worked and billing rate by position (and not company (or subcontractor) timekeeping or payroll records), material or equipment invoices, and other reimbursable documentation for the project. ❑ .eA eests,- neludino , , , I I IV Nu, vav�� If iv�+ i 1-0 Page 2 of 17 Fixed Term Service Multi -Contractor Agreement 202 i_Ver.I Packet Pg. 1477 16.C.4.d 4.2 Any County agency may obtain services under this Agreement, provided sufficient funds are included in their budget(s). 4.3 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of the Agreement. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this Agreement. 4.3 The County, or any duly authorized agents or representatives of the County, shall have the right to conduct an audit of Contractor's books and records to verify the accuracy of the Contractor's claim with respect to Contractor's costs associated with any Payment Application, Change Order, or Work Directive Change. '- - - - - • - ... _ -------------- 5. SALES TAX. Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. Collier County, Florida as a political subdivision of the State of Florida, is exempt from the payment of Florida sales tax to its vendors under Chapter 212, Florida Statutes, Certificate of Exemption # 85-8015966531 C. Page 3 of 17 Fixed Term Service Multi -Contractor Agreement 202I_ U.i Packet Pg. 1478 16.C.4.d 6. NOTICES. All notices from the County to the Contractor shall be deemed duly served if mailed or emailed to the Contractor at the following: Company Name: Capital Contractors LLC Address: 9010 Strada Stell Ct., Suite 108 Na les, FL 34109 Authorized Agent: Attention Name & Title: Telephone: E-Mail(s): Adam Ahmad, Owner 239 273-8894 Adam,Ahmad@capitalenqr.com All Notices from the Contractor to the County shall be deemed duly served if mailed or emailed to the County to: Board of County Commissioners for Collier County, Florida Division Director: Division Name: Address: Damon Grant Facilities Management Division 3335 Tamiami Trail East, Ste 109 Naples, FL 34112 _ Administrative Agent/PM: Juan Delgado I James Williams Telephone: (239) 252-72921(239) 252-8380 E-Mai I(s): Juan.Dolgado@colliercountyfl.gov/james.Williams@colliercountyfl.gov The Contractor and the County may change the above mailing address at any time upon giving the other party written notification. All notices under this Agreement must be in writing. 7. NO PARTNERSHIP. Nothing herein contained shall create or be construed as creating a partnership between the County and the Contractor or to constitute the Contractor as an agent of the County. 8. PERMITS: LICENSES: TAXES. In compliance with Section 218.80, F.S., all permits necessary for the prosecution of the Work shall be obtained by the Contractor. The County will not be obligated to pay for any permits obtained by Subcontractors. Payment for all such permits issued by the County shall be processed internally by the County. All non -County permits necessary for the prosecution of the Work shall be procured and paid for by the Contractor. The Contractor shall also be solely responsible for payment of any and all taxes levied on the Contractor. In addition, the Contractor shall comply with all rules, regulations and laws of Collier County, the State of Florida, or the U. S. Government now in force or hereafter adopted. The Contractor agrees to comply with all laws governing the responsibility of an employer with respect to persons employed by the Contractor. Page 4 of 17 Fixed Term Service Multi -Contractor Agreement 2021_Ver.I Packet Pg. 1479 16.C.4.d 9. NO IMPROPER USE. The Contractor will not use, nor suffer or permit any person to use in any manner whatsoever, County facilities for any improper, immoral or offensive purpose, or for any purpose in violation of any federal, state, county or municipal ordinance, rule, order or regulation, or of any governmental rule or regulation now in effect or hereafter enacted or adopted. In the event of such violation by the Contractor or if the County or its authorized representative shall deem any conduct on the part of the Contractor to be objectionable or improper, the County shall have the right to suspend the Agreement of the Contractor. Should the Contractor fail to correct any such violation, conduct, or practice to the satisfaction of the County within twenty-four (24) hours after receiving notice of such violation, conduct, or practice, such suspension to continue until the violation is cured. The Contractor further agrees not to commence operation during the suspension period until the violation has been corrected to the satisfaction of the County. 10. TERMINATION. Should the Contractor be found to have failed to perform his services in a manner satisfactory to the County as per this Agreement, the County may terminate said Agreement for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be the sole judge of non-performance. in the event that the County terminates this Agreement, Contractor's recovery against the County shall be limited to that portion of the Agreement Amount earned through the date of termination. The Contractor shall not be entitled to any other or further recovery against the County, including, but not limited to, any damages or any anticipated profit on portions of the services not performed. 11. NO DISCRIMINATION. The Contractor agrees that there shall be no discrimination as to race, sex, color, creed or national origin. 12. INSURANCE. The Contractor shall provide insurance as follows: A. W Commercial General Liability: Coverage shall have minimum limits of $1,000,000 Per Occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. B. 9 Business Auto Liability: Coverage shall have minimum limits of $ 1,000,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include: Owned Vehicles, Hired and Non -Owned Vehicles and Employee Non -Ownership. C. *Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of $ 500,000 for each accident. Page 5 of 17 Fixed Term Service Multi -Contractor Agreement 2021 Ver.l ,f Packet Pg. 1480 16.C.4.d C. ❑ r�­ter-UabMNE. Gaverage shall have minimum limits ef $ per r";4im F- ❑ SSoecial Requirements: Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier County Government shall be listed as the Certificate Holder and included as an "Additional Insured" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Contractor's policy shall be endorsed accordingly. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. The Contractor shall provide County with certificates of insurance meeting the required insurance provisions. Renewal certificates shall be sent to the County thirty (30) days prior to any expiration date. Coverage afforded under the policies will not be canceled or allowed to expire until the greater of: thirty (30) days prior written notice, or in accordance with policy provisions. Contractor shall also notify County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non -renewal or material change in coverage or limits received by Contractor from its insurer, and nothing contained herein shall relieve Contractor of this requirement to provide notice. Contractor shall ensure that all subcontractors comply with the same insurance requirements that the Contractor is required to meet. 13. INDEMNIFICATION. To the maximum extent permitted by Florida law, the Contractor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, whether resulting from any claimed breach of this Agreement by Contractor, any statutory or regulatory violations, or from personal injury, property damage, direct or consequential damages, or economic loss, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor or anyone employed or utilized by the Contractor in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. Page 6 of 17 Fixed Term Service Multi -Contractor Agreement 2021_Ver.I Packet Pg. 1481 16.C.4.d 13.1 The duty to defend under this Article 13 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Contractor, County and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to Contractor. Contractor's obligation to indemnify and defend under this Article 13 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the County or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 14. AGREEMENT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Facilities Management Division 15, CONFLICT OF INTEREST. Contractor represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. Contractor further represents that no persons having any such interest shall be employed to perform those services. 16. COMPONENT PARTS OF THIS AGREEMENT. This Agreement consists of the following component parts, all of which are as fully a part of the Agreement as if herein set out verbatim: Contractor's Proposal, Insurance Certificate(s), 0 Exhibit A Scope of Services, Exhibit B Fee Schedule, ❑ RFRS ❑ 4-T13/01 Other Invitation for Qualification (I FQ) #20-7771 , including Exhibits, Attachments and Addenda/Addendum, ❑■ subsequent quotes, and ❑ 17. APPLICABILITY. Sections corresponding to any checked box ( ■ ) expressly apply to the terms of this Agreement. 18, SUBJECT TO APPROPRIATION. It is further understood and agreed by and between the parties herein that this Agreement is subject to appropriation by the Board of County Commissioners. 19, PROHIBITION OF GIFTS TO COUNTY EMPLOYEES. No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part Ill, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, as amended, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any Agreement held by the individual and/or firm for cause. 20. COMPLIANCE WITH LAWS. By executing and entering into this Agreement, the Contractor is formally acknowledging without exception or stipulation that it agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to this Agreement, including but not limited to those dealing with the Immigration Reform and Control Act of 1986 as Page 7 of 17 Fixed Term Service Multi -Contractor Agreement 2621_Ver.1 Packet Pg. 1482 16.C.4.d located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended; taxation, workers' compensation, equal employment and safety including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes, and the Florida Public Records Law Chapter 119, if applicable, including specifically those contractual requirements at F.S. § 119.0701(2)(a)-(b) as stated as follows: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Communication and Customer Relations Division 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8999 Email: PublicRecord Reg uest colIiercount fl. ov The Contractor must specifically comply with the Florida Public Records Law to: 1. Keep and maintain public records required by the public agency to perform the service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify the County in writing. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this Agreement and the County shall have the discretion to unilaterally terminate this Agreement immediately. Page 8 of 17 Fixed Tenn Service Multi -Contractor Agreement 2021_Ver.1 Packet Pg. 1483 16.C.4.d 21. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County encourages and agrees to the successful Contractor extending the pricing, terms and conditions of this solicitation or resultant Agreement to other governmental entities at the discretion of the successful Contractor. 22. PAYMENTS WITHHELD, The County may decline to approve any application for payment, or portions thereof, because of defective or incomplete work, subsequently discovered evidence or subsequent inspections. The County may nullify the whole or any part of any approval for payment previously issued and the County may withhold any payments otherwise due to Contractor under this Agreement or any other Agreement between the County and Contractor, to such extent as may be necessary in the County's opinion to protect it from loss because of: (a) defective Work not remedied; (b) third party claims failed or reasonable evidence indicating probable fling of such claims; (c) failure of Contractor to make payment properly to subcontractors or for labor, materials or equipment; (d) reasonable doubt that the Work can be completed for the unpaid balance of the Contract Amount; (e) reasonable indication that the Work will not be completed within the Contract Time; (f) unsatisfactory prosecution of the Work by the Contractor; or (g) any other material breach of the Contract Documents. If any conditions described above are not remedied or removed, the County may, after three (3) days written notice, rectify the same at Contractor's expense. The County also may offset against any sums due Contractor the amount of any liquidated or unliquidated obligations of Contractor to the County, whether relating to or arising out of this Agreement or any other Agreement between Contractor and the County. 23. ❑■ CLEAN UP. Contractor agrees to keep the Project site clean at all times of debris, rubbish and waste materials arising out of the Work. At the completion of the Work, Contractor shall remove all debris, rubbish and waste materials from and about the Project site, as well as all tools, appliances, construction equipment and machinery and surplus materials, and shall leave the Project site clean. 24. STANDARDS OF CONDUCT: PROJECT MANAGER SUPERVISOR EMPLOYEES, The Contractor shall employ people to work on County projects who are neat, clean, well-groomed and courteous. Subject to the American with Disabilities Act, Contractor shall supply competent employees who are physically capable of performing their employment duties. The County may require the Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Collier County projects is not in the best interest of the County. 25. ❑■ WARRANTY. Contractor expressly warrants that the goods, materials and/or equipment covered by this Agreement will conform to the requirements as specified, and will be of satisfactory material and quality production, free from defects, and sufficient for the purpose intended. Goods shall be delivered free from any security interest or other lien, encumbrance or claim of any third party. Any services provided under this Agreement shall be provided in accordance with generally accepted professional standards for the particular service. These warranties shall survive inspection, acceptance, passage of title and payment by the County. Page 9 of 17 Fixed Term Service Multi -Contractor Agreement 2021_Ver.l Packet Pg. 1484 16.C.4.d Contractor further warrants to the County that all materials and equipment furnished under the Contract Documents shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable manufacturers, fabricators, suppliers or processors except as otherwise provided for in the Contract Documents. If, within one (1) year after final completion, any Work is found to be defective or not in conformance with the Contract Documents, Contractor shall correct it promptly after receipt of written notice from the County. Contractor shall also be responsible for and pay for replacement or repair of adjacent materials or Work which may be damaged as a result of such replacement or repair. These warranties are in addition to those implied warranties to which the County is entitled as a matter of law. 26. ❑■ TESTS AND INSPECTIONS. If the Contract Documents or any codes, laws, ordinances, rules or regulations of any public authority having jurisdiction over the Project requires any portion of the Work to be specifically inspected, tested or approved, Contractor shall assume full responsibility therefore, pay all costs in connection therewith and furnish to the County the required certificates of inspection, testing or approval. All inspections, tests or approvals shall be performed in a manner and by organizations acceptable to the County. 27. ❑- PROTECTION OF WORK. A. Contractor shall fully protect the Work from loss or damage and shall bear the cost of any such loss or damage until final payment has been made. If Contractor or anyone for whom Contractor is legally liable is responsible for any loss or damage to the Work, or other work or materials of the County or County's separate contractors, Contractor shall be charged with the same, and any monies necessary to replace such loss or damage shall be deducted from any amounts due to Contractor. B3 Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. C. Contractor shall not disturb any benchmark established by the County with respect to the Project. If Contractor, or its subcontractors, agents or anyone, for whom Contractor is legally liable, disturbs the County's benchmarks, Contractor shall immediately notify the County. The County shall re-establish the benchmarks and Contractor shall be liable for all costs incurred by the County associated therewith. 28. SUBMITTALS AND SUBSTITUTIONS. Any substitution of products/materials from specifications shall be approved in writing by the County in advance. 29. CHANGES IN THE WORK. The County shall have the right at any time during the progress of the Work to increase or decrease the Work. Promptly after being notified of a change, Contractor shall submit an estimate of any cost or time increases or savings it foresees as a result of the change. Except in an emergency endangering life or property, or as expressly set forth herein, no addition or changes to the Work shall be made except upon modification of the Purchase Order by the County, and the County shall not be liable Page 10 of 17 Fixed Term Service Multi -Contractor Agreement 202 ] _Ver.l Packet Pg. 1485 16.C.4.d to the Contractor for any increased compensation without such modification. No officer, employee or agent of the County is authorized to direct any extra or changed work orally. Any modifications to this Agreement shall be in compliance with the County Procurement Ordinance and Procedures in effect at the time such modifications are authorized. 30. AGREEMENT TERMS. If any portion of this Agreement is held to be void, invalid, or otherwise unenforceable, in whole or in part, the remaining portion of this Agreement shall remain in effect. 31. ADDITIONAL ITEMS/SERVICES. Additional items and/or services may be added to this Agreement in compliance with the Procurement Ordinance, as amended, and Procurement Procedures. 32. DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of Contractor with full decision -making authority and by County's staff person who would make the presentation of any settlement reached during negotiations to County for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed -upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of Contractor with full decision -making authority and by County's staff person who would make the presentation of any settlement reached at mediation to County's board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat. 33. VENUE. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. Rim .- WWL ..II- AF \_ !C:1=1�1R l-l�It'�i�iJlllr�L�a a�aYi.�a<wl'rl �'l lrl <���11W\�11'1!a-.[� iar.lW LLa R AGREEMENT STAFFING. The Contractor's personnel and management to be utilized for this Agreement shall be knowledgeable in their areas of expertise. The County reserves the right to perform investigations as may be deemed necessary to ensure that Page 11 of 17 Fixed Term Service Multi -Contractor Agreement 2021 Ver.1 Packet Pg. 1486 16.C.4.d competent persons will be utilized in the performance of the Agreement. The Contractor shall assign as many people as necessary to complete required services on a timely basis, and each person assigned shall be available for an amount of time adequate to meet required services. 35. ❑■ ORDER OF PRECEDENCE. In the event of any conflict between or among the terms of any of the Contract Documents, the terms of solicitation the Contractor's Proposal, and/or the County's Board approved Executive Summary, the Contract Documents shall take precedence. ■ . r r -_1W- - w G - - - w _ _ - Will W1111 - - ■ om - 36. ASSIGNMENT. Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of the County. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the County's consent, shall be void. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward the County. 37. SECURITY. The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four (4) years. All of Contractor's employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor's business. The Contractor shall immediately notify the Collier County Facilities Management Division via e-mail (DL-FMOPS@colliergov.net) whenever an employee assigned to Collier County separates from their employment. This notification is critical to ensure the Page 12 of 17 Fixed Term Service Multi -Contractor Agreement 2021_Ver, I Packet Pg. 1487 16.C.4.d continued security of Collier County facilities and systems. Failure to notify within four (4) hours of separation may result in a deduction of $500 per incident. 38. 0■ SAFETY. All Contractors and subcontractors performing service for Collier County are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Also, all Contractors and subcontractors shall be responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. Collier County Government has authorized the Occupational Safety and Health Administration (OSHA) to enter any Collier County Facility, property and/or right-of-way for the purpose of inspection of any Contractor's work operations. This provision is non- negotiable by any division/department and/or Contractor. All applicable OSHA inspection criteria apply as well as all Contractor rights, with one exception. Contractors do not have the right to refuse to allow OSHA onto a project that is being performed on Collier County Property, Collier County, as the owner of the property where the project is taking place shall be the only entity allowed to refuse access to the project. However, this decision shall only be made by Collier County's Risk Management Division Safety Manager and/or Safety Engineer. (Intentionally left blank -signature page to follow) Page 13 of 17 Fixed Tenn Service Multi -Contractor Agreement 2021_Ver.1 Packet Pg. 1488 16.C.4.d IN WITNESS WHEREOF, the parties hereto, by an authorized person or agent, have executed this Agreement on the date and year first written above. ATTEST: Crystal K. Kinzel, Clerk of Court & Comptroller By: Dated: (SEAL) Contractor's Witnesses: I I I i /jrs�tV-Vitness S i Cal I TType/print with 9as name Conn -tractor's Second ' ness el J^J tType/print witness nameT Approved as to Form and Legality: County Attorney Print Name BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA By: PENNY TAYLOR , Chair Capital Contractors LLC Contractor Page 14 of 17 Fixed Tenn Service Magi-Contraclor Agreement 2021_Ver.1 Packet Pg. 1489 16.C.4.d Exhibit A Scope of Services ❑■ following this page (pages 1 through 4 ) ❑ this exhibit is not applicable Page 15 of 17 Fixed Tenn Service Multi -Contractor Agreement 2021_Ver.l Packet Pg. 1490 16.C.4.d IFQ # 20-7771 "Small General Contracting Services" EXHIBIT A SCOPE OF SERVICES The Facilities Management Division (herein after referred to as "Division" and/or "County") is responsible for maintaining various County owned and leased buildings and facilities throughout Collier County. This Agreement establishes a pool of qualified contractors that can provide general construction and construction -related services, including maintenance services, after-hours repairs, and minor renovation services of County -owned and operated facilities to minimize operational downtime and maintain top operating conditions. The terms "Agreement" and "Contract" shall be used interchangeably throughout tbis Agreement. DETAILED SCOPE OF WORK Contractors, licensed in the State of Florida, shall provide minor repairs, construction, renovation, installation, and maintenance services. Normal and after-hours repair services will be required Countywide and include, but not be limited to, the following example types of work: • Supervision/administration of construction -related work; and • New construction work for renovations and building additions; and • Renovations/retrofits, repairs/replacements, maintenance, and installations; and • Demolition associated with renovations/retrofits; and • Scheduling work and subcontractors in harmony with the County's operations; and • Estimating cost of future projects; and • On -Call Urgent Services. Typically, maintenance and repair services will be completed during normal business hours, considered to be Monday through Friday between 7:00 AM and 5:00 PM. The County may request services during afterhours as deemed necessary by the County's representative or designee. Afterhours are considered before 7:00 AM and after 5:00 PM on weekdays and at any time on Saturday, Sunday or County -observed Holidays. Contractors must be qualified and are directly responsible for 100% of the contracted work. In the event the Contractor does not "self -perform" any or all tasks within the specifications, and utilizes subcontractors, the Contractor is directly responsible for all supervision, monitoring and compliance with the schedule, cost, work scope, plans and specification quality in the performance of a project for the County. Contractors are expected to submit quotes for each Request for Quotation that will be issued under this contract. Repeatedly failing to submit a quote, when requested, may result in the termination of Contractors Agreement. A. Procedures for Non -Urgent Work: I. For projects with a value of $25,000 or less, the procedure for obtaining quotes from the awarded Contractors is outlined below: 1. A quote will be requested from one (1) of the awarded Contractors on a basis that ensures a relatively even distribution of work. 2. The Contractor will respond with the information and/or proposal sought within seven (7) calendar days. 3. The County shall pay the Contractor for the performance of the work pursuant to the quoted price offered by the Contractor. The Contractor will be compensated for time and material not to exceed (T&M NTE) work. Page I of 4 Exhibit A — Scope of Services Packet Pg. 1491 16.C.4.d 4. Contractor will commence work upon County's issuance of a Purchase Order. The Contractor agrees that any Purchase Order that extends beyond the expiration date of the resultant contract will survive and remain subject to the terms and conditions of the resultant contract until the completion or termination of work. 11. For all projects with a value that exceed $25,000, the procedure for obtaining quotes from the awarded Contractors is outlined below: 1. A Summary of Work, project plans, technical specifications, etc. will be provided to all awarded Contractors, along with a quote schedule for providing an all-inclusive lump sum quote. Completion time may be specified in the Request for Quotation. 2. The County's Project Manager will set the required response time for each project, but the Contractors will be given a minimum of seven (7) business days to provide a quote. Other projects may require a longer quoting period to allow for proper coordination. This period may also include a pre -bid meeting. 3. Contractors shall provide a lump sum quote based on the quote schedule provided. The following is an example of a quote schedule that may be required: Item Number '. Description Unit Amount Item Cost 1 Mobilization lump Sum 1 $0.00 2 Sitework Lump Sum 1 $0.00 3 Demolition Lump Sum 1 $0.00 4 Masonry Lump Sum 1 $0.00 5 Structural Lump Sum 1 $0.00 6 Roofing._Lump Sum l $0.00 7 Plumbing Lump Sum 1 $0.00 S HVAC Lump Sum 1 $0.00 9 Electrical Lump Sum 1 $0.00 Lump Sum Total $0.00 4, The County's Project Manager will review all quotes received by the given due date and may negotiate with the Contractor who submits the lowest quote, if outside the budget. 5. No single project may exceed $200,000. 6. Contractor will commence work upon County's issuance of a Purchase Order. The Contractor agrees that any Purchase Order that extends beyond the expiration date of the contract will survive and remain subject to the terms and conditions of the resultant contract until the completion or termination of work. The County reserves the right to waive any or all of these requirements and to separately solicit any job if in the best interest of the County. The County reserves the right to supply all necessary parts for selected projects and repairs. B. UrIlent Work: Urgent work shall be defined as any work that is not scheduled. 24-hour availability is needed to complete on -call urgent work. Urgent work will be completed on a rotating schedule with one (1) Contractor designated for a one (1) week period. Each awarded Contractor shall supply all County departments utilizing the resultant contract with a minimum of two (2) twenty-four (24) hour urgent contact phone numbers. All Contractors must participate in the urgent work rotation, which will be equally divided among the awarded Contractors. The annual schedule will be developed at a meeting with all awarded Contractors at the beginning of the contract term, and annually thereafter. The Facilities Management Division will manage and maintain rotation schedules such that three (3) months of future assignments are accessible to all Contractors. Page 2 of 4 Exhibit A — Scope of Services Packet Pg. 1492 16.C.4.d Urgent work requests require telephone or email acknowledgement of the request within two (2) hours. Contractor must provide a Time and Materials Not to Exceed (T&M NTE) quote within 24 hours of the visit and also provide a schedule to complete required repairs. The County may require the Contractor to secure damaged work area via a temporary repair. Should a Contractor fail to respond to an urgent call the next Contractor in rotation shall be contacted. Any failure to provide coverage by a Contractor, may be subject to termination. C. Chances in the Work: The County shall have the right at any time during the progress of the Work to increase or decrease the work. Promptly after being notified of a change, Contractor shall provide the County with a T&M NTE proposal for any changes in the work. D. Invoices: All T&M NTE work assignments will utilize a fee schedule for labor/parts/equipment. Fee schedule rates, which are subject to additions or deletions, will be negotiated with the awarded Contractors and will be added to the contract for utilization. For all T&M NTE work, Contractor(s) shall be required to provide backup documentation of Contractor's time and proof of the subcontractor services and/or parts/materials/supplies/equipment by providing invoices and receipts at the time of invoice submission. Ancillary charges may be transferred to the County in the actual amount; however, mark-ups will not be allowed. Mark-ups will not be allowed on sales tax, consumer fees or taxes, use and other similar taxes or fees associated with any work under the resultant contract. Awarded Contractors agree to the following, as it pertains to markups and labor rates on T&M NTE work: I . The mark-up on rental equipment shal l not exceed 10%. 2. The mark-up on materials shall not exceed 10%. 3. The mark-up on subcontractors shall not exceed 15%. A copy of the Subcontractor invoice must be provided. 4. The labor rates provided by the Contractor are to be fully burdened to include overhead, insurance, profit and use of company owned small tools and equipment. E. Contractor's Responsibilities: Contractor(s) shall furnish all necessary qualified labor, materials, equipment, tools, consumables, transportation, skills, and incidentals required for the services requested. All work, equipment, pants and materials must meet Collier County Vertical Standards, if the work request is not specific and/or the Collier County Vertical Standards do not specify, then the work/equipment/parts/materials must be approved by the County's representative or designee. F. Permits/Licenses: The Contractor shall obtain and maintain all required permits and/or licenses necessary for the prosecution of the work prior to the start of construction. The Contractor must use a qualified engineer or company representative (with all related licenses and certifications being current and in full force and applicable jurisdiction) with the experience and ability to obtain all permits required for any and all repairs, when necessary and applicable. G. Warranty: The Contractor shall professionally perform to the industry standards and to the requirements in this solicitation and subsequent contractual documents. The Contractor shall warrant their work for one (1) year following final acceptance by the County. Parts and fixtures shall be new and warranted for a minimum of one (1) year or the maximum allowed by the manufacturer, whichever is greater. An extended warranty may be purchased through the Contractor fi•om the manufacturer without any markup being charged to the County. H. Records and Documentation: The Contractor(s) is responsible to maintain and update records for services provided. The documentation will include, and not be limited to, records of all service calls, maintenance performed, and any modifications, if applicable. All reports shall be sent to the County's representative or designee, noting date, repair, materials, location, and/or disposal information. The County reserves the right to require photographs of the completed work. Contractors will be required to use the County's Work Management procedures, such as utilizing online work request system, at no additional cost to the County or Contractor(s). The Contractor(s) will be responsible for utilizing any systems used by the County for work requests under the resultant contract. The Contractors may be required to update, complete and close work requests and attach before and after pictures, as necessary. Page 3 of 4 Exhibit A — Scope of Services Packet Pg. 1493 16.C.4.d I. Incidents: Contractor(s) must report any/all accidents/hazards immediately upon occurrence to the County's representative or designee, in writing, followed by any and all notifications required by law, such as Occupational Safety and Health Administration (OSHA) requirements. J. Inspections: The County and the Contractor(s) may conduct an inspection of the completed services provided in response to any resulting Purchase Order. Any deficiencies noted during an inspection shall be corrected before final acceptance. Such deficiencies shall be corrected within 24 hours after receipt of notification, unless otherwise directed by the County's representative or designee, at the Contractor's expense. K. Equipment Inventory: The Contractor(s) shall, under no circumstances, remove any equipment containing a County asset sticker. The Contractor(s) shall request that, when replacing equipment, the asset sticker be removed by an appropriate County's representative or designee authorized to adjust equipment inventory records. L. Facility Safety and Security: The Contractor and their subcontractors are required to comply with County Ordinance 2004-52, as amended. The Contractor and their subcontractors must meet all background checks and fingerprinting requirements and shall be responsible for all associated costs. At all times, the Contractor and their subcontractors must wear the assigned contractor badge while conducting work on County property. The awarded Contractors will be asked to work in the Collier County Sheriff's Office Correctional Facilities and other areas considered "high security", which require thorough background checks of personnel and tools taken into such Facilities. Work must be performed in accordance with industry standards and guidelines. The Contractor(s) will comply with all applicable federal, state and local laws, ordinances, rules and regulations pertaining to the performance of the services requested herein. Any fines levied due to inadequacies, or failure to comply with any requirements, will be the sole responsibility of the Contractor(s). Any employee or representative of the Contractor(s) found not in conformance with any laws, statutes, rules or regulations will not be allowed on the job site. Violations by a Contractor may constitute cause for immediate contract termination. The Contractor(s) must comply with Federal and State right -to -know laws if hazardous materials are used. Material Safety Data Sheets (MSDS) will be made available and must be provided to the County per the County's representative or designee direction. The Contractor is required to immediately report to the County's representative or designee any spillage or dumping of hazardous material on County property. The Contractor shall bear all costs associated with the cleanup of any such incidents. Contractors will be expected to understand and comply with Collier County Practices and Procedures (CMA's), Standard Operating Procedures (SOP's) or Job Safety Analysis (JSA's) that pertain to environmental, health and safety standards and/or work practices applicable to the activities they perform. These include but are not limited to: • Storage, handling, and use of flammable liquids and hazardous materials. • Storage, handling, and use of compressed gas cylinders. • Periodic safety inspections of equipment and work -site housekeeping. • Use of fall protection while working at heights above 6 feet. • Following electrical safety practices and lock out / tag out procedures. • Proper use of personal protective equipment. • Proper maintenance and use of ladders and other equipment. • Guarding of wall and floor openings, open trenches, and excavations. M. Clean-up: The Contractor(s) shall be responsible for removing all debris from the site and cleaning affected areas in the most environmentally friendly manner possible. The Contractor(s) 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 or designee, shall remove such debris and materials from the property. The Contractor(s) shall leave all affected areas as they were prior to beginning work. There will be no cost to the County for clean-up. Page 4 of 4 Exhibit A -- Scope of Services Packet Pg. 1494 16.C.4.d Exhibit B Fee Schedule following this page {pages through Page 16 of 17 Fixed Term Service Multi -Contractor Agreement 2021 Ver.1 Packet Pg. 1495 16.C.4.d IFQ # 20-7771 "Small General Contracting Services" EXHIBIT B FEE SCHEDULE CAPITAL CONTRACTORS, LLC Project Manager $94.00 Assistant Project Manager $52.00 Superintendent $80.00 Skilled Laborer $66.00 Non -Skilled Laborer $45.00 1. Quotes for projects with a value of $25,000 or less shall utilize time and material price methodology based on rates above. 2. The mark-up on rental equipment shall not exceed 10%. 3. The mark-up on materials shall not exceed 10%. 4. The mark-up on subcontractors shall not exceed 15%, A copy of the Subcontractor invoice must be provided. 5. The labor rates provided by the Contractor are to be fully burdened to include overhead, insurance, profit and use of company owned small tools and equipment. Page 1 of 1 Exhibit B — Fee Schedule Packet Pg. 1496 16.C.4.d Other Exhibit/Attachment Description: ❑ following this page (pages through _____) 0 this exhibit is not applicable Page 17 of 17 Fixed Term Service Multi -Contractor Agreement 2021_Ver.1 Packet Pg. 1497 I 16.C.4.e I ACCOR E CERTIFICATE OF LIABILITY INSURANCE I DATE IN 5/21/2021 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THI: CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIE7 BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZE[ 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 ti 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 CONTACT NAME: David Kennedy Olin HIII & Associates Inc. PHONE FAX 2804 Del Prado Blvd #107 A/C No Ext : 239-945-1900 A/C No): 239-945-3163 Cape Coral FL 33904 ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # INSURERA: Evanston Insurance Company 35378 INSURED CHRIS-5 Chris -Tel Company of Southwest Florida Inc dba Chris -Tel Construction; Chris -Tel Energy Inc 2534-A Edison Avenue Ft Myers FL 33901 INSURERB: Owners Insurance Company 32700 INSURERC: American Builders Insurance Co 11240 INSURERD: Ategrity Specialty Ins Co 16427 INSURER E: INSURER F : COVERAGES CERTIFICATE NUMBER: 1904491863 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOI INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THI; 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 Y Y MKLV7PBC000745 5/1/2021 5/1/2022 EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE OCCUR DAMAGE TO RENTED PREMISES Ea occurrence $ 300,000 MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY ❑X PRO- ❑ LOC JECT PRODUCTS - COMP/OP AGG $ 2,000,000 $ OTHER: B AUTOMOBILE LIABILITY 5033768902 5/1/2021 5/1/2022 COMBINED SINGLE LIMIT Ea accident $ 1,000,000 X BODILY INJURY (Per person) $ ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS X BODILY INJURY (Per accident) $ X DAMAGE (Pe accident) PROPERTY $ HIRED AUTOS X NON -OWNED AUTOSA UMBRELLA LIAB X OCCUR MKLV7EUL102056 5/1/2021 5/1/2022 EACH OCCURRENCE $ 5,000,000 X AGGREGATE $ 5,000,000 EXCESS LAB CLAIMS -MADE DED RETENTION $ $ C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N WCV022589005 10/10/2020 10/10/2021 PER OTH- STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT $ 1,000,000 CER/MEMBER OFFIEXCLUDED? ❑ N / A (Mandatory in NH) E.L. DISEASE - EA EMPLOYEE $ 1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 1,000,000 D Excess Liability 01 PXLP700003861 5/1/2021 5/1/2022 Each Occurrence 5,000,000 Aggregate 5,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) For any and all work performed on behalf of Collier County. Collier County is named as Additional Insured on the General Liability, per form #CG 20 10. The insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and t vendor's policy shall be endorsed accordingly. CERTIFICATE HOLDER CANCELLATION Collier County Board of County Commissioners 3295 Tamiami Trail E. Naples FL 34112 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORI THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED II ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE 1'_� K--Y- Q ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD Packet Pg. 1498 16.C.4.e POLICY NUMBER: MKLV7PBC000410 COMMERCIAL GENERAL LIABILITY CG20100413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location(s) Of Covered Operations As required by written contract executed by both parties All locations prior to loss Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the OU injury or damage arises has been put to its i intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. v C. With respect to the insurance afforded to these ti additional insureds, the following is added to c Section III — Limits Of Insurance: c•� If coverage provided to the additional insured is required by a contract or agreement, the most we E will pay on behalf of the additional insured is the amount of insurance: ca r 1. Required by the contract or agreement; or a © Insurance Services Office, Inc., 2012 Page 1 of 2 CG20100413 Packet Pg. 1499 16.C.4.e 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. Q © Insurance Services Office, Inc., 2012 Page 2 of 2 CG20100413 Packet Pg. 1500 INVITATION FOR QUALIFICATION IFQ NO. 20-7771 SMALL GENERAL CONTRACTING SERVICES COLLIER COUNTY GOVERNMENT, PROCUREMENT SERVICES DIVISION ATTN: SARAH HAMILTON, PROCUREMENT STRATEGIST 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 DUE: FRIDAY, DECEMBER 18, 2020 @ 3:OOPM "77 BUILD I RESTORE I PRESERVE 2534-A Edison Avenue I Fort Myers, Florida 33901 1 (239) 226-0500 1 www.christelconstruction.com CHRIS*TEL CONSTRUCTION WHAT SETS US APART LONGEVITY: Chris -Tel Construction was founded in 1989 and is based in Fort Myers, Florida with over 90 years of family histo- ry behind it. We are committed to establishing and engaging in long term relationships built upon the principles of integrity, dedication, quality craftsmanship and unwavering work ethic. Our firm has a continuous commitment to the local community and has successfully procured solid relationships with the local market and municipalities over the past thirty-one years. FINANCIAL STRENGTH: Our firm has the financial strength and capability to procure and manage any type of construction project. Due to our long history of business acumen and smart decisions, Chris -Tel Construction has obtained a bonding capacity of $100 Million for a single project and $300 Million aggregate. This, coupled with our conscious efforts to contin- ue to have a MOD Factor lower than the average (0.78), we area stable and financially sound firm that has gained the respect and prosperity in our industry. DIVERSIFIED TEAM: We have segmented our firm into three distinct groups (Commercial Construction, Site/Civil and Special Pro- jects) in order to provide our clients with a team that has the all encompassing capacity to manage every aspect of a project. Our Project Managers, Superintendents and staff offer specific knowledge based on the scope at hand and the professional experience to provide a lessons learned and best means and methods approach. UNMATCHED PRECONSTRUCTION: With over 50 years of combined experience, our estimating and preconstruction team is the most talented and p experienced in the area who, by default, perform numerous valued -added solutions to each project, large or small. We can lower the client budget by up to 40% during the value engineering and preconstruction phase. Using the latest technology coupled with the long-standing relationships we have built with the local subcon- tractor market, we procure accurate, fair pricing and historic cost analysis for every client. _ WORKING RELATIONSHIP WITH MUNICIPAL OFFICIALS: Having been in the area for over 90 years, the team at Chris -Tel Construction has fostered a solid working rela- tionship with local County and City officials. This is paramount when navigating permitting, design and certifica- tions during construction as well as tax incentives provided to our clients from the County and City. SUB -CONTRACTOR RELATIONSHIPS: The strong and long-standing relationships we have developed with the local subcontractor and vendor com- munity in Southwest Florida continues to be a key element on every project. The ability to provide our clients with fair and exact pricing for labor and materials maintains our status as an ethical and respected leader in the industry. ZERO CORPORATE: Chris -Tel Construction has doubled in size since 2015 with regards to number of staff and portfolio. This growth however has not changed our culture nor our relationships with our clients. We are local, available and involved from the top down on every project and have the staff at the ready no matter the need of the client. HRIS4,TEL IFQ No. 20-7771 Small General Contracting Services 1 CONSTRUCTION EVAL. CRITERIA NO. 1: COVER LETTER / MANAGEMENT SUMMARY December 18, 2020 Collier County Government Attn: Sarah Hamilton, Procurement Strategist Procurement Services Division 3295 Tamiami Trail East, Bldg. C-2 Naples, Florida 34112 • #20-7771 Small General Contracting Services • . Chris -Tel Company of Southwest Florida, Inc., dba Chris -Tel Construction 2534-A Edison Avenue, Fort Myers, Florida 33901 Howard L. Wheeler, II 1 P: (239) 226-0500 1 F: (239) 226-0503 1 hwheeler@christelconstruction.com December 18, 2020 Chris -Tel Construction is pleased to submit our qualifications to Collier County for IFQ 20-7771, Small General Contracting Services. We are a local, full -service, General Contractor and Construction Management firm licensed in the State of Florida with a history of providing construction management services on a contin- uing contract basis for various entities in Southwest Florida. Chris -Tel is an equal opportunity employer that makes an effort to hire local subcontractors, includ- ing DBE/W/MBE's. Our firm currently holds continuing contracts with Collier County, Collier County Public Schools, Florida Gulf Coast University, Florida South - Western State College, the Lee County School District Lee County Government, Hendry County Government, the City of Fort Myers and the Lee County Port Authority. These contracts are managed by our Special Projects Group and are a testament to our success rate in providing CM/CMAR services in a timely and efficient manner in an on -call and continuous capacity. Our ability to provide cost estimating, subcontractor participation, schedule adherence and project man- agement for quick turn -around and smaller dollar value projects in the same manner as larger, vertical or horizontal projects is a key component to the Collier County Government when selecting a General Contractor for this contract. Our firm employs a team of thirty-eight (38) individuals which include Project Managers, Superintendents and Estimators coupled with the back of house admin- istrative and accounting staff to proactively manage anyjob, no matter the size. We are also available to self -perform small tasks associated with these types of projects as necessary if it is in the best interest of the client and/or the schedule. Chris -Tel Construction has a diverse portfolio with projects varying in complexity and scope. Our team has completed new construction, renovations, and tenant build -outs. We have completed a multitude of projects for Collier County through our continuing contract and we look forward to continuing our relationship with the County. Recent projects that our firm has completed with Collier County include the Eagle Lakes Community Park hurricane repairs, NCWRF Operations Building Interior renovation, and the Naples and Immokalee Jail Facilities hurricane repairs project. These projects along with our storied experience working with every major municipality in Southwest Florida is a testament to our company's success. We can guarantee that the Collier County Government will greatly benefit from our experience, understanding and ability to complete these types of projects on time and within budget. Our team strengths for this contract include: ♦ Continuing Contracts Experience: As stated, Chris -Tel Construction is currently under or has been under contract with various municipalities for a continu- ing services basis and has completed many projects similar to or exactly like the requirements of this IFQ. Our staff is able to manage a multitude of quick, turn around projects in timely fashion without sacrificing quality or service. Our proposed team of qualified professionals possess a comprehensive under- standing of the work required, the policies and procedures in place and the industry experience to offer lessons learned wisdom to coordinate each pro- ject's objectives. Chris -Tel is an industry frontrunner in maintaining and completing a variety of work on time and within budget. ♦ Company Diversification: Chris -Tel Construction is segmented into three distinct groups (Commercial Construction, Site/Civil Construction and Special Pro- jects) in order to provide our clients with a team that has an all encompassing capacity to manage every aspect of a project. Our staff can offer specific knowledge based on the scope at hand and the professional experience to provide a lessons learned and best means and methods approach to each pro- ject. ♦ Ability to Self Perform: Our proposed team of professionals have the experience, knowledge and ability to self -perform a multitude of smaller tasks includ- ing carpentry, labor, demolition and construction when it is in the best interest of the County. The Special Projects Group staff is able to determine when this value added service is needed and will complete it if it is in the best interest of the client, the budget and the schedule. ♦ R.E.A.P. Certified Craftsmen: A number of our staff members are R.E.A.P. (Rehabilitation Education and Preservation) Certified for historic work, historic restoration and specialized carpentry. We appreciate your consideration of Chris -Tel Construction for this contract for Collier County. We are confident that with our storied experience providing these services for various municipalities we would be the ideal firm to execute this contract. Sincerely, Howard L. Wheeler, II President NRIS*TEL IFQ No. 20-7771 Small General Contracting Services 2 CONSTRUCTION EVAL. CRITERIA NO. 2: CERTIFIED WOMAN AND/OR MINORITY BUSINESS ENTERPRISE Although Chris -Tel Construction is not a Certified Minority Business Enterprise, we have a history and plan in place for utilizing DBE, MBE and WMBE subcontractors. CHRIS-TEL CONSTRUCTION DBE/WMBE HISTORYAND PLAN The use of DBE/MBE subcontractors is a standard practice at Chris -Tel Construction. Our commitment to the local market is evident in our past experience with municipal projects. We understand the importance of utilizing local subcontractors. Not only does it engage the local residents and provide them employment to assist their families, it also empowers the community to have a vested interest in the project from the beginning. To encourage DBE/MBE/WMBE participation, we participate in annual job fairs and match -making sessions with Florida Gulf Coast University (FGCU) Small Business Development Center. In conjunction with that, we implement the following technology: • Maintaining a database that is combination of Officer of Supplier Diversity (OSD), Housing Authority of Fort Myers (HACFM), Lee County Port Authority (LCPA) and Department of Transportation (DOT) accredited DBE, MBE and WMBE firms to give everyone certified an equal opportunity to bid the project • Emailing bid invitations to DBE, MBE & WMBE contractors in our database (comprised of DBE, MBE & WMBE contractors, listed in state certified databases OSD, HACFM, LCPA and DOT) • Telephone contact to DBE, MBE & WMBE contractors in our database • Targeted packaging of trade bids to accommodate bidding by DBE, MBE & WMBE needs • Waiving of bonding for contracts, as deemed prudent • Pre -Qualification of DBE, MBE & WMBE contractors in our database • Certification/Qualification assistance to potential DBE, MBE & WMBE subcontractors • Job fairs/match-making sessions to connect subcontractors and DBE. MBE & WMBE subcontractors • Payment program to help fund operations through contract process • Pre -bid community outreach and educational meetings • Document all new local hires CHRIS-TEL CONSTRUCTION DBE /WMBE HISTORICAL STATISTICS On our last two municipal projects, our average was 31.68% DBE utilization. We have a dedicated DBE Coordinator on staff in order to encourage and assist local DBE subcontractors and our estimating staff during the bid phase of this project. Working in conjunction with the Collier County Government, we are very confident that we will meet and most of the time exceed the participation goals. hoPROJECT NAME 79 Estero Boulevard Improvements (LC) CLIENT GOAL 10% ACUTAL DBE/LOCAL 47.79% North Fort Myers Rec Center (LC) 10% 17.57% Century Link Sports Complex (LC) 10% 10% Terry Park Improvements (LC) 10% 29% Dean Park/Second Street (CFM) 10% 97% The Landings at East Point (HACFM) 10% 25% Southward Village Apartments (HACFM) 10% 81% Broadway Apartments (HACFM) 10% 63% Coconut Cove Apartments (HACFM) 10% 34% NRIS*TEL IFQ No. 20-7771 Small General Contracting Services 3 CONSTRUCTION EVAL. CRITERIA NO. 3: BUSINESS PLAN AND APPROACH PRIORITIZING PROJECTS: Describe how your company typically prioritizes projects when multiple requests are coming in at the same time. When our firm receives an invitation to bid, our Project Managers examine the scope of work needing to be performed. When there are several requests coming in at the same time, our Project Managers must prioritize which jobs to pursue. Typically how our firm prioritizes projects is by determining our project staff's availability, the availability of local subcontractors and also whether or not the project encompasses our firm's areas of expertise. Chris -Tel Construction is committed to delivering our clients quality craftsmanship and the utmost customer care. Therefore, we carefully consider the workload that our firm takes on so that our team is never spread too thin. Chris -Tel Construction is segmented into three distinct groups (Commercial Construction over $4M, Site/Civil, and Special Pro- jects under $4M) in order to provide our clients with a team that has the all encompassing capacity to manage every aspect of a project. Typically, our Special Projects division handles all of our continuing contract work however, if needed, project manag- ers and superintendents can be pulled from other divisions to oversee various projects. Chris -Tel Construction has 38 full-time employees, of which there are thirteen Superintendents and five Project Managers to choose from. Our Special Projects divi- sion is comprised of two Project Managers and six Superintendents who each offer specific knowledge based on the scope at hand and have the professional experience to provide a lessons learned and best means and methods approach. Our Project Managers are highly qualified and have the capability to manage several different projects at one time. When pro- ject demands exceed current staffing levels, Project Managers will be assigned to multiple projects. PROJECT APPROACH: Provide a detailed plan of approach for a project that exceeds twenty-five thousand dollars ($25,000). Chris -Tel Construction understands the unique capabilities and laser focus aptitude a General Contractor should possess in or- der to successfully complete any project under a continuing services contract. Projects under contracts such as this typically have very tight turn -around schedules and more often than not, are going on simultaneously. The client has tight deadlines with strict schedules to meet due to time, money, staff, stakeholders or weather. Chris -Tel Construction is capable of coordinating and executing projects of all sizes. We have structured our company in a way that allows for projects under $4M (and especially under $200,000) to be managed and organized by our Special Projects Group in the same manner as a larger contract. Our client oriented CMAR process is the same for all projects and we provide complete transparency with the owner throughout all stages of the construction process regardless of the contract amount. The Special Projects Group administers the continuing services contracts for Collier County as well as our other municipal enti- ties. This group was strategically staffed to handle all projects $4M and under with the same management style and structure as any larger project. The Special Projects Group is overseen by Donnie Singleton, who is one of the owners/principals of the firm. Along with Donnie, we have two Project Managers (Brandi Schulte and Tobey Schneider), six Superintendents and an Assistant Project Manager. This team of professionals work cohesively to ensure that all the client's objectives are met and that the pro- ject stays on schedule and within budget with a complete back of house behind them that will assist in the facilitation of each project. Our approach to projects ranging from $200,000 and under is no different than a larger commercial construction pro- ject. We will maintain the same level of staffing and consistent client service throughout construction During the Preconstruction Phase, our team will review the summary of work, project plans and technical specifications provid- ed by the County and then devise a scope sheet for each subcontractor/trade needed for the project. In many cases, we may have an onsite pre -bid meeting with interested subcontractors in order for them to have a full understanding of the project pa- rameters, the environment in which they will be working and an awareness of the County's goals and objectives. We will then send out invitations to bid to all prequalified subcontractors in our database, which includes many DBE and MBE firms. When we send out invitations to bid, we provide explicit deadlines to ensure that our firm can provide the County with a lump sum quote in a timely manner. Our prequalification process for our subcontractors and vendors ensures that any subcon- tractor bidding our projects has provided the appropriate licenses, insurance certificates, E-Verify documentation and bonding information if applicable. HRIS4,TEL IFQ No. 20-7771 Small General Contracting Services 4 CONSTRUCTION EVAL. CRITERIA NO. 3: BUSINESS PLAN AND APPROACH PROJECT APPROACH CONT.: During the Construction Phase, our team will schedule meetings with the County before the project assigned would begin in or- der to completely understand what the project entails. For the duration of the project, our staff will be in constant communica- tion with the County and the back of house administrative team in order to provide a transparent and clearly communicated pro- cess throughout. This can and will include weekly meetings with the County and the subcontractors assigned to review the sched- ule, budget and safety. The Superintendent assigned to the project will be onsite throughout and will be the single point of con- tact on the ground for the County. We find that this streamlined communication prevents any misunderstandings or confusion during construction. Project administration and documentation will take place throughout construction making it an easy transition to the County. During the Post -Construction or Commissioning Phase, our team will provide the County with the necessary manuals, inspec- tions, instructions and as -built drawings necessary for completion and occupation of the facility. Any warranty issues will be tak- en care of swiftly due to our close proximity to the site. This alleviates any unscheduled costs or lost time to the County a nd in- stills a confidence in our firm to get the job done. SCHEDULE: Provide a sample schedule, with milestones for a project that exceeds twenty-five thousand dollars ($25,000). Each project will be assigned a Project Manager and Superintendent to oversee the successful completion of the project. These individuals are responsible for providing general direction of the work, making sure to adhere to the working drawings and specifi- cations within the allotted budget. They are also responsible for monitoring the progress of the various subcontractors. To maintain the original project timeline set forth by the County, a construction schedule will be created during preconstruction showing the critical delivery items and milestones necessary to meet the overall completion date. Creating a detailed schedule helps to streamline the project and other critical related work tasks. The construction schedule is comprised of detailed scope items to include preconstruction and close-out/commissioning in chronological order to illustrate the project in bar graph form. The completed schedule is communicated to the subcontractors awarded and the County in order to facilitate the project in a timely fashion. Also included in the schedule are lead times for various materials depending on the project's overall scope. These lead times can be adjusted based on vendor availability and product necessity. Each week, during the OAC meeting (Owner, Architect/Engineer, Contractor) the schedule will be reviewed and updated. We un- derstand that it is our responsibility as the CMAR to adhere to the construction schedule to ensure successful completion of pro- jects on time and within budget. In ask Name Duration ' Start I Finish Predecessors '19 Mm1U'19 Nor17 '19 Mw24'19 ❑ec1'19 Bec8 '19 ❑ec 15'19 T F S S M i W T F S S IM i W T F S S M i W i F S S M T W T i S S M T W i F S S M T WIT IF 1 Mobilization 2days Fri 11l809 Man 11111l19 2 Metal Cenapy Install 10 days Tue 11/12/19 Mon 1125l19 3 Inspections 1 day 1.1 on 11/25119 Mon 1125119 .' -, .: 4 Idewalk Addition 5 days. Minn 1125119 Fri 11129l19 5 Inspecfio ns 1day Wed 1127l19 Wed 11127119 6 Canvas Installation 10 days Tue 1106119 Id on 1219119j 1 7 Final Inspections 3days Tue 12l10119 Thu 12/12/19 '', 8 Site C lea nupA) em o6 ilization 5days Fri 12I13f19 Thu 12119l19j . Task Q kl iI estone ♦ E.I.—i Tasks Project: Sunshine Elementary Covered Split Summary �� l E.Wor Milestone Date: Thu 1117119 Frog— Protect Sum m ary ^ ❑ead5ne b Page 1 NRIS*TEL IFQ No. 20-7771 Small General Contracting Services 5 CONSTRUCTION NOW - _ PAN r Chris -Tel Construction provided Construction Manager at Risk services un- der a continuing services contract with the School District of Lee County for the Sunshine Elementary Covered Canopies project. The project required installing a covered canopy walkway leading from the main school building to each individual portable on the Sunshine Elementary School campus in Lehigh Acres. The covered walkway that was installed included a combina- tion of both aluminum canopies as well as canvas canopies. Scope of work also included concrete work for footers, foundations and sidewalk addi- tions, and miscellaneous landscape work. i EVAL. CRITERIA NO. 4: EXPERIENCE AND CAPACITY OF THE FIRM FIRM'S AND SUBCONTRACTORS' QUALIFICATIONS: Provide information that documents your firm's and subcontractors' qualifications to produce the required deliverables, including abilities, capacity, skill, and financial strength, and number of years of experience in providing the require services. Chris -Tel Construction is extremely experienced and highly qualified to perform small general contractor services for the County on a continuing and on call basis. We understand the unique capabilities and laser focus aptitude a General Contractor should possess in order to successfully complete any project under a continuing services contract. Our firm began in 1989 performing small work for municipal agencies and educational institutions. These small projects spawned a portfolio of experience that cul- minates our firm dynamic today. Not only does our firm bring thirty-one (31) years of local construction management experi- ence, we add a unique understanding of fast track and short turnaround projects for clients all over Southwest Florida. Due to our long history of business acumen and smart decisions, Chris -Tel Construction has obtained a bonding capacity of $100 million for a single project and $300 million aggregate. Chris -Tel Construction is comprised of three divisions; Commercial Construction, Site/Civil and Special Projects. Our Special Pro- jects Group is responsible for all continuing contract work. This group was strategically staffed to handle all projects $4M and under with the same management style and structure as any larger project. Currently, our Special Projects Group provides continuing contract work for Collier County Government, Florida South Western State College, Florida Gulf Coast University, the Lee County School District, the City of Fort Myers, Lee County Government, Hen- dry County Government and the Lee County Port Authority. It is with this current and previous experience on continuing con- tract work that we have mastered the staffing levels and workplace procedures to successfully complete an array of projects on an "on -call" basis. Projects under contracts such as this typically have very tight turn -around schedules and more often than not, are going on simultaneously. We understand all of the nuances of these types of contracts and have structured our firm in a way to concentrate corporate efforts on smaller dollar amount projects with the creation of our Special Projects Group. Our past pro- jects range from just over $1,000 to almost $4M. Our approach to projects ranging from $4M and under is no different than a larger commercial construction project. We will maintain the same level of staffing and consistent client service throughout con- struction. Our client oriented process is the same and we provide complete transparency with the owner as we would any other project. We have the ability and the knowledge to evaluate each project to determine the level of staffing required, the number of subcontractors needed and the value engineering involved in order to complete the project on time and within the budget established by the client. Chris -Tel Construction uses a pre -qualification process in order to provide our owners / clients the best pricing and local experi- ence, capacity and skill available in Southwest Florida. We provide any firm wishing to be utilized as a subcontractor on one of our projects a pre -qualification form that they are required to fill out and return with the necessary information requested be- fore they are able to bid on any job that we have. The prequalification process helps to eliminate any unlicensed or unfit subcon- tractors from our job sites. Included with the form, each potential subcontractor must provide a copy of their current license, insurance certificates, bonding capacity, contact information, their DBE/MBE status and their E-Verify registration information through the Department of Homeland Security. Once the scope of work is established, the internal estimates have been calculated and the bid packages are created, we will publicly advertise and extend invites to our database of pre -qualified subcontractors. A database which includes over 1,200 ven- dors to invite. This bidding process helps ensure we receive multiple bidders to help with competitive pricing for our owners. Our estimating and preconstruction staff have a combined 50 years of experience in the Southwest Florida market. We have devel- oped solid relationships with numerous subcontractors from various trades and have worked with all of them on numerous pro- jects in the past. This experience and strong working relationships allows our firm to provide our clients with the best pricing available from local subcontractors as well as seasoned knowledge on the abilities and dynamics of the subcontractor market. Having worked with numerous subcontractors, our firm is aware of their construction experience, skills and expertise as it per- tains to the job at hand. We are therefore able to match/suggest the subcontractor we feel is most qualified to perform the scope of work, not to exceed the budget. Chris -Tel does not believe in sacrificing the quality of a project. We believe in finding the most qualified individuals to perform the work for a price that is fair. HRIS4,TEL IFQ No. 20-7771 Small General Contracting Services 7 CONSTRUCTION EVAL. CRITERIA NO. 4: EXPERIENCE AND CAPACITY OF THE FIRM TEAM MEMBERS' SUCCESSFUL EXPERIENCE WORKING TOGETHER: Describe the various team members' successful experience in working with one another on previous projects. Our team is comprised of seasoned professionals that have managed and been a part of various municipal and private entities' continuing contract services since inception. Our firm has thirty-eight (38) full time employees, of which there are thirteen Su- perintendents, five Project Managers, and a complete back of house ready, able and willing to execute this contract for the County. Our team is comprised of individuals who each offer specific knowledge based on the scope at hand and have the pro- fessional experience to provide a lessons learned and best means and methods approach to successfully complete these pro- jects for the County on time and within budget. Chris -Tel Construction has a Special Projects Division that typically handles our continuing services contract work. This team is comprised of the following Chris -Tel Construction staff: Donnie Singleton, Executive Vice President/Principal Brandi Schulte, Project Manager Tobey Schneider, Project Manager Joey Gill, Project Manager/Superintendent Charles Prindle, Superintendent Brain Slowinski, Superintendent Mike Bolebruch, Superintendent Felipe Amaya, Superintendent Bob Morgan, Superintendent Lisa Gatewood, Assistant Project Manager The Special Projects Division of Chris -Tel Construction has always delivered successful projects for our owners on time and with- in budget. This team has successfully worked together for several years on quick turn -around projects whose dollar value ranges anywhere from $1,000 to over $2 million. This group of talented individuals have mastered the nuances of these types of con- tracts and are ready, able and willing to provide general contracting services to the County for this contract. CHRIS-TEL CONSTRUCTION CORPORATE TEAM RPM , rt �ni F Sr Snlw ILI NRIS*TEL IFQ No. 20-7771 Small General Contracting Services 8 CO EVAL. CRITERIA NO. 4: EXPERIENCE AND CAPACITY OF THE FIRM GENERAL CONTRACTOR LICENSE: Provide proof that your company is licensed as a General Contractor or Building Contractor in the State of Florida. Ron DeSantis, Governor STATE OF FLORIDA Halsey Beshears, Secretary DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD THE GENERAL CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES WHEELER, HOWARD LLOYD II WA'aCHRIS-TEL CONSTRUCTION 2534 EDISON AVENUE #A FORT MYERS FL 33901 LICENSE NUMBER: CGC0386'04 EXPIRATION DATE: AUGUST 31, 2022 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. EQUIPMENT: Provide a list of existing equipment owned by the contractor to deliver the services under this contract. Chris -Tel Construction has an onsite carpentry shop at our headquarter office and a warehouse complete with various tools and machinery to complete any job successfully. When in need of lifts or cranes, we rely on a list of multiple local equipment rental agencies to get the job done. b a p HRIS4-TEL IFQ No. 20-7771 Small General Contracting Services 9 CONSTRUCTION i:B��c�IF�411lIifA 1. :l � I 7 I Chris -Tel Construction was selected to provide general contracting services to Collier County for the repairs at Eagle Lakes Community Park as a result of Hurricane Irma. The scope of work included re- pairs to the field house, restrooms, fitness and family building, re- placement and repairs to the lighting fixtures and poles throughout the park including the softball, baseball, and soccer fields, basket- ball courts, pavilion and children's playground. �`• a:.."_ yam' ���r EVAL. CRITERIA NO. 4: EXPERIENCE AND CAPACITY OF THE FIRM COLLIER COUNTY SHERIFF'S OFFICE CCSO ROC STAFF OFFICES REMODEL NAPLES, FLORIDA PROJECT COST: $84,906 CURRENT PHASE OF DEVELOPMENT: Completed COMPLETION DATE: September 2020 SERVICES PROVIDED: General Contracting OWNER CONTACT: Collier County Sheriff s Office John Lambley, Manager, Facilities Management (239) 252-0521 1 john.lambley@colliersherifforg SIZE: Various HRIS*TEL IFQ No. 20-7771 Small General Contracting Services 11 CONSTRUCTION EVAL. CRITERIA NO. 4: EXPERIENCE AND CAPACITY OF THE FIRM COLLIER COUNTY GOVERNMENT GROWTH MANAGEMENT BUILDING RENOVATIONS NAPLES, FLORIDA PROJECT COST: $115,039 CURRENT PHASE OF DEVELOPMENT: Completed COMPLETION DATE: February 2019 SERVICES PROVIDED: Construction Manager at Risk Under Continuing Services Contract OWNER CONTACT: Collier County Government Tony Barrone, Project Manager (239) 252-86961 tony.barrone@colliercountyFl.gov PROJECT ARCHITECT : MJRDB Architecture Matt Bechtel, AIA, Principal/Owner (239) 246-7297 1 info@mjrdb.com SIZE: 5,100 SF IFQ No. 20-7771 Small General Contracting Services 12 Chris -Tel Construction was selected to provide Construction Manager at Risk services under a continuing services contract with Collier Coun- ty Government for the renovations to the Immokalee Road and Bridge Building located in Immokalee, Florida. The building was in need of desperate repair after a hurricane. The scope of work included lead and asbestos testing, removing and replacing acoustic tiles, install ANSI grade 1 hardware, patch and repair wall, paint, caulking, installation of new vinyl flooring and bathroom tiles, relocated electrical devices, install new plumbing and lighting fixtures as well as installation of new bathroom partitions. Project was completed on time and under original budget provided. EVAL. CRITERIA NO. 5: SPECIALIZED EXPERTISE OF TEAM MEMBERS ASST. PROJECT MGR. Lisa Gatewood SAFETY / COMPLIANCE* Alba Gonzalez a ^" ACCOUNTING Andrea Carnes Co e-r County PRINCIPAL -IN -CHARGE* Howard Wheeler, II PROJECT EXECUTIVE ADDITIONAL STAFF IF Donnie Singleton NEEDED: PROJECT MANAGER PROJECT MANAGER Tobey Schneider Joey Gill SUPERINTENDENT I I SUPERINTENDENT Chuck Prindle Felipe Amaya Proposed Howard L. Wheeler, II, President/ Principal -in -Charge 20% 10% Donnie Singleton, Executive Vice President/ Project Executive 10% 30% Joey Gill, Project Manager 30% 50% *Tobey Schneider, Project Manager 30% 50% Chuck Prindle, Superintendent 10% 100% Felipe Amaya, Superintendent 10% 100% Lisa Gatewood, Assistant Project Manager 50% 25% Andrea Carnes, Accounts Receivable 10% 10% Alba Gonzalez, Compliance Specialist - Value Added Service 10% 10% MRIS*TEL IFQ No. 20-7771 Small General Contracting Services 14 IDS EVAL. CRITERIA NO. 5: SPECIALIZED EXPERTISE OF TEAM MEMBERS KEY ROLES AND RESPONSIBILITIES: Provide a description of the proposed contract team and the role to be played by each member of the team. Howard L. Wheeler, II, President: As President of the firm, Mr. Wheeler will serve as the Principal -in -Charge with regards to con- tract negotiation, subcontractor contracts, project administration, cost control and preconstruction services for the project. He will attend owner meetings. Donnie Singleton, Executive Vice President/ Project Executive: As Executive Vice President, Mr. Singleton will act as one of the points of contact and overall in charge of the project(s). He manages, assesses, audits and develops the corporate safety program in addition to supervising the safety of the staff, including periodic job site evaluations and inspections. He provides technical as- sistance for the successful implementation and management of the corporate safety program and ensures compliance with appli- cable regulatory codes, standards and OSHA corporate safety policy. Joey Gill, Project Manager: As Project Manager, Mr. Gill is responsible for managing the construction administration documenta- tion, assisting with bidding and subcontractor awarding, coordinating subcontractor participation and will attend all owner/ contractor meetings throughout a project's duration. Tobey Schneider, Project Manager: If needed, for this contract, we are prepared to assign another Project Manager to handle the workload of this contract for the County. As Project Manager, Mr. Schneider would also be responsible for managing the con- struction administration documentation, assisting with bidding and subcontractor awarding, coordinating subcontractor partici- pation and will attend all owner/contractor meetings throughout a project's duration. Chuck Prindle, Superintendent: Mr. Prindle will perform the role of Superintendent on site during construction. He will maintain communication with the subcontractors and client representative, manage material delivery, attend the owner/client meetings, adhere to the construction schedule, assist with cost control and constructability onsite. Felipe Amaya, Superintendent: Mr. Amaya will perform the role of Superintendent on site during construction. He will maintain communication with the subcontractors and client representative, manage material delivery, attend the owner/client meetings, adhere to the construction schedule, assist with cost control and constructability onsite. Lisa Gatewood, Bid Coordinator/Assistant Project Manager: Ms. Gatewood will perform the role of Bid Coordinator and Assis- tant Project Manager during both preconstruction and construction. Her responsibilities will include bid invitations, subcontrac- tor prequalification processes, permit coordination and project documentation from preconstruction to close out. Andrea Carnes, Accounts Receivable: Ms. Carnes will be responsible for the Accounts Receivable throughout the duration of the project(s). This entails setting up the project in our accounting/billing system, payment coordination documentation, maintaining communication regarding pay applications, change orders and deductive change orders. She will also be responsible for coordi- nation the close out documentation for the project. Alba Gonzalez, Compliance Specialist: Ms. Gonzalez will be responsible for the overall compliance and safety of the project(s). Assisting Mr. Singleton in the field, Ms. Gonzalez will be coordinating and carrying out site visits to ensure OSHA compliance and safety, conducting on -site training if needed and compiling documentation for monthly PMIS reporting to the owner and OSHA. HRIS4,TEL IFQ No. 20-7771 Small General Contracting Services 15 CONSTRUCTION EVAL. CRITERIA NO. 5: SPECIALIZED EXPERTISE OF TEAM MEMBERS HOWARD WHEELER, II President/Principal-In-Charge As Founder and President, Howard is in complete charge of every phase of Chris -Tel Construction. As a native Floridian and a third generation contractor in the Fort Myers area, he brings a lifetime of con- struction acumen and a genuine understanding of the particular construction demands in Southwest Florida. Howard founded Chris -Tel Construction in 1989 and provides executive administration for projects collectively totaling more than $100 million in value. Because he works and plays in his hometown, Howard exemplifies community involvement in his endeavors with charitable organiza- tions and other local community groups in and around Southwest Florida. REPRESENTATIVE EXPERIENCE Collier County Government Continuing Services Contract Growth Management Building Renovations $70,942 North Gulf Shore Wall Replace $67,896 N.A.R.C. Aluminum Structure $2,857 Immokalee Road & Bridge Bldg. $98,152 Marco Island Tax Collector Building $7,126 Immokalee CCSO Repairs $2,100 Margood Cottage Demolition $8,760 GMD-Customer Counter $32,070 Florida Gulf Coast University Continuing Services Contract Transportation Upgrades Phases I and II $1,110,904 Central Energy Plant Upgrades $563,152 Office of the President Renovations $9,200 McTarnaghan Hall Renovations $225,000 Exam Room -Howard Hall $100,000 Einstein Bros. Bagels Reno. $14,436 Whitaker Hall Office Renovations $15,000 Lutgert Hall Renovations Childcare Privacy Wall $10,500 $66,084 Baseball Complex Canopy $6,000 Florida SouthWestern State College Continuing Services Contract Barbara B. Mann Various Renovations $1,199,338 Building A Power Pole -Lee $1,700 Peeples Learning Resources Library -Lee $368,351 Building K Fire Door -Charlotte $1,495 Rauchenberg Gallery $99,000 Hurricane Restoration -Collier $6,570 Learning Resources Center -Collier $952,506 Building U Warning System -Lee $4,100 Building T Renovations -Lee $19,150 Building L Renovations -Lee $4,413 Building C Minor Repairs -Lee $7,000 Building A Minor Repairs -Lee $4,900 Building O Lighting Modifications -Charlotte $17,474 Building A Remodel -Collier $175,000 Building G-Library Renovations -Lee $15,900 Building J 2nd Floor Renovations $22,716 Site Lighting Upgrades -Charlotte $43,731 Building S Renovation (estimating) $1,800,000 Lee County School District Continuing Services Contract Fort Myers HS Science Labs $1,531,929 J. Colin English Chiller $1,404,442 Allen Park Kitchen Renovations $272,678 Edison Park Elementary Chiller $746,747 Bonita Middle School Kitchen Renovations $398,587 Riverdale HS Kitchen Reno. $388,731 Edgewood Elementary School Kitchen $181,168 Tropic Isles Kitchen Reno. $613,056 Tanglewood Elementary Campus Renovation $1,709,114 East Zone Kitchen Equipment $16,589 Franklin Park Elementary Campus Renovation $1,709,114 High Tech Auto Classroom $48,945 Lehigh Senior High School Kitchen Renovation $25,595 Lehigh Senior HS Pavilion $289,973 Lehigh Senior High School Portables $109,478 Pine Island Elementary Kitchen $509,962 HRIS*TEL IFQ No. 20-7771 Small General Contracting Services 16 CONSTRUCTION EVAL. CRITERIA NO. 5: SPECIALIZED EXPERTISE OF TEAM MEMBERS HOWARD WHEELER, II President/Principal-In-Charge REPRESENTATIVE EXPERIENCE (continued) =is Lee Countv Government Continuing Services Contract Bat House Park $345,298 Suncoast Community Center $602,000 Riverdale Library Renovations $750,000 Buckingham Community Center $386,554 Terry Park Renovations $2,100,000 Olga School Community Center $699,332 Red Sox Player Development Academy $592,494 Justice Center Annex $497,814 Boca Grande Pavilion $244,838 Crowninshield Renovations $1501000 City of Fort Myers Continuing Services Contract Dean Park/Second Street Improvements $1,182,642 City Hall ADA $100,000 Ransom St/Sunset Place Improvements $1,150,695 Bus Shelters $195,000 Rachel at the Well Structural Improvements $145,612 Art Work Restoration $179,000 Langford Kingston Home Restorations/Repairs $785,000 Burroughs Home Repairs/Misc. $1,800,000 Hendry County Government Continuing Services Contract Judicial Building Facade Repairs $20,000 Structural Foundation Repairs $576,003 Courthouse East Facade Structural Repairs $374,607 Judicial Building Roof Replace $552,450 Admin Building Roof Replacement $343,297 $727,049 Hurricane Damage Repairs Holding Cell Modifications $192,180 $24,910 Courtroom Renovations Lee County Port Authority Continuing Services Contract Page Field Hangar B Roof Repair $100,000 RSW Air Freight Bldg Re -Roof $179,040 Restroom 22 Emergency Repairs $1,790 Hertz Rental Car Painting $11,562 Page Field -RAMP Phases I, II and III $49,779 RSW ARFF Bay Doors $2,940 RSW-RAMP Phases I, II and III $11,055 Page Field 606 Danley Demo $31,000 RSW Fuel Tank Replacement Phase I and II $64,998 RSW PAMP Repairs $89,060 RSW Commercial GT Building $46,124 Page Field Light Pole Relocates $18,788 RSW Sealcoat and Parking Lot Modifications $23,816 RSW Cooling Tower Rehab $171,830 RSW Cell Phone Lot Relocation/Signage $61,000 RSW Baggage Handling System $701,698 RSW Mitigation of Exotic Species $24,697 RSW Ticket Signage / Kiosks $9,589 RSW Terminal Building Stucco Repair $490,159 RSW Passenger Bridge Tunnel $241,798 RSW Hangar D Renovation $486,000 Page Field Runway Sealant $24,990 RSW Rental Car Emergency Repairs $51,527 Howard Hughes IT Renovation $16,777 RSW Technology Upgrades $233,223 RSW Upper Level Roadway $63,456 Edison & Ford Winter Estates Continuing Services Contract Edison Home Historic Restoration $10,771,898 total Restoration Exterior Windows/Doors $219,000 Moonlight Garden $30,128 Sitework and Building Renovation $16,751 Cottage Attic Lighting and Insulation $2,894 Edison Laboratory Restoration $462,000 NRIS*TEL IFQ No. 20-7771 Small General Contracting Services 17 iONSTRUCFION EVAL. CRITERIA NO. 5: SPECIALIZED EXPERTISE OF TEAM MEMBERS DONNIE SINGLETON Executive Vice President/Principal-In-Charge Donnie has more than thirty (30) years experience on construction projects, from project award to completion in various capacities. He manages, assesses, audits, revises, and develops the corporate safety program in addition to supervising the safety of the staff, including periodic job site inspec- tions and evaluations. He provides technical assistance for the successful implementation and man- agement of the corporate safety program, and ensures compliance with applicable regulatory codes, standards, and OSHA corporate safety policy. REPRESENTATIVE EXPERIENCE Collier County Government Continuing Services Contract Growth Management Building Renovations $70,942 North Gulf Shore Wall Replace $67,896 N.A.R.C. Aluminum Structure $2,857 Immokalee Road & Bridge Bldg. $98,152 Marco Island Tax Collector Building $7,126 Immokalee CCSO Repairs $2,100 Margood Cottage Demolition $8,760 GMD-Customer Counter $32,070 Florida SouthWestern State College Continuing Services Contract Barbara B. Mann Various Renovations $1,199,338 Building A Power Pole -Lee $1,700 Peeples Learning Resources Library -Lee $368,351 Building K Fire Door -Charlotte $1,495 Rauchenberg Gallery $99,000 Hurricane Restoration -Collier $6,570 Learning Resources Center -Collier $952,506 Building U Warning System -Lee $4,100 Building T Renovations -Lee $19,150 Building L Renovations -Lee $4,413 Building C Minor Repairs -Lee $7,000 Building A Minor Repairs -Lee $4,900 Building O Lighting Modifications -Charlotte $17,474 Building A Remodel -Collier $175,000 Building G-Library Renovations -Lee $15,900 Building J 2nd Floor Renovations $22,716 Site Lighting Upgrades -Charlotte $43,731 Building S Renovation (estimating) $1,800,000 Lee County School District Continuing Services Contract Fort Myers HS Science Labs Allen Park Kitchen Renovations $1,531,929 J. Colin English Chiller $1,404,442 $272,678 Edison Park Elementary Chiller $746,747 Bonita Middle School Kitchen Renovations $398,587 Riverdale HS Kitchen Reno. $388,731 Edgewood Elementary School Kitchen $181,168 Tropic Isles Kitchen Reno. $613,056 Tanglewood Elementary Campus Renovation $1,709,114 East Zone Kitchen Equipment $16,589 Franklin Park Elementary Campus Renovation $1,709,114 High Tech Auto Classroom $48,945 Lehigh Senior High School Kitchen Renovation $25,595 Lehigh Senior HS Pavilion $289,973 Lehigh Senior High School Portables $109,478 Pine Island Elementary Kitchen $509,962 City of Fort Myers Continuing Services Contract Dean Park/Second Street Improvements $1,182,642 City Hall ADA $100,000 Ransom St/Sunset Place Improvements $1,150,695 Bus Shelters $195,000 Rachel at the Well Structural Improvements $145,612 Art Work Restoration $179,000 Langford Kingston Home Restorations/Repairs $785,000 Burroughs Home Repairs/Misc. $1,800,000 NR15*TEL IFQ No. 20-7771 Small General Contracting Services 18 OONSTRUCFION EVAL. CRITERIA NO. 5: SPECIALIZED EXPERTISE OF TEAM MEMBERS DONNIE SINGLETON Executive Vice President/Principal-In-Charge REPRESENTATIVE EXPERIENCE (continued) Lee County Government Continuing Services Contract Bat House Park $345,298 Suncoast Community Center $602,000 Riverdale Library Renovations $750,000 Buckingham Community Center $386,554 Terry Park Renovations $2,100,000 Olga School Community Center $699,332 Red Sox Player Development Academy $592,494 $244,838 Justice Center Annex Crowninshield Renovations $497,814 $150,000 Boca Grande Pavilion Florida Gulf Coast University Continuing Services Contract Transportation Upgrades Phases I and II $1,110,904 Central Energy Plant Upgrades $563,152 Office of the President Renovations $9,200 McTarnaghan Hall Renovations $225,000 Exam Room -Howard Hall $100,000 Einstein Bros. Bagels Reno. $14,436 Whitaker Hall Office Renovations $15,000 Lutgert Hall Renovations $10,500 Baseball Complex Canopy $6,000 Childcare Privacy Wall $66,084 Hendry County Government Continuing Services Contract Judicial Building Fagade Repairs $20,000 Structural Foundation Repairs $576,003 Courthouse East Fagade Structural Repairs $374,607 Judicial Building Roof Replace $552,450 Admin Building Roof Replacement $343,297 Hurricane Damage Repairs $192,180 Courtroom Renovations $727,049 Holding Cell Modifications $24,910 Lee County Port Authority Continuing Services Contract Page Field Hangar B Roof Repair $100,000 RSW Air Freight Bldg Re -Roof $179,040 Restroom 22 Emergency Repairs $1,790 Hertz Rental Car Painting $11,562 Page Field -RAMP Phases I, II and III $49,779 RSW ARFF Bay Doors $2,940 RSW-RAMP Phases I, II and III $11,055 Page Field 606 Danley Demo $31,000 RSW Fuel Tank Replacement Phase I and II $64,998 RSW PAMP Repairs $89,060 RSW Commercial GT Building $46,124 Page Field Light Pole Relocates $18,788 RSW Sealcoat and Parking Lot Modifications $23,816 RSW Cooling Tower Rehab $171,830 RSW Cell Phone Lot Relocation/Signage $61,000 RSW Baggage Handling System $701,698 RSW Mitigation of Exotic Species $24,697 RSW Ticket Signage / Kiosks $9,589 RSW Terminal Building Stucco Repair $490,159 RSW Passenger Bridge Tunnel $241,798 RSW Hangar D Renovation $486,000 Page Field Runway Sealant $24,990 RSW Rental Car Emergency Repairs $51,527 Howard Hughes IT Renovation $16,777 RSW Technology Upgrades $233,223 RSW Upper Level Roadway $63,456 Edison & Ford Winter Estates Continuing Services Contract Edison Home Historic Restoration $10,771,898 total Restoration Exterior Windows/Doors $219,000 Moonlight Garden $30,128 Sitework and Building Renovation $16,751 Cottage Attic Lighting and Insulation $2,894 Edison Laboratory Restoration $462,000 NRIS*TEL IFQ No. 20-7771 Small General Contracting Services 19 CONSTRUCTION EVAL. CRITERIA NO. 5: SPECIALIZED EXPERTISE OF TEAM MEMBERS JOEY GILL Project Manager Joey has over ten (10) years experience in the construction and mechanical fields on various construction projects. He has extensive experience in HVAC installation, repair and mainte- nance, as well as government, industrial and residential projects. His responsibilities include estimating, supervision of subcontractors and crew and all other aspects of field opera- tions, including detailed daily reports and photographic documentation of construction ac- tivity, coordination and collaboration with the Project Team, including Owners, Architects, and the coordination of equipment and materials orders/delivery. Additionally, he main- tains compliance with building codes, as well as conducts regulatory safety meetings and creation of punch list with the Owner. REPRESENTATIVE EXPERIENCE Continuing Services Contract —Various Lee and Collier Counties I < $2M Provided CMAR services for continuing contract projects for the School District of Lee County, Florida SouthWestern State College, Florida Gulf Coast University, Collier County Government, Lee County Government, Hendry County Government, the Lee County Port Authority and the City of Fort Myers. Lehigh Senior High School Kitchen Renovation I Lehigh Acres, Florida I $351,342 Provided CMAR services under a continuing contract for the kitchen renovations and equipment relo- cation at Lehigh Senior High School. Scope included demolition of existing 3' by 7' doors, relocation of kitchen equipment including pass through oven/refrigerators and gas stove, revise gas piping, fix leak- ing faucet, relocate electrical equipment and supply power for the limited new equipment. Lehigh Senior High School Outdoor Pavilion I Lehigh Acres, Florida 1 $286,073 Provided CMAR services under a continuing contract for the construction of a new 42' by 50' covered outdoor dining pavilion at Lehigh Senior High School. Scope included demolition of the existing con- crete slab and 25' by 25' pavilion, installation of a trench drainage system and piping connecting to the existing storm drains, construction of a 10' wide concrete sidewalk and covered walkway from the new pavilion to the existing cafeteria doors providing shelter for students during rain events. Lehigh Senior High School Portables I Lehigh Acres, Florida 1 $104,756 Provided CMAR services under a continuing contract for installation of four new portable classroom buildings at Lehigh Senior High School to handle the influx of 500 new students. Scope of work includ- ed removal of existing fencing, installation of PVC skirting and wood framing around each modular, construction of student/faculty ramps, installation of new low voltage fire alarms, data feeds, power supply and fencing. Fort Myers High School Science Labs —Lee County School District 1 $1,207,042 Provided CMAR for classroom and lab renovation at Fort Myers High School under continuing contract. FGCU Softball Field Foul Poles I Fort Myers 1 $18,309 Provided CMAR services under a continuing contract to FGCU for the fabrication and installation of two foul poles at the FGCU Softball Field. Scope of work included removal of the existing poles and their foundations, excavation and pouring two 18" diameter by 4' deep footings for 6" pipe sleeves for the foul poles, and the fabrication and installation of two 32' foul poles. HRIS4,TEL IFQ No. 20-7771 Small General Contracting Services 20 CONSTRUCTION EVAL. CRITERIA NO. 5: SPECIALIZED EXPERTISE OF TEAM MEMBERS TOBEY SCHNEIDER Project Manager Tobey has thirty-five (35) years of commercial construction experience and has extensive experience with the Lee County Government and Lee County School District specifically. His responsibilities include coordination of subcontractors and vendors, maintenance of sub- contractor performance and budgets, field management, weekly OAC meetings, ensuring safety protocol, processing all project paperwork, submittals and RFI's, close-out and docu- mentation on behalf of Chris -Tel Construction and their subcontractors. REPRESENTATIVE EXPERIENCE Continuing Services Contract —Various Lee and Collier Counties I < $2M Provided CMAR services for continuing contract projects for the School District of Lee County, Florida South Western State College, Florida Gulf Coast University, Collier County Government, Lee County Government, Hendry County Government, the Lee County Port Authority and the City of Fort Myers. Lee County Justice Center I Fort Myers, Florida Provided CMAR services for renovations of the 1st, 2nd and 5th floor of the Federal Justice Center in downtown Fort Myers. The scope included 39,000 SF of new and reconfigured space. Lee County Government Annex I Fort Myers, Florida Provided CMAR services for the renovation of the Justice Center Annex in downtown Fort Myers. Scope included 15,000 SF of renovations for the 5th and 6th floors. Lee County Parking Garage I Fort Myers, Florida Provided CMAR services for the construction of a 1,200 space parking garage and office space. This project scope included structural steel, concrete and site development. Lee County School District I Lee County, Florida Provided CMAR services for the construction and/or renovation of the following K-12 facili- ties: ♦ River Hall Elementary Construction ♦ Treeline Elementary Construction ♦ Hector Caffertta Elementary Site Work ♦ District Wide Life Safety Improvements ♦ Fort Myers South High School Kitchen Improvements ♦ J. Colin English Elementary renovations ♦ Cape Coral Elementary Renovations ♦ High Tech Central campus renovation Frantz Eye Centers I Fort Myers, Florida Provided CMAR services for the construction of a 10,000 SF surgery center addition for Frantz Eye Care offices. Florida Neurology Center I Fort Myers, Florida Provided CMAR services for the construction of a 90,000 SF surgery and treatment center. HRIS4,TEL IFQ No. 20-7771 Small General Contracting Services 21 CONSTRUCTION EVAL. CRITERIA NO. 5: SPECIALIZED EXPERTISE OF TEAM MEMBERS CHUCK PRINDLE Superintendent Chuck has more than fifteen (15) years experience in both residential and commercial con- struction projects. He is responsible for the supervision of subcontractors, crews, and all other aspects of field operations, including coordination and collaboration with the Project Team, including Owners, Architects, and the coordination of equipment and materials or- ders/delivery. Additionally, Chuck maintains compliance with building codes, regulatory safety meetings and creation and completion of punch list with the Owner. REPRESENTATIVE EXPERIENCE Continuing Services Contract —Various Lee and Collier Counties CMAR services for all continuing contract projects for the School District of Lee County, Florida SouthWestern State College, Florida Gulf Coast University, Collier County Govern- ment, Lee County Government, Hendry County Government, the Lee County Port Authority and the City of Fort Myers. Florida SouthWestern State College Building S Renovations I Fort Myers, Florida Provided CMAR services under continuing contract on the Lee County Campus of Florida SouthWestern State College for major renovation work to the Taeni Student Services Hall (Building S). Scope of work included demolition, reconfiguration of office and workspace walls, windows, drywall, MEP reconfiguration, flooring, fire suppression system reconfigura- tion, IT and access controlled entry doors. East Naples Community Park Electrical Upgrade I Naples, Florida Provided CMAR services for Collier County under a continuing services contract to upgrade the old electrical system and provide added electrical capacity for park upgrades and addi- tional features at the East Naples Community Park. Kitchen Equipment Renovations I Lee County School District Provided CMAR services under continuing contract to the School District of Lee County for the kitchen renovations for Pine Island Elementary School. Florida Gulf Coast University I Fort Myers, Florida Superintendent for various projects under continuing contract on the campus of FGCU in- cluding the Privacy Wall at the campus Childcare, Whitaker Hall Room 230 repairs, Stair Handrail replacement and concrete repairs to parking garages. Kitchen Equipment Renovations I Lee County School District CMAR services via continuing contract for the kitchen renovations for Pine Island Elemen- tary The City of Cape Coral Canal Pump Station I Cape Coral, Florida CMAR services for the building, shell, interior buildout, plumbing, AC and fire protection for the City of Cape Coral Canal Pump Station. HERC Breakroom Renovations I HERC Equipment Rental CMAR services for HERC breakroom renovations. Work to include cabinetry work, drywall and insulation, flooring, plumbing, HVAC, electrical and safety and security. City Hall Annex -Goodyear I City of Fort Myers CMAR services for the City Hall Annex -Goodyear project. Work to include, site and parking lot demolition, plumbing, HVAC, electrical, cabinetry, framing, concrete repair and exterior repairs/stucco. HRIS4,TEL IFQ No. 20-7771 Small General Contracting Services 22 CONSTRUCTION EVAL. CRITERIA NO. 5: SPECIALIZED EXPERTISE OF TEAM MEMBERS FELIPE AMAYA Superintendent Felipe has more than thirty-eight (38) years experience in the construction and mechanical fields on various construction projects, from award to completion in various capacities. He has extensive experience in historic craftsmanship, as well as working on highly specialized laboratory and security projects. His responsibilities include supervision of subcontractors and crew and all other aspects of field operations as it relates to scheduling, quality control, cost control and supervision and all other aspects of field operations, including the coordi- nation of equipment and materials orders/delivery. REPRESENTATIVE EXPERIENCE Continuing Services Contract —Various Lee and Collier Counties CMAR services for all continuing contract projects for the School District of Lee County, Florida South Western State College, Florida Gulf Coast University, Collier County Govern- ment, Lee County Government, Hendry County Government, the Lee County Port Authority and the City of Fort Myers. Fort Myers High School Science Labs I Lee County School District CMAR services for the renovation of eleven (11) classrooms and science labs at Fort Myers High School. Kitchen Equipment Renovations I Lee County School District CMAR services via continuing contract for the kitchen renovations for Allen Park Elemen- tary, San Carlos Elementary, Edgewood Elementary and Tropic Isles Elementary School. J. Colin English Elementary School I Lee County School District CMAR services under a continuing services contract for the installation and renovation of the HVAC system and components at J. Colin English Elementary School in Fort Myers. WIT Childcare Renovation I Lee County School District CMAR Services for renovation of childcare center to include cabinetry, drywall, flooring, restroom renovations (ADA), installation of new storefront, duct work and lighting. HRIS4,TEL IFQ No. 20-7771 Small General Contracting Services 23 CONSTRUCTION EVAL. CRITERIA NO. 5: SPECIALIZED EXPERTISE OF TEAM MEMBERS LISA GATEWOOD Assistant Project Manager Lisa handles all project administration including estimating, bidding, permitting, and organiz- ing all aspects of paperwork from start to finish. She is adept at developing and maintaining detailed procedural processes that improve accuracy and efficiency, and achieves organiza- tional objectives. She is highly focused and results -oriented while supporting a complex, deadline -driven operation. Lisa supervises communication and correspondence, tracks RFI's, permitting and timeliness of submittals. Coordinates bid documents, manages change or- ders, contracts, verifies subcontractor certified payroll and draw request on contract amounts and processes all detailed paperwork pertaining to each phase of every project. Pre -qualifies subcontractors, submits invitation to bid to all subcontractors and ensures par- ticipation from all trades. REPRESENTATIVE EXPERIENCE Continuing Services Contract —Various Lee and Collier Counties CMAR services for all continuing contract projects for the School District of Lee County, Flori- da SouthWestern State College, Florida Gulf Coast University, Collier County Government, Lee County Government, Hendry County Government, the Lee County Port Authority and the City of Fort Myers. Florida SouthWestern State College Building S Renovations I Fort Myers, Florida Provided CMAR services under continuing contract on the Lee County Campus of Florida SouthWestern State College for major renovation work to the Taeni Student Services Hall (Building S). Scope of work included demolition, reconfiguration of office and workspace walls, windows, drywall, MEP reconfiguration, flooring, fire suppression system reconfigura- tion, IT and access controlled entry doors. Sunshine Elementary Covered Canopies to Portables I Lehigh Acres, Florida Provided CMAR services under continuing contract with the School District of Lee County for the installation of a covered canopy walkway leading from the main school building and con- necting to each individual portable. Eagle Lakes Community Park Hurricane Repairs I Naples, Florida Provided CMAR services for repairs to various facilities located at Eagle Lakes Community Park to include the field house, restroom facilities, fitness and family building, sports fields, pavilion, playground, and scoreboards. Naples and Immokalee Jail Facilities Hurricane Repairs I Naples/Immokalee, Florida Provided CMAR services under continuing contract with Collier County for various repairs to the Naples and Immokalee Jail Facilities. Scope of work included roof repairs, carpet and drywall repairs, site work, replacement of damaged ceiling tiles, several doors and also a canvas awning. Sugden Regional Park Hurricane Repairs I Naples, Florida Provided CMAR services for repairs to various facilities located at Sugden Regional Park to include the maintenance building, restrooms, main building, rental area, Butterfly garden, water ski area, and entrance gates. Scope of work included roof repairs, painting, repair to floating concrete docks, and installation of a light pole. HRIS4,TEL IFQ No. 20-7771 Small General Contracting Services 24 CONSTRUCTION EVAL. CRITERIA NO. 5: SPECIALIZED EXPERTISE OF TEAM MEMBERS ANDREA CARNES Accounting Andrea has over ten (10) years of experience in accounts payable and receivable for the con- struction industry here in Southwest Florida. Her responsibilities for this project will include job cost set up, accounts payable, subcontractor invoicing and schedule of values monitor- ing, budget monitoring, change orders, job cost reporting, client billing and final close out payment documentation. REPRESENTATIVE EXPERIENCE Estero Blvd Improvements I Lee County Government Accounts payable services for utility improvement to include storm water and forcemain sewer, road -ways, new sidewalks, trolley stops and center lane pavers. Project included 5,280 LF of utilities and directional drill. Lehigh Senior High School Addition and Renovations I Lehigh Acres, Florida Accounts payable and receivable for CMAR services under the new format and contract for a 20,000 SF addition and auxiliary renovations to existing classrooms to Lehigh Senior High School making room for an influx of 500 students. FGCU Student and Community Counseling Center I Fort Myers, Florida Accounts payable and receivable for CMAR services for the construction of a new three- story, 28,000 SF facility for counseling and mental health services. Fort Myers High School Science Labs I Fort Myers, Florida Accounts payable and receivable for CMAR services for the renovation of eleven (11) sci- ence labs at Fort Myers High School. The scope of work included demolition of the existing acoustical ceilings, flooring and cabinetry, masonry walls, smart boards, projector screens and utility lines. Installation of new framing, drywall, doors, ceilings, flooring, cabinetry, sinks, countertops and relocation of sanitary sewer, water and electric. MY Shower Door / D3 Glass Headquarter Facility I Fort Myers, Florida Accounts payable and receivable for CMAR services for the construction of a new 60,000 SF glass manufacturing, retail and distribution center in Fort Myers. Scope includes the instal- lation of state-of-the-art tempering and fabrication equipment, retail space, offices and future expansion. Newcastle Aviation Headquarter Facility I Fort Myers, Florida Accounts payable and receivable for CMAR services for the construction of a new 40,000 SF industrial distribution and warehouse for aviation supplies, parts and components. Westin Conference Center I Cape Coral, Florida Accounts payable and receivable for CMAR services for the construction of a new 35,000 SF conference center with a large ballroom with the capacity to divide into six distinct sections, 4,800 SF pre -function area, 1,700 SF outdoor pavilion, porte cochere, paved parking with pedestrian connector bridge, state-of-the-art kitchen and banquet prep area, utility installa- tion and landscaping. Sanibel Library Renovation I Sanibel, Florida Accounts payable and receivable for CMAR services for the multi -phased, $4.5M renovation of Sanibel Library. Scope includes new elevator shaft, remodel of existing meeting room and office space, new computer lab, renovation of existing library displays and flow, lounge spaces, new windows, fire suppression system, new HVAC and electrical duct work and controls, new chiller and exterior renovation. HRIS4,TEL IFQ No. 20-7771 Small General Contracting Services 25 CONSTRUCTION EVAL. CRITERIA NO. 5: SPECIALIZED EXPERTISE OF TEAM MEMBERS ALBA GONZALEZ AlbFA00@C � Safety and Compliance Alba has more than twenty (20) years of experience in Human Resources, Compliance and Accounts Payable. She is responsible for onboarding all new associates and administering all training sessions for OSHA and other compliance agencies. Her responsibilities include coor- dinating and carrying out site visits to job sites for compliance and safety, conducting on - site training and compiling documentation for monthly reporting to owners as well as ongo- ing safety and insurance auditing. Her role also includes processing payroll, new hire paper- work and ongoing employee policies. REPRESENTATIVE EXPERIENCE Estero Blvd Improvements I Lee County Government Safety and compliance for utility improvement to include storm water and forcemain sewer, road -ways, new sidewalks, trolley stops and center lane pavers. Project included 5,280 LF of utilities and directional drill. Lehigh Senior High School Addition and Renovations I Lehigh Acres, Florida Safety and compliance for CMAR services under the new format and contract for a 20,000 SF addition and auxiliary renovations to existing classrooms to Lehigh Senior High School mak- ing room for an influx of 500 students. FGCU Student and Community Counseling Center I Fort Myers, Florida Safety and compliance for CMAR services for the construction of a new three-story, 28,000 SF facility for counseling and mental health services. Eastern Metals Supply Addition I Fort Myers, Florida Safety and compliance for CMAR services for the addition of a 90,000 SF space connected to existing facility for use in storage and distribution demand. MY Shower Door / D3 Glass Headquarter Facility I Fort Myers, Florida Safety and compliance for CMAR services for the construction of a 60,000 SF glass manufac- turing, retail and distribution center in Fort Myers. Scope includes the installation of state -of -the-art tempering and fabrication equipment, retail space, offices and future expansion. Newcastle Aviation Headquarter Facility I Fort Myers, Florida Safety and compliance for CMAR services for the construction of a new 40,000 SF industrial distribution and warehouse for aviation supplies, parts and components. Sanibel Library Renovation I Sanibel, Florida Safety and compliance for CMAR services for the multi -phased, $4.5M renovation of Sanibel Li- brary. Scope includes new elevator shaft, remodel of existing meeting room and office space, new computer lab, renovation of existing library displays and flow, lounge spaces, new windows, fire suppression system, new HVAC and electrical duct work and controls, new chiller and exteri- or renovation. Fort Myers High School Science Labs I Fort Myers, Florida Safety and compliance for CMAR services for the renovation of eleven (11) science labs at Fort Myers High School. The scope of work included demolition of the existing acoustical ceilings, flooring and cabinetry, masonry walls, smart boards, projector screens and utility lines. Installation of new framing, drywall, doors, ceilings, flooring, cabinetry, sinks, counter- tops and relocation of sanitary sewer, water and electric. HRIS4,TEL IFQ No. 20-7771 Small General Contracting Services 26 CONSTRUCTION EVAL. CRITERIA NO. 6: LOCAL VENDOR PREFERENCE Chris -Tel Construction has been locally owned and operated here in Lee County since 1989. Our firm's headquarters and only office is located at 2534-A Edison Avenue, Fort Myers, Florida 33901 which is approximately 40 miles to the Collier County Gov- ernment Center located off of Tamiami Trail East. We have sufficient personnel, equipment and materials located within the boundaries of Lee County to successfully provide General Contracting services to the County for this contract. Our firm has been serving the County on a regular basis since 2002 through our continuing services contract(s). I S L".71 I _ Cape Coral ors ISLAND B• a'Sprii 0,3 Lehigh Acres i west Florida ernational Miramar Airport Lakes ife of Area arangetree Golden FL Okaloacoochee Slough Wildlife Management Area I --a Immokalee Picayune Strand Wildlife .anagerrient tea Montura Dinner island Ranch Wildlife Management Area � � a ------------------------------------------------------------------------- 2020 - 2021 LEE COUNTY LOCAL BUSINESS TAX RECEIPT Account Number: 9002451 State License Number: CGC038604 Ifstate license has changed, contact our office at 239.533.6000 Location: 2534 A EDISON AVE FT MYERS FL 33901 CHRIS-TEL CONSTRUCTION WHEELER HOWARD LLOYD II 2534 A EDISON AVE FT MYERS FL 33901 Account Expires: September 30, 2021 May engage in the business of: GENERAL CONTRACTOR -CERTIFIED THIS LOCAL BUSINESS TAX RECEIPT IS NON REGULATORY Payment Information: PAID 564706-17-1 09/21/2020 10:40 AM $50.00 HRIS4,TEL IFQ No. 20-7771 Small General Contracting Services 27 CONSTRUCTION REQUIRED FORMS- vendor Check List Administrative Services Department Procurement Services Division Vendor Check List IMPORTANT: Please review carefully and submit with your Proposal/Bid. All applicable documents shall be submitted electronically through BidSync. Vendor should checkoff each of the following items: Rif General Bid Instructions has been acknowledged and accepted. Rif Collier County Purchase Order Terms and Conditions have been acknowledged and accepted [V� Form 1: Vendor Declaration Statement Form 2: Conflict of Interest Certification [� Proof of status from Division of Corporations - Florida Department of State (If work performed in the State) - http://dos.myflorida.com/sunbiz/ should be attached with your submittal. [� Vendor MUST be enrolled in the E-Verify - https://www.e-verify.gov/ at the time of submission of the proposal/bid. [� Form 3: Immigration Affidavit Certification MUST be signed and attached with your submittal or you MAY be DEEMED NON -RESPONSIVE [� E-Verify Memorandum of Understanding or Company Profile page should be attached with your submittal. [V7 Form 4: Certification for Claiming Status as a Local Business, if applicable, has been executed and returned. Collier or Lee County Business Tax Receipt should be attached with your submittal to be considered. [� Form 5: Reference Questionnaires form must be utilized for each requested reference and included with your submittal, id applicable to the solicitation. N/ Form 6: Grant Provisions and Assurances package in its entirety, if applicable, are executed and should be included with your submittal. All forms must be executed, or you MAY be DEEMED NON -RESPONSIVE. [� Vendor W-9 Form. [V� Vendor acknowledges Insurance Requirements and is prepared to produce the required insurance certificate(s) within five (5) days of the County's issuance of a Notice of Recommend Award. w The Bid Schedule has been completed and attached with your submittal, applicable to bids. [� Copies of all requested licenses and/or certifications to complete the requirements of the project. Rif All addenda have been signed and attached, or you MAY be DEEMED NON -RESPONSIVE. R County's IT Technical Architecture Requirements has been acknowledged and accepted, if applicable. S4 Any and all supplemental requirements and terms has been acknowledged and accepted, if applicable. --UPDATED JANUARY 28, 2020... MRIS*TEL IFQ No. 20-7771 Small General Contracting Services 28 CONSTRUCTION REQUIRED FORMS —Form 1: Vendor Declaration Statement co ley county Administrative Services Department Procurement Services Division Form 1: Vendor 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, without collusion or fraud. The Vendor hereby declares the instructions, purchase order terms and conditions, requirements, and specifications/scope of work of this solicitation have been fully examined and accepted. The Vendor agrees, if this solicitation submittal is accepted by Collier County, to accept a Purchase Order as a form of a formal contract or to execute a Collier County formal contract for purposes of establishing a contractual relationship between the Vendor and Collier County, for the performance of all requirements to which this solicitation pertains. The Vendor states that the submitted is based upon the documents listed by the above referenced solicitation. The Vendor agrees to comply with the requirements in accordance with the terms, conditions and specifications denoted herein and according to the pricing submitted as a part of the Vendor's bids. Further, the Vendor agrees that if awarded a contract 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 work that is a result of this awarded contract. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this 18th day of December 2020 in the County of Lee in the State of Florida Firm's Legal Name: Chris -Tel Company of Southwest Florida, Inc., dba Chris -Tel Construction Address: 2534-A Edison Avenue City, State, zip Code: Fort Myers, Florida 33901 Florida Certificate of P93000007246 Authority Document Number 65-0384539 Federal Tax Identification Number *CCR # or CAGE Code *Only if Grant Funded Telephone: 239-226-0500 Email: hwheeler@christelconstruction.com Signature by: Howard L. Wheeler, II (Typed and written) Title: President —UPDATED JANUARY 28, 2020— HRIS+TEL IFQ No. 20-7771 Small General Contracting Services 29 CONSTRUCTION REQUIRED FORMS —Form 1: Vendor Declaration Statement Additional Contact Information Send payments to: Same As Above (required if different from Company name used as payee above) Contact name: Howard L. Wheeler, II Title: President Address: 2534-A Edison Avenue City, State, ZIP Fort Myers, Florida 33901 Telephone: 239-226-0500 Email: hwheeler@christelconstruction.com Office servicing Collier Same As Above County to place orders (required if different from above) Contact name: Title: Address: City, state, ZIP Telephone: Email: "'UPDATED JANUARY 28, 2020"' NRIS*TEL IFQ No. 20-7771 Small General Contracting Services 30 CONSTRUCTION REQUIRED FORMS —Form 2: Conflict of Interest Certification Affidavit Coi[ier County Administrative Services Department Procurement Services Division Form 2: Conflict of Interest Certification 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 work 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 — The firm has not had access to nonpublic information as part of its performance of a Collier County project identified above which 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 / 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 (employees, 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. Chris -Tel Company of Southwest Florida, Inc., dba Chris -Tel Construction Compa y Na Signature Howard L. Wheeler, II, President Print Name and Title State of Florida County of Lee The foregoing instrument was acknowledged before me by means of IS(physical presence or ❑ online notarization, this 18th day of December (month), 2020 (year), by Howard L. Wheeler, II (name of person acknowledging). o Notary S.Public Slate of Florida Nicole B. Fletcher +� My Commission GG 037M gaIV Expires 12/06/2023 Personally Known OR Produced Identification Himself Type of Identification Produced Signature of Notary Public State of Florida) Nicole B. Fletcher (Print, Type, or Stamp Commissioned Name of Notary Public) —UPDATED JANUARY 28, 2020— HRM, TEL IFQ No. 20-7771 Small General Contracting Services 31 CONSTRUCTION REQUIRED FORMS —Proof of Status from Division of Corporations D epatlme fState / Dl 0000oaozJ ,i / searcnRe rde / D— 3 Documem Number/ Detail by Entity Name Florida Profit Corporation CHRIS-TEL COMPANY OF SOUTHWEST FLORIDA, INC. Filing Information Document Number P93000007246 FEI/EIN Number 65-0304539 Date Filed 0129/1993 State FL Status ACTIVE Last Event AMENDMENT Event Date Filed 02/192010 Event Effective Date NONE Principal Address 2534-A EDISON AVENUE FORT MYERS, FL 33901 Changed: 01/052007 MailingAddress 2534-A EDISON AVENUE FORT MYERS, FL 33901 Changed: 01/052007 Registered Agent Name & Address WHEELER, HOWARD L, II 2534-A EDISON AVENUE FORT MYERS, FL 33901 Name Changed: 03/032015 Address Changed: 01/052007 OfficerlDirector Detail Name & Address Title D, President WHEELER, HOWARD L, II 2534-A EDISON AVENUE FORT MYERS, FL 33901 Title EVP SINGLETON, DONALD R 2534-A EDISON AVENUE FORT MYERS, FL 33901 Title VP DEPIRO, JULIE M 2534-A EDISON AVENUE FORT MYERS, FL 33901 Title VP KOENIG, ROBERT A 2534-A EDISON AVENUE FORT MYERS, FL 33901 Annual Reports Report Year Filed Date 2017 06/012017 2018 02272018 2019 04/152019 Document Images 04/1—nt9—ANNIIAI RFPnPE 0�/'J]/�n1R—ANNIIAI RFP nRT 05/01 /201 ] —ANNUAL REPORT 04M 8/2016 — ANNUAL REPORT 08/26/2015 — AMENDED ANNUAL REPORT —na/9mfi_ANNIIAI RFPnRT 01 /27/2014 — ANNUAL REPORT 08/12/2013 —AMENDED ANNUAL REPORT 04/22/2013 —ANNUAL REPORT 02/23/2012 —ANNUAL REPORT 01/06/2011 —ANNUAL REPORT 02/1p n1n—ATanrlment 01/19/2010 —ANNUAL REPORT 01 /20/2009 —ANNUAL REPORT 10M3/2008 — Off/Dlr Reslgnaton Oyi—nf18—ANNIIAI PPL= n1/n5,nn7—ANNIIAI RFPnRT 0 05/2006 — ANNUAL REPORT 08/03/2005 — ANNUAL REPORT 02M 6/2004 — ANNUAL REPORT n,17,nnR—ANNIIAI RFPnRT 0 R/1a/9nn9—ANNIIAI RFPnRT 02/03/2001 —ANNUAL REPORT 05/01 /2000 — ANNUAL REPORT OR/n6/1999—ANNIIAI RFPnRT n1/PR/149R—ANNIIAI RFPnRT 08/05/1997 — ANNUAL REPORT 06M 2/1996 — ANNUAL REPORT 05/01/1995 —ANNUAL REPORT View image In PDF ton at View lm age In PDF Pone at View image In PDF t—at View Image in PDF format View image in PDF format view Image in PDF form at View image in PDF t—at View Image in PDF format View image in PDF format View Image in PDF format View lm age in PDF format View Image in PDF format View image in PDF format View image in PDF format View image in PDF form at View Image in PDF format View image in PDF format View image in PDF format View image in PDF Porn at View Image in PDF format View image in PDF format View image in PDF format View image in PDF Porn at View image in PDF format View image in PDF fonat View lm age in PDF form at View image in PDF t—at View Image in PDF format //a,�r �m�r,P n nr,F� resat HRIS4 TEL IFQ No. 20-7771 Small General Contracting Services 32 CONSTRUCTION REQUIRED FORMS —Form 3: Immigration Affidavit Certification Collier CoH.nty Administrative Services Department Procurement Services Division Form 3: Immigration Affidavit Certification This Affidavit is required and should be signed, by an authorized principal of the firm and submitted with formal solicitation submittals. Further, Vendors are required to be enrolled in the E-Verify program (https://www.e-verify.gov/), at the time of the submission of the Vendor's proposal/bid. Acceptable evidence of your enrollment 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 which will be produced at the time of the submission of the Vendor's proposal/bid or within five (S) day of the County's Notice of Recommend Award. FAILURE TO EXECUTE THIS AFFIDAVIT CERTIFICATION AND SUBMIT WITH VENDOR'S PROPOSAL/BID MAY DEEM THE VENDOR'S 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/bid. Chris -Tel Company of Southwest Florida, Inc., dba Chris -Tel Construction tjo_%panyt Signature Howard L. Wheeler, II, President Print Name and Title State of Florida County of Lee The foregoing instrument was acknowledged before me by means of 6Yphysical presence or ❑ online notarization, this 18th day of December (month), 2020 (year), by Howard L. Wheeler, II (name of person act owledging). V&��6 V-651 rs+ Notary P.Wic state of FWids (Signature of Notary Public - State of Florida) +P�,,,,E�xpires letcher +�ion GG 937999 8I202J Personally Known OR Produced Identification Himself Type of Identification Produced Nicole B. Fletcher (Print, Type, or Stamp Commissioned Name of Notary Public) —UPDATED JANUARY 28, 2020— HRIS4-TEL IFQ No. 20-7771 Small General Contracting Services 33 CONSTRUCTION REQUIRED FORMS-E-Verify Memorandum of Understanding or Company Profile Page E-Verify. Welcome Julie DePiro Company Company Nar Chris -Tel C Company ID 1 231434 Doing Busine DUNS Numbe Physical Lc Address 1 2534-A Edi_ Address 2 City Fort Myers State FL Zip Code 33901 County LEE Mailing Address Address 1 Address 2 City State Zip Code MENU Additional Information Employer Identification Number 650384539 Total Number of Employees 10 to 19 Parent Organization Chris -Tel Company of Southwest Florida Inc. Administrator Organization Designation Employer Category Federal Contractor with FAR E-Verify Clause Federal Contractor Category None of these categories apply Employees Being Verified All new hires and all existing employees assigned to a Federal contract View I Edit NAICS Code 236 - CONSTRUCTION OF BUILDINGS View I Edit Total Hiring Sites 1 View I Edit Total Points of Contact 1 View I Edit View Original MOU Template HRIS+TEL IFQ No. 20-7771 Small General Contracting Services 34 CONSTRUCTION REQUIRED FORMS —Form 4: Local Vendor Preference Certification Collier County Administrative Services Department Procurement Services Division Form 4: Vendor Submittal— Local Vendor Preference Certification (Check Appropriate Boxes Below) State of Florida (Select County if Vendor is described as a Local Business) ❑ Collier County [ZLee County Vendor affirms that it is a local business as defined by the Procurement Ordinance of the Collier County Board of County Commissioners and the Regulations Thereto. As defined in Section Fifteen of the Collier County Procurement Ordinance: Local business means the vendor has a current Business Tax Receipt issued by the Collier County Tax Collector prior to bid or proposal submission to do business within Collier County, and that identifies the business with a permanent physical business address located within the limits of Collier County from which the vendor's staff operates and performs business in an area zoned for the conduct of such business. A Post Office Box or a facility that receives mail, or a non -permanent structure such as a construction trailer, storage shed, or other non -permanent structure shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well-being of Collier County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, support and increase to the County's tax base, and residency of employees and principals of the business within Collier County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. A vendor who misrepresents the Local Preference status of its firm in a proposal or bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one year under this section. Vendor must complete the following information: Year Business Established in ❑Collier County or 2Lee County: 1989 Number of Employees (Including Owner(s) or Corporate Officers): 37 Number of Employees Living in ❑ Collier County or VLee (Including Owner(s) or Corporate Officers): 34 If requested by the County, Vendor will be required to provide documentation substantiating the information given in this certification. Failure to do so will result in vendor's submission being deemed not applicable. Sien and Date Certification: Under Penalties ofperiuryI certify that the information shown on this form is correct to my knowledge Chris -Tel Company of Southwest Florida, Inc., December 18, 2020 Company Name: dba Chris -Tel Construction Date: Address in Collier or Lee County: 2534- A Edison Avenue, Fort Myers, Florida 33901 Signature: Title: President ***UPDATED JANUARY 28, 2020*** HRIS+TEL IFQ No. 20-7771 Small General Contracting Services 35 CONSTRUCTION REQUIRED FORMS —Lee County Business Tax Receipt "eeCou,, y SU000033 Local Business Tax Receipt Tax Cot tor 1141. of Ftoise Dear Business Owner: Your 2020-2021 Lee County Local Business Tax Receipt is attached below for account number 9002451. If there is a change in one of the following, refer to the instructions on the back of this receipt. • Business name • Ownership • Physical location • Business closed This is not a bill. Detach the bottom portion and display in a public location. I hope you have a successful year. Sincerely, �'0- qf.,O— Lee County Tax Collector ----Ir -------- --------------------------------------------------- 2020 - 2021 LEE COUNTY LOCAL BUSINESS TAX RECEIPT Account Number: 9002451 Account Expires: September 30, 2021 State License Number: CGC038604 /f state license has changed, contact our office at 239.533.6000 May engage in the business of: Location. GENERAL CONTRACTOR -CERTIFIED 2534 A EDISON AVE FT MYERS FL 33901 THIS LOCAL BUSINESS TAX RECEIPT IS NON REGULATORY CHRIS-TEL CONSTRUCTION WHEELER HOWARD LLOYD II Payment Information: 2534 A EDISON AVE FT MYERS FL 33901 PAID 564706-17-1 09/21/2020 10:40 AM $50.00 HRIS*TEL IFQ No. 20-7771 Small General Contracting Services 36 CONSTRUCTION REQUIRED FORMS —Form 5: Reference Questionnaire Collier County Administrative Services Department Procurement Services Drrision Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REO UIRED REFERENCE) Solicitation: IFQ No. 20-7771 Small General Contracting Services Reference Questionnaire for: Chris -Tel ComDanv of Southwest Florida. Inc.. dba Chris -Tel Construction (Name of Company Requesting Reference Information) Howard L. Wheeler, II, President (Name of Individuals Requesting Reference Information) Name: Matthew Burbach (Evaluator completing reference questionnaire) Email: matthewbu@leeschools.net FAX: N/A Company: Lee County School District (Evaluator's Company completing reference) Telephone: 239-888-7459 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." Sunshine Elementary School Project Description: Covered Walkways Project Budget: $152,750 Completion Date: December 10, 2019 Project Number of Days: 30 days Item Criteria Score must be completed) 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 100 " 'UPDATED JANUARY 28, 2020 MRIS*TEL IFQ No. 20-7771 Small General Contracting Services 37 CONSTRUCTION � ' 1 w silo— MWOM Chris -Tel Construction provided Construction Manager at Risk services un- der a continuing services contract with the School District of Lee County for the Sunshine Elementary Covered Canopies project. The project required installing a covered canopy walkway leading from the main school building to each individual portable on the Sunshine Elementary School campus in Lehigh Acres. The covered walkway that was installed included a combina- tion of both aluminum canopies as well as canvas canopies. Scope of work also included concrete work for footers, foundations and sidewalk addi- tions, and miscellaneous landscape work. i REQUIRED FORMS —Form 5: Reference Questionnaire Ica Ter County Administrative Services Department t�(OCiilem2nf S-,i— Divislon Form 5 Reference Questionnaire (USE ONE FORM FOR EACH RE0UIRED REFERENCE) Solicitation: iFQ No. 20-7771 Small General Contracting Services Reference Questionnaire for: Chris -Tel Company of Southwest Florida, Inc., dba Chris -Tel Construction (Name of Company Requesting Reference Information) Howard L. Wheeler, II, President (Name of Individuals Requesting Reference Information) Name: Thomas Lockyear Company: Museum of the Everglades (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: Thomas.Lockyear@colliercountyfl.gov FAX: NIA 239-961-1785 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 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." Museum of the Everglades W€ndow Restoration - Project Description: H kco Wi i— Rest—ii- Completion Date: December 7, 2020 Project Budget: $33,892 Project Number of Days: 130 days Item Criteria Score must be completed) 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. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. A 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) / r 7 Ability to verbally communicate and document information clearly and succinctly. 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). TOTAL SCORE OF ALL ITEMS ***UPDATED JANUAR'Y 28, 2020*** NRlS*TEL IFC, No. 20-7771 Small General Contracting Services 39 C0111415TRUCTION REQUIRED FORMS —Form 5: Reference Questionnaire ' ,Uzi ... COLLIER COUNTY GOVERNMENT MUSEUM OF THE EVERGLADES WINDOW RESTORATION EVERGLADES CITY, FLORIDA CONSTRUCTION COST: $33,892 CURRENT PHASE OF DEVELOPMENT: Completed COMPLETION DATE: December 2020 SERVICES PROVIDED: General Contracting OWNER CONTACT: Collier County Government Thomas Lockyear, Museum Manager, Museum of the Everglades (239) 252-5027 1 thomas.lockyear@colliercountyfl.gov SIZE: Various HRIS4,TEL IFQ No. 20-7771 Small General Contracting Services 40 CONSTRUCTION REQUIRED FORMS —Form 5: Reference Questionnaire Collier County Adminlstrative Services Department Procurement Smices D'Mslon Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: IFQ No. 20-7771 Small General Contracting Services Reference Questionnaire for: Chris -Tel Company of Southwest Florida Inc. dba Chris -Tel Construction (Name of Company Requesting Reference Information) Howard L. Wheeler, II, President (Name of Individuals Requesting Reference Information) Name: Matthew Fortune Company: Collier County Government (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: matthew.fortune@colliercountyn.gov FAX: N/A 239-821-6568 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." NCWRF- OperationsBuilding Ma 2020 Project Description: Interior Renovation Completion Date: Y Project Budget: $1 96,282 Project Number of Days: 60 days Item Criteria Score must be completed) 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. 9 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 99 °""UPDATED JANUARY 28, 2020... MRIS*TEL IFQ No. 20-7771 Small General Contracting Services 41 CONSTRUCTION REQUIRED FORMS —Form 5: Reference Questionnaire Scope of Work: North County Water Reclamation Facility Operations Building Interior Renovation Project consists of providing the following services for the North County Water Reclamation Facility 10500 Goodlette Frank Rd. Naples, FL. Task # 1— Interior Walls DEMOLITION, REPAIR, PATCH PREP WALLS FOR PAINT, AND INTERIOR PAINTING: Contractor to Demo all Interior walls, including hard ceiling walls (exposing dry wall, remove insulation), install new insulation, install new sheet rock walls, patch, and prep walls for painting, approximately 4000 sqft highlighted in yellow below (contractor is responsible for their own take offs, must follow collier county vertical standards). Contractor to also provide painting services to the interior but not limited to Walls, Hard Ceilings, Metal Door, Door Frames, Win- dow Frames, Stairwell walls, Stairwell stair treads, risers and landings including the First & Second Floor foyers, remove and install new Joint Sealants. Contractor must follow the County Building Vertical Standards Basis of Design for interior painting. Task # 2 — Ceiling Grid and Attic Insulation REPLACE CEILING GRID AND CEILING TILES: Contractor to remove, furnish and install new ceiling grid, ceiling tiles, and insulation in the attic (Approximately 3,000 sqft, contractor is responsible for their own take offs). Contractor must follow the Collier County Stand- ards below: • Standard acoustical tile shall be Armstrong World Industries #770 (flat tile) or #704A (reveal edge), white color, size 24" x 24". • Suspended grid shall be white color, Armstrong World Industries man- ufacturer system same as acoustic tile. o Installation shall comply with ASTM C635 and C636. • Include 15% extra stock tile material supplied to the Plant Manager in unopened boxes at the completion of construction. • Provide insulation at roof deck over all conditioned areas. Attic insula- tion installed on suspended acoustic ceilings is not allowed. Task # 3 — Plywood Decking in Attic REPLACE PLYWOOD DECKING IN THE ATTIC WITH NEW PLYWOOD: Contractor to remove all plywood decking including the plywood under each HVAC Sys- tem, and furnish and install new plywood decking. Contractor is must fol- low Collier County Vertical Standards. REPLACE ALL INTERIOR LIGHT FIXTURES: Contractor to dispose all interior light fixtures and furnish/install LED interior lights in the First floor Foyer and Entire Second Floor (excluding the Lab). Contractor is responsible for making sure all lights are operational and follow the vertical standards below: • New and replacement fixtures types shall be limited to LED and LED compatible fixtures to facilitate maintenance. o Special fixtures must be approved by the County prior to completion of design. o Provide at least one non -switched LED night light in Foyer, Lobby, Corridors, and large Open Office areas o To the extent possible, minimize the number of different fixture types used on a project. • If replacement lamps or parts are anticipated, replacements must be available locally. HRIS4,TEL IFQ No. 20-7771 Small General Contracting Services 42 CONSTRUCTION REQUIRED FORMS —Form 5: Reference Questionnaire DEMO AND REPLACE KITCHEN CASEWORK: Contractor is responsible for removing all case work (including cabinetry) and furnish and installing a brand new cabinet, new sink and faucet that fits the vertical standards below. Color selection to be selected at a later date. Instead of Plastic Laminate %" plywood countertops, contract to furnish and install a new corian counter top.) • Cabinet material: not less than 5/8" plywood. • Cabinet base: Preservative -treated (PT) wood. • Corian Countertop all exposed casework surfaces. • Provide solid surface or quartz countertops in public areas. „ar • Backsplash material shall match countertop. Provide splash at back and side walls. c c • Unless instructed otherwise by County, cabinets shall be true European style full -overlay construction, with 1/8" joint between doors/drawers, without vertical styles between paired doors. Use concealed heavy duty 170-degree hinges, with white melamine liner inside cabinets and drawers. Use heavy duty 100 lb. (minimum) drawer guides and provide pull at each door/drawer. • Securely fasten all casework to blocking or solid substrates. Adjust and clean all case work prior to acceptance. INTERIOR FLOORING: Contractor to remove and dispose of all the wall bases, carpet and VCT flooring (including corresponding floor transitions). Contractor to prep floor, furnish and install the following in the highlighted blue areas show below: • NEW High -Performance Commercial Luxury Vinyl Tile (color to be selected at a later date). o Tile material and adhesives shall not contain asbestos materials of any kind. o Wash and Clean tiles prior to final acceptance. o Provide 5% extra stock material. o Minimum 10 Year Warranty in Material • Wall Base: Provide 4" vinyl base in finished spaces with LVT floors. o Use pre -molded corner pieces at all outside corners. o Provide 5% extra stock material. • Transitions: Provide matching transition strips where LVT floors abut tile floors. SECOND FLOOR RESTROOM TILE FLOOR REPLACEMENT: Contractor must dispose existing tile floor located in both second floor restrooms (approximately 100 sgft). Contractor must furnish/install new ceramic floor tiling and Wainscot. Contractor must follow the Collier County Vertical Standards stated below: • Comply with Tile Council of North America (TCNA) standards and details. • Tile joints are to be aligned and straight, plumb, level, and true, with equally spaced cut units at ends. • Provide tile movement joints at the following locations: o Perimeter of each room o Risers, ramps, changes of and planes o Corridor corners and intersections • Furnish and install tile wainscot not less than 60" high in both restrooms. • Floor Tile shall be porcelain ceramic tile (color selection to be determined at a later date) ff • Provide product certificate indicating the coefficient of friction complies with ADA requirements for both wet and dry conditions. • Tile base and all corners shall be sanitary cove style. , • Floors must slope towards floor drains at not more than 2% in any direction. • Wall tile substrate shall be CMU, concrete, or cement board. o Do not use gypsum board as tile substrate. HRIS4JEL IFQ No. 20-7771 Small General Contracting Services 43 CONSTRUCTION REQUIRED FORMS —Form 5: Reference Questionnaire Co lier Cortinty Administrative Services Department Procurement Services Division Form 5 Reference Questionnaire (USE ONE FORK FOR EACH REQUIRED REFERENCE) Solicitation: IFQ No. 20-7771 Small General Contracting Services Reference Questionnaire for: Chris -Tel ComDanv of Southwest Florida. Inc.. dba Chris -Tel Construction (Name of Company Requesting Reference Information) Howard L. Wheeler, II, President (Name of Individuals Requesting Reference Information) Name: Stephanie Riley (Evaluator completing reference questionnaire) Email: sariley@?flylcpa.com FAX NIA Company: Lee County Port Authority (Evaluator's Company completing reference) 239-851-4199 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: Continuing Services Contract Project Budget: < $21M Completion Date: On Project Number of Days: Various Item Criteria Score must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 8 2 Ability to maintain project schedule (complete on -time or early). 9 3 Quality of work. 9 4 Quality of consultative advice provided on the project. 8 5 Professionalism and ability to manage personnel. 9 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. 9 8 Abiltity to manage risks and unexpected project circumstances. 8 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 9 10 Overall comfort level with hiring the company in the future (customer satisfaction). 9 TOTAL SCORE OF ALL ITEMS $$ .""UPDATED JANUARY 28, 2020... MRIS*TEL IFQ No. 20-7771 Small General Contracting Services 44 CONSTRUCTION �! l' rF3 \�pprr11�5 M y r Chris -Tel Construction has multiple years of experience working for the Lee County Port Authority at both SWFL International Air- port (RSW) as well as Page Field. We are part of the continuing contract for the maintenance department at RSW and have com- pleted almost $7 million worth of work through this contract. Our firm is well versed on the parameters of RSW as well as the secu- rity and licensing that goes along with working on an airport cam- pus. W _ 1 REQUIRED FORMS—W-9 Form W-9 Request for Taxpayer Give Form Form (Rev. October2018) Identification Number and Certification to the requester. Do not Department of the Treasury Internal Revenue Service ► Go to www.irs.gov/For7nW9 for instructions and the latest information. send to the IRS. 1 Name (as shown on your income tax return). Name is required on this line; do not leave this line blank. Chris -Tel Company of Southwest Florida, Inc. dba Chris -Tel Construction 2 Business name/disregarded entity name, if different from above y3 Check appropriate box for federal tax classification of the person whose name is entered on line 1. Check only one of the 4 Exemptions (codes apply only to following seven boxes. certain entities, not individuals; see a p ❑ Individual/sole proprietor or ❑✓ C Corporation ❑ S Corporation ❑ Partnership ❑ Trust/estate instructions on page 3): y o single -member LLC Exempt payee code (if any) Q. �'� ❑ Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=Partnership) ► o Note: Check the appropriate box in the line above for the tax classification of the single -member owner. Do not check Exemption from FATCA reporting LLC if the LLC is classified as a single -member LLC that is disregarded from the owner unless the owner of the LLC is another LLC that is not disregarded from the for U.S. federal tax code (if any) IL owner purposes. Otherwise, a single -member LLC that is disregarded from the owner should check the appropriate box for the tax classification of its owner. m ❑ Other (see instructions) ► (Applies to accounts maintained o Wde the U.S.) N 5 Address (number, street, and apt. or suite no.) See instructions. Requester's name and address (optional) a� 2534-A Edison Avenue 6 City, state, and ZIP code Fort Myers, FL 33901 7 List account number(s) here (optional) Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid backup withholding. For individuals, this is generally your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN, later. I Social security number - m - or Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and I Employer identification number Number To Give the Requester for guidelines on whose number to enter. F-T-1 F—F—T-7-7— IIEM Certification Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. 1 am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. 1 am a U.S. citizen or other U.S. person (defined below); and The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part 11, later. Here I U'S. personf► ifJI�M, 0 `/ Date ► General Instructions • Form 1099-DIV (dividends, including those from stocks or mutual funds) Section references are to the Internal Revenue Code unless otherwise noted. • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted • Form 1099-B (stock or mutual fund sales and certain other after they were published, go to www.irs.gov/FormW9. transactions by brokers) • Form 1099-S (proceeds from real estate transactions) Purpose of Form • Form 1099-K (merchant card and third party network transactions) An individual or entity (Form W-9 requester) who is required to file an • Form 1098 (home mortgage interest), 1098-E (student loan interest), information return with the IRS must obtain your correct taxpayer 1098-T (tuition) identification number (TIN) which may be your social security number • Form 1099-C (canceled debt) (SSN), individual taxpayer identification number (ITIN), adoption taxpayer identification number (ATIN), or employer identification number .Form 1099-A (acquisition or abandonment of secured property) (EIN), to report on an information return the amount paid to you, or other Use Form W-9 only if you are a U.S. person (including a resident amount reportable on an information return. Examples of information alien), to provide your correct TIN. returns include, but are not limited to, the following. If you do not return Form W-9 to the requester with a TIN, you might • Form 1099-INT (interest earned or paid) be subject to backup withholding. See What is backup withholding, later. Cat. No. 10231X Form W-9 (Rev. 10-2018) HRIS+TEL IFQ No. 20-7771 Small General Contracting Services 46 CONSTRUCTION REQUIRED FORMS -insurance and Bonding Requirements INSURANCE AND BONDING REQUIREMENTS Insurance / Bond Type Required Limits 1. ® Worker's Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements Evidence of Workers' Compensation coverage or a Certificate of Exemption issued by the State of Florida is required. Entities that are formed as Sole Proprietorships shall not be required to provide a proof of exemption. An application for exemption can be obtained online at https://apus.fldfs.com/boeexempt 2. ® Employer's Liability $_500,000 single limit per occurrence 3. ® Commercial General Bodily Injury and Property Damage Liability (Occurrence Form) patterned after the current $ 1,000,000 single limit per occurrence, $2,000,000 aggregate for Bodily ISO form Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. ® Indemnification To the maximum extent permitted by Florida law, the Contractor/Vendor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor/ Vendor or anyone employed or utilized by the Contractor/Vendor in the performance of this Agreement. 5. ® Automobile Liability $_1,000,000_ Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included 6. ❑ Other insurance as noted: ❑ Watercraft $ Per Occurrence ❑ United States Longshoreman's andHarborworker's Act coverage shall be maintained where applicable to the completion of the work. S Per Occurrence ❑ Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. S Per Occurrence ❑ Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence ❑ Pollution $ Per Occurrence ❑ Professional Liability $ Per claim & in the aggregate ❑ Project Professional Liability $ Per Occurrence ❑ Valuable Papers Insurance $ Per Occurrence ❑ Cyber Liability $ Per Occurrence ❑ Technology Errors & Omissions $ Per Occurrence 7. ❑ Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. NRIS*TEL IFQ No. 20-7771 Small General Contracting Services 47 COON REQUIRED FORMS —Insurance and Bonding Requirements 8. ❑ Performance and Payment For projects in excess of $200,000, bonds shall be submitted with the executed contract Bonds by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as "A-" or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 9. ® Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 10. ® Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Vendor's policy shall be endorsed accordingly. 11. ® The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 12. ® On all certificates, the Certificate Holder must read: Collier County Board of County Commissioners, 3295 Tamiami Trail East, Naples, FL 34112 13. ® Thirty (30) Days Cancellation Notice required. 14. Collier County shall procure and maintain Builders Risk Insurance on all construction projects where it is deemed necessary. Such coverage shall be endorsed to cover the interests of Collier County as well as the Contractor. Premiums shall be billed to the project and the Contractor shall not include Builders Risk premiums in its project proposal or project billings. All questions regarding Builder's Risk Insurance will be addressed by the Collier County Risk Management Division. 11/15/20 - CC Vendor's Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. The insurance submitted must provide coverage for a minimum of six (6) months from the date of award. Chris -Tel Company of Southwest Florida, Inc., Name of Firm dba Chris -Tel Construction Date December 18, 2020 Vendor Signature Print Name Howard L. Wheeler, 11, President Insurance Agency Agent Name Ben Few & Company, Inc. Ben Few, IV Telephone Number 239-334-7727 NRIS*TEL IFQ No. 20-7771 Small General Contracting Services 48 CO s= Z;v 4 _ C Q Z rM Ron DeSantis, Governor STATE OF FLORIDA Halsey Beshears, Secretary db3pr DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD THE GENERAL CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES • 1 4 i 1 • r w 1 • w,w ,* � 1 i•1� Always verify licenses online at MyFloridal-icense.com art j ; 0 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. REQUIRED FORMS —Addendum Acknowledgement Coley County AdministrabveSennces Division Procurement Services Date: December 9, 2020 Email: Sarah.Hamiltonnacolliercountyfl.g Telephone: (239) 252-8987 Addendum 1 From: Sarah Hamilton, Procurement Strategist To: Interested Bidders Subject: Addendum #1, IFQ 20-7771, Small General Contracting Services The following clarifications are issued as an addendum identifying the following clarification to the scope of work, changes, deletions, or additions to the original solicitation document for the referenced solicitation: Change 1. Detailed Scope of Work: Words stmia4e gwettgh are deleted from the Solicitation document: Invoices: All T&MNTE work assignments will utilize a fee schedule for labor/parts/equipment. Fee schedule rates, which are subject to additions or deletions, will be negotiated with the awarded Contractors and will be added to the contract for utilization. For all T&M NTE work, Contractor(s) shall be required to provide backup documentation of Contractor's time and proof of the subcontractor services and/or parts/materials/supplies/equipment by providing invoices and receipts at the time of invoice submission. Ancillary charges may be transferred to the County in the actual amount; however, mark-ups will not be allowed. Mark-ups will not be allowed on sales tax, consumer fees or taxes, use and other similar taxes or fees associated with any work under the resultant contract. Awarded Contractors agree to the following, as it pertains to markups and labor rates on T&M NTE work: 1. The mark-up on rental equipment shall not exceed 10%. 2. The mark-up on materials shall not exceed 10%. 3. The mark-up on subcontractors shall not exceed 15%. A copy of the Subcontractor invoice must be provided. r R4ffi ' ,..,,_ Pap S' All rOt r.o " aRgRiR414 c46044_,39tO_'S FARte ' Subcontractor hourly rate shall not exceed the Contractor's hourly rate. 4. The labor rates provided by the Contractor are to be fully burdened to include overhead, insurance, profit and use of company owned small tools and equipment. HRIS+TEL IFQ No. 20-7771 Small General Contracting Services 50 CONSTRUCTION REQUIRED FORMS -contractor License Change 2. Evaluation Criteria: Words A m&_hr-eugh are deleted from the Solicitation document: EVALUATION CRITERIA NO. 5: SPECIALIZED EXPERTISE OF TEAM MEMBERS (25 Total Points Available) In this criterion, include but not limited to: • Description of the proposed contract team and the role to be played by each member of the team. • Attach brief resumes of all proposed project team members who will be involved in the management of the total package of services, as well as the delivery of specific services. - Attaeh resumes of any sub eontfacters and a4taeh letters of intent fFam stated sub eontfaetars must be included with proposal submission. For Changes 1 and 2 above, please see revised Solicitation document. If you require additional information, please post a question on our BidSync (www.bidsync.com) bidding platform under the solicitation for this project. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) Chris -Tel Company of Southwest Florida, Inc., dba Chris -Tel Construction (Name of Firm) 12-18-2020 Date HRIS+TEL IFQ No. 20-7771 Small General Contracting Services 51 CONSTRUCTION , et IMIRF.O.f. cy � ON FOR, Olk"I FM vl6f 'T �`w P %. jq. 1 46 I , 4e It 16.C.4.g FIXED TERM SERVICE MULTI -CONTRACTOR AWARD AGREEMENT # 20-7771 for Small General Contracting Services THIS AGREEMENT, made and entered into on this day of 2021 by and between Chris -Tel Company of Southwest Florida, Inc., d/b/a Chris -Tel Construction , authorized to do business in the State of Florida, whose business address is 2534-A Edison Avenue, Fort Myers, Florida 33901 , (the "Contractor") and Collier County, a political subdivision of the State of Florida, (the "County"): WITNESSETH: AGREEMENT TERM. The Agreement shall be for a three ( 3 ) year period, commencing ■❑ upon the date of Board approval; or ❑ on and terminating on three (3 ) year(s) from that date or until all outstanding Purchase Order(s) issued prior to the expiration of the Agreement period have been completed or terminated. The County may, at its discretion and with the consent of the Contractor, renew the Agreement under all of the terms and conditions contained in this Agreement for two ( 2 } additional one (1 } year(s) periods. The County shall give the co Contractor written notice of the County's intention to renew the Agreement term prior to the end of the Agreement term then in effect. The County Manager, or his designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred L and eighty (180) days. The County Manager, or his designee, shall give the Contractor -°a written notice of the County's intention to extend the Agreement term prior to the end of r_ the Agreement term then in effect. 'l a� 2. COMMENCEMENT OF SERVICES. The Contractor shall commence the work upon N •L issuance of a 0 Purchase Order ❑ A otiee to PFe ee&d_ � U 3. STATEMENT OF WORK. The Contractor shall provide services in accordance with the terms and conditions of ❑ ❑ ❑■ o Other Invitation for Qualification ( IFQ } # 20-7771 r including all Attachment(s), Exhibit(s) and Addenda and the Contractor's proposal E referred to herein and made an integral part of this Agreement. ■❑ The Contractor shall also provide services in accordance with Exhibit A W Scope of a Services attached hereto. Page 1 of 17 Fixed Term Service Multi-CpWTWOC Agreement 2021_Ver.I Packet Pg. 1501 16.C.4.g 3.1 This Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in writing by the Parties, in compliance with the County's Procurement Ordinance, as amended, and Procurement Procedures in effect at the time such services are authorized. 3.2 0 The procedure for obtaining Work under this Agreement is outlined in Exhibit A — Scope of Services attached hereto. ■ - - - 1 Z. y - -- - - ■ ■ 4. THE AGREEMENT SUM. The County shall pay the Contractor for the performance of this Agreement based on Work performed pursuant to the quoted price offered by the Contractor in response to specific Request for Quotation and pursuant to the Price Methodology in Section 4.1 Contractor's quoted prices for time and material shall be based on Exhibit B- Fee Schedule. Payment will be made upon receipt of a proper invoice and upon approval by the County's Contract Administrative Agent/Project Manager, and in compliance with Chapter 218, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act". 4.1 Price Methodology (as selected below): 0 Lump Sum (Fixed Price): A firm fixed total price offering for a project; the risks are transferred from the County to the contractor; and, as a business practice there are no hourly or material invoices presented, rather, the contractor must perform to the satisfaction of the County's project manager before payment for the fixed price contract is authorized. * Time and Materials: The County agrees to pay the contractor for the amount of labor time spent by the contractor's employees and subcontractors to perform the work (number of hours times hourly rate), and for materials and equipment used in the project (cost of materials plus the contractor's markup). This methodology is generally used in projects in which it is not possible to accurately estimate the size of the project, or when it is expected that the project requirements would most likely change. As a general business practice, these contracts include back-up documentation of costs; invoices would include number of hours worked and billing rate by position (and not company (or subcontractor) timekeeping or payroll records), material or equipment invoices, and other reimbursable documentation for the project. -- - - = - - - .. - - Page 2 of 17 Fixed Term Service Multi -Contractor Agreement 2021 Ver.l Packet Pg. 1502 16.C.4.g 4.2 Any County agency may obtain services under this Agreement, provided sufficient funds are included in their budget(s). 4.3 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of the Agreement. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this Agreement. 4.3 The County, or any duly authorized agents or representatives of the County, shall have the right to conduct an audit of Contractor's books and records to verify the accuracy of the Contractor's claim with respect to Contractor's costs associated with any Payment Application, Change Order, or Work Directive Change. - 5. SALES TAX. Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. Collier County, Florida as a political subdivision of the State of Florida, is exempt from the payment of Florida sales tax to its vendors under Chapter 212, Florida Statutes, Certificate of Exemption # 85-8015966531C. Page 3 of 17 Fixed Term Service Multi -Contractor Agreement 2021_Ver.I Packet Pg. 1503 16.C.4.g & NOTICES. All notices from the County to the Contractor shall be deemed duly served if mailed or emailed to the Contractor at the following: Company Name: Address: Authorized Agent: Attention Name & Title: Telephone: E-Mail(s): Chris -Tel Company of Southwest Florida, Inc. d.b.a Chris -Tel Construction 2534-A Edison Avenue Fort Myers, Florida 33901 Howard L. Wheeler, II, President 225-0500 Hwheeler opchristelconstruction.com All Notices from the Contractor to the County shall be deemed duly served if mailed or emailed to the County to: Board of County Commissioners for Collier County, Florida Division Director: Division Name: Address: Damon Grant Facilities Management Division 3335 Tamiami Trail East, Ste 109 Naples, FL 34112 Administrative Agent/PM: Juan Delgado 1 James Williams Telephone: (239) 252-72921(239) 252-8380 E-Mail(s): Juan.Delgado@colliercountyfl.gov 1 James.Williams@colliercountyfl.gov The Contractor and the County may change the above mailing address at any time upon giving the other party written notification. All notices under this Agreement must be in writing. 7. NO PARTNERSHIP. Nothing herein contained shall create or be construed as creating a partnership between the County and the Contractor or to constitute the Contractor as an agent of the County. 8. PERMITS: LICENSES: TAXES. In compliance with Section 218.80, F.S., all permits necessary for the prosecution of the Work shall be obtained by the Contractor. The County will not be obligated to pay for any permits obtained by Subcontractors. Payment for all such permits issued by the County shall be processed internally by the County. All non -County permits necessary for the prosecution of the Work shall be procured and paid for by the Contractor. The Contractor shall also be solely responsible for payment of any and all taxes levied on the Contractor. In addition, the Contractor shall comply with all rules, regulations and laws of Collier County, the State of Florida, or the U. S. Government now in force or hereafter adopted. The Contractor agrees to comply with all laws governing the responsibility of an employer with respect to persons employed by the Contractor. Page 4 of 17 Fixed Term Service Multi -Contractor Agreement 2021_Ver.1 Packet Pg. 1504 16.C.4.g 9. NO IMPROPER USE. The Contractor will not use, nor suffer or permit any person to use in any manner whatsoever, County facilities for any improper, immoral or offensive purpose, or for any purpose in violation of any federal, state, county or municipal ordinance, rule, order or regulation, or of any governmental rule or regulation now in effect or hereafter enacted or adopted. In the event of such violation by the Contractor or if the County or its authorized representative shall deem any conduct on the part of the Contractor to be objectionable or improper, the County shall have the right to suspend the Agreement of the Contractor. Should the Contractor fail to correct any such violation, conduct, or practice to the satisfaction of the County within twenty-four (24) hours after receiving notice of such violation, conduct, or practice, such suspension to continue until the violation is cured. The Contractor further agrees not to commence operation during the suspension period until the violation has been corrected to the satisfaction of the County. 10. TERMINATION. Should the Contractor be found to have failed to perform his services in a manner satisfactory to the County as per this Agreement, the County may terminate said Agreement for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be the sole judge of non-performance. In the event that the County terminates this Agreement, Contractor's recovery against the County shall be limited to that portion of the Agreement Amount earned through the date of termination. The Contractor shall not be entitled to any other or further recovery against the County, including, but not limited to, any damages or any anticipated profit on portions of the services not performed. 11. NO DISCRIMINATION. The Contractor agrees that there shall be no discrimination as to race, sex, color, creed or national origin. T 12. INSURANCE. The Contractor shall provide insurance as follows: o A. ❑■ Commercial General Liability: Coverage shall have minimum limits of $1,000,000 Per Occurrence, $ 2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. U B. W Business Auto Liability: Coverage shall have minimum limits of $ 1,000,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage ti Liability. This shall include: Owned Vehicles, Hired and Non -Owned Vehicles and N Employee Non -Ownership. a� C. ❑■ Workers' Compensation, Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. r a The coverage must include Employers' Liability with a minimum limit of $ 500,000 for each accident. Page S of 17 Fixed Term Service Multi -Contractor Agreement 2021_Ver.I Packet Pg. 1505 16.C.4.g ►- -- - -=21-Fro- -ac - - Special Requirements: Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier County Government shall be listed as the Certificate Holder and included as an "Additional Insured" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Contractor's policy shall be endorsed accordingly. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. The Contractor shall o provide County with certificates of insurance meeting the required insurance provisions. Renewal certificates shall be sent to the County thirty (30) days prior to any expiration date. Coverage afforded under the policies will not be canceled or allowed to expire until the greater of: thirty (30) days prior written notice, or in accordance with policy provisions. co Contractor shall also notify County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non -renewal or material change in coverage or limits received by Contractor from its insurer, and nothing contained herein shall relieve Contractor of this requirement to provide notice. �, N L Contractor shall ensure that all subcontractors comply with the same insurance requirements that the Contractor is required to meet. i 13. INDEMNIFICATION. To the maximum extent permitted by Florida law, the Contractor shall defend, indemnify and hold harmless Collier County, its officers and employees from L any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, whether resulting from any claimed breach of this Agreement by Contractor, any statutory or regulatory violations, or from personal injury, ti property damage, direct or consequential damages, or economic loss, to the extent N caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor or anyone employed or utilized by the Contractor in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. r a This section does not pertain to any incident arising from the sole negligence of Collier County. Page 6 of 17 Fixed Term Service Multi -Contractor Agreement 2021_Ver.I Packet Pg. 1506 16.C.4.g 13.1 The duty to defend under this Article 13 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Contractor, County and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to Contractor. Contractor's obligation to indemnify and defend under this Article 13 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the County or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 14. AGREEMENT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Facilities Management Division _ 15. CONFLICT OF INTEREST. Contractor represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. Contractor further represents that no persons having any such interest shall be employed to perform those services. 16. COMPONENT PARTS OF THIS AGREEMENT. This Agreement consists of the following component parts, all of which are as fully a part of the Agreement as if herein set out verbatim: Contractor's Proposal, Insurance Certificate(s), W Exhibit A Scope of Services, Exhibit B Fee Schedule, ❑ R-F[] 4-T-9/❑■ Other Invitation for Qualification (IFQ) #20-7771 , including Exhibits, Attachments and Addenda/Addendum, 0 subsequent quotes, and ❑ 17. APPLICABILITY. Sections corresponding to any checked box ( ■ ) expressly apply to the terms of this Agreement. 18. SUBJECT TO APPROPRIATION. It is further understood and agreed by and between the parties herein that this Agreement is subject to appropriation by the Board of County Commissioners. 19. PROHIBITION OF GIFTS TO COUNTY EMPLOYEES. No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part Ili, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, as amended, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any Agreement held by the individual and/or firm for cause. 20. COMPLIANCE WITH LAWS. By executing and entering into this Agreement, the Contractor is formally acknowledging without exception or stipulation that it agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to this Agreement, including but not limited to those dealing with the Immigration Reform and Control Act of 1986 as Page 7 of 17 Fixed Tarm Service Multi -Contractor Agreement 202 ]_Vcr.l Packet Pg. 1507 16.C.4.g located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended; taxation, workers' compensation, equal employment and safety including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes, and the Florida Public Records Law Chapter 119, if applicable, including specifically those contractual requirements at F.S. § 119.0701(2)(a)-(b) as stated as follows: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Communication and Customer Relations Division 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8999 Email: PublicRecordReguest@colliercountyfl.gov The Contractor must specifically comply with the Florida Public Records Law to: 1. Keep and maintain public records required by the public agency to perform the service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify the County in writing. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this Agreement and the County shall have the discretion to unilaterally terminate this Agreement immediately. Page 8of17 Fixed Term Service Multi -Contractor Agreement 2021_Ver. I T .N L 0 aD >I aD •L U ti 0 N r r- 0 E M U 0 a Packet Pg. 15 8 16.C.4.g 21. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County encourages and agrees to the successful Contractor extending the pricing, terms and conditions of this solicitation or resultant Agreement to other governmental entities at the discretion of the successful Contractor. 22. PAYMENTS WITHHELD. The County may decline to approve any application for payment, or portions thereof, because of defective or incomplete work, subsequently discovered evidence or subsequent inspections. The County may nullify the whole or any part of any approval for payment previously issued and the County may withhold any payments otherwise due to Contractor under this Agreement or any other Agreement between the County and Contractor, to such extent as may be necessary in the County's opinion to protect it from loss because of: (a) defective Work not remedied; (b) third party claims failed or reasonable evidence indicating probable fling of such claims; (c) failure of Contractor to make payment properly to subcontractors or for labor, materials or equipment; (d) reasonable doubt that the Work can be completed for the unpaid balance of the Contract Amount; (e) reasonable indication that the Work will not be completed within the Contract Time; (f) unsatisfactory prosecution of the Work by the Contractor; or (g) any other material breach of the Contract Documents. If any conditions described above are not remedied or removed, the County may, after three (3) days written notice, rectify the same at Contractor's expense. The County also may offset against any sums due Contractor the amount of any liquidated or unliquidated obligations of Contractor to the County, whether relating to or arising out of this Agreement or any other Agreement between Contractor and the County. 23. ❑■ CLEAN UP. Contractor agrees to keep the Project site clean at all times of debris, rubbish and waste materials arising out of the Work. At the completion of the Work, Contractor shall remove all debris, rubbish and waste materials from and about the Project site, as well as all tools, appliances, construction equipment and machinery and surplus materials, and shall leave the Project site clean, 24. STANDARDS OF CONDUCT: PROJECT MANAGER SUPERVISOR EMPLOYEES. The Contractor shall employ people to work on County projects who are neat, clean, well-groomed and courteous. Subject to the American with Disabilities Act, Contractor shall supply competent employees who are physically capable of performing their employment duties. The County may require the Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Collier County projects is not in the best interest of the County. 25. 0 WARRANTY. Contractor expressly warrants that the goods, materials and/or equipment covered by this Agreement will conform to the requirements as specified, and will be of satisfactory material and quality production, free from defects, and sufficient for the purpose intended. Goods shall be delivered free from any security interest or other lien, encumbrance or claim of any third party. Any services provided under this Agreement shall be provided in accordance with generally accepted professional standards for the particular service. These warranties shall survive inspection, acceptance, passage of title and payment by the County. Page 9 of 17 Fixed Term Service Multi -Contractor Agreement 2021_Ver.1 Packet Pg. 1509 16.C.4.g Contractor further warrants to the County that all materials and equipment furnished under the Contract Documents shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable manufacturers, fabricators, suppliers or processors except as otherwise provided for in the Contract Documents. If, within one (1) year after final completion, any Work is found to be defective or not in conformance with the Contract Documents, Contractor shall correct it promptly after receipt of written notice from the County. Contractor shall also be responsible for and pay for replacement or repair of adjacent materials or Work which may be damaged as a result of such replacement or repair. These warranties are in addition to those implied warranties to which the County is entitled as a matter of law. 26. FM-1 TESTS AND INSPECTIONS. If the Contract Documents or any codes, laws, ordinances, rules or regulations of any public authority having jurisdiction over the Project requires any portion of the Work to be specifically inspected, tested or approved, Contractor shall assume full responsibility therefore, pay all costs in connection therewith and furnish to the County the required certificates of inspection, testing or approval. All inspections, tests or approvals shall be performed in a manner and by organizations acceptable to the County. 27. ❑E PROTECTION OF WORK. A. Contractor shall fully protect the Work from loss or damage and shall bear the cost of any such loss or damage until final payment has been made. If Contractor or anyone for whom Contractor is legally liable is responsible for any loss or damage to the Work, or other work or materials of the County or County`s separate contractors, Contractor shall be charged with the same, and any monies necessary to replace such loss or damage shall be deducted from any amounts due to Contractor. B. Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. C. Contractor shall not disturb any benchmark established by the County with respect to the Project. If Contractor, or its subcontractors, agents or anyone, for whom Contractor is legally liable, disturbs the County's benchmarks, Contractor shall immediately notify the County. The County shall re-establish the benchmarks and Contractor shall be liable for all costs incurred by the County associated therewith. 28. SUBMITTALS AND SUBSTITUTIONS. Any substitution of prod uctslmaterials from specifications shall be approved in writing by the County in advance. 29. CHANGES IN THE WORK. The County shall have the right at any time during the progress of the Work to increase or decrease the Work. Promptly after being notified of a change, Contractor shall submit an estimate of any cost or time increases or savings it foresees as a result of the change. Except in an emergency endangering life or property, or as expressly set forth herein, no addition or changes to the Work shall be made except upon modification of the Purchase Order by the County, and the County shall not be liable Page 10 of 17 Fixed Term Service MuUi-Contractor Agreement 2021_Ver.I Packet Pg. 1510 16.C.4.g to the Contractor for any increased compensation without such modification. No officer, employee or agent of the County is authorized to direct any extra or changed work orally. Any modifications to this Agreement shall be in compliance with the County Procurement Ordinance and Procedures in effect at the time such modifications are authorized. 30. AGREEMENT TERMS. If any portion of this Agreement is held to be void, invalid, or otherwise unenforceable, in whole or in part, the remaining portion of this Agreement shall remain in effect. 31. ADDITIONAL ITEMS/SERVICES. Additional items and/or services may be added to this Agreement in compliance with the Procurement Ordinance, as amended, and Procurement Procedures. 32. DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of Contractor with full decision -making authority and by County's staff person who would make the presentation of any settlement reached during negotiations to County for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed -upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of Contractor with full decision -making authority and by County's staff person who would make the presentation of any settlement reached at mediation to County's board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat. 33, VENUE. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. - - - - wili a FE-1 AGREEMENT STAFFING. The Contractor's personnel and management to be utilized for this Agreement shall be knowledgeable in their areas of expertise. The County reserves the right to perform investigations as may be deemed necessary to ensure that Page 11 of 17 Fixed Term Service Mkilti-Contractor Agreement 2021_Ver.1 Packet Pg. 1511 16.C.4.g competent persons will be utilized in the performance of the Agreement. The Contractor shall assign as many people as necessary to complete required services on a timely basis, and each person assigned shall be available for an amount of time adequate to meet required services. 35. FE-1 ORDER OF PRECEDENCE. In the event of any conflict between or among the terms of any of the Contract Documents, the terms of solicitation the Contractor's Proposal, and/or the County's Board approved Executive Summary, the Contract Documents shall take precedence. . t A ■ w . _ ■ . MEM■ .. . .51 36. ASSIGNMENT. Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of the County. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the County's consent, shall be void. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward the County. 37. SECURITY. The Contractor is required to comply with County Ordinance 2004-52, as v amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management L Division for all employees that shall provide services to the County under this Agreement. -°a This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence ', and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least N four (4) years. All of Contractor's employees and subcontractors must wear Collier County L Government Identification badges at all times while performing services on County r facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the Contractor during the time N period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor's business. E The Contractor shall immediately notify the Collier County Facilities Management Division a via e-mail (DL-FMOPS@colliergov.net) whenever an employee assigned to Collier a County separates from their employment. This notification is critical to ensure the Page 12 of 17 Fixed Term Service Multi -Contractor Agree-ment 202l—Ver.I Packet Pg. 1512 16.C.4.g continued security of Collier County facilities and systems. Failure to notify within four (4) hours of separation may result in a deduction of $500 per incident. 38. 0 SAFETY. All Contractors and subcontractors performing service for Collier County are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Also, all Contractors and subcontractors shall be responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. Collier County Government has authorized the Occupational Safety and Health Administration (OSHA) to enter any Collier County Facility, property and/or right-of-way for the purpose of inspection of any Contractor's work operations. This provision is non- negotiable by any division/department and/or Contractor. All applicable OSHA inspection criteria apply as well as all Contractor rights, with one exception. Contractors do not have the right to refuse to allow OSHA onto a project that is being performed on Collier County Property. Collier County, as the owner of the property where the project is taking place shall be the only entity allowed to refuse access to the project. However, this decision shall only be made by Collier County's Risk Management Division Safety Manager and/or Safety Engineer. (Intentionally left blank -signature page to follow) Page 13 of 17 r� a Fixed Term Service Mufti -Contractor Agreement 2021_Ver.1 Packet Pg. 1513 16.C.4.g IN WITNESS WHEREOF, the parties hereto, by an authorized person or agent, have executed this Agreement on the date and year first written above. ATTEST: Crystal K. Kinzel, Clerk of Court & Comptroller By: Dated: (SEAL) Contractor's Witnesses: Contractor's First Witness L 1 -'-a C,a-Ir- wg)0 TTypelprint witness n meT ont or' ( econd Witness �iQ+ scho i TTypelprint witness nameT Approved as to Form and Legality: County Attorney Print Name �ov BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA By: PENNY TAYLOR Chair Chris -Tel Company of Southwest Florida, Inc. dba Chris -Tel Construction Contractor D BA i k rint signature and title's a Page 14 of 17 Fixed Tenn Service Multi -Contractor Agreement 2021_Ver.l Packet Pg. 1514 16.C.4.g Exhibit A Scope of Services W following this page (pages 1 through 4 ) ❑ this exhibit is not applicable Page 15 of 17 Fixed Term Service Multi -Contractor Agreement 2021 Ver.I Packet Pg. 1515 16.C.4.g IFQ # 20-7771 "Small General Contracting Services" EXHIBIT A SCOPE OF SERVICES The Facilities Management Division (herein after referred to as "Division" and/or "County") is responsible for maintaining various County owned and leased buildings and facilities throughout Collier County. This Agreement establishes a pool of qualified contractors that can provide general construction and construction-rclated services, including maintenance services, after-hours repairs, and minor renovation services of County -owned and operated facilities to minimize operational downtime and maintain top operating conditions. The terms "Agreement" and "Contract" shall be used interchangeably throughout this Agreement. DETAILED SCOPE 'OF'WORK Contractors, licensed in the State of Florida, shall provide minor repairs, construction, renovation, installation, and maintenance services. Normal and after-hours repair services will be required Countywide and include, but not be limited to, the following example types of work: • Supervision/administration of construction -related work; and • New construction work for renovations and building additions; and • Renovations/retrofits, repairs/replacements, maintenance, and installations; and • Demolition associated with renovations/retrofits; and • Scheduling work and subcontractors in harmony with the County's operations; and • Estimating cost of future projects; and • On -Call Urgent Services. Typically, maintenance and repair services will be completed during normal business hours, considered to be Monday through Friday between 7:00 AM and 5:00 PM. The County may request services during afterhours as deemed necessary by the County's representative or designee. Afterhours are considered before 7:00 AM and after 5:00 PM on weekdays and at any time on Saturday, Sunday or County -observed Holidays. N L C. Contractors must be qualified and are directly responsible for 100% of the contracted work. In the event the Contractor does not "self -perform" any or all tasks within the specifications, and utilizes subcontractors, the Contractor is directly responsible > for all supervision, monitoring and compliance with the schedule, cost, work scope, plans and specification quality in the performance of a project for the County. •L Contractors are expected to submit quotes for each Request for Quotation that will be issued under this contract. U Repeatedly failing to submit a quote, when requested, may result in the termination of Contractors Agreement. ti ti A. Procedures for Non-Ureent Work: c N 1. For projects with a value of $25,000 or less, the procedure for obtaining quotes from the awarded Contractors m is outlined below: E t 1. A quote will be requested from one (1) of the awarded Contractors on a basis that ensures a relatively even r distribution of work. Q 2. The Contractor will respond with the information and/or proposal sought within seven (7) calendar days. 3. The County shall pay the Contractor for the performance of the work pursuant to the quoted price offered by the Contractor. The Contractor will be compensated for time and material not to exceed (T&M NTE) work. Page I of 4 Exhibit A — Scope of Services Packet Pg. 1516 16.C.4.g 4. Contractor will commence work upon County's issuance of a Purchase Order. The Contractor agrees that any Purchase Order that extends beyond the expiration date of the resultant contract will survive and remain subject to the terms and conditions of the resultant contract until the completion or termination of work, 11. For ail projects with a value that exceed $25,000, the procedure for obtaining quotes from the awarded Contractors is outlined below: 1. A Summary of Work, project plans, technical specifications, etc, will be provided to all awarded Contractors, along with a quote schedule for providing an all-inclusive lump sum quote. Completion time may be specified in the Request for Quotation, 2. The County's Project Manager will set the required response time for each project, but the Contractors will be given a minimum of seven (7) business days to provide a quote. Other projects may require a longer quoting period to allow for proper coordination. This period may also include a pre -bid meeting. 3. Contractors shall provide a lump sum quote based on the quote schedule provided. The following is an example of a quote schedule that may be required: Item Number Description Unit Amount Item Cost. 1 Mobilization LUMP Sum 1 $0.00 2 Sitework Lump Sum 1 $0.00 3 Demolition Lump Sum 1 $0.00 4 Masonry Lump Sum 1 $0.00 5 Structural Lum Sum 1 $0.00 6 Roofing Lum Sum 1 $0.00 7 Plumbing Lump Sum 1 $0.00 8 HVAC Lump Sum 1 $0.00 9 Electrical Lump Sum i $0.00 Lump Sum Total S0.00 4. The County's Project Manager will review all quotes received by the given due date and may negotiate with the Contractor who submits the lowest quote, if outside the budget. 5. No single project may exceed $200,000. 6. Contractor will commence work upon County's issuance of a Purchase Order. The Contractor agrees that any Purchase Order that extends beyond the expiration date of the contract will survive and remain subject to the terms and conditions of the resultant contract until the completion or termination of work. The County reserves the right to waive any or all of these requirements and to separately solicit any job if in the best interest of the County. The County reserves the right to supply all necessary parts for selected projects and repairs. B. Urgent Work: Urgent work shall be defined as any work that is not scheduled. 24-hour availability is needed to complete on -call urgent work. Urgent work will be completed on a rotating schedule with one (1) Contractor designated for a one (1) week period. Each awarded Contractor shall supply all County departments utilizing the resultant contract with a minimum of two (2) twenty-four (24) hour urgent contact phone numbers. All Contractors must participate in the urgent work rotation, which will be equally divided among the awarded Contractors. The annual schedule will be developed at a meeting with all awarded Contractors at the beginning of the contract term, and annually thereafter. The Facilities Management Division will manage and maintain rotation schedules such that three (3) months of future assignments are accessible to all Contractors. Page 2 of 4 Exhibit A — Scope of Services Packet Pg. 1517 16.C.4.g Urgent work requests require telephone or email acknowledgement of the request within two (2) hours. Contractor must provide a Time and Materials Not to Exceed (T&M NTE) quote within 24 hours of the visit and also provide a schedule to complete required repairs. The County may require the Contractor to secure damaged work area via a temporary repair, Should a Contractor fail to respond to an urgent call the next Contractor in rotation shall be contacted. Any failure to provide coverage by a Contractor, may be subject to termination. C. Changes in the Work: The County shall have the right at any time during the progress of the Work to increase or decrease the work. Promptly after being notified of a change, Contractor shall provide the County with a T&M NTE proposal for any changes in the work, D. Invoices: All T&M NTE work assignments will utilize a fee schedule for labor/parts/equipment. Fee schedule rates, which are subject to additions or deletions, will be negotiated with the awarded Contractors and will be added to the contract for utilization. For all T&M NTE work, Contractor(s) shall be required to provide backup documentation of Contractor's time and proof of the subcontractor services and/or parts/materials/supplies/equipment by providing invoices and receipts at the time of invoice submission. Ancillary charges may be transferred to the County in the actual amount; however, mark-ups will not be allowed. Mark-ups will not be allowed on sales tax, consumer fees or taxes, use and other similar taxes or fees associated with any work under the resultant contract. Awarded Contractors agree to the following, as it pertains to markups and labor rates on T&M NTE work: 1. The mark-up on rental equipment shall not exceed 1.0%. 2. The mark-up on materials shall not exceed 10%. 3. The mark-up on subcontractors shall not exceed 15%. A copy of the Subcontractor invoice must be provided. 4. The labor rates provided by the Contractor are to be fully burdened to include overhead, insurance, profit and use of company owned small tools and equipment. E. Contractor's Responsibilities: Contractor(s) shall furnish all necessary qualified labor, materials, equipment, tools, consumables, transportation, skills, and incidentals required for the services requested. All work, equipment, parts and materials must meet Collier County Vertical Standards. If the work request is not specific and/or the Collier County Vertical Standards do not specify, then the work/equipment/parts/materials must be approved by the County's representative or designee. F. Permits/Licenses: The Contractor shall obtain and maintain all required permits and/or licenses necessary for the prosecution of the work prior to the start of construction. The Contractor must use a qualified engineer or company representative (with all related licenses and certifications being current and in full force and applicable jurisdiction) with the experience and ability to obtain all permits required for any and all repairs, when necessary and applicable, G. Warranty: The Contractor shall professionally perform to the industry standards and to the requirements in this solicitation and subsequent contractual documents. The Contractor shall warrant their work for one (1) year following final acceptance by the County. Parts and fixtures shall be new and warranted for a minimum of one (1) year or the maximum allowed by the manufacturer, whichever is greater. An extended warranty may be purchased through the Contractor from the manufacturer without any markup being charged to the County, H. Records and Documentation: The Contractor(s) is responsible to maintain and update records for services provided. The documentation will include, and not be limited to, records of all service calls, maintenance performed, and any modifications, if applicable. All reports shall be sent to the County's representative or designee, noting date, repair, materials, location, and/or disposal information. The County reserves the right to require photographs of the completed work. Contractors will be required to use the County's Work Management procedures, such as utilizing online work request system, at no additional cost to the County or Contractor(s). The Contractor(s) will be responsible for utilizing any systems used by the County for work requests under the resultant contract. The Contractors may be required to update, complete and close work requests and attach before and after pictures, as necessary. Page 3 of 4 Exhibit A — Scope of Services Packet Pg. 1518 16.C.4.g I. Incidents: Contractor(s) must report any/all accidents/hazards immediately upon occurrence to the County's representative or designee, in writing, followed by any and all notifications required by law, such as Occupational Safety and Health Administration (OSHA) requirements. J. Inspections: The County and the Contractor(s) may conduct an inspection of the completed services provided in response to any resulting Purchase Order. Any deficiencies noted during an inspection shall be corrected before final acceptance. Such deficiencies shall be corrected within 24 hours after receipt of notification, unless otherwise directed by the County's representative or designee, at the Contractor's expense. K. Equipment Inventory: The Contractor(s) shall, under no circumstances, remove any equipment containing a County asset sticker. The Contractor(s) shall request that, when replacing equipment, the asset sticker be removed by an appropriate County's representative or designee authorized to adjust equipment inventory records. L. Facility Safety and Security: The Contractor and their subcontractors are required to comply with County Ordinance 2004-52, as amended. The Contractor and their subcontractors must meet all background checks and fingerprinting requirements and shall be responsible for all associated costs. At all times, the Contractor and their subcontractors must wear the assigned contractor badge while conducting work on County property. The awarded Contractors will be asked to work in the Collier County Sheriff's Office Correctional Facilities and other areas considered "high security", which require thorough background checks of personnel and tools taken into such Facilities. Work must be performed in accordance with industry standards and guidelines. The Contractor(s) will comply with all applicable federal, state and local laws, ordinances, rules and regulations pertaining to the performance of the services requested herein. Any fines levied due to inadequacies, or failure to comply with any requirements, will be the sole responsibility of the Contractor(s). Any employee or representative of the Contractor(s) found not in conformance with any laws, statutes, rules or regulations will not be allowed on the job site. Violations by a Contractor may constitute cause for immediate contract termination. The Contractor(s) must comply with Federal and State right -to -know laws if hazardous materials are used. Material Safety Data Sheets (MSDS) will be made available and must be provided to the County per the County's representative or designee direction. The Contractor is required to immediately report to the County's representative or designee any spillage or dumping of hazardous material on County property. The Contractor shall bear all costs associated with the cleanup of any such incidents. Contractors will be expected to understand and comply with Collier County Practices and Procedures (CMA's), Standard Operating Procedures (SOP's) or Job Safety Analysis (JSA's) that pertain to environmental, health and safety standards and/or work practices applicable to the activities they perform. These include but are not limited to: • Storage, handling, and use of flammable liquids and hazardous materials. • Storage, handling, and use of compressed gas cylinders. • Periodic safety inspections of equipment and work -site housekeeping. • Use of fall protection while working at heights above 6 feet. • Following electrical safety practices and lock out / tag out procedures. • Proper use of personal protective equipment. • Proper maintenance and use of ladders and other equipment. • Guarding of wall and floor openings, open trenches, and excavations. M. Clean-up: The Contractor(s) shall be responsible for removing all debris from the site and cleaning affected areas in the most environmentally friendly manner possible. The Contractor(s) 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 or designee, shall remove such debris and materials from the property. The Contractor(s) shall leave all affected areas as they were prior to beginning work, There will be no cost to the County for clean-up. Page 4 of 4 Exhibit A — Scope of Services Packet Pg. 1519 16.C.4.g Exhibit B Fee Schedule following this page (pages I through I j Page 16 of 17 r� a Fixed Term Service Multi -Contractor Agreement 2021_Ver.1 Packet Pg. 1520 16.C.4.g IFQ # 20-7771 `Small General Contracting Services" EXHIBIT B FEESCHEDULE 1. Quotes for projects with a value of $25,000 or less shall utilize time and material price methodology based on rates above. 2. The mark-up on rental equipment shall not exceed l 0%. 3. The mark-up on materials shall not exceed 10%. 4. The mark-up on subcontractors shall not exceed 15%. A copy of the Subcontractor invoice must be provided. 5. The labor rates provided by the Contractor are to be fully burdened to include overhead, insurance, profit and use of company owned small tools and equipment. Page 1 of 1 Exhibit B — Fee Schedule Packet Pg. 1 171 16.C.4.g Other Exhibit/Attachment Description: ❑ following this page (pages through ____) ❑■ this exhibit is not applicable Page 17 of 17 Fixed Term Service Multi -Contractor Agreement 2021_Ver.1 Packet Pg. 1522 I 16.C.4.h I ACCOR E CERTIFICATE OF LIABILITY INSURANCE I DATEIN 5/18/2021 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THI: CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIE! BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZE[ 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 endorsec If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement oI this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Certificate Department Five County Insurance Agency Inc PHONE FAX 14120 Metropolis Ave A/C No Ext : 239-939-1400 A/C No): 239-939-3813 Fort Myers FL 33912 ADDRESS: certs@fivecountyinsurance.com INSURER(S) AFFORDING COVERAGE NAIC # INSURERA: American Builders Insurance 11240 INSURED DECCO-1 INSURERB: National Builders Insurance 16632 DEC Contracting Group Inc 1560 Matthew Dr Unit B INSURERC: Old Dominion Insurance 40231 Fort Myers FL 33907 INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER:612067143 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIO1 INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THI; CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERM 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/DDIYYYY POLICY EXP MM/DDIYYYY LIMITS B X COMMERCIAL GENERAL LIABILITY Y Y PKGO16751709 3/6/2021 3/6/2022 EACH OCCURRENCE $1,000,000 Fv� CLAIMS -MADE OCCUR DAMAGE PREM SES� RENTEa o_cur ence $ 300,000 MED EXP (Any one person) $ 10,000 PERSONAL & ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY ❑ PRO- JECT ❑ LOC X PRODUCTS - COMP/OP AGG $ 2,000,000 $ OTHER: C AUTOMOBILE LIABILITY Y Y B1 PO157N 5/8/2021 5/8/2022 COMBINED SINGLE LIMIT Ea accident $ 1,000,000 X BODILY INJURY (Per person) $ ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY (Per accident) $ X PROPERTY DAMAGE Per accident $ HIRED X NON -OWNED AUTOS ONLY AUTOS ONLY A X UMBRELLA LIAB X OCCUR UMB018902306 3/6/2021 3/6/2022 EACH OCCURRENCE $ 1,000,000 AGGREGATE $ EXCESS LIAB CLAIMS -MADE DED RETENTION $ $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N Y WCV016799207 3/6/2021 3/6/2022 X PER OTH- STATUTE ER ANYPROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? ❑ N/A E.L. DISEASE - EA EMPLOYEE $ 1,000,000 (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) PROJECT: 20-7771 Small GC Services Collier County Board of County Commissioners, or Board of County Commissioners in Collier County, or Collier County Government , or Collier County are named as an additional insured when required per written contractual agreement with respects to General Liability and Auto. Waiver of Subrogation is include with respects to General Liability & Workers Compensation and Auto. CERTIFICATE HOLDER COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS 3295 TAMIAMI TRAIL EAST NAPLES FL 34112 T— CV 0 CV d V C L 3 N C I a+ V R L O U U W ti ti ti 0 CV C to E CANCELLATION v tv .r SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORI Q THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED II ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD Packet Pg. 1523 Collier County Board of County Commissioners INVITATION FOR QUALIFICATIONS (IFQ) FOR SMALL GENERAL CONTRACTING SERVICES SOLICITATION NO.: 20-7771 d�A'a I DE C 2, Contracting Group, Inc. DEC Contracting Group, Inc. December 18, 2020 Table of Contents 1. Cover Letter............................................................................................5 Management Summary.............................................................................6 WhoWe Are.......................................................................................................7 OurServices.......................................................................................................8 OurRecent Awards...........................................................................................9 2. Certified Minority Business Enterprise..............................................10 3. Business Plan and Approach...............................................................12 4. Experience and Capacity of the Firm................................................23 5. Specialized Expertise of the Team.....................................................48 6.1-ocal Vendor Preference.....................................................................62 Formsand Attachments.........................................................................64 Mik loo� /Moor.M-*& a EVALUATION CRITERIA NO. 1: COVER LETTER/MANAGEMENTSUMMARY (5 Total Points Available) Provide a cover letter, signed by an authorized officer of the company, indicating the underlying philosophy of the company 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 contractor's certification that the Contractor will accept any awards as a result of this IFQ. Please see the attached cover letter and executive management summary. Dear Ms. Hamilton, Enclosed please find a proposal by DEC Contracting Group, Inc. ("DEC") in response to the Collier County Board of County Commissioners' ("Collier County") Invitation for Qualifications ("IFQ") for Small General Contracting Services. DEC brings over 100 years of combined experience as a full service, licensed and insured commercial contractor with an extensive history serving the Southwest Florida area. We specialize in new commercial construction projects, institutional facilities, parks and recreation, government / municipal facilities, education and industrial construction, and additions and remodels. We regularly partner with a diverse set of clients in the public and commercial sectors and have successfully completed similar scopes of service to what is being prescribed in this IFQ. We can guarantee Collier County that all projects will be completed on time and within budget, because we have a proven track record with Collier County and myriad other clients with similar projects and needs. From secure banking, bonding, and insurance capacities, to great working relationships and a dedication to providing exemplary customer service, working with DEC is a sure bet. DEC confirms that the contents of this submittal are true and accurate to the best of our knowledge. We appreciate the opportunity to submit this response and are willing to execute a standard Collier County contract agreement. We look forward to working with the County and its stakeholders on this project. We welcome the opportunity to further discuss the above in our shared commitment to the highest quality small general contracting services for Collier County. Please feel free to visit our website at www.deccontracting.com or contact me directly by calling 239-332- 4322 Ext. 102, or by emailing me at doug@deccontracting.com. Sincerely, Douglas R. Masch II, LEED AP BD+C President i , 77 Al rt OMNI MEMO A 1 DEC 'i., Contracting Group, Inc. Who We Are DEC Contracting Group, Inc. is a full service, licensed, and insured commercial contractor serving the Southwest Florida area. At DEC, we specialize in new commercial construction projects, tenant build -out, retail and business offices, new residential construction, additions, and remodels. We are dedicated to excellence and building a quality project through our commitment to professionalism, customer care, and our proven experience and knowledge of the construction industry. With over a century of combined experience in construction supervision, construction management, and subcontractor negotiations, DEC Contracting Group, Inc. brings the experience in the industry to every project to meet the expectations of each client from concept through completion. DEC Contracting Group, Inc. has built a team of professionals with shared visions who take pride in their work and exercise a standard of exceeding clients' expectations every step of the way. DEC prides itself on being a firm that is first and foremost, innovative, professional, dependable, and experienced. Our company is committed to: • Conducting business in an organized and disciplined fashion to consistently develop satisfied customers resulting in long-term relationships and repeat business. • An attitude of doing things right the first time. We are committed to being the industry leader in the areas of safety, quality control, and exceeding expectations. • An ongoing training and skills development program for our employees so that they can be responsive to our clients' needs. We recognize that our human resources are our most valuable asset in attaining our aggressive goal of being an industry leader. Therefore, we strive to provide a professional work environment for our employees which is not only challenging and productive, but also secure and satisfying. • Creating a growth environment that is both controlled and responsible and does not exceed the capabilities of our human resources or result in our assuming unacceptable levels of risk. Our Services DEC Contracting Group, Inc. takes pride in meeting our clients' needs on a project specific basis by maintaining superior quality standards and a dedication to effective and efficient communication. DEC Contracting Services Include: Our Recent Awards Avilik CBIA DEC Contracting Group, Inc. has been the recipient of five (5) industry awards and counting. In 2020, DEC Contracting was the recipient of one 1 Collier County Building Industry award. The 2020 Collier Building award was for the Best Public Facility ranging from $3 - 5 million. The project recipient was GMD HVAC and Roof Replacement. In 2019, DEC Contracting was the recipient of one (1) Collier County Building Industry award. The 2019 Collier Building award was for the Best Commercial Contractors Project ranging from $5-9.9 million. The project recipient was Eagle Lakes Aquatic Center. In 2018, DEC Contracting was the recipient of two (2) Collier County Building Industry awards and one (1) Lee County Building Industry award. The first 2018 Collier County Building Industry award was Best Commercial Project ranging $1-3 million. The project receiving this award was "Rob's Cottage" at Youth Haven, Inc. The second 2018 Collier County Building Industry award was for Best Public Works ranging $1-3 million. The project receiving this award was the Collier County Courthouse First Floor Renovation. The 2018 Lee County Building Industry award was for the Best Commercial Contractors Project for a Non -Profit Ranging $0-$1.9 million. The project receiving this award was "Rob's Cottage" at Youth Haven, Inc. In 2017, DEC Contracting was awarded two (2) Summit awards by the Lee County Building Industry. The first was Best Commercial Contractors Project in the Public Works ranging $0- $1.9 million dollars. The project receiving this award was the Lee County Scale House #2 and Fleet Building Addition. The second 2017 Summit award was received in the Best Commercial Contractors Project Public Works Ranging $2 Million to $4.9 Million. The project receiving this award was the Collier County Sheriff Golden Gate Substation. tifiedl_ --------- -------- ��� _ viFnan�Mirbrity Business Submit certification with the Florida Department of Management Service, Office of Supplier Diversity as a Certified Minority Business Enterprise. DEC Contracting Group is not a Certified Minority Business Enterprise, but we bring a proven track record of providing maximum opportunity for DBEs and W/MBEs to participate. Our extensive work history attests to our ability to not only meet DBE and W/MBE subcontractor goals, but exceed them as well. We will leverage our unique technology tools used for subcontractor search and management, iSgFt. iSgFt is our software tool that streamlines DEC Contracting's subcontractor management efforts and allows our estimating department to prequalify, communicate with, and bid to, our subcontractor base all within one system. These solutions will support a more structured and transparent approach to all services, and are a critical advantage in our ability to find excellent DBE and W/MBE contractors in order to produce top quality work while exceeding DBE project goals. Project Contract Valu DBE Goal % Actual DBE % Residential Soung Insulation Program Group 3800 M2 $6,175,355.26 18,01Y. 21.8% Residential Soung Insulation Program Group 38CO N2 $4,667,051.55 18.0% 19.3% Key West Noise Insulation Program Bldg. B $3,160,070.52 8.801Y 9.70% Key West Noise Insulation Program Bldg. C $5,928,071.69 10.9% 13.6% E C 4}o se�,re I nnp��s�.I:gn.�mn��nrndeKnm,lrewrmrn-! .r 'I PiSgFt camPaestructConn nt ect" KNikeoeleen Tlem Amleoeddere Try New iSgFt Saw I Commi.nity I My Profile 19eRRrnt• LeROI ,Q Scaech P: 5204337 - Acme Building Corn plea # 1 - Acme Builders ��� Wshcta l—,d �d, Ooc—U (213) Addenda (1) Md Nrle eear a Tr Mnls "View bY1 Imill. TriG@L. .n Oiddar5 wed all ppmpeai25' m Hid ParadeI RoR t SUI,Ml W iSGF1 A— Room © PYbL;h 10 WN �J p� ALt e0 Selectee U— 4 Add Hieeer(5) ` I9-1 ImileRee -1. TYpert• -. Add1IMelere Ceh1rM15 y cl iGk .i. Aedk RAW, T de Na,F.e 1'.g d P*,Ar g cd`* age tl 030IV ME0N9MVM0NCAIICedes)0 10 0 tl 030IV CONCRIM (All Codes) JR 7 0 111100000010 41 a. 1 J 0601V W000ANOPLAMCS(A11Cedes)-,7) 13 0 11 N I ]Mop", 4% ........... i ad w Im Evaluation Criteria 3: Provide information that documents your firm's and subcontractors' qualifications to produce the required deliverables, including abilities, capacity, skill, and financial strength, and number of years of experience in providing the required services. Describe the various team members' successful experience in working with one another on previous projects. Provide proof that your company is licensed as a General Contractor or Building Contractor in the State of Florida. Provide a list of existing equipment owned by the contractor to deliver the services under this contract. DEC Contracting Group, Inc. understands what it takes to manage a successful project from the very first plans to opening day. For our approach, drawing upon past project experience and historical data and continuing to identify market trends is critical. DEC Contracting Group, Inc. has knowledge in historic cost values on various types of projects, which we track from to predict trends. We use this information to forecast, model projects, and control costs. DEC reviews and evaluates each and every project for its complexity, bid date, approx. dollar value, etc. After this evaluation we determine who is best suited to estimate and project manage this this project in our office based on workload, experience, etc. DEC is cognizant of the intricacies of the construction industry and the sub -contractor market. Through our experience and processes, we can accurately forecast and convey this information to our client so that they can make informed decisions. Our knowledge, experience, and loyalties in the subcontractor market result in accurate estimates, eliminating the need for a multitude of change orders. With our industry experience and partnerships, we will ensure that Collier County's project is completed efficiently with accountability and an unparalleled final result. Cost Control & Change Order Negotiation Change orders due to missed scope will not be issued by DEC Contracting Group, Inc. Additionally, Constructware® allows us to reviewjob costs, track and manage pending change orders, view contract histories, and track late or missing information, improving project management. DEC is proactive in our approach to resolution of change orders. Limited mark-up of 5% is contained contractually in front-end documents. In the rare event that a legitimate change order occurs on the project, the Project Managers always check costs, quantity, and requirements for accuracy of the change order. We require labor, materials, and all cost back-up to be itemized and provided as back-up documentation. It is through careful due diligence that change orders are negotiated on behalf of our project and client. We are frugal with our own expenditures and believe that it is our duty to our clients to be frugal with their funds as well. Bid Initiatives DEC Contracting also uses Direct Purchase Programs to reduce costs while maintaining quality. Not -for -profit entities or government institutions are able to purchase products without paying sales tax. Here, we have an effective program for direct purchase that we incorporate into the bid process. This guarantees savings to subcontractors and maintains lowest cost as established in our contract documents. 13 Schedules Budget f Project Success 1 Quality Control Planning the Outcome Failure to plan carefully can result in excessive rework, unnecessary cost, schedule delays, quality deficiencies, disputes, and even litigation. Too often on projects, the team makes big decisions based upon a leap of faith. But with DEC Contracting, we understand that it is our responsibility to provide relevant information to our team in a concurrent and proactive fashion. We will utilize all of our experience and tools to effectively compare, forecast, and direct elements dealing with cost and time in a method that meets the stated goals of the project. Our Project Manager will promptly establish the goals of the project, develop the scope that governs those goals, and manage the work utilizing work breakdown structures. Once the team understands the desired end result, they will work together towards satisfying those requirements. 14 Cost Control Cost control can be implemented at different times within a project's development. It can and will take on different strategies moving toward differing outcomes. More often than not, a client finds themselves in a position where all project expectations are not attainable. Based on the core needs of our clients, it is ourjob as Construction Managers to identify and present viable options so that clients can determine their ideal outcome. These decisions are made early on in the concept and design phases of a project. Design relative to cost relative to time will drive the project. An example of this is a hurricane -enhanced facility. If the project's specifications require the facility to withstand 160 MPH wind forces, then that criterion will drive the design development. Suggesting a window assembly rated for anything less than 160 MPH is not a viable option. However, Collier County may suggest considering a newly produced product that reduces window size and glazing thickness, which still meets the criteria and reduces cost, as a viable option. In other words, altering the design may be a compromise for obtaining a reduced cost. Many of these types of decisions are made by the Owner, in the design phase. As your Construction Manager, we want to provide you with the information needed to make informed decisions and keep the project moving forward based upon a reliable outcome relative to core needs and values. Collier County will make the final decisions relative to the course of a project's development. A decision, therefore, is based within options that are brought forth as a result of differing outcomes that affect a project. Time is critical and decisions relative to a project's development must be made in a timely manner. DEC and the design team need to present options for consideration that are concise, clear, and representative of the desired end result. Time Cost Controls DEC Contracting uses excellent time management and proactive design planning to further control cost. In our experience, the most impactful time for cost reductions occurs when the design is in its initial concept phase. The classic Cost Influence Curve holds within its graph the collective wisdom from 25 years of project research. Our studies have shown that the influence over cost (and other outcome metrics) is best recognized early in the project. Design development will eventually wind itself down to a set of documents that will be constructed. Once construction commences, cost then becomes more and more fixed, leading to the end of the construction period where cost is at 15 100% of real dollars. Options relative to design are endless. Staying within Collier County's programming needs and guidelines is important. Establishing early on the functionality needs, costs, and budget restraints for the Sun-N-Fun Water Park is vital to the project's success. Cost Influence Curve Ability to Influence Cost Start Planning and Design Phase Complete Project Time — Ability to Influence Cost Cumulative Project Cost As Construction Managers, we save time by utilizing sound communication skills. Imperative to project success is the schedule that identifies each major task, divisions of work, responsibilities of entities, anticipated start and finish, and the duration of each activity. A concise schedule also illustrates the interrelationship of these activities to one another. We understand that clear communication and the ability to track time is vital to controlling cost, developing goals, exceeding expectations, and ultimately succeeding on a project. To understand how to affect cost, the need to understand when it is you can have the greatest effect on cost is critical. Design Cost Controls During the design phase, information is developed that guides the project during construction. It is ourjob to ensure that the documents convey the precise information required to accurately develop costs and the intent relative to time expectations. DEC treats scope development and constructability with the highest degree of detail because we recognize that these documents and reviews are necessary steps to control cost and outcome. The following actions clarify and communicate expectations and requirements. 1s Written Scope of Work: This document identifies a subcontractor's role in the project. Plans and technical specifications speak to the arrangement and types of materials. Scope is a narrative method of communicating those elements of a project that are inferred; scope is the instrument that explains intent. It can identify work that may not be seen —unknown conditions that can be identified through experiences, surveys, or investigation. The Written Scope of Work explains the interrelationship of adjoining trades and details where the work begins and ends. Scope identifies the responsibilities of coordination, inspection, review of the subcontractor's work, and other scopes of work that adjoin, relate, or interfere with one another. This document is placed within the bid manual, identified by bid package number. Ready Check: This is a manual process of design review. As the name infers, it is used to recognize the document's ability to be used as the road map for construction. Through this process, the reviewer identifies errors and or omissions in the scope and technical specifications that could be misinterpreted by the sub -market. In addition, Ready Check coordinates the plans relative to various disciplines. Additional methods of controlling cost occur during the later phase of Design Development, when the market for competitive bidding will begin to be stimulated. We accomplish this through advertisement, reporting in market leaders, networking and issuance of project lead invitations for bids through our database. 17 DEC Contracting continues to make strategic investments to support the advancement of our estimating, scheduling, and value engineering services. As an example, iSgFt streamlines our subcontractor management efforts and allows our estimating department to prequalify, communicate with, and bid to our subcontractor base all within one system. This supports a more structured and transparent approach to all subcontractor services. A key differentiator of DEC Contracting's pre -contracting services is how early we involve our local and regional subcontractor base in the plan review process. As early as conceptual plan development, DEC Contracting will hold meetings with groups of qualified subcontractors. The feedback provided by these subcontractors can provide a considerable advantage to the project team because it: • Provides real-time cost data to compare with DEC Contracting's historical cost models. • Identifies potential challenges with the project schedule based on current market demands. • Creates a list of potential design alternatives that could save the project time and money. • Supports creation of a more "build -able" plan set, which will in turn help to achieve more bids at the GMP phase. 18 Activity Activity ID Description Orig Dur % Comp Rem Dur Early Start Early Finish Total Float 2018 DEC JAN FEB MAR APR MAY MAY JUN JUL AUG 3 10 17 24 31 7 14 21 28 4 11 18 25 4 11 18 25 1 8 15 22 29 6 13 20 27 3 10 17 24 1 8 15 22 29 5 MILESTONES MILESTONES - NOTICE TO PROCEED MILESTONES -SUBSTANTIAL COMPLE MILESTONES -FINAL COMPLETION (210 C Days) ION (180 C Days) 01010.MIL MILESTONES - NOTICE TO PROCEED 0 0 0 02JAN19 0 01070.MIL MILESTONES -SUBSTANTIAL COMPLETION (180 C Days) 0 0 0 00MAY 19 0 01080.MIL MILESTONES -FINAL COMPLETION (210 C Days) 0 0 0 11JUN19 0 PROCUREMENT PREPARE 16050.A / SUBMIT PREPARE / SUBMIT - ELEC MATERIAL 5 0 5 02JAN19 08JAN19 2 PREPARE / SUBMIT - ELEC MATERIAL PREPARE / SUBMIT - PLUMBING MATERIAL VPREPARE / SUBMIT - MECH LOUVERS V PREPARE /'SUBMIT -PLUMBING FIX' PREPARE / SUBF41T - PREFAB WOOD TRUSS URES 15200.A PREPARE / SUBMIT - PLUMBING MATERIAL 5 0 5 02JAN19 08JAN19 3 10200.A PREPARE / SUBMIT - MECH LOUVERS 15 0 15 02JAN19 22JAN19 4 15400.A PREPARE / SUBMIT - PLUMBING FIXTURES 30 0 30 02JAN19 12FEB19 4 06050.A PREPARE / SUBMIT - PREFAB WOOD TRUSS 5 0 5 02JAN19 08JAN19 5 16500.A PREPARE / SUBMIT - ELEC LIGHT FIXTURES 20 0 20 02JAN19 29JAN19 5 PREPARE / SUBMIT - ELEC LIGHT FIXTURES PREPARE / SUBMIT -TOILET COMPARTMENTS PREPARE / SUBMIT - RAILINGS PREPARE / SUBMIT - DOOR HARDWARE PREPARE / SUBMIT - PAINT 10150.A PREPARE / SUBMIT - TOILET COMPARTMENTS 25 0 25 02JAN19 05FEB19 6 05700.A PREPARE / SUBMIT - RAILINGS 10 0 10 02JAN19 15JAN19 7 08700.A PREPARE / SUBMIT - DOOR HARDWARE 25 0 25 02JAN19 05FEB19 9 09900.A PREPARE / SUBMIT - PAINT 40 0 40 02JAN19 26FEB19 10 08500.A PREPARE / SUBMIT - VINYL WINDOWS 15 0 15 02JAN19 22JAN19 12 PREPARE / SUBMIT - VINYL WINDOWS PREPARE / SUBMIT - FIBERGLASS DOORS PREPARE / SUBMIT - TOILET / BATH ACCESSORIES 08200.A PREPARE / SUBMIT - FIBERGLASS DOORS 15 0 15 02JAN19 22JAN19 13 10800.A PREPARE / SUBMIT - TOILET / BATH ACCESSORIES 10 0 10 02JAN19 15JAN19 36 APPROVE /Y:::PREVIEW / APPROVE - ELEC MATERIAL /Y:::PREVIEW / APPROVE - PLUMBING MATERIAL /Y::::::PREV1IEW / APPROVE -PREFAB WOOD TRUSS PREVIEW / APPROVE - RAILINGS /Y:::PREVIEW / APPROVE - TOILET / BATH ACCESSORIES 16050.13 REVIEW / APPROVE - ELEC MATERIAL 10 0 10 09JAN19 22JAN19 2 15200.13 REVIEW / APPROVE - PLUMBING MATERIAL 10 0 10 09JAN19 22JAN19 3 06050.13 REVIEW / APPROVE - PREFAB WOOD TRUSS 10 0 10 09JAN19 22JAN19 5 05700.13 REVIEW / APPROVE - RAILINGS 10 0 10 16JAN19 29JAN19 7 10800.13 REVIEW / APPROVE - TOILET / BATH ACCESSORIES 10 0 10 16JAN19 29JAN19 36 10200.13 REVIEW / APPROVE - MECH LOUVERS 10 0 10 23JAN19 05FEB19 4 REVIEW / APPROVE - MECH LOUVERS APPROVE -VINYL WINDOWS /Y::::PREVIEW / APPROVE - FIBERGLASS DOOR A::��REVIEW /APPROVE - ELEC LIGHT FIKTURES /Y:::PRIEVIIEW / APPROVE - TOILET COMPARTMENTS FIXTURES ROVE - PAINT 08500.13 REVIEW / APPROVE - VINYL WINDOWS 10 0 10 23JAN19 05FEB19 12PREVIEW/ 08200.13 REVIEW / APPROVE - FIBERGLASS DOORS 10 0 10 23JAN19 05FEB19 13 16500.13 REVIEW /APPROVE - ELEC LIGHT FIXTURES 10 0 10 30JAN19 12FEB19 5 10150.13 REVIEW / APPROVE - TOILET COMPARTMENTS 10 0 10 06FEB19 19FEB19 6 08700.13 REVIEW / APPROVE - DOOR HARDWARE 10 0 10 06FEB19 19FEB19 9 /\,� REVIEW / APPROVE - DOOR HARDWARE PREVIEW / APPROVE - PLUMBING ��REVIEW / AP 15400.13 REVIEW / APPROVE - PLUMBING FIXTURES 10 0 10 13FEB19 26FEB19 4 09900.13 REVIEW / APPROVE - PAINT 10 0 10 27FEB19 12MAR19 10 FAB / DELIVER 16050.0 /Y:::�FAB / DELIVER - ELEC MATERIAL FAB / DELIVER - PLUMBING MATERIAL \; FAB / DELIVER - PREFAB WOO 3 TRUSS =FAB / DE LIVER - RAILINGS FAB / DELIVE - MECH LOUVERS FAB / DELIVE -VINYL WINDOWS FAB / DELIVER- FIBERGLASS DOORS FAB / DELIVER 1 ELEC LIGHT FIXTURES FAB / DELIVER TOILET COMPARTMENTS z =FAB/ DELIVER 7 DOOR HARDWARE FAB / DELIVER - ELEC MATERIAL 10 0 10 23JAN19 05FEB19 2 15200.0 FAB / DELIVER - PLUMBING MATERIAL 10 0 10 23JAN19 05FEB19 3 06050.0 FAB / DELIVER - PREFAB WOOD TRUSS 20 0 20 23JAN19 19FEB19 5 05700.0 FAB / DELIVER - RAILINGS 35 0 35 30JAN19 19MAR19 7 10200.0 FAB / DELIVER - MECH LOUVERS 25 0 25 06FEB19 12MAR19 41 08500.0 FAB / DELIVER - VINYL WINDOWS 25 0 25 06FEB19 12MAR19 12 08200.0 FAB / DELIVER - FIBERGLASS DOORS 30 0 30 06FEB19 19MAR19 13 16500.0 FAB / DELIVER - ELEC LIGHT FIXTURES 40 0 40 13FEB19 09APR19 5 10150.0 FAB / DELIVER - TOILET COMPARTMENTS 35 0 35 20FEB19 09APR19 6 08700.0 FAB / DELIVER - DOOR HARDWARE 35 0 35 20FEB19 09APR19 9 15400.0 FAB / DELIVER - PLUMBING FIXTURES 30 0 30 27FEB19 09APR19 4 FAB / DELIVER, PLUMBING FIXTURES /Y:::�FA / DELIVER- PAINT =FAB / DELIVER - TOILET / BATH ACCESSORIES 09900.0 FAB / DELIVER - PAINT 10 0 10 13MAR19 26MAR19 10 10800.0 FAB / DELIVER - TOILET / BATH ACCESSORIES 25 0 25 18MAR19 19APR19 01500.SP MOBILIZATION - Site Prep 5 0 5 02JAN19 08JAN19 0 OWMOBILIZATION - Site Prep FACILITIES - Site Prep 01510.SP TEMPORARY FACILITIES - Site Prep 3 0 3 03JAN19 07JAN19 0OWTEMPORARY Start Date 02JAN19 Finish Date JN19 Data Date 02JAN19 02 Run Date 26DEC18 14:24 © Primavera Systems, Inc. Early Bar Progress Bar ' Critical Activity CSBB Sheet 1 of 3 DEC CONTRACTING COLLIER-SEMINOLE BATHHOUSE BASELINE SCHEDULE BAR CHART 19 2018 Activity Activity Or! g % Rem Early Early Total DEC JAN FEB MAR APR MAY MAY JUN JUL AUG ID Description Dur Comp Dur Start Finish Float 3 110 117 124 31 7 14 21 28 4 11 18 25 4 ill 18 25 1 18 15 22 29 6 13 20 27 3 10 17 24 1 18 15 122 129 15 01520.SP EROSION & SEDIMENT CONTROL- Site Prep 4 0 4 03JAN19 08JAN19 0 EROSION & SEDIMENT CONTROL - Site Prep 02300.01 BUILDING PAD EXCAVATION & FILL - Bathhouse 3 0 3 16JAN19 18JAN19 0 02310.01 EXCAVATE FOUNDATION - Bathhouse 4 0 4 21JAN19 24JAN19 0 03300.01 F/R/P CONC FOUNDATION - Bathhouse 10 0 10 22JAN19 04FEB19 0 04200.01 CMU STEMWALLS - Bathhouse 5 0 5 25JAN19 31JAN19 0 02320.01 BACKFILL/ COMPACT FOUDATION - Bathhouse 5 0 5 30JAN19 05FEB19 0 03310.01 PREP / REINFORCE SOG - Bathhouse 5 0 5 04FEB19 08FEB19 0 15100.01 PLUMB U/G ROUGH -IN - Bathhouse 5 0 5 04FEB19 08FEB19 0 16050.01 ELEC U/G ROUGH -IN - Bathhouse 4 0 4 05FEB19 08FEB19 0 15800.01 HVAC U/G VENT ROUGH -IN - Bathhouse 1 0 1 07FEB19 07FEB19 1 03320.01 POUR CONC SOG - Bathhouse 2 0 2 11 FEB19 12FEB19 0 04210.01 CMU WALLS - Bathhouse 10 0 10 13FEB19 26FEB19 0 06050.01 PREFAB WOOD TRUSS - Bathhouse 5 0 5 27FEB19 05MAR19 0 06100.01 WOOD POST - Bathhouse 2 0 2 27FEB19 28FEB19 2 03330.01 F/R/P CONC STAIRS / RAMP - Bathhouse 10 0 10 27FEB19 12MAR19 12 06102.01 ROUGH CARPENTRY / BLOCKING - Bathhouse 3 0 3 05MAR19 07MAR19 0 06106.01 PLYWOOD ROOF SHEATHING - Bathhouse 3 0 3 06MAR19 08MAR19 0 07410.01 1 STANDING SEAM METAL ROOF SYSTEM - RF - Bathhouse 1 51 01 5111 MAR19 115MAR19 1 1 06107.01 PLYWOOD SHEATHING - Bathhouse 3 0 3 11 MAR19 13MAR19 6 07400.01 CEMENT BOARD - Ext - Bathhouse 5 0 5 14MAR19 20MAR19 6 10200.01 MECH ALUM LOUVERS - Ext - Bathhouse 5 0 5 18MAR19 22MAR19 1 05700.01 ALUM GUARD RAILS - Ext - Bathhouse 10 0 10 21 MAR19 03APR19 6 08500.01 VINYL WINDOWS - Ext - Bathhouse 5 0 5 21 MAR19 27MAR19 6 07710.01 ALUM GUTTER & DOWN SPOUTS - Ext - Bathhouse 4 0 4 21 MAR19 26MAR19 12 16210.01 ELEC METER CABINET - Ext - Bathhouse 2 0 2 26MAR19 27MAR19 11 09100.01 STUCCO - Ext - Bathhouse 5 0 5 28MAR19 03APR19 6 08200.01 FIBERGLASS DOORS / FRAMES - Ext - Bathhouse 4 0 4 28MAR19 02APR19 7 06108.01 PLYWOOD - COVERED CEILINGS - Bathhouse 4 0 4 29MAR19 03APR19 6 07920.01 CAULK & SEAL - Ext - Bathhouse 2 0 2 04APR19 05APR19 6 09900.01 PAINT EXTERIOR - Ext - Bathhouse 5 0 5 09APR19 15APR19 5 08700.01 DOOR HARWARE - Bathhouse 2 0 2 16APR19 17APR19 5 16500.01 ELEC LIGHT FIXTURE - Ext - Bathhouse 3 0 3 18APR19 22APR19 4 10400.01 SIGNAGE - Ext - Bathhouse 2 0 2 18APR19 19APR19 5 02510.01 SET ELEC METER - Ext - Bathhouse 1 0 1 18APR19 18APR19 6 15051.01 PLUMB WALL ROUGH -IN - Bathhouse 5 0 5 11 MAR19 15MAR19 0 06105.01 INTERIOR WOOD FRAMING - Bathhouse 3 0 3 11 MAR19 13MAR19 3 16051.01 ELEC WALL ROUGH -IN - Bathhouse 5 0 5 12MAR19 18MAR19 0 15801.01 HVAC DRYER VENT ROUGH -IN - Bathhouse 2 0 2 14MAR19 15MAR19 6 15052.01 PLUMB OH ROUGH -IN - Bathhouse 5 0 5 18MAR19 22MAR19 1 16052.01 ELEC OH ROUGH -IN - Bathhouse 5 0 5 19MAR19 25MAR19 0 16300.01 ELEC PANEL - Bathhouse 5 0 5 19MAR19 25MAR19 4 15500.01 WATER HEATER - Bathhouse 2 0 2 25MAR19 26MAR19 8 01700.01 INSPECT ROUGH -IN - Bathhouse 3 0 3 26MAR19 28MAR19 0 16053.01 ELEC WIRING - Bathhouse 5 0 5 26MAR19 01APR19 4 22071.01 PLUMB PIPING INSULATION - Bathhouse 2 0 2 29MAR19 01APR19 0 07210.01 BLDG INSULATION- Bathhouse 2 0 2 29MAR19 01APR19 1 16230.01 ELEC WIRING EQUIP - Bathhouse 2 0 2 02APR19 03APR19 4 Start Date Finish Date Data Date Run Date 02JAN19 ; Early Bar CSBB 11JUN19 02JAN19 Progress Bar 26DEC18 14:24 Critical Activity AWBUILDING PAD EXCAVATION & FILL - Bathhouse AWEXCA4 ATE FOUNDATION -'Bathhouse AMMEWF/R/P CONC FOUNDATION - Bathhouse ANEWCMU STEMWALLS - Bathhouse A01111WBACKFILL / COMPACT FOUDATION - Bath AIWPREP / REINFORCE SOG - Bathhouse PLUMB U/G ROUGH -IN - Bathhouse Q-V ELEC U/G ROUGH -IN - Bathhouse HVAC U/G VENT ROUGH -IN - Bathhouse z'�,71DOUR CONC SOG . Bathhouse zN:::��CMU WALLS - Bathhoust AWPREFAB WOOD TR LVWOOD POST - Bathhou ZN�::�F/R/P CONC! AWROUGH CARPEN AWPLYWOOD ROOI A::VSTANDING AVPLYWOOD S �CEMEI Z\-VMECI LVE AWPLUMB WE AVINTERIOR W AMW ELEC W HVAC DRY z",:V PLUR DEL /V1N AW A A DEC CONTRACTING Sheet 2 of 3 ISS - Bathhouse e rAIRS / RAMP - Bathhouse RY / BLOCKING - Bathhouse SHEATHING - Bathhouse ;EAM METAL ROOF SYSTEM - RF - Bathhouse IEATHING - Bathhouse r BOARD - Ext - Bathhouse ALUM LOUVERS - Ext - Bathhouse ALUM GUARD RAILS - Ext - Bathhouse NYL WINDOWS - Ext - Bathhouse JM GUTTER & DOWN SPOUTS - Ext . Bathhouse .EC METER CABINET - Ext - Bathhouse STUCCO - Ext - Bathhouse VFIBERGLASS DOORS / FRAMES - Ext - Bathhouse PLYWOOD - COVERED CEILINGS - Bathhouse CAULK & SEAL - E�t - Bathhouse PAINT EXTERIOR - Ext - Bathhouse DOOR HARWARE . Bathhouse A�ELEC LIGHT FIXTURE - Ext - Bathhouse /\VSIGNAGE - Ext - Bathhouse Ar SET ELEC METER - Ext - Bathhou�e .L ROUGH -IN - Bathhouse )OD FRAMING - Bathhouse LL ROUGH -IN - Bathhouse R VENT ROUGH -IN - Bathhouse 3 OH ROUGH -IN - Bathhouse C OH ROUGH -IN - Bathhouse C PANEL- Bathhouse TER HEATER - Bathhouse JSPECT ROUGH -IN - Bathhouse �7ELEC WIRING - Bathhouse I/PLUMB PIPING INSULATION - Bathhouse �713LDG INSULATION- Bathhouse V ELEC WIRING EQUIP - Bathhouse BASELINE SCHEDULE © Primavera Inc. COLLIER-SEMINOLE BATHHOUSE BAR CHART 20 I Activity Activity Or! g % Rem Early Early Total DEC JAN FEB MAR APR2019 MAY JUN JUL AUG ID Description Dur Comp Dur Start Finish Float g 1n 17 24 31 7 Aa 21 OR A Al AR D5 A Al AR 25 A R is D2 29 R A3 ?n 27 R An 17 Da A A A5 D2 D9 5 09200.01 HANG & FINISH DRYWALL CEILINGS - Bathhouse 6 0 6 02APR19 09APR19 0 09300.01 CERAMIC TILE - Bathhouse 5 0 5 03APR19 09APR19 2 09910.01 PAINT PRIME COAT - Bathhouse 2 0 2 10APR19 11APR19 0 06400.01 MILLWORK - Bathhouse 2 0 2 10APR19 11APR19 2 16510.01 ELEC LIGHTING FIXTURES - Bathhouse 5 0 5 11APR19 17APR19 4 09950.01 EPDXY FLOORING - Bathhouse 2 0 2 12APR19 15APR19 0 15400.01 PLUMBING FIXTURES / TRIM - Bathhouse 4 0 4 16APR19 19APR19 0 10150.01 TOILET COMPARTMENTS - Bathhouse 4 0 4 18APR19 23APR19 0 10800.01 TOILET / BATH ACCESSORIES - Bathhouse 4 0 4 22APR19 25APR19 3 09911.01 FINAL PAINT - Bathhouse 4 0 4 24APR19 29APR19 0 16120.01 ELECTRICAL DEVICE / TRIM - Bathhouse 3 0 3 25APR19 29APR19 1 10520.01 FIRE EXTINGUISHERS - Bathhouse 1 0 1 30APR19 30APR19 0 01710.01 FINAL CLEAN - Bathhouse 3 0 3 01 MAY19 03MAY19 0 02200.SI STRUCTURE DEMOLITION / CLEARING- Site 5 0 5 09JAN19 15JAN19 0 02300.SI ROUGH GRADE - Site 5 0 5 21JAN19 25JAN19 15 02530.SI SANIYARY SEWER / CONNECT- Site 10 0 10 11 FEB19 22FEB19 5 02510.SI DOMESTIC WATER SERVICE / CONNECT - Site 5 0 5 25FEB19 01 MAR19 5 02310.SI BACKFILL UTILITIES 5 0 5 26FEB19 04MAR19 5 02500.SI ELEC O/H SERVICE - Site 15 0 15 05MAR19 25MAR19 5 02545.SI F/R/P CONC SIDEWALK - Site 15 0 15 05MAR19 25MAR19 5 02320.SI STABILIZE SUBGRADE - Site 5 0 5 26MAR19 01APR19 5 02330.SI FINAL GRADE - Site 5 0 5 02APR19 08APR19 5 01721.SI FINAL CLEAN - Site 5 0 5 23APR19 29APR19 4 01750.CPL FINAL INSPECTIONS 5 0 5 06MAY19 10MAY19 0 01760.CPL A/E INSPECTION 1 0 1 13MAY19 13MAY19 0 01770.CPL CLOSE-OUT/PUNCH-OUT 20 0 20 14MAY19 11JUN19 0 Start Date Finish Date Data Date Run Date 02JAN19 Early Bar CSBB 11JUN19 02JAN19 Progress Bar 26DEC18 14:24 Critical Activity AMWSTRUCTURE DEMOLITION / CLEARING- Site VROUGH GRADE - Site �SANIYARY SEWER / CON ZY:VDOMESTIC WATER ZY__ VBACKFILL UTILII DEC CONTRACTING Sheet 3 of 3 AMW HANG & FINISHDRYWALL CEILINGS - Bathhouse Z\_�CERAMIC TILE Bathhouse AWPAINT PRIME COAT - Bathhouse ZVMILLWORK - Bathhouse ::::VELEC LIGHTING FIXTURES - Bathhouse AWEPDXY FLOORING - Bathhouse AWPLUMB'NG FIXTURES / TRIM - Bathhouse APWT014ET COMPARTMENTS - Bathhouse z",:VTOOILET / BATH ACCESSORIES - Bathhouse ANM*FINAL PAINT - Bathhouse A:::V ELECTRICAL DEVICE / TRIM - Bathhouse FIRE EXTINGUISHERS - Bathhouse MFINAL CLEAN - Bathhouse :T- Site IVICE / CONNECT - Site C O/H SERVICE - Site P CONC SIDEWALK - Site STABILIZE SUBGRADE - Site FINAL GRADE -Site Z�_�FINAL CLEAN - Site AWFINAL INSPECTIONS FAIE INSPECTION ONEW CLOSE-OUT/PUNCH-OUT BASELINE SCHEDULE © Primavera Inc. COLLIER-SEMINOLE BATHHOUSE BAR CHART 21 TANGLEWOOD ELEMENTARY PROJECT SUMMARY Provide for modifications to the existing serving line. Provide for protection of existing finishes consisting of dust walls, covering at existing equipment, etc. Demo of existing HM doors and frames. Enlarge CMU openings to accept new / larger HM Frames and Overhead Coiling Door. Install new steel lintel at OHD to support the existing CMU wall. Provide furring strips / reframing at enlarged openings and associated drywall work. Remove concrete slab to allow for rework and additional floor drains as required. Patch concrete floor at relocated and new floor drain locations. Install new quarry tile and VCT to match existing at affected locations. Provide for new and rework of existing electrical circuits from the panel to account for both added equipment and relocated equipment. Provide for the repair of the acoustical ceiling tile / grid after the required upgrades are complete. Install the new serving line equipment. This work was completed during the summer months while the school was on break. Initial total project cost estimate — 81,496 Final total project cost — 81,496 Description of factors that influenced changes to the final total project cost — N/A The method used to formulate contract cost (e.g.) Guaranteed Maximum Price, Design Build, Design Bid Build) — Negotiated The original project timeline and duration — 8 wks. The final project duration and delivery date — 7 wks. Factors that influenced delivery schedule - School was dismissed for summer. 22 Are Aw, %I' Evaluation Criteria 4: Provide information that documents your firm s and subcontractors qualifications to produce the required deliverables, including abilities, capacity, skill, and financial strength, and number of years of experience in providing the required services. Describe the various team members successful experience in working with one another on previous projects. Provide proof that your company is licensed as a General Contractor or Building Contractor in the State of Florida. Provide a list of existing equipment owned by the contractor to deliver the services under this contract. DEC Contracting Group, Inc. has over 100 years of combined experience in construction supervision, construction management, and subcontractor negotiations. The extent of our experience is complemented by the breadth and relevance of this experience. Our longstanding history is matched with recent experience with similarly scoped aquatic projects, and a proven track record of success working with Collier County and others throughout our region. DEC Contracting has completed similar size and scope of projects for Lee County School District. Additionally, DEC has completed numerous projects in service of Collier County, including: Renovating the Collier County Supervisor of Elections Building (2016) Constructing a new bus wash facility at the Collier County CAT Facility (2017) Constructing Collier County Sheriffs Office OrangeTree Substation (2017) Renovating Collier County Courthouse (2018) Construction of a new Eagle Lakes Aquatic Facility 2018 Renovation of Bldg. G (2019) HVAC & Re -Roof at Collier County Growth Management (2019) DEC Contracting Group, Inc. will bring the same level of expertise, care, and team collaboration to the Small General Contacting ervices. Our team has extensive knowledge and experience with local construction and regulatory conditions and has worked together successfully on the delivery of numerous similar projects. 24 DEC Contracting Group, Inc. was founded by Douglas R. Masch II after he served in the construction industry as a Project Engineer, Project Supervisor, and Project Manager with multiple General Contractors and Construction Managers. DEC Contracting Group, Inc. is located at 1560 Matthew Drive, Suite B in Fort Myers, Florida and will be the office charged with managing the project for the Small General Contracting ervices. Please also see the below organizational chart providing a hierarchical overview of DEC Contracting's Organizationr Organizational Chart SM REGINA DUNN DEC CEO (onkTanrq GroupkEsT4rmMAToR I I DOUGLAS R. MASCH II ERIKA BCl )ENSTEIN PRESIDENT 1 PROJECT VICE PRESIDENT J MANAGER PROJECT MANAGER I BRAES NINKOVICH� PATRICK ELEK CHRIS FREEMAN GEORGE RIVIERE MARTIN TRUBY PROJECT SUPERVISOR PROJECT SUPERVISOR PROJECT SUPERVISOR PROJECT SUPERVISOR PROJECT SUPERVISOR NELCY LOPEZ CARLOS GUERRERO VEIRA FERRUFINO JULIO ESTARiTA JOSE ALVAREZ SKILLED TRADESMAN" SKILLED TRADESMAN _ SKILLED TRADESMAN SKILLED TRADESMAN SKILLED TRADESMAN LESTER SANCHEZ SKILLED TRADESMAN WANE WOODWARD WORKING FOREMAN n� I GUSTAVO ALVAREZ SKILLED TRADESMAN YAHADRA SAENZ _ SKILLED TRADESMAN 25 DEC Contracting Group brings the expertise, resources, and dedication neededto ensure a completely successful restoration and renovation for the Small General Contracting ervices. From initial programming plans, to detailed implementation schedules, warranties, and service periods, DEC is experienced driving successful projects through each and every stage of the project. We are fully prepared to meet and exceed Collier County's needs for the Small General Contracting ervices. As you consider your options relative to the hiring of your Construction Manager or General Contractor, we present DEC Contracting's plan of approach to controlling time, quality, and cost on your project. The following is a narrative as to how we manage these items to develop a superior product —built upon years of experience, a solid administration process, and tight controls on time, quality, and cost. There are three (3) goals that must be established on every project: time, cost, and design. As a project develops from concept to construction, decisions made about the building's function, the project's funding, and the overall timeline are critical to the outcome of the project's success. 1. Design Development & Preconstruction There is nothing more important to the success of a project than teamwork and communication. At every turn, DEC Contracting will collaborate with Collier County and additional project stakeholders to ensure that we are providing all project information in a clear and organized fashion. DEC Contracting maintains a comprehensive cost history of all our prior projects so Collier County can ensure it is getting fair and transparent pricing every step of the way. In addition to using historical cost data, DEC Contracting can offer valuable input and assistance from our local and regional trade contractors and vendors. DEC Contracting has a progressive approach where budgets are identified early and are methodically developed through several iterations of the design (30%, 60%, 90%) in an educated and informed fashion. Investment in Preconstruction Technologies In order to maximize efficiency and retain quality, DEC Contracting continues to make strategic investments in preconstruction processes. These processes support the advancement of our estimating, scheduling, and value engineering services. As an example, iSgFt streamlines our subcontractor management efforts and allows our estimating department to prequalify, communicate with, and bid to, our subcontractor base all within one system. These solutions will support a more structured and transparent approach to all services that we provide in preconstruction. Subcontractor Involvement During Design A key differentiator of DEC Contracting's preconstruction services can be found in how early we involve our local and regional subcontractor base in the plan review process. As early as conceptual plan development, DEC Contracting will hold meetings with groups of qualified subcontractors. Subcontractor feedback can provide a considerable advantage to the project team, helping us develop real-time cost data to compare with DEC Contracting's historical cost models; potential challenges with the project schedule based on current market demands; a list of 20 potential design alternatives that could save the project time and money; and methods for creating a more "build -able" plan set, which will in turn will help to achieve more bids at the GMP Phase. Design Reviews & Value Engineering To maximize your construction budget, we will perform a Design Review & Value Engineering (VE) analysis of the project at (30%, 60%, 90%). DEC Contracting will carefully review the drawings with the architect, looking for design and construction alternatives that will provide the necessary functions at a lower cost or improve the value of the end product. DEC Contracting, in partnership with the design team, will form a VE list that will include alternatives and options for many of the major systems and materials being used on the project. We then evaluate the list to determine which ideas have the most merit for further development. The best ideas are then selected for further development and presented as recommendations. It is important to note that the VE process does not always result in a direct cost reduction. Better value can also be delivered by providing more scope or better performance for the same cost. Creating a Southwest Florida Cost Model DEC Contracting will employ historical cost data from similar projects paired with local subcontractor feedback to create a cost model for the Sun-N-Fun Waterpark Restoration and Remodel. From our work on multiple projects in Collier County —including the Eagle Lakes Aquatic Center —DEC Contracting can provide an accurate view into the overall project cost to use as a baseline in preconstruction. We believe our local knowledge and recent Collier County experience puts us in a uniquely advantageous position. Competitive Bidding & Guaranteed Maximum Price (GMP) During the pre -construction phase, subcontractors will be issued construction documents including plans and specifications, construction schedules and special requirements. Bids will be solicited and received from multiple subcontractors for each trade. Upon vetting of all bids received, a guaranteed maximum price (GMP) will be developed. DEC Contracting will work closely with the design consultants to provide information relative to how the design is impacting cost and time. We will provide periodic cost and time reports to the team detailing how the resources used compare to the established goals of the project. We will also provide recommendations on value engineering to control cost. We will produce critical path schedules that show the time impacts relative to each scope of work. Once the design has reached the 90% stage, we will furnish detailed final cost estimates and propose a guaranteed maximum price (GMP) for the project based on a competitive bidding process. The GMP will be developed in collaboration with the project stakeholders to ensure it is complete and realistic and meets the needs of Collier County. 2. Construction Investment in Construction Technology DEC Contracting uses a paperless process for all RFls, correspondence, pay requests, meeting minutes, change order proposals, submittals, and similar documentation. All documents are sent in PDF format. This process saves paper, but even more importantly, it saves time by eliminating the need to mail documents. 27 Project Management Software & Technology DEC Contracting Group, Inc. utilizes American Contractor and web -based Project Management Software (Constructware) to organize project information in a database for easy retrieval and analysis and track every transmittal, submittal, proposed changes, and more. We are able to track any approved and/or pending changes to contracts and purchase orders throughout the life of the project. By utilizing this technology, DEC is managing all of the project information in an easy -to - review format, and we are able to manage the project more effectively. Direct Material Purchase (DMP) & Promptly Reject Non -Conforming Work DEC Contracting will use its experience with Direct Material Purchase (DMP) projects to assist Collier County with realizing the tax savings in the DMP process. DEC's experience will help streamline the DMP process and make it efficient and worthwhile for Collier County. Any work that is found to be non -conforming will be promptly rejected. Our subcontract requires that corrective action be taken within 24 hours of notification of rejection. Phase/Area Punch Lists, Coordination, & Weekly Subcontractor Meetings Punch lists will be performed at the completion of each major phase of the project. This process minimizes the final punch list at the end of the project. It also ensures that all parties are in agreement regarding the completeness and accuracy of each project milestone. The project superintendents will hold weekly meetings with all of the subcontractors to discuss schedule, quality, and safety. Safety Management At DEC Contracting, we are committed to providing the safest possible worksite for our employees, subcontractors, owners, and the general public. We believe all accidents are preventable. Our goal is to send every employee, visitor, and neighbor back to his/her home healthy every day. To achieve our goal, we have developed a safety program that leads the industry. At the beginning of each job, DEC Contracting's Project Manager and Superintendent will host a safety orientation meeting with all subcontractors and suppliers who will be visiting or working on the site. During these meetings, we will identify project goals, safety procedures and controls, and a communication plan to be used at all times on the jobsite. 3. Close Out Documentation & Warranty DEC Contracting will provide comprehensive close out documents that include warranties from all suppliers and subcontractors. These closeout documents will also include as -built plans, operation and maintenance manuals for all equipment and documentation that proper training has been given to the owner's staff and facility managers. We will also implement a process that ensures timely response and corrective measures needed in the rare instance that any warranty issues that arise. 28 DEC Contracting Group, Inc. has built a team of professionals with shared visions who take pride in their work and exercise a standard of exceeding clients' expectations. Our team delivers successful construction management services by utilizing our values of innovation, professionalism, dependability, and experience. As a result of these values, DEC Contracting received numerous awards that demonstrate the success of our approach. 1 x 2020 Collier BIA Sand Dollar Award Recipient Best Public Facility Project ranging from $3 - 5 million. Growth Management Dept. HVAC & Roof Replacement 1 x 2019 Collier BIA Sand Dollar Award Recipient Best Commercial Contractors Project ranging from $5-9.9 million. The project recipient was Eagle Lakes Aquatic Center. 2x 2018 Collier BIA Sand Dollar Award Recipient Best Commercial Project ranging from $1,000,001- $3,000,000 Youth Haven Shelter Transitional Living Home- "Rob's Cottage" Best Public Works ranging from $1,000,001- $3,000,000 Collier County Courthouse First Floor Renovation 2017 Summit Award Recipient Public Works $0-1.9 Million- Scale House No. 2 and Fleet Addition Best Commercial Contractors Project Public Works $2-4.9 Million- Collier County Sheriffs Substation For these award -winning General Contracting / Construction Management services, and indeed all of DEC's projects, our team combines expert quality craftsmanship with cutting -edge and accountable project management. A recent example of our approach is seen in our DEC Contracting's construction of an Aquatic Center for Eagle Lake that included a Competition Pool with diving boards and lane dividers, a Family Pool with toy features and zero entry, Wading Pool and two (2) water slides. The facility also includes four (4) structures totaling over 8,500 SF conventional construction includes slab on grade, CMU, tie beams, wood roof trusses, metal roofing, impact rated louvers, impact windows & storefront, exterior finishes of stucco & paint, interior finishes consist of stucco and ceramic tile. Building 1 Main Pavilion includes restrooms, showers, lockers, and administration offices and IT/ Security Equipment. Building 2 Lifeguard includes a break room, restrooms, lockers and a utility/ storage room. Building 3 Equipment houses the pool pumps, tanks, control equipment, chemical storage and IT/ Security Equipment. Building 4 Pool Pavilion is an open facility that offers shade and includes fans that assist with keeping cool. The pool deck is constructed of concrete with architectural details and has twenty-eight (28) sunshades for pool goers to duck out of the sun. 29 When DEC renovated the Collier County 1 st Floor Courthouse, we operated in two phases. Phase I was the construction of new probation offices. Phase I consisted of selective demolition to the existing traffic waiting area, cashier station, and miscellaneous office areas. Demolition activities included complete removal of walls, ceilings, and floor finishes, HVAC, shoring of an interior load bearing CMU wall supporting the mechanical mezzanine above, and installation of tube steel columns to the grade beam 5.5' below finished floor. The renovation portion of Phase I created new individual offices, a break room, and a waiting area for the probation department, as well as the installation of a one -hour fire rated stainless steel door and countertop. Phase 11 of the Collier County 1 st Floor Courthouse saw the completion of the new courtroom. Phase II included selective demolition to the maze of cubicles in the probation offices involved and complete demolition of an existing wall, ceiling, flooring, and HVAC. The completed project, Courtroom 1 C, is a complete ADA compliant courtroom on all levels from the gallery, attorneys, jurors, witness stand, judge bench, jury deliberation, and restrooms. This project presented multiple challenges to which we sought creative solutions. Working in an occupied and fully functioning courthouse, we had to find a way to eliminate loud noise from our workflow so as not to disrupt the daily courthouse operations. Depending on the scope of work and activities at hand, we worked differing hours (early morning, early evening, nights, or weekends) as needed to minimize interruptions to the Collier County Courthouse. Further, since the courthouse was operational, we required all workers to pass background checks and be issued badges prior to working on the site. 30 * ------------------ 7 January 3, 2020 Re: DEC Contracting Group, Inc. Bonding Capacity To Whom It May Concern: TRUE & ASSOCIATES Insurance, Surety, Group Benefits & Life --------------------------------------------------------------------- The Liberty Mutual Insurance Company represents DEC Contracting Group, Inc. for their surety bonding needs. We enjoy an excellent relationship with the firm. DEC Contracting Group, Inc. has demonstrated a strong performance record based on sound planning, close project control, and knowledge of their client's requirements. At the present time, Liberty Mutual Insurance Company is in a position to provide bonds on behalf of DEC Contracting Group, Inc. for projects as large as $15,000,000 or within a total capacity of $35,000,000. Please understand this is neither a commitment nor a limitation on the bond capacity of DEC Contracting Group, Inc., but should be viewed rather as a general guideline. Should DEC Contracting Group, Inc. be awarded a contract, Liberty Mutual Insurance Company will look upon their request for final bonds favorably. As always, Liberty Mutual Insurance Company reserves the right to perform normal underwriting at the time of the final bond request, to include, but not limited to the acceptability of the project contract documents, bond forms and financing. If you have any questions or need any additional information, please do not hesitate to contact me. - Sincerely, -TRUE,&:ASSOCIAT L15ERTY MU,TOAL, Rachael Hurley Attorney -in -Fact *-------------------------- on behalf of SURANCE COMPANY 108 Walnut Avenue Cranford, NJ 07016 Phone:908-232-0760 Fax:908-931-9040 --------------------------------------------------------------------- 325 North Avenue East 6 Leigh Street Westfield, NJ 07090 Clinton, NJ 08809 Phone:908-232-0760 Phone:908-713-6711 Fax:908-232-5761 Fax:908-713-6831 Headquarters 30 Wall Street, 811' Floor New York, NY 10005 Phone:212-766-1400 31 Liberty Mutual. SURETY This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY Certificate No: 8200288-969516 KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casually Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Marc J. Miclialewsky; Sandra A. Pace; Thomas M. True; Lisa A. Anderson; Kemal Brkanovic; Cheryl R. Coleman; Mary J. D'Amato; Rachael Hurley all of the city of Westfield state of NJ each individually if there be more than one named, its true and lawful attorney -in -fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 14t11 day of January , 2019 . Liberty Mutual Insurance Company P�1Nst/p_ POSY INS& a%NSupq The Ohio Casualty Insurance Company h� �oP'oRrr n yJ -oaPOw,R4y \opGoaPOar y� West American Insurance Company ob 1912 0 0 1919 „ s 1991 o n o44Z ; /_1 dJ1 �8ACHUS.dyOrrAYPsa ,�L� YS �MDIAN�' .dad r By: nnuiri m rarav Accicrnnr.4Z •rataru State of PENNSYLVANIA County of MONTGOMERY rn in W C .y a a) I On this 14th day of January , 2019 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance I Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes = to > therein contained by signing on behalf of the corporations by himself as a duly authorized officer. CO0ILLJ M m _-o c'U) O do O N C M N a ca f0 �N V_ a) 0 .c IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written PA&? op, °HWF P<' COMMONWEALTH OF PENNSYLVANIA ,4Q ��M Sys y OF Notarial Seal Teresa Peslella, Notary Public Upper Merton Twp., Montgomery County v By: My Commission Expires March 28.2021 eresa Pastella, Notary Public Member, Pennsylvania Association of Notaries This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casually Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV- OFFICERS: Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attomey-in-fact under the t provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII - Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, I shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation - The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attomeys-in- fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization - By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. 1, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attomey of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 3rd day of January 2020 . Pv 1NSIJ Pil INS& d 1NSU/?q J 3�o�O�ro11 op cJ3°°�O�tFoyC� o�ro 1912 c 1919 Q 1991 a c ~dJ1'884CHUB�,aD yO �NAMPg�� D� ( rN°IAH�' D3 By. -- Renee C. Llewellyn, Assistant Secretary LMS-12873 LMIC OCIC WAIL Multi Co 062018 _ - - - 32 0 Fi d' c m E r0 O O a) c a) m 0 v N ao N M 0 ca Liberty Mutual. SURETY LIBERTY MUTUAL INSURANCE COMPANY FINANCIAL STATEMENT — DECEMBER 31, 2018 Assets Cash and Bank Deposits ......................................... $464,341,712 *Bonds —U.S Government ..................................... 2,259,714,810 *Other Bonds............................................................ 11,864,776,740 *Stocks..................................................................... 16,527,715,226 Real Estate.............................................................. 255,809,551 Agents' Balances or Uncollected Premiums........... 5,817,927,234 Accrued Interest and Rents ..................................... 108,139,840 Other Admitted Assets ............................................ 11,532,139,744 Total Admitted Assets ..................................... S4R.R30.564.R57 Liabilities Unearned Premiums ................................................ $7,851,429,449 Reserve for Claims and Claims Expense ................. 20,165,209,300 Funds Held Under Reinsurance Treaties ................. 384,795,327 Reserve for Dividends to Policyholders .................. 1,111,529 Additional Statutory Reserve .................................. 62,866,000 Reserve for Commissions, Taxes and Other Liabilities ................................................ 3,999.822,802 Total................................................................. $32,465,234,407 Special Surplus Funds ................. $43,108,583 Capital Stock ............................... 10,000,000 Paid in Surplus ............................ 10,044,912,727 Unassigned Surplus ..................... 6,267,309,139 Surplus to Policyholders ................................. 16,365,330,449 Total Liabilities and Surplus................................S4R.R30.564.Rri6 ,�JP' pppO,ggq1'(` a ; * Bonds are stated at amortized or investment value; Stocks at Association Market Values. ' 1912 3 The foregoing financial information is taken from Liberty Mutual Insurance Company's financial gfsA��,�` T� statement filed with the state of Massachusetts Department of Insurance. • I, TIM MIKOLAJEWSKI, Assistant Secretary of Liberty Mutual Insurance Company, do hereby certify that the foregoing is a true, and correct statement of the Assets and Liabilities of said Corporation, as of December 31, 2018, to the best of my knowledge and belief. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Corporation at Seattle, Washington, this 22"d day of March, 2019. Assistant Secretary S-1262LMIGa 3/19 33 Ron DeSantis, Governor Halsey Beshears, Secretary Florida STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD THE GENERAL CONTRACTOR HEREIN IS CERTIFIED UNDER THE A • A ' j • ELY, M b' 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. 34 State of Florida Department of State I certify from the records of this office that DEC CONTRACTING GROUP, INC. is a corporation organized under the laws of the State of Florida, filed on March 3, 2014. The document number of this corporation is P 14000020944. I further certify that said corporation has paid all fees due this office through December 31, 2020, that its most recent annual report/uniform business report was filed on January 8, 2020, 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 Eighth day of January, 2020 *04 Secretary State Tracking Number: 8993718684CC To authenticate this certificate,visit the following site,enter this number, and then follow the instructions displayed. https:Hservices.sunbiz.org/FilingsICertificateOiStatus/C ertificateAuthentication DEC Contracting Group, Inc .j�� EQUIPMENT LIST DESCRIPTION QTY WHITE EQUIPMENT TRAILER BAKER SCAFFOLD 12" SLIDE COMPOUND MITER SAW - RIDGID - WITH NEW BLADES 12" SLIDE COMPOUND MITER SAW - DeWALT - WITH NEW BLADES 10" RIDGID TABLE SAW (NEW BLADE INSTALLED WITH SPARE ON THE SIDE) 14 GALLON WET/ DRY VAC 5 GALLON SHOP VAC SHARK HAND VACCUM CLEANERS - UPRIGHT MODELS DOOR BUDDY (2 WHEELED DOOR CADDY) 5 GALLON GAS CANS GENERATOR - RYOBI 4500 (STABILIZER WAS PUT IN TANK AND RAN ON 10/18/2C GENERATOR - CAT 3600 (STABILIZER WAS PUT IN TANK AND RAN ON 10/17/2015 METAL STORAGE SHELVES SHIMS - TAPERED DOOR SHIMS 3 bx SHIMS - "U" SHAPED WINDOW SHIMS 56 bx FOAM SEALANT (108 - DAP 24oz CANS) 9 cases FOAM SEALANT SPAY GUNS FOAM SEALANT GUN CLEANER 11 cans TRASH CAN 50 gal. MOP BUCKET ROLLING UTILITY CART (WITH CLEANING SUPPLIES UNDERNEATH) OFFICE CHAIRS - METAL MISC DOOR HARDWARE (KEYED ENTRYLOCKS, PASSAGE, DEAD BOLTS ETC) 2 bx GANG BOX #1 SAW HORSES - METAL CALLAPSABLE STYLE FLOOR JACK DEMO PRY BAR (YELLOW) DRYWALL MIXING PADDLES ADJUSTABLE ZIP WALL POLES (IN BLUE BAG) BONDING AGENT (1 gal bottles) PRO ROLL - BLUE WINDOW SHRINK WRAP 1 roll GANG BOX #2 TRASH BAGS (42 gallon bags) 4 bx 10" TABLES SAW BLADES 12" MITER SAW BLADES 14" CHOP SAW (FOR METAL STUDS) 8" TABLE SAW - BOSCH PORTABLE MODEL 1/4" X 3-1/4" TAPCONS (white stalgard coated) 8 bx 3/16" x 3-1/4"" tapcons (white stalgard coated) 2 bx DYNOMIC FC CAULKING - (22 sausage tubes) 1.5 cases 2 1 1 3 2 2 3 1 2 1 1 6 9 1 1 1 2 4 1 1 2 5 4 4 9 1 1 36 A AA DEC lialh, Contracting Group, Inc SEPARATE ITEMS: DOOR/ SHEETROCK CARTS 5 PALLET JACK 1 HAND DOLLY 1 STEP LADDERS (14, 1-6', 2- 8') 4 EXTENSION LADDERS (1 -16' , 1- 22') 2 SHOP FAN - HEAVY DUTY FLOOR MODEL 1 SEE PHOTO LOG FOR ITEMS STORED IN BLUE TRAILER AS OF 10/17/2019 37 CAler COUnty Administrative Services Department Procurement Services Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: 20-7771 Small General Contracting Services Reference Questionnaire for: DEC Contracting Group, Inc. (Name of Company Requesting Reference Information) Douglas R. Masch II (Name of Individuals Requesting Reference Information) Name: Matthew Burbach (Evaluator completing reference questionnaire) Email: FAX: Company: Lee County School District Facilities Dept. (Evaluator's Company completing reference) T 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: J. Colin English Canopies Project Budget: $158,131.00 Completion Date: January 1, 2020 Project Number of Days: 30 Item Criteria Score (must be completed) 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 100 38 J. COLIN ENGLISH ELEMENTARY FABRIC & ALUMINUM CANLOPIES PROJECT SUMMARY Provide for two types canopy systems (fabric and aluminum) over walkways. The canopies consisted of approx. 532 If of fabric canopies that tied into existing modular structures on aluminum framework consisting of 3" aluminum tubes and A -Frame roof supports. The approx. 60 If of pre-engineered aluminum walkway cover had 4" x 4" columns and 4" x 6" beams with integral downspouts. The aluminum roof decking was 3" x 6" interlocking with stainless fasteners. All columns were set in concrete footings with required reinforcing and inspected. Initial total project cost estimate—170,130 Final total project cost—158,130 Description of factors that influenced changes to the final total project cost — DEC was able to provide cost savings to the owner. The method used to formulate contract cost (e.g.) Guaranteed Maximum Price, Design Build, Design Bid Build) — Negotiated The original project timeline and duration — 4 wks. The final project duration and delivery date — 4 wks. Factors that influenced delivery schedule — Work scheduled and complete during off hours and finalized over Christmas break. 39 CAler COUnty Administrative Services Department Procurement Services Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: 20-7771 Small General Contracting Services Reference Questionnaire for: DEC Contracting Group, Inc. (Name of Company Requesting Reference Information) Douglas R. Masch II (Name of Individuals Requesting Reference Information) Name: Matthew Burbach Company: Lee County School District Facilities Dept. (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: FAX: 239.479.4266 T 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: Diplomat Middle & Elementary Traffic Imp. Completion Date: August 1, 2020 Project Budget: $480,911.00 Project Number of Days: 60 Item Criteria Score must be completed) 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; 10 invoices; manuals or going forward documentation, etc.) 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 100 40 DIPLOMAT MIDDLE & ELEMENTARY TRAFFIC IMPROVEMENTS PROJECT SUMMARY Provide for modification and improvements to Diplomat Middle and Elementary School parent pickup / drop-off areas. Improvements were made to increase vehicle stacking distances and separate pedestrian corridors. Development included driveway modifications for car and bus access, staff parking and new sidewalks. The existing stormwater management system was modified, upgraded and regraded to provide additional volume to offset proposed improvements. Stormwater discharge from the site remained the same, no increase in discharge or stage storage. All utility services are existing and will remain undisturbed. The site development is proposed to be completed in a single Phase. Initial total project cost estimate — 490,051 Final total project cost — 468,216 Description of factors that influenced changes to the final total project cost — DEC was able to provide cost savings to the owner. The method used to formulate contract cost (e.g.) Guaranteed Maximum Price, Design Build, Design Bid Build) — Negotiated The original project timeline and duration —10 wks. The final project duration and delivery date — 8 wks. Factors that influenced delivery schedule - School was dismissed for summer. Ell] CAler COUnty Administrative Services Department Procurement Services Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: 20-7771 Small General Contracting Services Reference Questionnaire for: DEC Contracting Group, Inc. (Name of Company Requesting Reference Information) Douglas R. Masch II (Name of Individuals Requesting Reference Information) Name: Steve Hanna (Evaluator completing reference questionnaire) Email: FAX: Company: Lee County School District Facilities Dept. (Evaluator's Company completing reference) Telephone: 239.707.3 885 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: Tanglewood Elem. - Kitchen Upgrade Completion Date: July 2018 Project Budget: $81,496.00 Project Number of Days: 45 Item Criteria Score must be completed) 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 100 42 TANGLEWOOD ELEMENTARY PROJECT SUMMARY Provide for modifications to the existing serving line. Provide for protection of existing finishes consisting of dust walls, covering at existing equipment, etc. Demo of existing HM doors and frames. Enlarge CMU openings to accept new / larger HM Frames and Overhead Coiling Door. Install new steel lintel at OHD to support the existing CMU wall. Provide furring strips / reframing at enlarged openings and associated drywall work. Remove concrete slab to allow for rework and additional floor drains as required. Patch concrete floor at relocated and new floor drain locations. Install new quarry tile and VCT to match existing at affected locations. Provide for new and rework of existing electrical circuits from the panel to account for both added equipment and relocated equipment. Provide for the repair of the acoustical ceiling tile / grid after the required upgrades are complete. Install the new serving line equipment. This work was completed during the summer months while the school was on break. Initial total project cost estimate — 81,496 Final total project cost — 81,496 Description of factors that influenced changes to the final total project cost — N/A The method used to formulate contract cost (e.g.) Guaranteed Maximum Price, Design Build, Design Bid Build) — Negotiated The original project timeline and duration — 8 wks. The final project duration and delivery date — 7 wks. Factors that influenced delivery schedule - School was dismissed for summer. 43 CAler COUnty Administrative Services Department Procurement Services Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: 20-7771 Small General Contracting Services Reference Questionnaire for: DEC Contracting Group, Inc. (Name of Company Requesting Reference Information) Douglas R. Masch II (Name of Individuals Requesting Reference Information) Name: Steve Hanna Company: Lee County School District Facilities Dept. (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: FAX: 239.479.4266 Telephone: 23 9.707.3 885 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:Trafalgar Elem. - Freezer / Cooler UpgradeCompletion Date: July 2016 Project Budget: $92,054.00 Project Number of Days: 45 Item Criteria Score must be completed) 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 100 44 TRAFALGAR ELEMENTARY COOLER / FREEZER PROJECT SUMMARY Provide for the removal of the existing cooler / freezer. Install new freezer to match existing size with new evaporator and condensing units. Provide for protection of existing finishes consisting of dust walls, covering at existing equipment, etc. Convert the existing freezer to a cooler with a new evaporator and condensing units. Repair damaged corner of the existing outdoor freezer. Upgrade lighting in the existing freezer to LED. Provide a new concrete pad at the new units. Remove and replace the roof membrane on the existing freezer. Provide for a new stainless shroud at the new freezer. Provide for new and rework of existing electrical circuits from the panel to account for both added equipment and relocated equipment. Provide for the repair of the acoustical ceiling tile / grid after the required upgrades are complete. Provide for rework of the existing fire sprinkler system to accept the new freezer. This work was completed during the summer months while the school was on break. Initial total project cost estimate — 92,054 Final total project cost — 59,212 Description of factors that influenced changes to the final total project cost — Owner Direct Material Purchased Cooler/Freezer to recognize tax savings. The method used to formulate contract cost (e.g.) Guaranteed Maximum Price, Design Build, Design Bid Build) — Negotiated The original project timeline and duration — 8 wks. The final project duration and delivery date — 6 wks. Factors that influenced delivery schedule - School was dismissed for summer. 45 CAler COUnty Administrative Services Department Procurement Services Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: 20-7771 Small General Contracting Services Reference Questionnaire for: DEC Contracting Group, Inc. (Name of Company Requesting Reference Information) Douglas R. Marsh II (Name of Individuals Requesting Reference Information) Name: Steve Hanna Company: Lee County School District Facilities Dept. (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: FAX: 239.479.4266 T 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: Hams Marsh MS Kitchen Remodel Project Budget: $34,472.00 Completion Date: July 2017 Project Number of Days: 20 Item Criteria Score must be completed) 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 100 46 CAler COUnty Administrative Services Department Procurement Services Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: 20-7771 Small General Contracting Services Reference Questionnaire for: DEC Contracting Group, Inc. (Name of Company Requesting Reference Information) Douglas R. Marsh II (Name of Individuals Requesting Reference Information) Name: Steve Hanna Company: Lee County School District Facilities Dept. (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: FAX: 239.479.4266 T 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: Hams Marsh MS Kitchen Remodel Project Budget: $34,472.00 Completion Date: July 2017 Project Number of Days: 20 Item Criteria Score must be completed) 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 100 47 sr, Members -0 V 1 23-7425 www. F Rerial.com Evaluation Criteria 5 : Description of the proposed contract team and the role to be played by each member of the team. Attach brief resumes of all proposed project team members who will be involved in the management of the total package of services, as well as the delivery of specific services. Project Executive Director / Preconstruction Manager: Douglas R. Masch II DEC Contracting Group, Inc. was founded by Douglas R. Masch II. Doug has a Bachelor of Science in Construction Management from Purdue University and has served in the construction industry as a Project Engineer, Project Supervisor, and Project Manager for over 20 years. Douglas is a dedicated and self -motivated professional, proficient in completing projects on time, within budget, and with the quality the client deserves. Douglas has extensive experience in the construction industry and a background of managing a variety of projects such as high -end residential homes; municipal, commercial, and industrial projects; educational facilities; offices; and retail stores. Experience: DEC Contracting Group, Inc. - Owner / President State of Florida Certified General Contractor specializing in new commercial construction projects, tenant build -out, retail and business offices, new residential construction, additions, and remodels. Responsible for business development, estimating, and project management. Served as Project Manager and Project Supervisor heading up the relationship with Wal-Mart Stores, Inc. and performed the renovations on seven Wal-Mart Super Centers. Involved in over $100,000,000 of municipal, commercial, and industrial projects, $48,500,000 in educational facilities for Lee and Collier counties, and $2,100,000 in residential and office projects. Duties have included business development, staff management, estimating, permitting, budgeting, scheduling, subcontractor negotiations, operations, field administration, training, and compliance. Project Highlight: Eagle Lakes Aquatic Center Douglas R. Masch II served as Executive Director for DEC Contracting's construction of an Aquatic Center that includes a Competition Pool with diving boards and lane dividers, a Family Pool with toy features and zero entry, Wading Pool and two (2) water slides. The facility also includes four (4) structures totaling over 8,500 SF conventional construction includes slab on grade, CMU, tie beams, wood roof trusses, metal roofing, impact rated louvers, impact windows & storefront, exterior finishes of stucco & paint, interior finishes consist of stucco and ceramic tile. Building 1 Main Pavilion includes restrooms, showers, lockers, and administration offices and IT/ Security Equipment. Building 2 Lifeguard includes a break room, restrooms, lockers and a utility/ storage room. Building 3 Equipment houses the pool pumps, tanks, control equipment, chemical storage 49 and IT/ Security Equipment. Building 4 Pool Pavilion is an open facility that offers shade and includes fans that assist with keeping cool. The pool deck is constructed of concrete with architectural details and has twenty-eight (28) sunshades for pool goers to duck out of the sun. Education: • Bachelor of Science in Construction Management Technology, Indiana University - Purdue University Indianapolis • Associate of Science in Architectural Technology, Indiana University - Purdue University Indianapolis • State of Florida, Certified General Contractor (CGC1526430) • LEED® AP BD+C, July 2011 DEC Contracting confirms that all personnel assigned to the project by the proposer shall not be reassigned to other projects without the prior written approval of Collier County. Project Manager: Erika Alvarez As Vice President Erika has over 7 years of construction industry experience providing management from the design phase all through the project up to project final completion. Responsibilities include maintaining critical path, cost controls, subcontractors' relationships, submittal management and contract negotiations. In addition to Project Management, Erika also handles all Business Development and is responsible for the DEC Marketing strategy, which includes creating and maintain good working relationships with owners & subcontractors. She graduated with a Marketing and Operations Management Major and Advertising Minor from Florida Gulf Coast University. 50 VAA DEC Contracting Group, Inc. Aid'al Contractors - Construction Managers • Design Builders Douglas R. Masch II Education: Bachelor of Science in Construction Management Technology, Indiana University - Purdue University, Indianapolis — May 2002 Associate of Science in Architectural Technology, Indiana University - Purdue University Indianapolis — August 2001 Professional Experience: President/Owner, DEC Contracting Group, Inc. — Fort Myers, Florida March 2014 to Present Responsible for all business development. 0 Responsible for day-to-day operations. Responsible for growing and leading the company. 0 All phases of estimating and project management. Dedicated to customer satisfaction. 0 Cultivate and nurture long-term relationships. Project Manager, Commercial, Lodge Construction, Inc. — Fort Myers, Florida July 2011 to May 2014 Project Supervisor, Commercial, Lodge Construction, Inc. — Fort Myers, Florida October 2006 to June 2011 Project Supervisor, Commercial and Residential, Benchmark General Contractors, Inc. — Fort Myers, Florida October 2004 to October 2006 Project Engineer, Small Projects & Commercial Division, Mezzetta Construction, Inc. - Indianapolis, Indiana June 2001 to October 2004 1560 Mwth— D—, Su@c B, Fort M�— Florida 33907 (239) 3324322 - Office - (239) 332-0180 - Fax info(u �drecomxacting— 51 C BC 1259832 Project Experience: Retail: Multiple Iberia Bank Remodels $ 250,000 Multiple Panera Bread Store Remodels $ 500,000 Sams # 8150 Port St. Lucie $ 40,000 Wal-Mart # 579 St. Augustine $ 500,000 Wal-Mart # 623 N. Ft. Myers $ 300,000 Wal-Mart # 721 Port Charlotte $ 325,000 Wal-Mart # 4794 Lakeland $ 300,000 Wal-Mart # 769 Vencie $750,000 Wal-Mart # 5391 Naples $ 350,000 Sams # 8173 Miramar $ 15,000 Federated Department Stores Rich's, Macys, Lazarus, Goldsmith's Avon Corner Shops I, II Meijer, Inc. Kroger Food Stores, Inc. HMS Host (Indianapolis Airport) Municipal/Commercial/Industrial: Collier County Eagle Lakes Aquatic Facility - $ 9.2 M Collier County GMD HVAC & Re -Roof $ 3.5 M Collier County Orangetree Sheriff Substation $ 2.5 M Collier County Supervisor of Elections $ 1.5 M Collier County 1st Floor Courtroom Reno. $ 1.8 M Collier County Food & Agr. Irma Repairs $ 1 M Naples Utilities Maintenance Building $ 1.5 M Hodges University Bldg. U - $ 1.3 M Lee County Downtown Ft. Myers Library $ 15 M Achievements: • State of Florida Contractors License, 2013 • LEED® AP BD+C, July 2011 • McQuay WMC Chiller Operation & Maintenance Training, 2011 • Maintenance of Traffic Certification, 2009 • LEED® AP, November 2008 • Storm water Inspector Certification, 2007 Inspector # 17093 • State of Florida Building Contractors License, 2005 Associations: • National Eagle Scout Association (NESA) Lee County Parks & Recreation Wa-Ke-Hatchee Park $3.5 M Waste Management Immokalee Transfer Station $ 2.5 Million Raytheon Technical Services Company BAA Indianapolis Airport Gordon Foods ConAgra Foods White River Environmental Partnership - (Waste Water Treatment Plant) US Filter / Veolia Water Indianapolis Riviera Clubhouse Remodel $ 350,000 Educational: School District of Collier County New Construction Elem. J $28 M School District of Collier County Athletic Renovations $11.5 M School District of Lee County Villas Elementary Renovation $3.6 M School District of Lee County Gulf Elementary Renovation $3.4 M St. Michaels School (Addition and Remodel) $ 300,000 Office: Gulf Coast Cardiothoracic Surgeons $ 225,000 Hill, Barth and King $ 175,000 Residential: Kacoyanis Residence (Custom Home) $ 1.2 Million Multiple Storm damage repair and remodels $ 500,000 Multi -Family Housing Renovation: Goodlette Arms Apartments $1.5 M Myakka State Park Cabin Refurbishment $ 1 M Bonair Towers Window Replacement $750,000 Horizon Apartments Balcony Replacement $600,000 • OSHA 30 Hour Course, 2012 • OSHA 10 Hour Course, 2002 • Honorable Mention Dean's List 1998, 2001. • Eagle Scout Award Troop 443, 1996 • Wal-Mart Project Manager/Supervisor Certification, September 2012 • Wal-Mart SWPPP Certification, September 2012 • Primavera P6 Training, September 2011 • Cape Coral Construction Industry Association (CCCIA) 52 AAk DEC Contracting Group, Inc. 1 Contractors • Construction Managers - Design Builders Erika L. Bodenstein Education: -Bachelor of Science in Marketing and Operations Management -Advertising Minor - Deans List Florida Gulf Coast University, Estero, FL 2018 -Evangelical Christian School High School 2013 -NHS & NSSHS Member Professional Experience: Vice President, Estimator/ Project Manager DEC Contracting Group, Inc. — Fort Myers, Florida March 2014 to Present • Operations Management of DEC Contracting Group, Inc. • Business Development • Provide Administrative support • Estimating • Maintaining Job Files/ Prepare subcontractor contracts • Recording • Updating Subcontractor Files • Prepare Budgets • Manage Construction Projects • Releases of Lien • Preparing Bid Solicitations • Marketing • Bid Coordination • Creating and Maintaining Relationships Additional Information: • NOTARY PUBLIC Skilled in: • Computers and computer software • Microsoft Outlook • AIA Documents • Customer Satisfaction • Building and maintain lasting relationships • Business and Environmental Law • Job Cost Control, Project scheduling, Management, Submittals, Subcontractor Management and Close Out • Plan Reading, Subcontractor Bid Participation, Estimating and Takeoffs • Word/ Excel/ Access/ PowerPoint • Prezi 1560 Matthew Drive, Suite B, Fort Myers, Florida 33907 (239) 332-4322 Office - (239) 332-0180 Fax info@deccontracting.com CBC 1259832 53 • ISgft bid management software • American Contractor • Constructware • Blue Book Bid Software • Public record and Internet searches • 10 key Associations • Collier Building Industry • Lee Building Industry • Women in Construction (WIC) • NBHA A 10 • NBHA FL 10 World Finalist • NBHA State Show Finalist 54 Pat Elek and Brad Ninkovich will serve as Project Superintendents for this engagement, bringing decades of combined experience in projects directly relevant to efficient renovations, aquatic facilities, and work with Collier County and other governmental works. They will be assigned to the project on a full-time basis and on -site during all construction. Project Superintendent: Pat Elek Pat Elek retired from the United States Navy in 1975 and has spent the last forty years managing diverse construction projects. Projects he's managed include the construction of retail operations, restaurant remodels, stormwater management systems, and much more. He has fine-tuned his project management skills through his experience working on various projects with myriad stakeholders. He is known for his keen ability to keep costs down by efficiently managing labor output. From serving as General Manager for R.L. James Inc. from 1998 to 2012, to his time as Construction Manager for the Medial Group US Operations from 1987 to 1991, to serving as Project Manager for Rax Restaurants from 1983 to 1987, Pat brings a proven track record of rapid turnaround times, transparent and accurate project accounting, and award -winning final products. Notably, Pat, the proposed Project Superintendent for the project, previously served as Project Superintendent on the Eagle Lakes Aquatic Center remodel for Collier County. His responsibilities included managing day-to-day operations of the project site, as well as adhering to a strict project schedule and making any updates as necessary. Pat is a Certified FEMA Inspector, ANSUL R-102 Certified, Florida D.E.P. Stormwater Management Inspector (#27248), and a former Board Member for the International Concrete Repair Institute Local Chapter. He has won multiple "Who's Who" awards for his excellent construction work, and is an Ambassador of Goodwill for the State of West Virginia. Project Superintendent: Brad Ninkovich Brad Ninkovich is an experienced journeyman carpenter with 36 years of experience in a variety of construction environments, inclusive of commercial and residential construction from structural to architectural design and execution. Brad embraces challenge through study, preparation and the understanding of the task ahead. He is an expertly trained carpenter and brings with him a comprehensive outlook of how individual industry trades work together harmoniously to aid in the creation of one cohesive structure. Brad Ninkovich, who will be serving as Project Superintendent, also served in the same capacity on the Eagle Lakes Aquatic Center remodel. Brad's responsibilities as a supervisor included overseeing all steps in the construction process, including, but not limited to, existing conditions, concrete, masonry, metals, wood, plastics and composites, thermal and moisture protection, metal roofing, openings, finishes, specialties, conveying equipment, fire suppression, pool construction, dewatering, plumbing, HVAC, electrical, earthwork, exterior improvements, and utilities. 55 Brad Ninkovich and Pat Elek bring a proven track record of success working together on projects such as the Collier County Courthouse First Floor Renovation, and the Eagle Lakes Aquatic Center. The Collier County Courthouse First Floor Renovation was awarded the 2018 Collier County Building Industry award for Best Public Works ranging $1-3 million. The Eagle Lakes Aquatic Center earned the 2019 Collier Building award for the Best Commercial Contractors Project ranging from $5-9.9 million. Based on the successful outcomes Pat and Brad have been able to previously achieve in conjunction with Collier County, DEC Contracting is confident that its proposed team will only prove even more productive, efficient, and collaborative. 50 A'ilw dA'AA DEC 41 (.ontracting Group, Inc. Contractors • Construction Managers • Design Builders Patrick Elek Professional Experience: Superintendent, DEC Contracting Group, Inc. — Fort Myers, Florida August 2015-Present • Manage day-to-day operations on project site. • Develop the original schedule and update the schedule on a bi-weekly basis. • Simultaneously Managed 2-4 projects. Project Supervisor, JE Charlotte Construction Corp., Venice, Florida April 2013 — July 2015 • Conducted Weekly OAC meetings. • Prepare weekly OAC meeting agendas & distribution of minutes. • Manage day-to-day operations on project site. • Develop the original schedule and update the schedule on a bi-weekly basis. • Write RFI's, review of submittals and review of shop drawings. Project Supervisor, Lodge Construction, Inc., Fort Myers, Florida October 2011 — November 2012 • Conducted Weekly OAC meetings. • Oversaw all field • Prepare weekly OAC meeting agendas & distribution of minutes. • Manage day-to-day operations on project site. • Develop the original schedule and update the schedule on a bi-weekly basis. • Write RFI's, review of submittals and review of shop drawings. • Supervised multiple Wal-Mart Limited Remodel Projects. • Supervised both day and night shifts. General Manager/ Project Manager, RL James Inc., Fort Myers, Florida March 1998 — January 2011 • Managed 12-14 projects concurrently. • Supervised 14-19 Superintendents and foreman. • Oversaw all office, sales and field personnel. • Set up corporate training and safety manuals and Standard Operating Procedures manual. • Conducted weekly staff meetings discussing projected projects and manpower requirements as well as projected progress billings on current projects. • Negotiated supplier pricing. • Conducted weekly OAC meeting. • Estimate all subcontractor work and prepared subcontract contract documents. • Worked with 8-10 Engineering Firms. • Filing of Permit Applications with Local and State Agencies. 1560 Matthew Drive, Suite B, Fort Myers, Florida 33907 (239) 332-4322 Office • (239) 332-0180 Fax info@deccontracting.com CGC1526430 57 A'ilw 41* dA,dwt DEC (.ontracting Group, Inc. Contractors • Construction Managers • Design Builders Project Manager, Glasswood Contractor's Inc., Sarasota, Florida April 1997 — February 1998 • Simultaneously managed 2-4 Projects. • Supervised 2-5 Superintendents and Foremen. • Worked hand in hand with 4 Structural Engineering Firms. • Ordered and coordinated delivery of all required equipment and materials for all projects. • Conducted weekly meetings with Board of Directors, Management Firms and Engineering Companies to ensure Public relations with Clients and to maintain project timelines. • Maintained project costing records, prepared billing documents, change orders and pricing requests. • Dealt with all phases of sub -contractor bidding, disputes, billing and final acceptance of their work. • Applied for building permits and worked with code enforcement agencies. Operations Manager, Keystone Construction and Development Group, Monroeville, PA (Punta Gorda, FL Office) May 1993 —February 1997 • Projects ranged from Residential to Medium Commercial Retail. • Supervised 2-5 highly skilled people at separate sites around the Eastern United States. • Interfaced with Interior Design Staff to achieve desired results, along with Architects to ensure Code Compliance and Designed Finish specifications for clients. • Negotiation of Contracts with Owners and Sub -Contractors. • Maintained job records, including change orders, draw requests, back charges. Superintendent, Reliable Homes, Punta Gorda, Florida October 1992 — April 1993 • Supervised 15 -20 Sub -Contractors. • Simultaneously managed 2-4 Projects Averaged 6 -8 homes under construction at all times. • Reviewed/Approved all billing. • Worked directly with interior design services. • Worked intimately with new buyers from preliminary drawings thru turn -over and warranty work. • Directed other General Contractors working in the Development. • Ensured all Bank draws took place on time and within schedule. • Implemented Cost Code and Purchase Order System. Project Manager, Reyco Construction, Tampa, Florida (Commercial Contractor) September 1991 — October 1992 • Supervised 2-5 people. • Handled job bidding, job scheduling, negotiated with Sub -Contractors working with Owners. • Conferred with Mall Tenants. • Worked with Suppliers to coordinate delivery schedules. • All Projects were completed on time or before schedule and all within or below budget. Construction Manager, Original Cookie Company Inc., Cleveland, Ohio April 1987 — July 1991 • Managed a $1.4 Million Project budget and completed in 10 weeks. Reported directly to CEO. • Directed Departments in the Construction of 110 new Retail Outlets and 85 remodel projects. • Prepared Preliminary cost estimates, selected and purchased material. 1560 Matthew Drive, Suite B, Fort Myers, Florida 33907 (239) 332-4322 Office • (239) 332-0180 Fax info@deccontracting.com CGC1526430 58 A'ilw 4p* dA'AA DEC (.ontracting Group, Inc. Contractors • Construction Managers • Design Builders • Designed Bid Sheets and monitored actual construction and quality assurance. • Meet with Landlords, Developers and Permitting Officials to secure Building Permits and ensure adherence to building codes and Construction Specifications. • Contracted with Engineering and Architectural Firms. • Directed 5 Architectural Firms in redesigning the exterior appearance and complete brand image. • Completely renovated 33,000 square foot Corporate Headquarters while maintaining its daily operation. • Originally hired as Construction Supervisor and received promotion to Construction Manager in 6 Months. Construction Engineer, Rax Restaurants, Columbus, Ohio 1983 - 1987 • Responsible for supervising the remodeling of kitchens and construction of new company units. • Completed 153 kitchens and Construction of new Company units. Completed 153 kitchen remodels in 160 Calendar days and built 25 new Restaurants. • Negotiated final costs of new units with General Contractors to meet tight budgets. ($350,000.00 per unit) • Advised Franchisees before, during and after construction. • Designed and wrote forms, schedules and reports concerning construction follow-up and warranty. • Assisted in the design of prototype T-line kitchens. Layout later adopted and used in all units and all of the fast food industry. Project Manager, Carrera Construction Company, Columbus, Ohio 1981 - 1983 • Handled construction and remodeling of restaurants. • Often designed site plans and Architectural details to provide the best possible use of property. • Adhered to strict schedules. • Saved one Restaurant Owner $85,000.00 through the design and placement of a Grade Beam parking lot. This was mentioned in an article of Concrete Digest. SKILLS: • Proficient in permitting • Daily/Weekly reports • R. F.I.'s • Well -honed management proficiency • Skilled listener • Microsoft Office • Microsoft Excel • Offer creative alternatives to solve problems EDUCATION: Wal-Mart Project Manager Remodel Construction • Time Management Development Seminar 1560 Matthew Drive, Suite B, Fort Myers, Florida 33907 (239) 332-4322 Office • (239) 332-0180 Fax info@deccontracting.com CGC1526430 59 A'ilw jjpqdA'AA DEC �* (.ontracting Group, Inc. Contractors • Construction Managers • Design Builders • Professional Operations Development Seminars ACHIEVEMENTS: • Certified F.E.M.A Inspector • Member Florida Association of Code Enforcement • United States Navy, Operations Specialist, Honorable Discharge • Award - Ambassador of Good Will State of West Virginia 1985 • Wal-Mart Stormwater Compliance Training • Award - Who's Who in the Midwest 1985 • Award - Who's Who International 2000 • Board Member International Concrete Repair Institute local chapter ****PROJECTS**** • Collier County Eagle Lake Aquatic Center • Collier County Growth Management Department HVAC & Roof Replacement • Collier Area Transit Phase II • Collier County First Floor Courthouse Renovations • Woodchip Bio-Reactor • Collier County Courthouse Hurricane Irma Repairs • Collier County Building G Alterations • Diplomat Middle & Elementary Traffic Improvements 1560 Matthew Drive, Suite B, Fort Myers, Florida 33907 (239) 332-4322 Office • (239) 332-0180 Fax info@deccontracting.com CGC1526430 60 DEC 4A a k1k Contracting GroLIp, I11c. Contractors - Construction Managers • Design Builders Brad Ninkovich Professional Experience: Superintendent, DEC Contracting Group, Inc. -Fort Myers, FL November 2015 — Present Construction of Eagle Lake Aquatic Center 9.2 Million consisting of Existing Conditions, Concrete, Masonry, Metals, Wood, Plastics and Composites, Thermal and Moisture Protection, Metal Roofing, Openings, Finishes, Specialties, Conveying Equipment, Fire Suppression, Pool Construction, Dewatering, Plumbing, Heating, Ventilating, and Air Conditioning (HVAC), Electrical, Earthwork, Exterior Improvements, Utilities. Construction of Naples Utilities Maintenance Building 1.5 Million consisting of pre-engineered metal building for the Utilities Dept. on structural slab with concrete pilings. Includes finished office area consisting of opening, doors, hardware, architectural millwork, ceramic tile, bathroom accessories, HVAC, fire sprinkler, electrical, generator, low voltage, earthwork, utilities, paving. Maintenance bays contalned finished epoxy floors, overhead coiling doors and crane installation. Construction of Collfer County Sheriff's Office Substation 2.5 Million consisting of Existing Conditions, Concrete, Masonry, Metals, Wood, Plastics and Composites, Thermal and Moisture Protection, Metal Roofing, Openings, Finishes, Specialties, Conveying Equipment, Fire 5uppressfon, Plumbing, Heating, Ventilating, and Air Conditioning (HVAC), Electrical, Earthwork, Exterior Improvements, Utilities. Construction of Renovations to Supervisor of Elections Buildings 1.8 MiIIion consisting of selective demolition, cast in place concrete, interior architectural woodwork, firestopping, joint sealants, hollow metal doors and frames, wood doors, overhead coiling doors, door hardware, drywall, ceramic tile, acoustical ceilings, vinyl wall base, carpet, painting, signs, fire extinguishers, safety specialties, toilet accessories, fire sprinkler systems, plumbing, HVAC, electrical. Owner, Hammerhead Carpentry, LLC -- Cape Coral, FL 2000-2015 Self Employed - Estimating- Project coordination -Accounting- Finish Carpentry —Cabinetry Carpenter, Superintendent and Project Manager, Spill biter's Inc. — Baltimore, MD Carpenter Education: — High School Diploma 1560 Matthew Drive, Suite B, Fort Myers, Florida 33907 (239) 332-4322 — Office - (239) 332-0180 — Fax iiifo@dcccoritractiiig.com CBC 1259832 61 dam Evaluation Criteria 6: Local Vendor Preference Local business is defined as the vendor having a current Business Tax Receipt issued by the Collier or Lee County Tax Collector prior to proposal submission to do business within Collier County, and that identifies the business with a permanent physical business address located within the limits of Collier or Lee County from which the vendor's staff operates and performs business in an area zoned for the conduct of such business. Please see attached Lee County Business Tax Receipt for DEC Contracting Group, Inc. 63 JIM lr% Fo pi e n its i -�i �rasr s -. Colter coumty Administrative Services Departinent Procurement Services Division Vendor Check List IMPORTANT: Please review carefully and submit with your Proposal/Bid. All applicable documents shall be submitted electronically through Bid5ync. Vendor should checkoff each of the following items: General Bid Instructions has been acknowledged and accepted. Collier County Purchase Order Terms and Conditions have been acknowledged and accepted. V1 Form 1: Vendor Declaration Statement [� Form 2: Conflict of Interest Certification [� Proof of status from Division of Corporations - Florida Department of State (If work performed in the State) - http://dos.myflorida.com/sunbiz/ should be attached with your submittal. [� Vendor MUST be enrolled in the E-Verify - https://www.e-verify.gov/ at the time of submission of the proposal/bid. [� Form 3: Immigration Affidavit Certification MUST be signed and attached with your submittal or you MAY be DEEMED NON -RESPONSIVE [� E-Verify Memorandum of Understanding or Company Profile page should be attached with your submittal. [� Form 4: Certification for Claiming Status as a Local Business, if applicable, has been executed and returned. Collier or Lee County Business Tax Receipt should be attached with your submittal to be considered. Form 5: Reference Questionnaires form must be utilized for each requested reference and included with your submittal, id applicable to the solicitation. [� Form 6: Grant Provisions and Assurances package in its entirety, if applicable, are executed and should be included with your submittal. All forms must be executed, or you MAY be DEEMED NON -RESPONSIVE. ® Vendor W-9 Form. ® Vendor acknowledges Insurance Requirements and is prepared to produce the required insurance certificate(s) within five (5) days of the County's issuance of a Notice of Recommend Award. The Bid Schedule has been completed and attached with your submittal, applicable to bids. Copies of all requested licenses and/or certifications to complete the requirements of the project. [� All addenda have been signed and attached, or you MAY be DEEMED NON -RESPONSIVE. [/] County's IT Technical Architecture Requirements has been acknowledged and accepted, if applicable. ® Any and all supplemental requirements and terms has been acknowledged and accepted, if applicable. 65 ***UPDATED JANUARY 28, 2020*** OIL County Administrative Services Department Procumiwnt Services Divism Form 1: Vendor Declaration Statement BOARD OF COUNTY CONMSSIONERS 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, without collusion or fraud. The Vendor hereby declares the instructions, purchase order terms and conditions, requirements, and specifications/scope of work of this solicitation have been fully examined and accepted. The Vendor agrees, if this solicitation submittal is accepted by Collier County, to accept a Purchase Order as a form of a formal contract or to execute a Collier County formal contract for purposes of establishing a contractual relationship between the Vendor and Collier County, for the performance of all requirements to which this solicitation pertains. The Vendor states that the submitted is based upon the documents listed by the above referenced solicitation. The Vendor agrees to comply with the requirements in accordance with the terms, conditions and specifications denoted herein and according to the pricing submitted as a part of the Vendor's bids. Further, the Vendor agrees that if awarded a contract 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 work that is a result of this awarded contract. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this 17 day of December , 20 20in the County of Lee , in the State of Florida Firm's Legal Name: Address: City, State, Zip Code: Florida Certificate of Authority Document Number Federal Tax Identification Number *CCR # or CAGE Code *Only if Grant Funded Telephone: Email: Signature by: (Typed and written) Title: DEC Contracting Group, Inc. 1560 Matthew Drive, Suite B Fort Myers, FL 33907 P14000020944 46-4934701 239-332-4322 S1�YFu - REGINAL.DUNN '�' Commis" # HH 030505 e` q Expires August 29, 2024 of F�°Q` BOW Thru Budget Notary Servkes ***UPDATED JANUARY 28, 2020*** Additional Contact Information Send payments to: (required if different from Company name used as payee above) Contact name: Title: Address: City, State, ZIP Telephone: Email: Office servicing Collier County to place orders (required if different from above) Contact name: Title: Address: City, State, ZIP Telephone: Email: 67 'UPDATED JANUARY 28, 2020x*k Coder commly Administrative services Department Procurement Services Dmsbn Form 2: Conflict of Interest Certification 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 work 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 — The firm has not had access to nonpublic information as part of its performance of a Collier County project identified above which 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 / 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 (employees, 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. State of Florida County of Lee The foregoing instrument was acknowledged before me of December (month), 2020 (year), by Dou Personally Known OR Produced Identification Type of Identification Produced DEC Contracting Group, Inc. Company Name Signature Douglas R. Masch II/ President Print Name and Title means of 6lphysical presence or ❑ online notarization, this 17 day is R. Masch 11 (name of versos- teknowledeine). Public - State of Florida) (Print, Type, or Stamp Commissioned Name of Notary Public) REGINAL.DUNN 00.Puke = commission # HH 030505 j' M01 Exp4as August 29,2024 BmM Thru Bu W N0119ri S-Ims 68 ***UPDATED JANUARY 28, 2020*** State of Florida Department of State I certify from the records of this office that DEC CONTRACTING GROUP, INC. is a corporation organized under the laws of the State of Florida, filed on March 3, 2014. The document number of this corporation is P 14000020944. I further certify that said corporation has paid all fees due this office through December 31, 2020, that its most recent annual report/uniform business report was filed on January 8, 2020, 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 Eighth day of January, 2020 &WW& Secretary of State Tracking Number: 8993718684CC To authenticate this certificate,visit the following site,enter this number, and then follow the instructions displayed. https: //services. sunhiz.org/Filin gs/CertificateOfStatus/CertificateAuthentication co,er c014nty Administrative Services Departrnent Procurement Services Dmsion Form 3: Immigration Affidavit Certification This Affidavit is required and should be signed, by an authorized principal of the firm and submitted with formal solicitation submittals. Further, Vendors are required to be enrolled in the E-Verify program (https://www.e-verify.gov/), at the time of the submission of the Vendor's proposal/bid. Acceptable evidence of your enrollment 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 which will be produced at the time of the submission of the Vendor's proposal/bid or within five (5) day of the County's Notice of Recommend Award. FAILURE TO EXECUTE THIS AFFIDAVIT CERTIFICATION AND SUBMIT WITH VENDOR'S PROPOSALBID MAY DEEM THE VENDOR'S 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/bid. DEC Contracting Group, Inc. Company Name Signature Douglas R. Masch II/ President Print Name and Title State of Florida County of Lee The foregoing instrument was acknowledged before me by means of Vphysical presence or ❑ online notarization, this 17 day of December (month), 2020 (year), by Douglas R. Masch II (name of person a9krrgwledging). Personally Known OR Produced Identification Type of Identification Produced Public - State of Florida) (Print, Type, or Stamp Commissioned Name of Notary Public) REGINAL.DUNN 2oeVW1 �c Commisslon # HH 030505 * * N9rFOFf�O�o Exp'ves August 29, 2024 BoW dnwBudgetNeleryServlus 70 ***UPDATED JANUARY 28, 2020*** 5/18/2020 E•verily: Employer VYUrA • Company Information E-Verify Welcome regina dunn Company Information Company Name DEC Contracting Group, Inc. Company ID Number 860864 Doing Business As (DBA) Name DUNS Number 079391270 Physical Location Address 1 1560 Matthew Drive, Suite B Address 2 City Fort Myers State FL Zip Code 33907 County LEE Mailing address Address 1 1560 Matthew Drive, Suite B Address 2 City Fort Myers State FL Zip Code MENU hitps://e-verify.uscis.gov/wob/EniployerWizarti.aspx 71 V3 5/18/2020 33907 E-Verify: Employer Wizard - Company Information Additional Information Employer Identification Number 464934701 Total Number of Employees 1 to 4 Parent Organization Administrator Organization Designation Employer Category None of these categories apply View / Edit NAICS Code 236 - CONSTRUCTION OF BUILDINGS View / Edit Total Hiring Sites 1 View /Edit Total Points of Contact 2 View I Edit View Original MOU Template Viiv'l0U .. ISA JIt Tk._ Last Login: 01/17/202010:06 AM U.S. Department of Homeland Security litips://o-verify.uscis.gov/woblErnployerWizard.aspx 72 213 Co per County Administrative Services DepaMmt Procurement services Division Form 4: Vendor Submittal — Local Vendor Preference Certification (Check Appropriate Boxes Below) State of Florida (Select County if Vendor is described as a Local Business) ❑ Collier County [� Lee County Vendor affirms that it is a local business as defined by the Procurement Ordinance of the Collier County Board of County Commissioners and the Regulations Thereto. As defined in Section Fifteen of the Collier County Procurement Ordinance: Local business means the vendor has a current Business Tax Receipt issued by the Collier County Tax Collector prior to bid or proposal submission to do business within Collier County, and that identifies the business with a permanent physical business address located within the limits of Collier County from which the vendor's staff operates and performs business in an area zoned for the conduct of such business. A Post Office Box or a facility that receives mail, or a non -permanent structure such as a construction trailer, storage shed, or other non -permanent structure shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well-being of Collier County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, support and increase to the County's tax base, and residency of employees and principals of the business within Collier County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. A vendor who misrepresents the Local Preference status of its firm in a proposal or bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one year under this section. Vendor must complete the following information: Year Business Established in ❑Collier County or o Lee County: 2014 Number of Employees (Including Owner(s) or Corporate Officers): 7 Number of Employees Living in ❑ Collier County or 0 Lee (Including Owner(s) or Corporate Officers): 3 If requested by the County, Vendor will be required to provide documentation substantiating the information given in this certification. Failure to do so will result in vendor's submission being deemed not applicable. Sign and Date Certification: Under penalties ofperjury, I certify that the information shown on this forrn is correct to my knowledge. Company Name: DEC Contracting Group, Inc. Date: 12-17-2020 Address in ier or Coun 1560 Matthew Drive, Suite B, Fort Myers, FL 33907 Signature: Title: President 73 ***UPDATED JANUARY 28, 2020*** SU000186 Dear Business Owner: Your 2020-2021 Lee County Local Business Tax Receipt is attached below for account number 1403231. If there is a change in one of the following, refer to the instructions on the back of this receipt. ® Business name ® Ownership ® Physical location ® Business closed This is not a bill. Detach the bottom portion and display in a public location. I hope you have a successful year. Sincerely. 4,0. Lee County Tax Collector Jr---- ----------- - - ---- - -- 2020 - 2021 LEE COUNTY LOCAL BUSINESS TAX RECEIPT Account Number: 1403231 Account Expires: September 30, 2021 State License Number: CGC1526430 If state license has chunged. contact our office at 239.533.6000 Location: 1560 MA7THEW DR STE B Fr MYERS FL 33907 DEC CONTRACTING GROUP INC MASCH 11 DOUGLAS R 1560 MATTHEW DR STE B FT MYERS FL 33907 May engage in the busines%of: BUILDING CONTRACTOR -CERTIFIED THIS LOCAL BUSINESS TAX RECEIPT IS NON RECUI.ATORY PAID 559694-10-1 07/29/202011:20AM 550.00 74 Form W-9 Request for Taxpayer Give Form to the (Rev. December 2014) Identification Number and Certification requester. Do not Departmentofthe Treasury send to the IRS. Internal Revenue Service 1 Name (as shown on your income tax return). Name is required on this line; do not leave this line blank. DEC Contracting Group, Inc. N 2 Business name/disregarded entity name, if different from above to rn m o- 3 Check appropriate box for federal tax classification; check only one of the following seven boxes: 4 Exemptions (codes apply only to y ❑ Individual/sole proprietor or El Corporation ® S Corporation ❑ Partnership ❑ TrusVestate certain entities, not individuals; see instructions on page 3): av c o single -member LLC Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=partnership) ► Exempt payee code (if any) `o 2❑ Note. For a single -member LLC that is disregarded, do not check LLC; check the appropriate box in the line above for Exemption from FATCA reporting the tax classification of the single -member owner. code (if any) a` ❑ Other (see Instructions) No- Q1pp5es to eccWMSMantefned aMide the U.S..) E 5 Address (number, street, and apt. or suite no.) Requester's name and address (optionaQ a 1560 Matthew Drive Suite B m 5 City, stale, and ZIP code Fort Myers, FI 33907 7 List account numbers) here (optional) 6343546057 MON Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid Social security number � - m _ backup withholding. For individuals, this is generally your social security number ( page However, fora resident alien, sole proprietor, or disregarded entity, see the Part I instructions on page 3. For other - entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN on page 3. or Note. If the account is in more than one name, see the instructions for line 1 and the chart on page 4 for I Employer identification number guidelines on whose number to enter. M46 -4 9 3 4 7 TOI JIMM Certification Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or 1 am waiting for a number to be issued to me); and 2. 1 am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. 1 am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions on paqe 3. - Hen Snature of e I US. person 11- (�O Date► General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Future developments. Information about developments affecting Form W-9 (such as legislation enacted after we release it) is at www.irs.gov/fw9. Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SSN), individual taxpayer identification number (ITIN), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of Information returns include, but are not limited to, the following: • Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN. if you do not retum Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What Is backup withholding? on page 2. By signing the filled -out form, you: 1. Certify that the TIN you are giving is correct (or you are waiting for a number to be issued), 2. Certify that you are not subject to backup withholding, or • Form 1099-INT (interest earned or paid) 3. Claim exemption from backup withholding if you are a U.S. exempt payee. If • Form 1099-DIV (dividends, including those from stocks or mutual funds) applicable, you are also certifying that as a U.S. person, your allocable share of any partnership income from a U.S. trade or business is not subject to the • Form 1099-MISO (various types of income, prizes, awards, or gross proceeds) withholding tax on foreign partners' share of effectively connected income, and • Form 1099-B (stock or mutual fund sales and certain other transactions by 4. Certify that FATCA code(s) entered on this form (if any) indicating that you are brokers) exempt from the FATCA reporting, is correct. See What Is FATCA reporting? on • Form 1099-S (proceeds from real estate transactions) page 2 for further information. • Form 1099-K (merchant card and third party network transactions) Cat. No. 10231X Form W-9 (Rev. 12-2014) 75 gic.S� Ron DeSantis, Governor Halsey Beshears, Secretary STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION a bpr CONSTRUCTION INDUSTRY LICENSING BOARD THE GENERAL CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES MASCH, DOUGLAS RAYMOND II DEC CONTRACTING GROUP, INC 1560 MATTHEW DR SUITE B FORT MYERS FL 33907 LICENSE NUMBER: CGC1526430 EXPIRATION DATE: AUGUST 31, 2022 Always verify licenses online at MyFloridaLicense.com a �a F 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. Coker County Administrative Services Division Procurement Services Date: December 9, 2020 Email: Sarah.Hamiltongeolliercountyfl.gov Telephone: (239) 252-8987 Addendum 1 From: Sarah Hamilton, Procurement Strategist To: Interested Bidders Subject: Addendum #l, IFQ 20-7771, Small General Contracting Services The following clarifications are issued as an addendum identifying the following clarification to the scope of work, changes, deletions, or additions to the original solicitation document for the referenced solicitation: Change 1. Detailed Scope of Work: Words stmek t4ough are deleted from the Solicitation document: Invoices• All T&M NTE work assignments will utilize a fee schedule for labor/parts/equipment. Fee schedule rates, which are subject to additions or deletions, will be negotiated with the awarded Contractors and will be added to the contract for utilization. For all T&M NTE work, Contractor(s) shall be required to provide backup documentation of Contractor's time and proof of the subcontractor services and/or parts/materials/supplies/equipment by providing invoices and receipts at the time of invoice submission. Ancillary charges may be transferred to the County in the actual amount; however, mark-ups will not be allowed. Mark-ups will not be allowed on sales tax, consumer fees or taxes, use and other similar taxes or fees associated with any work under the resultant contract. Awarded Contractors agree to the following, as it pertains to markups and labor rates on T&M NTE work: 1. The mark-up on rental equipment shall not exceed 10%. 2. The mark-up on materials shall not exceed 10%. 3. The mark-up on subcontractors shall not exceed 15%. A copy of the Subcontractor invoice must be provided. MatAvial rae—d-Oup shall not be allowed against a SubeefitFaeter-'s mat Subcontractor hourly rate shall not exceed the Contractor's hourly rate. 4. The labor rates provided by the Contractor are to be fully burdened to include overhead, insurance, profit and use of company owned small tools and equipment. 77 Change 2. Evaluation Criteria: Words stmeal- through are deleted from the Solicitation document: EVALUATION CRITERIA NO.5: SPECIALIZED EXPERTISE OF TEAM MEMBERS (25 Total Points Available) In this criterion, include but not limited to: • Description of the proposed contract team and the role to be played by each member of the team. • Attach brief resumes of all proposed project team members who will be involved in the management of the total package of services, as well as the delivery of specific services. with proposal submission, For Changes 1 and 2 above, please see revised Solicitation document. If you require additional information, please post a question on our BidSync (www.bidsyne.com) bidding platform under the solicitation for this project. Please sign below and return a copy of this Addendum with your submittal for the above 12-17-2020 Date DEC Contracting Group, Inc. (Name of Firm) 78 Insurance / Bond Type Required Limits 1. ® Worker's Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements 2. ®Employer's Liability 3. ®Commercial General Liability (Occurrence Form) patterned after the current ISO form Evidence of Workers' Compensation coverage or a Certificate of Exemption issued by the State of Florida is required. Entities that are formed as Sole Proprietorships shall not be required to provide a proof of exemption. An application for exemption can be obtained online at https://apps.fldfs.com/bocexempt/ $_500,000 single limit per occurrence Bodily Injury and Property Damage $ 1,000,000 single limit per occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. ®h�demnification To the maximmn extent permitted by Florida law, the Contractor/Vendor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor/ Vendor or anyone employed or utilized by the Contractor/Vendor in the performance of this Agreement. 5. ®Automobile Liability $_I,000,000_ Each Occun•ence; Bodily Injury & Property Damage. Owned/Non-owned/Hired; Automobile Included 6. ❑ Other insurance as noted: ❑ Watercraft $ Per Occurrence ❑ United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence ❑ Pollution $ Per Occurrence ❑ Professional Liability $ Per claim & in the aggregate ❑ Project Professional Liability $ Per Occurrence ❑ Valuable Papers Insurance $ Per Occurrence ❑ Cyber Liability $ Per Occurrence ❑ Technology Errors & Omissions $ Per Occurrence 7. ❑ Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 8. ❑ Performance and Payment For projects in excess of $200,000, bonds shall be submitted with the executed Bonds contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as "A " or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 9. ® Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 10. ® Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Vendor's policy shall be endorsed accordingly. 11. ® The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 12. ® On all certificates, the Certificate Holder must read: Collier County Board of County Commissioners, 3295 Tamiami Trail East, Naples, FL 34112 13. ®Thirty (30) Days Cancellation Notice required. 14. Collier County shall procure and maintain Builders Risk Insurance on all construction projects where it is deemed necessary. Such coverage shall be endorsed to cover the interests of Collier County as well as the Contractor. Premiums shall be billed to the project and the Contractor shall not include Builders Risk premiums in its project proposal or project billings. All questions regarding Builder's Risk Insurance will be addressed by the Collier County Risk Management Division. 11/15/20 - CC Vendor's Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. The insurance submitted must provide coverage for a minimum of six (6) months from the date of award. Name of Firm Vendor Signature Print Name Insurance Agency Agent Name D Contracti Group, Inc. Douglas R. Masch H Five County Insurance Mike Dannenhauer 12-17-2020 Telephone Number 239-939-1100 16.C.4.j FIXED TERM SERVICE MULTI -CONTRACTOR AWARD AGREEMENT # 20-7771 for Small General Contractina Services THIS AGREEMENT, made and entered into on this day of 2021 , by and between DEC Contracting Group, Inc. authorized to do business in the State of Florida, whose business address is 1560 Matthew Drive, Suite B, Fort Myers, FL 33907 , (the "Contractor") and Collier County, a political subdivision of the State of Florida, (the "County"): WITNESSETH: 1. AGREEMENT TERM. The Agreement shall be for a three ( 3 ) year period, commencing W upon the date of Board approval; or ❑ on and terminating on three ( 3 ) year(s) from that date or until all outstanding Purchase Order(s) issued prior to the expiration of the Agreement period have been completed or terminated. The County may, at its discretion and with the consent of the Contractor, renew the Agreement under all of the terms and conditions contained in this Agreement for two ( 2 ) additional one (1 ) year(s) periods. The County shall give the Contractor written notice of the County's intention to renew the Agreement term prior to the end of the Agreement term then in effect. The County Manager, or his designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred and eighty (180) days. The County Manager, or his designee, shall give the Contractor written notice of the County's intention to extend the Agreement term prior to the end of the Agreement term then in effect. 2. COMMENCEMENT OF SERVICES. The Contractor shall commence the work upon issuance of a ❑■ Purchase Order ❑ "Ietiee to PFE)oee . 3. STATEMENT OF WORK. The Contractor shall provide services in accordance with the terms and conditions of ❑ ❑ 0 Other Invitation for Qualification ( IFQ ) # 20-7771 including all Attachment(s), Exhibit(s) and Addenda and the Contractor's proposal referred to herein and made an integral part of this Agreement. ❑■ The Contractor shall also provide services in accordance with Exhibit A — Scope of Services attached hereto. Page 1 of 17 Fixed Term Service Multi -Contractor Agreement 2021_Ver.l Packet Pg. 1524 16.C.4. j 3.1 This Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in writing by the Parties, in compliance with the County's Procurement Ordinance, as amended, and Procurement Procedures in effect at the time such services are authorized. 3.2 0 The procedure for obtaining Work under this Agreement is outlined in Exhibit A — Scope of Services attached hereto. NO- 4. THE AGREEMENT SUM. The County shall pay the Contractor for the performance of this Agreement based on Work performed pursuant to the quoted price offered by the Contractor in response to specific Request for Quotation and pursuant to the Price Methodology in Section 4.1 Contractor's quoted prices for time and material shall be based on Exhibit B- Fee Schedule. Payment will be made upon receipt of a proper invoice and upon approval by the County's Contract Administrative Agent/Project Manager, and in compliance with Chapter 218, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act". 4.1 Price Methodology (as selected below): FNJ Lump Sum (Fixed Price): A firm fixed total price offering for a project; the risks are transferred from the County to the contractor; and, as a business practice there are no hourly or material invoices presented, rather, the contractor must perform to the satisfaction of the County's project manager before payment for the fixed price contract is authorized. * Time and Materials: The County agrees to pay the contractor for the amount of labor time spent by the contractor's employees and subcontractors to perform the work (number of hours times hourly rate), and for materials and equipment used in the project (cost of materials plus the contractor's markup). This methodology is generally used in projects in which it is not possible to accurately estimate the size of the project, or when it is expected that the project requirements would most likely change. As a general business practice, these contracts include back-up documentation of costs; invoices would include number of hours worked and billing rate by position (and not company (or subcontractor) timekeeping or payroll records), material or equipment invoices, and other reimbursable documentation for the project. INNI - - - - - Page 2 of 17 Fixed Term Service Multi -Contractor Agreement 202 ] _Ver.l Packet Pg. 1525 16.C.4. j 4.2 Any County agency may obtain services under this Agreement, provided sufficient funds are included in their budget(s). 4.3 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of the Agreement. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of "lathes" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this Agreement. 4.3 The County, or any duly authorized agents or representatives of the County, shall have the right to conduct an audit of Contractor's books and records to verify the accuracy of the Contractor's claim with respect to Contractor's costs associated with any Payment Application, Change Order, or Work Directive Change. — — = —R 772M a 5. SALES TAX. Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. Collier County, Florida as a political subdivision of the State of Florida, is exempt from the payment of Florida sales tax to its vendors under Chapter 212, Florida Statutes, Certificate of Exemption # 85-8015966531 C. Page 3 of 17 Fixed Term Service Midti-Contractor Agreement 2021_Ver, l Packet Pg. 1526 16.C.4. j 6. NOTICES. All notices from the County to the Contractor shall be deemed duly served if mailed or emailed to the Contractor at the following: Company Name: DEC Contracting Group, Inc. _ Address: 1560 Matthew Drive, Suite B Fort Myers, FL 33907 Authorized Agent: Attention Name & Title: Telephone: E-Mail(s): Douglas R. Masch III President (239) 332-4322 info@deccontracting.com All Notices from the Contractor to the County shall be deemed duly served if mailed or emailed to the County to: Board of County Commissioners for Collier County, Florida Division Director: Division Name: Address: Damon Grant Facilities Management Division 3335 Tamiami Trail East, Ste 109 Naples, FL 34112 Administrative Agent/PM: Juan Delgado 1 James Williams Telephone: (239) 252-72921 239) 252-8380 E-Mall(s): Juan.Delgado@colliercountyfI.gov/James.Williams@colliercountyfl.gov The Contractor and the County may change the above mailing address at any time upon giving the other party written notification. All notices under this Agreement must be in writing. 7. NO PARTNERSHIP. Nothing herein contained shall create or be construed as creating a partnership between the County and the Contractor or to constitute the Contractor as an agent of the County. 8, PERMITS: LICENSES: TAXES. In compliance with Section 218.80, F.S., all permits necessary for the prosecution of the Work shall be obtained by the Contractor. The County will not be obligated to pay for any permits obtained by Subcontractors. Payment for all such permits issued by the County shall be processed internally by the County. All non -County permits necessary for the prosecution of the Work shall be procured and paid for by the Contractor. The Contractor shall also be solely responsible for payment of any and all taxes levied on the Contractor. In addition, the Contractor shall comply with all rules, regulations and laws of Collier County, the State of Florida, or the U. S. Government now in force or hereafter adopted. The Contractor agrees to comply with all laws governing the responsibility of an employer with respect to persons employed by the Contractor. Page 4 of 17 Fixed Term Service Multi -Contractor Agreement 2021_Ver.I Packet Pg. 1527 16.C.4.j 9. NO IMPROPER USE. The Contractor will not use, nor suffer or permit any person to use in any manner whatsoever, County facilities for any improper, immoral or offensive purpose, or for any purpose in violation of any federal, state, county or municipal ordinance, rule, order or regulation, or of any governmental rule or regulation now in effect or hereafter enacted or adopted. In the event of such violation by the Contractor or if the County or its authorized representative shall deem any conduct on the part of the Contractor to be objectionable or improper, the County shall have the right to suspend the Agreement of the Contractor. Should the Contractor fail to correct any such violation, conduct, or practice to the satisfaction of the County within twenty-four (24) hours after receiving notice of such violation, conduct, or practice, such suspension to continue until the violation is cured. The Contractor further agrees not to commence operation during the suspension period until the violation has been corrected to the satisfaction of the County. 10. TERMINATION. Should the Contractor be found to have failed to perform his services in a manner satisfactory to the County as per this Agreement, the County may terminate said Agreement for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be the sole judge of non-performance. In the event that the County terminates this Agreement, Contractor's recovery against the County shall be limited to that portion of the Agreement Amount earned through the date of termination. The Contractor shall not be entitled to any other or further recovery against the County, including, but not limited to, any damages or any anticipated profit on portions of the services not performed. 11. NO DISCRIMINATION, The Contractor agrees that there shall be no discrimination as to race, sex, color, creed or national origin. 12. INSURANCE. The Contractor shall provide insurance as follows: A. ❑■ Commercial General Liability: Coverage shall have minimum limits of $1,000,000 Per Occurrence, $ 2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. B. 0 Business Auto Liability: Coverage shall have minimum limits of $ 1,000,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include: Owned Vehicles, Hired and Non -Owned Vehicles and Employee Non -Ownership. C. FO-1 Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of $ 500,000 for each accident. Page 5 of 17 Fixed Term Service Multi -Contractor Agreement 2021 Ver, I Packet Pg. 1528 16.C.4.j $- ❑Shall be maintained by the G@ntFaGt9F W eRSuFe its. Ie9a4 this 'nsWanGe. SUGh ORSHFanee shall haye lifflots ef net less than $ eaeh ❑ GYbeF I iahiIiiW• re eFa9e shall have minimum 11M.46 of $ --peF Giaim. shall have minima ern limits of d` __ ___ ____nor f.laim_ Special Requirements: Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier County Government shall be listed as the Certificate Holder and included as an "Additional Insured" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Contractor's policy shall be endorsed accordingly. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. The Contractor shall provide County with certificates of insurance meeting the required insurance provisions. Renewal certificates shall be sent to the County thirty (30) days prior to any expiration date. Coverage afforded under the policies will not be canceled or allowed to expire until the greater of: thirty (30) days prior written notice, or in accordance with policy provisions. Contractor shall also notify County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non -renewal or material change in coverage or limits received by Contractor from its insurer, and nothing contained herein shall relieve Contractor of this requirement to provide notice. Contractor shall ensure that all subcontractors comply with the same insurance requirements that the Contractor is required to meet. 13. INDEMNIFICATION. To the maximum extent permitted by Florida law, the Contractor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, whether resulting from any claimed breach of this Agreement by Contractor, any statutory or regulatory violations, or from personal injury, property damage, direct or consequential damages, or economic loss, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor or anyone employed or utilized by the Contractor in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. Page G of 17 Fixed Term Service Mu h i-Contractor Agreement 2021_Ver.I Packet Pg. 1529 16.C.4. j 13.1 The duty to defend under this Article 13 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Contractor, County and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to Contractor. Contractor's obligation to indemnify and defend under this Article 13 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the County or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 14. AGREEMENT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Facilities Management Division 15, CONFLICT OF INTEREST. Contractor represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. Contractor further represents that no persons having any such interest shall be employed to perform those services. 16. COMPONENT PARTS OF THIS AGREEMENT. This Agreement consists of the following component parts, all of which are as fully a part of the Agreement as if herein set out verbatim: Contractor's Proposal, Insurance Certificate(s), ❑■ Exhibit A Scope of Services, Exhibit B Fee Schedule, ❑ W;P4 ❑ I -TB/❑■ Other Invitation for Qualification (I FQ)__ #20-7771 , including Exhibits, Attachments and Addenda/Addendum, ❑■ subsequent quotes, and ❑ 17. APPLICABILITY. Sections corresponding to any checked box ( ■ ) expressly apply to the terms of this Agreement. 18. SUBJECT TO APPROPRIATION. It is further understood and agreed by and between the parties herein that this Agreement is subject to appropriation by the Board of County Commissioners. 19. PROHIBITION OF GIFTS TO COUNTY EMPLOYEES. No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, as amended, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any Agreement held by the individual and/or firm for cause. 20. COMPLIANCE WITH LAWS. By executing and entering into this Agreement, the Contractor is formally acknowledging without exception or stipulation that it agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to this Agreement, including but not limited to those dealing with the Immigration Reform and Control Act of 1986 as Page 7 of 17 Fixed Term Service Multi -Contractor Agreement 2021_Ver.I Packet Pg. 1530 16.C.4.j located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended; taxation, workers' compensation, equal employment and safety including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes, and the Florida Public Records Law Chapter 119, if applicable, including specifically those contractual requirements at F.S. § 119.0701(2)(a)-(b) as stated as follows: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Communication and Customer Relations Division 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8999 Email: PubiicRecordReg uest(&,colliercountyfl.gov The Contractor must specifically comply with the Florida Public Records Law to: 1. Keep and maintain public records required by the public agency to perform the service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify the County in writing. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this Agreement and the County shall have the discretion to unilaterally terminate this Agreement immediately. Page 8of17 Fixed Term Service Multi -Contractor Agreement 2021_Ver,1 Packet Pg. 1531 21. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County encourages and agrees to the successful Contractor extending the pricing, terms and conditions of this solicitation or resultant Agreement to other governmental entities at the discretion of the successful Contractor. 22. PAYMENTS WITHHELD. The County may decline to approve any application for payment, or portions thereof, because of defective or incomplete work, subsequently discovered evidence or subsequent inspections. The County may nullify the whole or any part of any approval for payment previously issued and the County may withhold any payments otherwise due to Contractor under this Agreement or any other Agreement between the County and Contractor, to such extent as may be necessary in the County's opinion to protect it from loss because of: (a) defective Work not remedied; (b) third party claims failed or reasonable evidence indicating probable fling of such claims; (c) failure of Contractor to make payment properly to subcontractors or for labor, materials or equipment; (d) reasonable doubt that the Work can be completed for the unpaid balance of the Contract Amount; (e) reasonable indication that the Work will not be completed within the Contract Time; (f) unsatisfactory prosecution of the Work by the Contractor; or (g) any other material breach of the Contract Documents. If any conditions described above are not remedied or removed, the County may, after three (3) days written notice, rectify the same at Contractor's expense. The County also may offset against any sums due Contractor the amount of any liquidated or unliquidated obligations of Contractor to the County, whether relating to or arising out of this Agreement or any other Agreement between Contractor and the County. 23, 0 CLEAN UP. Contractor agrees to keep the Project site clean at all times of debris, rubbish and waste materials arising out of the Work. At the completion of the Work, Contractor shall remove all debris, rubbish and waste materials from and about the Project site, as well as all tools, appliances, construction equipment and machinery and surplus materials, and shall leave the Project site clean. 24. STANDARDS OF CONDUCT: PROJECT MANAGER, SUPERVISOR, EMPLOYEES. The Contractor shall employ people to work on County projects who are neat, clean, well-groomed and courteous. Subject to the American with Disabilities Act, Contractor shall supply competent employees who are physically capable of performing their employment duties. The County may require the Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Collier County projects is not in the best interest of the County. 25. FE-1 WARRANTY. Contractor expressly warrants that the goods, materials and/or equipment covered by this Agreement will conform to the requirements as specified, and will be of satisfactory material and quality production, free from defects, and sufficient for the purpose intended. Goods shall be delivered free from any security interest or other lien, encumbrance or claim of any third party. Any services provided under this Agreement shall be provided in accordance with generally accepted professional standards for the particular service. These warranties shall survive inspection, acceptance, passage of title and payment by the County. Page 9 of 17 Fixed Term Service Multi -Contractor Agreement 2021_Ver.1 Packet Pg. 1532 16.C.4.j Contractor further warrants to the County that all materials and equipment furnished under the Contract Documents shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable manufacturers, fabricators, suppliers or processors except as otherwise provided for in the Contract Documents. If, within one (1) year after final completion, any Work is found to be defective or not in conformance with the Contract Documents, Contractor shall correct it promptly after receipt of written notice from the County. Contractor shall also be responsible for and pay for replacement or repair of adjacent materials or Work which may be damaged as a result of such replacement or repair. These warranties are in addition to those implied warranties to which the County is entitled as a matter of law. 26. 0 TESTS AND INSPECTIONS. If the Contract Documents or any codes, laws, ordinances, rules or regulations of any public authority having jurisdiction over the Project requires any portion of the Work to be specifically inspected, tested or approved, Contractor shall assume full responsibility therefore, pay all costs in connection therewith and furnish to the County the required certificates of inspection, testing or approval. All inspections, tests or approvals shall be performed in a manner and by organizations acceptable to the County. 27. ❑■ PROTECTION OF WORK. A. Contractor shall fully protect the Work from loss or damage and shall bear the cost of any such loss or damage until final payment has been made. If Contractor or anyone for whom Contractor is legally liable is responsible for any loss or damage to the Work, or other work or materials of the County or County's separate contractors, Contractor shall be charged with the same, and any monies necessary to replace such loss or damage shall be deducted from any amounts due to Contractor. B. Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. C. Contractor shall not disturb any benchmark established by the County with respect to the Project. If Contractor, or its subcontractors, agents or anyone, for whom Contractor is legally liable, disturbs the County's benchmarks, Contractor shall immediately notify the County. The County shall re-establish the benchmarks and Contractor shall be liable for all costs incurred by the County associated therewith. 28. SUBMITTALS AND SUBSTITUTIONS. Any substitution of prod uctslmaterials from specifications shall be approved in writing by the County in advance. 29. CHANGES IN THE WORK. The County shall have the right at any time during the progress of the Work to increase or decrease the Work. Promptly after being notified of a change, Contractor shall submit an estimate of any cost or time increases or savings it foresees as a result of the change. Except in an emergency endangering life or property, or as expressly set forth herein, no addition or changes to the Work shall be made except upon modification of the Purchase Order by the County, and the County shall not be liable Page 10 of 17 Fixed Term Service Multi -Contractor Agreement 2021_Ver.1 Packet Pg. 1533 16.C.4.j to the Contractor for any increased compensation without such modification. No officer, employee or agent of the County is authorized to direct any extra or changed work orally. Any modifications to this Agreement shall be in compliance with the County Procurement Ordinance and Procedures in effect at the time such modifications are authorized. 30. AGREEMENT TERMS. If any portion of this Agreement is held to be void, invalid, or otherwise unenforceable, in whole or in part, the remaining portion of this Agreement shall remain in effect. 31. ADDITIONAL ITEMS/SERVICES. Additional items and/or services may be added to this Agreement in compliance with the Procurement Ordinance, as amended, and Procurement Procedures. 32, DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of Contractor with full decision -making authority and by County's staff person who would make the presentation of any settlement reached during negotiations to County for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed -upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of Contractor with full decision -making authority and by County's staff person who would make the presentation of any settlement reached at mediation to County's board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fia. Stat. 33. VENUE. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. - - ■❑ AGREEMENT STAFFING. The Contractor's personnel and management to be utilized for this Agreement shall be knowledgeable in their areas of expertise. The County reserves the right to perform investigations as may be deemed necessary to ensure that Page 11 of 17 Fixed Term Service Multi -Contractor Agreement 2021_Ver.] Packet Pg. 1534 16.C.4.j competent persons will be utilized in the performance of the Agreement. The Contractor shall assign as many people as necessary to complete required services on a timely basis, and each person assigned shall be available for an amount of time adequate to meet required services. 35. 0 ORDER OF PRECEDENCE. In the event of any conflict between or among the terms of any of the Contract Documents, the terms of solicitation the Contractor's Proposal, and/or the County's Board approved Executive Summary, the Contract Documents shall take precedence. _........ EMOTUM Mix NO 36. ASSIGNMENT. Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of the County. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the County's consent, shall be void. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward the County. 37, SECURITY. The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four (4) years. All of Contractor's employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor's business. The Contractor shall immediately notify the Collier County Facilities Management Division via email (DL-F'MOPS@colliergov.net) whenever an employee assigned to Collier County separates from their employment. This notification is critical to ensure the Page 12 of 17 Fixed Term Service Multi -Contractor Agreement 2021 Ver, t Packet Pg. 1535 16.C.4. j continued security of Collier County facilities and systems. Failure to notify within four (4) hours of separation may result in a deduction of $500 per incident. 38. 0 SAFETY. All Contractors and subcontractors performing service for Collier County are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Also, all Contractors and subcontractors shall be responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. Collier County Government has authorized the Occupational Safety and Health Administration (OSHA) to enter any Collier County Facility, property and/or right-of-way for the purpose of inspection of any Contractor's work operations. This provision is non- negotiable by any division/department and/or Contractor. All applicable OSHA inspection criteria apply as well as all Contractor rights, with one exception. Contractors do not have the right to refuse to allow OSHA onto a project that is being performed on Collier County Property, Collier County, as the owner of the property where the project is taking place shall be the only entity allowed to refuse access to the project. However, this decision shall only be made by Collier County's Risk Management Division Safety Manager and/or Safety Engineer. (intentionally left blank -signature page to follow) Page 13 of 17 Fixed Term Service Multi -Contractor Agreement 2021_Ver,1 Packet Pg. 1536 16.C.4.j IN WITNESS WHEREOF, the parties hereto, by an authorized person or agent, have executed this Agreement on the date and year first written above. ATTEST: Crystal K. Kinzel, Clerk of Court & Comptroller AZ Dated: (S EAL) Contractor's Witnesses: A 41, qeE Contractor's First Witness Cw,bakZ,Pvmv -%�, TT/print witness nam Co tract 's Second Witness TTYPe print witness nameT Approved as to Form and Legality: County Attorney Print Name BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA By: PENNY TAYLOR , Chair DEC Contracting Group, Inc. Contractor 1:' By: 9� Sig ature TType/print signature and titleT Page 14 of 17 Fixed Tenn Service Multi -Contractor Agreement 2021_Ver.1 Packet Pg. 1537 Exhibit A Scope of Services ■❑ following this page (pages I through 4 ) ❑ this exhibit is not applicable Page 15 of 17 Fixed Term Service Multi -Contractor Agreement 2021_Ver. i Packet Pg. 1538 16.C.4. j II+Q # 20-7771 "Small General Contracting Services" EXHIBIT A SCOPE OF SERVICES The Facilities Management Division (herein after referred to as "Division" and/or "County") is responsible for maintaining various County owned and leased buildings and facilities throughout Collier County. This Agreement establishes a pool of qualified contractors that can provide general construction and construction -related services, including maintenance services, after-hours repairs, and minor renovation services of County -owned and operated facilities to minimize operational downtime and maintain top operating conditions. The terms "Agreement" and "Contract" shall be used interchangeably throughout this Agreement. DETAILED SCOPE OF WORK Contractors, licensed in the State of Florida, shall provide minor repairs, construction, renovation, installation, and maintenance services. Normal and after-hours repair services will be required Countywide and include, but not be limited to, the following example types of work: • Supervision/administration of construction -related work; and • New construction work for renovations and building additions; and • Renovations/retrofits, repairs/replacements, maintenance, and installations; and • Demolition associated with renovations/retrofits; and • Scheduling work and subcontractors in harmony with the County's operations; and • Estimating cost of future projects; and • On -Call Urgent Services. Typically, maintenance and repair services will be completed during normal business hours, considered to be Monday through Friday between 7:00 AM and 5:00 PM. The County may request services during afterhours as deemed necessary by the County's representative or designee. Afterhours are considered before 7:00 AM and after 5:00 PM on weekdays and at any time on Saturday, Sunday or County -observed Holidays. Contractors must be qualified and are directly responsible for 100% of the contracted work. In the event the Contractor does not "self -perform" any or all tasks within the specifications, and utilizes subcontractors, the Contractor is directly responsible for all supervision, monitoring and compliance with the schedule, cost, work scope, plans and specification quality in the performance of a project for the County. Contractors are expected to submit quotes for each Request for Quotation that will be issued under this contract. Repeatedly failing to submit a quote, when requested, may result in the termination of Contractors Agreement. A. Procedures for Non -Urgent Work: I. For projects with a value of $25,000 or less, the procedure for obtaining quotes from the awarded Contractors is outlined below: 1. A quote will be requested from one (1) of the awarded Contractors on a basis that ensures a relatively even distribution of work. 2. The Contractor will respond with the information and/or proposal sought within seven (7) calendar days. 3. The County shall pay the Contractor for the performance of the work pursuant to the quoted price offered by the Contractor. The Contractor will be compensated for time and material not to exceed (T&M NTE) work. Page 1 of 4 Exhibit A — Scope of Services Packet Pg. 1539 16.C.4. j 4. Contractor will commence work upon County's issuance of a Purchase Order. The Contractor agrees that any Purchase Order that extends beyond the expiration date of the resultant contract will survive and remain subject to the terms and conditions of the resultant contract until the completion or termination of work. IL For all projects with a value that exceed $25,000, the procedure for obtaining quotes from the awarded Contractors is outlined below: 1. A Summary of Work, project plans, technical specifications, etc. will be provided to all awarded Contractors, along with a quote schedule for providing an all-inclusive lump sum quote. Completion time may be specified in the Request for Quotation. 2. The County's Project Manager will set the required response time for each project, but the Contractors will be given a minimum of seven (7) business days to provide a quote. Other projects may require a longer quoting period to allow for proper coordination. This period may also include a pre -bid meeting. 3. Contractors shall provide a lump sum quote based on the quote schedule provided. The following is an example of a quote schedule that may be required: Item Number Description Unit Amount . Item Cost, 1 Mobilization Lump Sum 1 $0.00 2 Sitework Lump Sum 1 $0.00 3 Demolition Lum Sum 1 $0.00 4 Masonry Lum Sum 1 $0.00 5 Structural Lump Sum 1 $0.00 6 Roofing Lump Sum 1 $0.00 7 Plumbing Lum Sum 1 $0.00 8 HVAC Lum Sum 1 $0.00 9 Electrical Lump Sum 1 $0.00 Lump Sum Total $0.00 4. The County's Project Manager will review all quotes received by the given due date and may negotiate with the Contractor who submits the lowest quote, if outside the budget. 5. No single project may exceed $200,000. 6. Contractor will commence work upon County's issuance of a Purchase Order. The Contractor agrees that any Purchase Order that extends beyond the expiration date of the contract will survive and remain subject to the terms and conditions of the resultant contract until the completion or termination of work. The County reserves the right to waive any or all of these requirements and to separately solicit any job if in the best interest of the County. The County reserves the right to supply all necessary parts for selected projects and repairs. B. Urgent Work: Urgent work shall be defined as any work that is not scheduled. 24-hour availability is needed to complete on -call urgent work. Urgent work will be completed on a rotating schedule with one (1) Contractor designated for a one (1) week period. Each awarded Contractor shall supply all County departments utilizing the resultant contract with a minimum of two (2) twenty-four (24) hour urgent contact phone numbers. All Contractors must participate in the urgent work rotation, which will be equally divided among the awarded Contractors. The annual schedule will be developed at a meeting with all awarded Contractors at the beginning of the contract term, and annually thereafter. The Facilities Management Division will manage and maintain rotation schedules such that three (3) months of future assignments are accessible to all Contractors. Page 2 of 4 Exhibit A — Scope of Services Packet Pg. 1540 16.C.4. j Urgent work requests require telephone or email acknowledgement of the request within two (2) hours. Contractor must provide a Time and Materials Not to Exceed (T&M NTE) quote within 24 hours of the visit and also provide a schedule to complete required repairs. The County may require the Contractor to secure damaged work area via a temporary repair. Should a Contractor fail to respond to an urgent call the next Contractor in rotation shall he contacted. Any failure to provide coverage by a Contractor, may be subject to termination. C. Changes in the Work; The County shall have the right at any time during the progress of the Work to increase or decrease the work. Promptly after being notified of a change, Contractor shall provide the County with a T&M NTE proposal for any changes in the work. D. Invoices: All T&M NTE work assignments will utilize a fee schedule for labor/parts/equipment. Fee schedule rates, which are subject to additions or deletions, will be negotiated with the awarded Contractors and will be added to the contract for utilization. For all T&M NTE work, Contractor(s) shall be required to provide backup documentation of Contractor's time and proof of the subcontractor services and/or parts/materials/supplies/equipment by providing invoices and receipts at the time of invoice submission. Ancillary charges may be transferred to the County in the actual amount; however, mark-ups will not be allowed. Mark-ups will not be allowed on sales tax, consumer fees or taxes, use and other similar taxes or fees associated with any work under the resultant contract, Awarded Contractors agree to the following, as it pertains to markups and labor rates on T&M NTE work; I . The mark-up on rental equipment shall not exceed 10%. 2. The mark-up on materials shall not exceed 10%. 3. The mark-up on subcontractors shall not exceed 15%. A copy of the Subcontractor invoice must be provided. 4. The labor rates provided by the Contractor are to be fully burdened to include overhead, insurance, profit and use of company owned small tools and equipment. E. Contractor's Responsibilities: Contractor(s) shall furnish all necessary qualified labor, materials, equipment, tools, consumables, transportation, skills, and incidentals required for the services requested. All work, equipment, parts and materials must meet Collier County Vertical Standards. If the work request is not specific and/or the Collier County Vertical Standards do not specify, then the work/cquipment/parts/materials must be approved by the County's representative or designee. F. Permits/Licenses: The Contractor shall obtain and maintain all required permits and/or licenses necessary for the prosecution of the work prior to the start of construction. The Contractor must use a qualified engineer or company representative (with all related licenses and certifications being current and in full force and applicable jurisdiction) with the experience and ability to obtain all permits required for any and all repairs, when necessary and applicable. G. Warranty: The Contractor shall professionally perform to the industry standards and to the requirements in this solicitation and subsequent contractual documents. The Contractor shall warrant their work for one (1) year following final acceptance by the County. Parts and fixtures shall be new and warranted for a minimum of one (1) year or the maximum allowed by the manufacturer, whichever is greater. An extended warranty may be purchased through the Contractor from the manufacturer without any markup being charged to the County. H. Records and Documentation: The Contractor(s) is responsible to maintain and update records for services provided. The documentation will include, and not be limited to, records of all service calls, maintenance performed, and any modifications, if applicable. All reports shall be sent to the County's representative or designee, noting date, repair, materials, location, and/or disposal information. The County reserves the right to require photographs of the completed work. Contractors will be required to use the County's Work Management procedures, such as utilizing online work request system, at no additional cost to the County or Contractor(s). The Contractor(s) will be responsible for utilizing any systems used by the County for work requests under the resultant contract. The Contractors may be required to update, complete and close work requests and attach before and after pictures, as necessary, Page 3 of 4 Exhibit A — Scope of Services Packet Pg. 1541 1 16.C.4. j I. Incidents: Contractor(s) must report any/all accidents/hazards immediately upon occurrence to the County's representative or designee, in writing, followed by any and all notifications required by law, such as Occupational Safety and Health Administration (OSHA) requirements. J. inspections: The County and the Contractor(s) may conduct an inspection of the completed services provided in response to any resulting Purchase Order. Any deficiencies noted during an inspection shall be corrected before final acceptance. Such deficiencies shall be corrected within 24 hours after receipt of notification, unless otherwise directed by the County's representative or designee, at the Contractor's expense. K. Equipment Inventory: The Contractor(s) shall, under no circumstances, remove any equipment containing a County asset sticker. The Contractor(s) shall request that, when replacing equipment, the asset sticker be removed by an appropriate County's representative or designee authorized to adjust equipment inventory records. L. Facility Safety and Security: The Contractor and their subcontractors are required to comply with County Ordinance 2004-52, as amended. The Contractor and their subcontractors must meet all background checks and fingerprinting requirements and shall be responsible for all associated costs. At all times, the Contractor and their subcontractors must wear the assigned contractor badge while conducting work on County property. The awarded Contractors will be asked to work in the Collier County Sheriff's Office Correctional Facilities and other areas considered "high security", which require thorough background checks of personnel and tools taken into such Facilities. Work must be performed in accordance with industry standards and guidelines. The Contractor(s) will comply with all applicable federal, state and local laws, ordinances, rules and regulations pertaining to the performance of the services requested herein. Any fines levied due to inadequacies, or failure to comply with any requirements, will be the sole responsibility of the Contractor(s). Any employee or representative of the Contractor(s) found not in conformance with any laws, statutes, rules or regulations will not be allowed on the job site. Violations by a Contractor may constitute cause for immediate contract termination. The Contractor(s) must comply with Federal and State right -to -know laws if hazardous materials are used. Material Safety Data Sheets (MSDS) will be made available and must be provided to the County per the County's representative or designee direction. The Contractor is required to immediately report to the County's representative or designee any spillage or dumping of hazardous material on County property. The Contractor shall bear all costs associated with the cleanup of any such incidents. Contractors will be expected to understand and comply with Collier County Practices and Procedures (CMA's), Standard Operating Procedures (SDP's) or Job Safety Analysis (JSA's) that pertain to environmental, health and safety standards and/or work practices applicable to the activities they perform. These include but are not limited to: • Storage, handling, and use of flammable liquids and hazardous materials. • Storage, handling, and use of compressed gas cylinders. • Periodic safety inspections of equipment and work -site housekeeping. • Use of fall protection while working at heights above 6 feet. • Following electrical safety practices and lock out / tag out procedures. • Proper use of personal protective equipment. • Proper maintenance and use of ladders and other equipment. • Guarding of wall and floor openings, open trenches, and excavations. M. Clean-up: The Contractor(s) shall be responsible for removing all debris from the site and cleaning affected areas in the most environmentally friendly manner possible. The Contractor(s) 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 or designee, shall remove such debris and materials from the property. The Contractor(s) shall leave all affected areas as they were prior to beginning work. There will be no cost to the County for clean-up. Page 4 of 4 Exhibit A — Scope of Services Packet Pg. 1542 16.C.4. j Exhibit B Fee Schedule fallowing this page (pages ' through _j Page 16 of 17 Fixed Term Service Multi -Contractor Agreement 2021_Ver.1 Packet Pg. 1543 16.C.4. j IFQ # 20-7771 "Small General Contracting Services" EXHIBIT B FEESCHEDULE DEC CONTRACTING GROUP, INC. Project Manager $94.00 Assistant Project Manager $52.00 Superintendent $80.00 Skilled Laborer $66.00 Non -Skilled Laborer $41.00 1. Quotes for projects with a value of $25,000 or less shall utilize time and material price methodology based on rates above. 2. The mark-up on rental equipment shall not exceed 10%. 3. The mark-up on materials shall not exceed 10%. 4. The mark-up on subcontractors shall not exceed 15%. A copy of the Subcontractor invoice must be provided. 5. The labor rates provided by the Contractor are to be fully burdened to include overhead, insurance, profit and use of company owned small tools and equipment. Page 1 of 1 Exhibit B -- Fee Schedule Packet Pg. 1544 16.C.4. j Other Exhibit/Attachment Description: ❑ following this page (pages through ) N this exhibit is not applicable Page 17 of 17 Fixed Tenn Service Multi -Contractor Agreeinent 2021_Ver.1 Packet Pg. 1 571 I 16.C.4.k I ACCOR E CERTIFICATE OF LIABILITY INSURANCE IN I DATE/7/2021 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THI: CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIE! BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZE[ 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 endorsec If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement oI this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: John R Therrell Arthur J. Gallagher Risk Management Services, Inc. PHONE FAx 340 Jesse Jewel Parkway SE Suite 510 A/c No Exc : 770-533-7603 A/C No): 877-868-0028 Gainesville GA 30501 ADDRESS: john_therrell@ajg.com INSURER(S) AFFORDING COVERAGE NAIC # INSURERA: National Builders Insurance Company 16632 INSURED NRCONTR-01 INSURER B : Auto -Owners Insurance Company 18988 NR Contractors, Inc. PO Box 110127 INSURER C : Naples FL 34108 INSURER D INSURER E INSURER F : COVERAGES CERTIFICATE NUMBER: 1278187727 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIO1 INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THI; CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERM 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/DDIYYYY POLICY EXP MM/DDIYYYY LIMITS A X COMMERCIAL GENERAL LIABILITY X GLP008824310 7/16/2020 7/16/2021 EACH OCCURRENCE $1,000,000 Fv� CLAIMS -MADE OCCUR DAMAGE PREM SES� IENTEa o_cur ence $ 100,000 MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY ❑ PRO- JECT ❑ LOC X PRODUCTS - COMP/OP AGG $ 2,000,000 $ OTHER: B AUTOMOBILE LIABILITY 5115371500 4/10/2021 4/10/2022 COMBINED SINGLE LIMIT Ea accident $ BODILY INJURY (Per person) $ 1,000,000 ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS X BODILY INJURY (Per accident) $ 1,000,000 PROPERTY DAMAGE Per accident $ 1,000,000 HIRED NON -OWNED AUTOS ONLY AUTOS ONLY UMBRELLA LIAB OCCUR EACH OCCURRENCE $ AGGREGATE $ EXCESS LIAB CLAIMS -MADE DED RETENTION $ $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N WCV008843810 7/16/2020 7/16/2021 PER OTH- STATUTE ER ANYPROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? ❑ N/A E.L. DISEASE - EA EMPLOYEE $ 1,000,000 (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: Project # 20-7771 "Small General Contracting Services" Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier County Government, OR, Collier County included as an additional insured under the captioned Commercial General Liability and Automobile Liability Policies on a primary and non-contributory basis if and to the extent required by written contract. For any and all work performed on behalf of Collier County. CERTIFICATE HOLDER Collier County Board of County Commissioners 3295 Tamiami Trail E. Naples FL 34112 E t CANCELLATION v ca SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORI Q THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED II ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE � C-S-e . ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD Packet Pg. 1546 NR Contractors, Inc. — P.O. Box 110127 Naples, FL. 34108 I Small General Contracting Services: Solicitation 20-7771 NR Contractors, Inc. — P.O. Box 110127 Naples, FL. 34108 Solicitation 20-7771 Small General Contracting Services Solicitation Designation: Public Prepared for: Collier County Department of Purchasing December loth, 2020 2 Small General Contracting Services: Solicitation 20-7771 NR Contractors, Inc. — P.O. Box 110127 Naples, FL. 34108 Table of Contents SECTION 1 - COVER LETTER & MANAGEMENT SUMMARY SECTION 2 - CERTIFIED MINORITY BUSINESS ENTERPRISE NR Contractors, Inc. is not a Certified Minority Business Enterprise. This section has been omitted from our proposal as it is not applicable. SECTION 3 - BUSINESS PLAN & APPROACH Our approach to an unparalleled building experience. APPENDIX A — CONCEPTUAL SCHEDULE (OVER 25K CONTRACT) SECTION 4 - EXPERIENCE & CAPACITY OF THE FIRM APPENDIX B — ESSENTIAL TEAM MEMBERS APPENDIX C — LICENSE COPY & PROOF OF INSURANCE SECTION 5 - SPECIALIZED EXPERTISE OF TEAM MEMBERS A look into the team responsible for over 28 years of Construction Excellence. APPENDIX D — TEAM PERSONNEL RESUMES SECTION 6 — LOCAL VENDOR PREFERENCE APPENDIX E — BUSINESS TAX RECIEPT 3 Small General Contracting Services: Solicitation 20-7771 NR Contractors, Inc. — P.O. Box 110127 Naples, FL. 34108 SECTION 1: COVER LETTER & MANAGEMENT SUMMARY December 10' ' 2020 Collier County Department of Purchasing RE: Solicitation 20-7771 - NR Contractors Cover Letter We are pleased to provide a comprehensive Qualifications Proposal in interest of participating in the Small General Contracting Services Solicitation 20-7771. Underlying philosophy: Our philosophy of approach towards this contract's scope of work, and any project's scope of work is to provide a premium construction service centered around clear communication, proactive planning, and optimized quality. We believe there are many ways to complete a project and there are many companies to work with in the construction industry, but our service and ability to deliver quality, makes NR Contractors an exception. Scope Acknowledgement: We understand the scope of work for this annual contract (Solicitation 20-7771) includes the responsibility of providing complete construction services for a wide range of projects and overall coordination for these projects. Further, we understand the conditions of the detailed scope of work per Solicitation 20-7771 pages 5 and 6. Authorized Contacts: Ray Muslimani, CBC - President and Operations Director (239) 272-5384 raymus(a,comcast.net Christina Muslimani - Office Manager and Project Manager (239) 272-4258 chrisymus88kgmail.com Thank -you for receiving and reviewing our proposal. We look forward to discussing further. Sincerely, Ray Muslimani, CBC# 056022 4 Small General Contracting Services: Solicitation 20-7771 NR Contractors, Inc. — P.O. Box 110127 Naples, FL. 34108 Construction Management Ray Muslimani, CBC — Superintendent/Operations Manager As the founder and creator behind NR Contractors, Ray has been involved with all levels of success acquired during the growth of NR. From project planning and development through the topping -off and close-out, Ray's passion for building and enthusiasm for skilled craftsmanship has shown through NR's impressive track record. Ray has developed and maintained relationships with the Collier County Government by demonstrating quality work and reliable delivery time and time again. Successful Projects: Golden Gate Side Walk, Collier County Jail Sound -barrier Wall, Collier County Bus Stop Repairs, Gilchrist Single -Family Duplexes, Bus Shelter: Recreational Lane, Main Campus of Collier County Museum: Sidewalk Pavers, Natural Resource Building Repairs, Building H. of Collier County: Remodel/Repairs, Clam Pass Boardwalk Repairs, Sun-N-Fun Boardwalk Repairs, CCSO Jail Doors, BayFront Remodel/Renovations, CCSO Gutters, CCSO Ice Machine, Vanderbilt Beach Awning, GMD — Transportation: Awning, Veterans Park — Pickle Ball Courts Rasheed K. Muslimani, P.E. - Project Manager Working in capacity to support the active lifecycle of select projects, Rasheed has been involved with the planning and coordination of many important milestones during NR's expansion. Holding a PE license has proven valuable not only from the design perspective but in the practice of reviewing challenging obstructions to create wonderful solutions resulting in project savings and client retention. Successful Projects: Golden Gate Side Walk, Collier County Jail Sound -barrier Wall, Collier County Bus Stop Repairs Cory Hogue - Operations Manager Experience will demonstrate that construction is not always easy and does not have an obvious solution. Cory's ability to lead our field operations and drive team performance has displayed in all forms. Road reconstruction, hurricane damage rebuilds, or residential renovations have proven a favorable challenge for Cory and his skill for driving results in production and QA-QC. Successful Projects: Golden Gate Side Walk, Collier County Jail Sound -barrier Wall, Collier County Bus Stop Repairs, Main Campus of Collier County Museum: Sidewalk Pavers, Natural Resource Building Repairs, Building H. of Collier County: Remodel/Repairs, Clam Pass Boardwalk Repairs, Sun-N-Fun Boardwalk Repairs, CCSO Jail Doors 5 Small General Contracting Services: Solicitation 20-7771 NR Contractors, Inc. — P.O. Box 110127 Naples, FL. 34108 Adam Fowler - Project Manager Working in capacity to support the active lifecycle of select projects, Adam has been involved with the planning and coordination of many important accomplishments at NR Contractors. From project logistics, cost -evaluation and client coordination, Adam has been extremely effective in all construction management capacity. Successful Projects: Collier County Bus Stop Repairs, Main Campus of Collier County Museum: Sidewalk Pavers, Natural Resource Building Repairs, Building H. of Collier County: Remodel/Repairs, Clam Pass Boardwalk Repairs, Building H. of Collier County: Remodel/Repairs, Clam Pass Boardwalk Repairs, Sun-N-Fun Boardwalk Repairs, CCSO Jail Doors Christina Muslimani - Office Manager/Project Manager In our industry, vendor relationships and quality materials are direct factors of success for any project. With Christina's commitment to quality and project delivery, we have been able to capture some of the best subcontractors and suppliers our community has to offer. Further, her ability to manifest our clients' vision, has led to an unmatched fulfillment for our project commitments. Successful Projects: Collier County Bus Stop Repairs, Gilchrist Single -Family Duplexes, BayFront Remodel/Renovations, CCSO Gutters, CCSO Ice Machine, Vanderbilt Beach Awning, GMD — Transportation: Awning, GMD — Transportation: Shutter Repairs, Veterans Park — Pickle Ball Courts Denise Muslimani — Office Manager In our industry, vendor relationships and quality materials are direct factors of success for any project. With Denise's commitment to quality and product delivery, we have been able to capture some of the best designers and suppliers our community has to offer. Further, her ability to manifest our clients' vision, has led to an unmatched fulfillment for our project commitments. Successful Projects: BayFront Remodel/Renovations, Vanderbilt Beach Awning 6 Small General Contracting Services: Solicitation 20-7771 NR Contractors, Inc. — P.O. Box 110127 Naples, FL. 34108 7jw' �' �P: Cr •'f . cA d0d GMD — Transportation: Shutter Repairs: C8 & A3 Small General Contracting Services: Solicitation 20-7771 NR Contractors, Inc. — P.O. Box 110127 Naples, FL. 34108 SECTION 2: CERTIFIED MINORITY BUSINESS ENTERPRISE Certified Minority Business Enterprise NR Contractors, Inc. is not a Certified Minority Business Enterprise. This section has been omitted from our proposal as it is not applicable. 8 Small General Contracting Services: Solicitation 20-7771 NR Contractors, Inc. — P.O. Box 110127 Naples, FL. 34108 SECTION 3: BUSINESS PLAN & APPROACH Prioritizing Multiple Project Requests Our approach to managing multiple project requests is to focus priority to projects that are active in production over projects that are in pre -construction phase. We find it of upmost importance to ensure the integrity of the project is maintained in terms of product quality and overall schedule. We would prefer to coordinate delaying a mobilization or milestone start to ensure delivery of another active project that could be impacted. Typically our approach is as follows: 1. Determine what NR PM/Super team member can address the request based on their active workload. 2. Determine if reassigning workload is possible to alleviate a Senior team member, based on the projects progress towards completion. In the right circumstance, we may find it possible to switch our management members if a project is performing well to be able to address any other project that needs additional support 3. In the event of a performance conflict, we would decline to accept or start a new project, should our workload and projects' demand need further support beyond reasonable management capacity. High -Volume Work Periods We typically do not accept work to put our operating capacity under strain; affecting our service for clients. In the event of high -demand periods, we have daily internal evaluations of active project needs to ensure our staffing allocation is being utilized efficiently. Should hiring be required during these peak periods, we will leverage our senior employees to train and supervise new team members, rather than have these experienced people directly involved with day-to-day project needs. This allows us to extend our operating outreach. Further, we have and will exercise utilizing past - employees to help on a temporary basis. During our 25+ years in business, we have formed many relationships with talented individuals that allow us to expand our staff during high work volume periods. 9 Small General Contracting Services: Solicitation 20-7771 NR Contractors, Inc. — P.O. Box 110127 Naples, FL. 34108 Project Coordination Our coordination of construction for projects focus on the frameworks of Project Delivery (Internal coordination) and Client Service (External coordination): Internal (Amongst NR Management Team & Hired Vendors/Subcontractors) • Review of active workload and staffing responsibility • Assign appropriate NR management & site -supervision based on project complexity and member workload • Release subcontractors/vendors to complete submittals and pre -mobilization administration process. • Kick-off meeting to set project expectations internally and externally, including key milestones, schedule goals, and QA/QC measurement priorities. • Daily and weekly communication both onsite and offsite to review progress again established expectations • "Exit Meeting" upon project completion to plan completion and anticipate punchiest items prior to demobilization. External(CC PM & NR Management Team) • Meet any pre -mobilization requirements (meetings, administrative deliverables, logistics coordination, etc.) upon issuance of Notice to Proceed by CC -PM. • Coordinate mobilization as desired by CC -PM and project schedule. • Daily and weekly communication and coordination with CC -PM, as needed by milestone or active issues, if applicable. • Upon substantial completion, coordinate walkthrough for punch -list items to prepare for demobilization process. • Final walk-through upon completion of punch -list to confirm acceptance of project delivery for final project close-out & payment. 10 Small General Contracting Services: Solicitation 20-7771 NR Contractors, Inc. — P.O. Box 110127 Naples, FL. 34108 Process to Complete Scope of Work Our process for completing the scope of work for the projects of varying magnitude per Solicitation 20-7771 pages 5 and 6 is as follows: • Thorough review of project documentation, plans, and specifications. • Evaluate available resources internally and externally to confirm performance with respect to timing and project schedule. • Request quotations from required subcontractors/ vendors as needed for scope; including qualification interviews to confirm ability to perform on the project. • Provide qualified, competitive pricing to Collier County Responsible Project Manager • Proceed with material released and mobilization upon written Notice to Proceed from CC PM. • Daily and weekly NR Staff management allocation to ensure quality and schedule compliance. • Notification to CC PM of any deviation or potential cost impacts for immediate resolution. • Upon completion, perform walkthrough with CC PM to confirm satisfactory performance of work and determine punch -list, if applicable l I Small General Contracting Services: Solicitation 20-7771 NR Contractors, Inc. — P.O. Box 110127 Naples, FL. 34108 APPENDIX A CONCEPTUAL SCHEDULE (OVER 25K CONTRACT) 12 Small General Contracting Services: Solicitation 20-7771 NR Contractors, Inc. — P.O. Box 110127 Naples, FL. 34108 CONCEPTUAL SCHEDULE (350K CONTRACT VALUE) Contract Fxecution submtnals Mobilizatim material Delivery Sample Project - Case Study (Over 350k Contract Value) Collier County Jail Noise Barrier Wall PROJECT SUMMARY NR Contractors was hired to coordinate the construction of a new 300-FT noise barrier wall at the West property boundary of the Collier County Jail at Santa Barbara. This project involved installation of angered -foundations, concrete posts and pre -cast wall panels, along with grading for site drainage. The project's total cost was $380,000 and took (60) calendar days. Estimated duration was (75) calendar days or (600) work hours. 13 Small General Contracting Services: Solicitation 20-7771 NR Contractors, Inc. — P.O. Box 110127 Naples, FL. 34108 SCHEDULE OF VALUES MEEK NE: $3 ,500 Submittals $4,000 Material Procurement $12,000 - Mobilization $10,000 = Site Clearing and Grading $2,000 Site Surrey and Lay out $6,500 Auger -cast Pile Installation $145,000 S Pre-castPanelInstallation $175,000 9 Paint Wall Panels $10,000 10 Final Site Gra ding & Drainage $2,500 11 Demobilization $7,500 1= Final ass -built Sure-ev $2,000 NR CONTRACTORS FEE SCHEDULE Principal $SO i h Proj ect Manager $65 i h Estimator $45 i h Superintendent $50 i h Equipment - Work Truck $50 i day Equipment- Hand Tools $75 i day Equipment - Ora ding (Rental) $100 i day Survey (Sub -vendor) $120 i hour Pile Installation $5,000 i day Pre -cast Installation $5,000 i day 14 Small General Contracting Services: Solicitation 20-7771 NR Contractors, Inc. — P.O. Box 110127 Naples, FL. 34108 SECTION 4: EXPERIENCE AND CAPACITY OF THE FIRM A Reputation Committed to Quality Our reputation is among the best in the business and is complemented by our many longstanding relationships with vendors and City representatives in the Naples Area. This is all a product of the commitment and hard -work from our passionate team. We invite you to explore the depth of our team's talent and knowledge, further expanded in APPENDIX B. Subcontractor Qualification Procedure We go through great lengths to ensure that any vendor we bring into our projects meet our expectations for unparalleled construction service and quality. Our process of selecting subcontractors is as follows: • Initial interview of subcontractor with project details to determine capacity to price and perform • Qualified pricing and scope review via detailed proposal request • Request and review of subcontractors marketing materials including project history and contract scope for at least 5 years past performance. • Depending on project scope and complexity, request subcontractor to provide client references for extended interview. • If necessary, coordinate past project site visit to see quality of work and meet with previous clients to ensure demonstration of performance. 15 Small General Contracting Services: Solicitation 20-7771 NR Contractors, Inc. — P.O. Box 110127 Naples, FL. 34108 List of Proposed Subcontractors (Pending Specific Project Scope) Earthwork Vendor Laser Grading Inc. Address: 10972 Enterprise Ave, Bonita Springs, FL 34135 Phone: (239) 949-3000 ........................................................................................................................................................................ Concrete Vendor Allen Concrete & Masonry Address: 6301 Shirley St, Naples, FL 34109 Phone: (239) 566-1661 ........................................................................................................................................................................ Electrician TBI Electric Address: 10542 Winterview Dr, Naples, FL 34109 Phone: (239) 571-9483 Plumbing COASTAL PLUMBING & FIRE PROTECTION 950 Commercial Blvd Naples, FL 34104 Phone: 239.643.3278 ........................................................................................................................................................................ Mechanical Vendor Conditioned Air Address: 3786 Mercantile Ave, Naples, FL 34104 ........................................................................................................................................................................ Phone: (239) 643-2445 Framing Vendor Upright Drywall Inc Address: 6027 Taylor Rd # 1, Naples, FL 34109 ........................................................................................................................................................................ Phone: (239) 591-3090 Drywall Vendor Upright Drywall Inc Address: 6027 Taylor Rd # 1, Naples, FL 34109 Phone: (239) 591-3090 Paint Sub Fenton Davis Painting Inc Address: 5900 Taylor Rd, Naples, FL 34109 Phone: (239) 597-6485 ........................................................................................................................................................................ Flooring Vendor ProFloors & Cabinets Address: 2033 Trade Center Way, Naples, FL 34109 Phone: (239) 597-0077 16 Small General Contracting Services: Solicitation 20-7771 NR Contractors, Inc. — P.O. Box 110127 Naples, FL. 34108 APPENDIX B ESSENTIAL TEAM MEMBERS 17 Small General Contracting Services: Solicitation 20-7771 NR Contractors, Inc. — P.O. Box 110127 Naples, FL. 34108 Industry Recognition NR Contractors, Inc. has maintained an A+ rating by the Better Business Bureau since December 2017. gge Past 5-Year Construction Summary 45 $535,000 ..................................................................................................................... 25 $1,900,000 ..................................................................................................................... 22 $1,700,000 ..................................................................................................................... 20 $1,600,000 17 $1,400,000 Current Staff ProjectManager..................................................................... Estimator ` 2 ................................................................................................................ Superintendents 3 Construction Admin. 2 18 Small General Contracting Services: Solicitation 20-7771 NR Contractors, Inc. — P.O. Box 110127 Naples, FL. 34108 NR Contractors, Inc. — Equipment • Skid Steer • Excavator • Loader • Enclosed Trailer • Open Trailer • 4 work vehicles • Various construction equipment: Trowels, generators, air compressors, plate compactor, pressure washer, etc. NR Contractors, Inc. - Licensed & Insured See APPENDIX C. for our License copy and proof of insurance. 19 Small General Contracting Services: Solicitation 20-7771 NR Contractors, Inc. — P.O. Box 110127 Naples, FL. 34108 Veterans Park — Pickle Ball Courts 20 Small General Contracting Services: Solicitation 20-7771 NR Contractors, Inc. — P.O. Box 110127 Naples, FL. 34108 APPENDIX C GC LICENSE & PROOF OF INSURANCE 21 Small General Contracting Services: Solicitation 20-7771 NR Contractors, Inc. — P.O. Box 110127 Naples, FL. 34108 NR Contractors, Inc. — State of Florida License Ron adacdi:,Cvvsrrx wd�•err�-� :���r STATE OF FLOR1DA d b`p DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD THE MtDING CID N T RACTOR HEREIN IS CERTIFIECG UNDE.� —�-E PROV17kOF C HAPTER 49 FI STATUTES L MU LIMANI, RA ' NRCONTRACTORS I P o BOX 110127 -, APLL-S FL 3410 -0103w - - I. —' EX' P' 1 AT15 BATE: AtUBT 31, 2022 'hhays verify licence, onlinfat MyFloridaLirense.corn Do not alter thi.sdocument in any form. Thi a is your ki€ense. Et is unEawfu I for anyone other than titre licensee to use this daacument. 22 Small General Contracting Services: Solicitation 20-7771 NR Contractors, Inc. — P.O. Box 110127 Naples, FL. 34108 NR Contractors, Inc. — Proof of Insurance .4c CERTIFICATE OF LIABILITY INSURANCE DATr;14ro 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, AHD THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the patloy(les) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, aubject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on th]s certificate does not Confer rights to the aerI fixate holder in IIsu of such endorse mantis). PRODUCER Arthur J. Gallagher Risk Management Services, Inc. 1395 Panther Lane NAME: Ll2 Lewis PHONE 239 252-7171 FAX xo:239 E62-5360 IL lix (awls a .corn Naples FL 34109 __ NISUAERt�AFFORDING CWRRAO.E_ . _ _ _ "co 18988 INSURER A : Auto -Owners Insurance Company INSURED NRCONTR-0I NR Contractors, Inc. PQ Box 110127 INSURERS: National Builders Insurance Company 15632 INSURER C' INSURER O: Naples FL 34108 INSURER E : INSURER F COVERAGES CERTIFICATE NUMBER:597548299 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION. OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS Sf4OWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. I TYPE OF INSURANCE nm wvo POLICY NUMBER rwmn im..—.—`—._.._.. OMITS a x COYMSIECLSLGeNBRALUANIUTY CL.AIMS4MIDE E OCCUR GLP0081824310 W18J2020 7118J2021 EACHOCCURRE14CE 91.006.000 i100.000 .`.._ . .. PREMIGE7OE EN MED EXP one 181000 PERSONAL & ADV INJURY S 1,000.OW GEWL AGGREGATE LIMIT APPLIES PER: X POLICY PER LOC OTHER: GENERAL AGGREGATE $2,000.000 PRODUCTS -COMPIOPAGG $2pW0.000 s A AUTOMONLEUASIUTY ANY AUTO ALINE flrJLY x AUTOSULED HIRED NONIOYVNED AUTOS ONLY AUTOS ONLY 51153715DO 4/1012020 411 p12D27 EaMaccwon[f IN iE a BODILY INJURY (Per DOM" i1,000A00 i BODILY INJURY (Prr oo;;;; j 4 PR f:R PA' I UMBRELLA LIAS IOCCUR EXCESS URB CLAIMS -MADE EACH OCCURRENCE S AGGREGATE S UeD RETENTION i S WO1diERSCOMPENSATION AND EMPLOYER$' LIA81LfTV ANVPROPRIETORRARTNERIE%ECVTIVE Y1H OFFICE"BMBER EXC LV DE07 (Llenda" in NHI a a. dax be wrier RIPTkQN OF OPERATIONS EegT NIA WCV009543910 711BI2020 711WMI X A R E.LEACHACCIDENT 51,000,000 E.L. DISEASE -EA EMPLOYEE. S 1.000.000 E.L. DISEASE - POLICY LIMIT $1.000 000 DESCRIPTION OP OPERATIONS LOCATIONS! VEHIC LES (ACORD 101. Adddonel Rewds ScheduM, m Vhe mwhW Nnww epmee In regrind)RE: Project# #20-7771 Sma11 General Contracting Services Solicitation Designation: Pubiic Collier County f:FRTIFIC.ATF 141711 nER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVI3QNS. Collier County Board of County Commissioners 3295 Tamiami Trail E. Naples FL 34112 AuTHOR12ED REPRESENTATIVE 01988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD 23 Small General Contracting Services: Solicitation 20-7771 NR Contractors, Inc. — P.O. Box 110127 Naples, FL. 34108 SECTION 5: SPECIALIZED EXPERTISE OF TEAM MEMBERS Essential Team Members See APPENDIX D. for team member individual resumes. Ray Muslimani, CBC — President/Superintendent/Project Manager/Operations Manager Project Role: Overall supervision of company and project performance, ensuring support to team members. Rasheed K. Muslimani, P.E. - Project Manager Project Role: Daily coordination with NR site -supervision and client communication to oversee project progress and metrics. Cory Hogue - Operations Manager Project Role: Oversee daily onsite activity and coordinate vendor/subcontractor efforts and focus to drive project delivery. Adam Fowler - Project Manager Project Role: Daily coordination with NR site -supervision and client communication to oversee project progress and metrics. Christina Muslimani - Project Manager/Office Manager Project Role: Assists with daily project management as well as responsible for construction administration, reporting, and cost evaluation. Denise Muslimani - Office Manager/Interior Decorator Project Role: Assists with daily office management as well as responsible for advertisement, ensuring timeliness of deliveries, and assisting as an Interior Decorator when needed. 24 Small General Contracting Services: Solicitation 20-7771 NR Contractors, Inc. — P.O. Box 110127 Naples, FL. 34108 APPENDIX D TEAM PERSONNEL RESUMES 25 Small General Contracting Services: Solicitation 20-7771 NR Contractors, Inc. — P.O. Box 110127 Naples, FL. 34108 Ray Muslimani — President of NR Contractors Inc. P.O. Box 110127 Naples, Fl. 34108 Company History Ray is a General Contractor who established NR Contractors Inc. in 1992. NR Contractors Inc. is licensed and insured here in the state of Florida, a vendor with Collier County, and accredited with the Better Business Bureau with an A+ approval rating. Project Experience Collier Ares Transit: Bus Stop 20 — Immokalee, FL • Construct (17) Bus Stops throughout Immokalee City. • Coordinated the official partitioning and select shutdown of traffic lanes to ensure safety to residents in the area. • Update and maintain Locate Tickets throughout duration of project to insure no service interruptions of local Utilities. Pepper Ranch Visitors Center — Immokalee, FL • Replacement of roof and framing. :;tag Collier Area Transit - Bus Stop 20 • Completed project on time and met the project budget Golden Gate Community Pool: Diving Blocks - Golden Gate Estates, FL • Replacement of (8) competition pool dive stands and blocks. • Completed project on time and met the project budget Museum: Observation Deck — Marco Island, FL • Construct an Observation deck. • Completed project on time and met the project budget Side Walk - Golden Gate Estates, FL • (3) Roadways in Golden Gate with new aluminum culverts and concrete driveway end replacement. • Coordinated the official partitioning and select shutdown of traffic lanes to ensure safety to residents in the area. • Excavated and replaced material with #3 stone to reinforce the bedding for new pipe installation. • Completed pipe installation and re-formed, poured and secured residential driveways with minimal impact. • Completed project ahead of schedule by 2 weeks and met the project budget. 26 Small General Contracting Services: Solicitation 20-7771 NR Contractors, Inc. — P.O. Box 110127 Naples, FL. 34108 Gilchrist Single -Family Duplexes - Naples, FL - (Active) • Update (15) single -single-family residential units to current HOA regulation. • Maintain and manage tenants in compliance with Collier County low-income standards. • Completed project ahead of schedule by 2 weeks and met the project budget. Collier County Jail Sound -barrier Wall — Naples, FL • Install (20) 20-ft wide pre -cast sound barrier panels with augured foundations • Coordinated work during active use of grounds by Government employees and detained inmates. • Completed project ahead of schedule by 2 weeks and met the project budget. Bentley Village Parking Garages — Bonita Springs, FL • Construct new Parking garages for residents • Completed project ahead of schedule by 2 weeks and met the project budget. Significant Projects Collier County Bus Stop Repairs Main Campus of Collier County Museum: Sidewalk Pavers Natural Resource Building Repairs Building H. of Collier County: Remodel/Repairs Clam Pass Boardwalk Repairs Sun-N-Fun Boardwalk Repairs CCSO Jail Doors BayFront Remodel/Renovations CCSO Gutters CCSO Ice Machine Vanderbilt Beach: Awning Repairs GMD — Transportation: Awning Repairs Marco Island Museum: Observation Deck Technical Skills - General Construction • Remodels, Renovations & Demolition • Minor Electrical, & Plumbing • Excavation, Rebar framing, Formwork — pouring and finishing concrete slabs. • Drywall, Framing, & Plaster/Stucco • Roofing repairs — Tile & Shingles • Installation of Doors, Windows, Cabinetry/Counter tops, and Flooring — Carpet and Tile • Word, Excel, QuickBooks, AUTOCAD 27 Small General Contracting Services: Solicitation 20-7771 NR Contractors, Inc. — P.O. Box 110127 Naples, FL. 34108 Rasheed Muslimani — Project Manager P.O. Box 110127 Naples, Fl. 34108 Company History Rasheed is the company's Project Manager. He was hired by the company in 2005 as a crew member and took on the role of Project Manager in 2014. He has been an asset to the company by overseeing progress of hiring of crewmembers, as needed, and assisting with timeliness of job completion. Rasheed has assisted on site, as a crew member, for the following jobs under NR Contractors President/Superintendent. Project Experience Collier County Jail Sound -barrier Wall — Naples, FL • Install (65) 20-ft by 14ft pre -cast sound barrier panels with augured foundations • Coordinated work during active use of grounds by Government employees and detained inmates. • Completed project on time and met the project budget. Bentley Village Parking Garages — Bonita Springs, FL • Construct new Parking garages for residents • Completed project ahead of schedule by 2 weeks and met the project budget. Select Significant Projects Golden Gate Side Walks Collier County Jail Sound -barrier Wall Collier County Bus Stop Repairs Technical Skills • Word, Excel, PowerPoint, AUTOCAD • Minor Construction, Carpentry, Painting • Operating Machinery — Pressure washer & electrical tools 28 Small General Contracting Services: Solicitation 20-7771 NR Contractors, Inc. — P.O. Box 110127 Naples, FL. 34108 Cory Hogue — Operations Manager P.O. Box 110127 Naples, Fl. 34108 Company History Cory is the company's Operations Manager. He was hired by the company in 2005 as a crew member and took on the role of Operations Manager in 2014. He has been an asset to the company by overseeing progress of ordering and delivering of materials, permitting processes, as needed, and assisting with timeliness of job completion. Cory has assisted on site, as a crew member, for the following jobs under NR Contractors President/Superintendent. Project Experience Golden Gate Community Pool: Diving Blocks - Golden Gate Estates, FL • Replacement of (8) competition pool dive stands and blocks. • Completed project on time and met the project budget Collier County Jail Sound -barrier Wall — Naples, FL • Install (20) 20-ft wide pre -cast sound barrier panels with augured foundations • Coordinated work during active use of grounds by Government employees and detained inmates. • Completed project ahead of schedule by 2 weeks and met the project budget. Pepper Ranch —Immokalee, Fl. Significant Projects Collier County Bus Stop Repairs Main Campus of Collier County Museum: Sidewalk Pavers Building H. of Collier County: Remodel/Repairs Clam Pass Boardwalk Repairs Sun-N-Fun Boardwalk Repairs CCSO Jail Doors Marco Island Museum: Observation Deck Irma Screen Repairs Technical Skills • Word, Excel, PowerPoint • Minor Construction, Carpentry, Painting • Operating Machinery — Pressure washer, bobcat, electrical tools 29 Small General Contracting Services: Solicitation 20-7771 NR Contractors, Inc. — P.O. Box 110127 Naples, FL. 34108 Adam Fowler - Project Manager P.O. Box 110127 Naples, Fl. 34108 Adam is the companies Project Manager; he was hired December 271h 2018. His addition to the company allows for timeliness of job completion and client coordination for upcoming projects. He assists in the permitting process as well as all necessary cost evaluations. Adam has been an asset to the company and continues to grow in the field. Project Experience Pepper Ranch Visitors Center — Immokalee, FL • Replacement of roof and framing. • Completed project on time and met the project budget Golden Gate Community Pool: Diving Blocks - Golden Gate Estates, FL • Replacement of (8) competition pool dive stands and blocks. • Completed project on time and met the project budget Museum: Observation Deck — Marco Island, FL • Construct an Observation deck. • Completed project on time and met the project budget Select Significant Projects BayFront Renovations Collier County Bus Stop Repairs Main Campus of Collier County Museum: Sidewalk Pavers Natural Resource Building Repairs Building H. of Collier County: Remodel/Repairs Clam Pass Boardwalk Repairs Sun-N-Fun Boardwalk Repairs CCSO Jail Doors Golden Gate Community Pool: Diving Blocks Technical Skills • Word, Excel, & PowerPoint Transcribing Job Proposals & Invoices • Placing Orders, & Overseeing Deliveries 30 Small General Contracting Services: Solicitation 20-7771 NR Contractors, Inc. — P.O. Box 110127 Naples, FL. 34108 Christina Muslimani — Project Manager/Office Manger P.O. Box 110127 Naples, Fl. 34108 Company History Christina is the company's project manager and office manager. She was hired by the company in 2009 as the Office Manager and took on the role of Project Manager in 2014. She has been an asset to the company by maintaining organized files, both digital and paper copies, ordering and delivering of materials, and conducting permitting processes & hiring processes of crewmembers, as needed. Gilchrist Single -Family Duplexes - Naples, FL - (Active) • Update (15) single -single-family residential units to current HOA regulation. • Maintain and manage tenants in compliance with Collier County low-income standards. • Completed project ahead of schedule by 2 weeks and met the project budget. Select Significant Projects CCSO Gutters Vanderbilt Beach: Awning Repairs GMD — Transportation: Awning Repairs Veterans Park Pickle Ball Courts GMD — Transportation: Shutter Repairs Collier County Bus Stop Repairs Natural Resource Building Repairs Building H. of Collier County: Remodel/Repairs Gilchrist Single -Family Duplexes CCSO Ice Machine GMD — Transportation: Awning Repairs Technical Skills • Word, Excel, PowerPoint, QuickBooks • Brochures, Program Manuals, Work Order Forms, Proposals & Invoices • Subcontractor Applications & Crew Applications • Rental Applications, Background checks & Credit Reports, & Lease Agreements Veterans Park — Pickle Ball Courts 31 Small General Contracting Services: Solicitation 20-7771 NR Contractors, Inc. — P.O. Box 110127 Naples, FL. 34108 Denise Muslimani — Office Manager / Interior Decorator P.O. Box 110127 Naples, Fl. 34108 Company History Denise is the company's office manager. She was hired by the company in 1992 as the Office Manager and assisted the company with her excellent taste in Interior Design since 2007. She has been an asset to the company by maintaining organized files, ordering and delivering of materials, and designing advertising material for the company: Business Cards, Shirts, Signs, Etc. Project Experience Quail West Home Project Description: Interior & Exterior Design Bob Hord Jr. Project Description: Interior & Exterior Renovations/Addition Contact #: 708-349-4445 Quail West Home Sam & Mary Geraci Project Description: Interior & Exterior Renovations/Addition Contact #: 905-839-7212 Nick & Marie Gentile Project Description: Interior Renovations Contact #: 561-241-7196 Select Significant Projects BayFront Remodel/Renovations Vanderbilt Beach: Awning Repairs GMD — Transportation: Awning Repairs Vanderbilt Beach Awning Repairs Technical Skills • Word, Excel, & PowerPoint • Transcribing Job Proposals & Invoices • Selecting Samples, Placing Orders, & Overseeing Deliveries 32 Small General Contracting Services: Solicitation 20-7771 NR Contractors, Inc. — P.O. Box 110127 Naples, FL. 34108 SECTION 6: LOCAL BUSINESS TAX RECEIPT kfvnoka!ee Audubon C.ork5(`tew Swamp San--9udry-011L111f ka�kw .1.•(. rSRbi i h N H {;On1F;7C14}T$ 10C Florida National C �, w �r,�7� Rre.ayune Strand S17TP FoieS1 Jrromz 0 C;ofwer C01414ty" AM Dedicated Local Business NR Contractors, Inc. was established in September 1992. Its president Ray Muslimani, has been dedicated to providing the best of what construction has to offer to the community of Collier County since opening this company. NR Contractors, Inc. has provided both residential and commercial construction for 28 years. Our office is located in Naples, Florida. See APPENDIX E. for NR Contractors' Collier County Business Tax Receipt. 33 Small General Contracting Services: Solicitation 20-7771 NR Contractors, Inc. — P.O. Box 110127 Naples, FL. 34108 APPENDIX E LOCAL BUSINESS TAX RECEIPT 34 Small General Contracting Services: Solicitation 20-7771 NR Contractors, Inc. — P.O. Box 110127 Naples, FL. 34108 NR Contractors, Inc. — Local Business Tax Receipt COLLIER COUNTY BUSINESS TAX BUSINE88 TAX NUMBER: 921569 COLLIER COUNTY TAX COLLECTOR • 2800 N. HORSESHOE DRIVE • NAPLES FLORIDA 34104- (23S) 252.2477 VISIT OUR WEBS ITE AT: www.colliertax.com THIS RECEIPT EXPIRES SEPTEMBER 30, 2021 LOCATION: 5965 AMBERWOOOS OR, ZONED: HOME OCCUPATION BU81NES6 PHONE: 597-9083 STATE OR COUNTY LEG #: CH C056022 1-1D EMPLOYEES ' CLASSIFICATION: 05-BUILDING CONTRACTOR CLASSIFICATION CCOE: 05104801 co �k f ' e This document is a business tax only, This is not cerbf cation that li —4 It does not permit the licensee to violate any existing regulatory zoning !a nor does it exempt the licensee from any other taxes or permits that may be DISPLAY AT PLACE OF BUSINESS FOR PUBLIC INSPECTION. FAILURE TO 00 5015 CONTRARY TO LOCAL LAWS. NR CONTRACTORS, INC. USLIMANI, MUHARAM RAY .0. BOX 110127 APLES.FL 34108 -THIS TAX IS NON -REFUNDABLE - DATE 07/13/2020 AMOUNT 18.00 RECEIPT 502-21-00051815 od" 031t ;PA# 35 Small General Contracting Services: Solicitation 20-7771 Coj ier County Administrative Servces Depattr t Procurement Se-oces Zmi n Vendor Check List IMPORTANT: Please review carefully and submit with your Proposal/Bid. All applicable documents shall be submitted electronically through BidSync. Vendor should checkoff each of the following items: General Bid Instructions has been acknowledged and accepted. Collier County Purchase Order Terms and Conditions have been acknowledged and accepted. Form l: Vendor Declaration Statement Form 2: Conflict of Interest Certification �J Proof of status from Division of Corporations - Florida Department of State (If work performed in the State) - htti)://dos.mvflorida.com/stmbiz/ should be attached with Your submittal. © Vendor MUST be enrolled in the E-Verify - littps:;/www.e-verify.gov/ at the time of submission of the proposal/bid. [� Form 3: Immigration Affidavit Certification MUST be signed and attached with your submittal or you MAY be DEEMED NON -RESPONSIVE ® E-Verify Memorandum of Understanding or Company Profile page should be attached with your submittal. Form 4: Certification for Claiming Status as a Local Business, if applicablehas been executed and returned. Collier or Lee County Business Tax Receipt should be attached with your submittal to be considered. Form 5: Reference Questionnaires form must be utilized for each requested reference and included with your submittal, id applicable to the solicitation. J Form 6: Grant Provisions and Assurances package in its entirety, if applicable, are executed and should be included with your submittal. All forts must be executed, or you MAY be DEEMED NON -RESPONSIVE. Vendor W-9 Form. ® Vendor acknowledges Insurance Requirements and is prepared to produce the required insurance certificate(s) within five (5) days of the County's issuance of a Notice of Recommend Award. The Bid Schedule has been completed and attached with your submittal, applicable to bids. Copies of all requested licenses and/or certifications to complete the requirements of the project. ® All addenda have been signed and attached, or you MAY be DEEMED NON -RESPONSIVE. ® County's IT Technical Architecture Requirements has been acknowledged and accepted, if applicable. ® Any and all supplemental requirements and terms has been acknowledged and accepted, if applicable. "*UPDATED JANUARY 28, 2020"* Coilie-r County Administrative Services Depannient Procurement S,r. r,es Da.e," Form 1: Vendor 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, without collusion or fraud. The Vendor hereby declares the instructions, purchase order terms and conditions, requirements, and specifications/scope of work of this solicitation have been fully examined and accepted. The Vendor agrees, if this solicitation submittal is accepted by Collier County, to accept a Purchase Order as a form of a formal contract or to execute a Collier County formal contract for purposes of establishing a contractual relationship between the Vendor and Collier County, for the performance of all requirements to which this solicitation pertains. The Vendor states that the submitted is based upon the documents listed by the above referenced solicitation. The Vendor agrees to comply with the requirements in accordance with the terms, conditions and specifications denoted herein and according to the pricing submitted as a part of the Vendor's bids. Further, the Vendor agrees that if awarded a contract 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 work that is a result of this awarded contract. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this 24 day of November _ 20 20n the County of Collier , in the State of Florida Firm's Legal Name: NR Contratcors, Inc. Address: City, State, Zip Code: Florida Certificate of Authority Document Number Federal Tax Identification Number *CCR # or CAGE Code *Only if Grant Funded Telephone: Email Signature by: (Typed and written) Title: P.O. Box 110127 Naples, FL. 34108 V65550 65-0363958 6ZPG8 239-597-9083 raymus@comcast.net President ***UI'DA I ED .1ANUA1kY 28, 2n2o*** Additional Contact Information Send payments to: NR Contractors, Inc (required if different from Company name used as payee above) Contact name: _Ray Muslimani Title: President Address: P.O. Box 110127 City, State, ZIP Naples, FL. 34108 Telephone: 239-597-9083 Email: raymus@comcast.net Office servicing Collier County to place orders (required if different from above) Contact name: Title: Address: City, State, ZIP Telephone: Email 'UPDATED JANUARV 28, 2020*a' coi[;43T C oOHHty Administrative Services Department I C:CI:i •?I llelll Jerv,ces lDwiston Form 2: Conflict of Interest Certification 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 work 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 —The firm has not had access to nonpublic information as part of its performance of a Collier County project identified above which 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 / vendor must provide the following: I. 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 (employees, 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. NR Contractors, Inc. Company name Signature Muslimani - President Print Name and Title State of Florida County of Collier The foregoing instrument was acknowledged before me by mans of > physical presence or ❑ online notarization, this day of (month) j (year), by ;�� r• ;,�� ! �; ; .Y � a� . ; (name of person acknowledging). ( J ZENO,,, 1-1 AA AA � :`�P; apTAl�y•.,••i '� ( rgnature ofNota ublic -State of Florida) Jk4y Comm. Expires F ' G10 Print Type, or Stamp Commissioned Name of Notary Public) GG 3p2695 ; + Personally Known OR Produced IdentifMa n �- : * ITS Type of Identification Produced frrr►1t1111O ***UPDATFI)JANUARY 28, 2020*** 2020_FLORIDA PROFIT CORPORATION ANNUAL REPORT DOCUMENT# V65550 Entity Name: N R CONTRACTORS INC. Current Principal Place of Business: 6411 HIGHCROFT DR NAPLES, FL 34119 Current Mailing Address: PO BOX 110127 NAPLES, FL 34108 US FEI Number: 65-0363958 Name and Address of Current Registered Agent: MUSLIMANI, RAY 6411 HIGHCROFT DR NAPLES, FL 34119 US FILED Jan 12, 2020 Secretary of State 1525777915CC Certificate of Status Desired: No The above named entity submits this statement for the purpose or changing its registered office or registered agent, or both, in the .ct�rw of Florida. SIGNATURE: = -�/�Z I-zO Electronic Signature of Registered Agent Officer/Director Detail Title P Name MUSLIMANI. RAY Address 6411 HIGHCROFT DR City -State -Zip: NAPLES FL 34119 Title V Name MUSLIMANI, DENISE Address 6411 HIGHCROFT DR City -State -Zip: NAPLES FL 34119 I hereby certify that the information Indicated on this report or supplements/ report is true and accurate and that my electronic signature shell have the same legal effect as if made under oath: that 1 am an oMcer or director of the corporation or (he receiver or trustee empowered to execute this mpor( as required by Chapter 607, Florida Statutes; and that my name appears above, or on an attachment with all other like empowered. SIGNATURE: RAY MUSLIMANI PRES 01/12/2020 Electronic Signature of Signing Officer/Director Detail Date Collier County Administrative Services Department Piucurement Services Div,s:on Form 3: Immigration Affidavit Certification This Affidavit is required and should be signed, by an authorized principal of the firm and submitted with formal solicitation submittals. Further, Vendors are required to be enrolled in the E-Verify program (littps://www.e-verify.t;ovi), at the time of the submission of the Vendor's proposal/bid. Acceptable evidence of your enrollment 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 which will be produced at the time of the submission of the Vendor's proposal/bid or within five (5) day of the County's Notice of Recommend Award. FAILURE TO EXECUTE THIS AFFIDAVIT CERTIFICATION AND SUBMIT WITH VENDOR'S PROPOSAL/BID MAY DEEM THE VENDOR'S 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/bid. NR Contractors, Inc. Company Name I / - Signature Muslimani - President Print Name and Title State of Florida County of Collier The fo egoing instrument was acknowledged before me by mea of ysical presence or ❑ online notarization, thisy of ner,a„n has- (month), (year), by t is'++{!n_+_ (name of person acknowledging). 0111111f1��i' ` r Q r p"C AR V (Signature of Notar ublie - State of Florida) Personally Known QAJp+ter; My Gomm Z ,2p23 OR Produced Identification S., N° PUB�N�;�OQ' 1nrtc�a l�rlver LrgTEOFF``�`� Type of Identification Produced Type, or Stamp Commissioned Name of Notary Public) k RkUPDA I ED JANUARY 28, 2020**rt Cof ley County Adninistrabve Services Departnent PlO welllerl Sc-rvw�% clvtmv Form 4: Vendor Submittal — Local Vendor Preference Certification (Check Appropriate Boxes Below) State of Florida (Select County if Vendor is described as a Local Business) Collier County ❑ Lee County Vendor affirms that it is a local business as defined by the Procurement Ordinance of the Collier County Board of County Commissioners and the Regulations Thereto. As defined in Section Fifteen of the Collier County Procurement Ordinance: Local business means the vendor has a current Business Tax Receipt issued by the Collier County Tax Collector prior to bid or proposal submission to do business within Collier County, and that identifies the business with a permanent physical business address located within the limits of Collier County from which the vendor's staff operates and performs business in an area zoned for the conduct of such business. A Post Office Box or a facility that receives mail, or a non -permanent structure such as a construction trailer, storage shed, or other non -permanent structure shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well-being of Collier County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, support and increase to the County's tax base, and residency of employees and principals of the business within Collier County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. A vendor who misrepresents the Local Preference status of its firm in a proposal or bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one year under this section. Vendor must complete the following information: Year Business Established in ®Collier County or ❑ Lee County: 28 Number of Employees (Including Owner(s) or Corporate Officers): 5 Number of Employees Living in R Collier County or ❑ Lee (Including Owner(s) or Corporate Officers): 5 If requested by the County, Vendor will be required to provide documentation substantiating the information given in this certification. Failure to do so will result in vendor's submission being deemed not applicable. Sign and Date Certification: Under penalties ofperiury, 1 certify that the information shown on this form is correct to my knowledge, Company Name: _NR Contractors, Inc. Address in Collier or Lee County: P.O. Box 110127 Naples, FI. 34108_ Date: 11 /24 /2) 2) Signature: _ �� - Title: Pres id at *"UPDATFI) JANUARY 28, 2020*''r COLLIER COUNTY BUSINESS TAX BUSINESS TAX NUMBER: 921569 COLLIER COUNTY TAX COLLECTOR - 2800 N. HORSESHOE DRIVE - NAPLES FLORIDA 34104 - (239) 252.2477 VISIT OUR WEBSITE AT: www.colliertax.com THIS RECEIPT EXPIRES SEPTEMBER 30, 2021 DISPLAY AT PLACE OF BUSINESS FOR PUBLIC INSPECTION, LOCATION: 5965 AMBERWOODS DR. „+ �` FAILURE TO DO SO IS CONTRARY TO LOCAL LAWS ZONED: HOME OCCUPATION ` BUSINESS PHONE: 597-9083 .ar� T` .4i LEGorall n NR CONTRACTORS, INC. STATE OR COUNTY LIC >Y: CB C056022 a ,� Corporali �► �A v t� MUSLIMANI, MUHARAM RAY { I P.O. BOX 110127 = NAPLES, FL 34108 W kip- 1-10 EMPLOYEES CLASSIFICATION: 05-BUILDING CONTRACTOR �~ �� � -THIS TAX IS NON -REFUNDABLE - CLASSIFICATION CODE: 05104801 A DATE 07/13/2020 '� •c �, �- or 0 AMOUNT 18.00 This document is a business tax only. This is not certification that licert9e c�lifiied. f -� RECEIPT 502-21-00051815 It does not permit the licensee to violate any existing regulatory zoning laws olilae teLcot�t Cliffs nor does it exempt the licensee from any other taxes or permits that may be requfred'bytaw. STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD 2601 BLAIR STONE ROAD TALLAHASSEE FL 32399-0783 Congratulations! With this license you become one of the nearly one million Floridians licensed by the Department of Business and Professional Regulation. Our professionals and businesses range from architects to yacht brokers, from boxers to barbeque restaurants, and they keep Florida's economy strong. Every day we work to improve the way we do business in order to serve you better. For information about our services, please log onto www.myfloridalicense.com. There you can find more information about our divisions and the regulations that impact you, subscribe to department newsletters and learn more about the Department's initiatives. Our mission at the Department is: License Efficiently, Regulate Fairly. We constantly strive to serve you better so that you can serve your customers. Thank you for doing business in Florida, and congratulations on your new license! (850) 487-1395 dbpr STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CBC056022 ISSUED:08/28/2020 CERTIFIED BUILDING CONTRACTOR MUSLIMANI, RAY NR CONTRACTORS INC Signature LICENSED UNDER CHAPTER 489, FLORIDA STATUTES EXPIRATION DATE: AUGUST 31, 2022 Ron DeSantis, Governor Halsey Beshears, Secretary STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD LICENSE NUMBER: CBC056022 EXPIRATION DATE: AUGUST 31, 2022 THE BUILDING CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES MUSLIMANI, RAY NR CONTRACTORS INC P O BOX 110127itiil- NAPLES FL 34108-0103 ISSUED: 08/28/2020 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. Ron DeSantis, Governor STATE OF FLORIDA Halsey Beshears, Secretary DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD THE BUILDING CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES M USLI MAN I, RAY NR CONTRACTORS INC P O BOX 110127 NAPLES FL 34108-0103 LICENSE NUMBER: CBC056022 EXPIRATION DATE: AUGUST 31, 2022 Always verify licenses online at MyFloridaLicense. com fflww �,I 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. bpr 2020 FLORIDA PROFIT CORPORATION ANNUAL REPORT DOCUMENT# V65550 Entity Name: N R CONTRACTORS INC. Current Principal Place of Business: 6411 HIGHCROFT DR NAPLES, FL 34119 Current Mailing Address: PO BOX 110127 NAPLES, FL 34108 US FEI Number: 65-0363958 Name and Address of Current Registered Agent: MUSLIMANI, RAY 6411 HIGHCROFT DR NAPLES, FL 34119 US FILED Jan 12, 2020 Secretary of State 1525777915CC Certificate of Status Desired: No The above named entity submits this statement for the purpose of char-- gistered office or registered agent, or both, in the Stale of Florida. SIGNATURE: / Electronic Signature of Registered Agent Officer/Director Detail Title P Name MUSLIMANI, RAY Address 6411 HIGHCROFT DR City -State -Zip: NAPLES FL 34119 Title V Name MUSLIMANI, DENISE Address 6411 HIGHCROFT DR City -State -Zip: NAPLES FL 34119 Date I hereby carttry that the inrorrnarlon /ndlcated on m/s report or supp/prnenre/ report Is true and accurst. end that my o/act/on/c signafute shall heve the some legal afracf es If made under oath; that lam an officer or director of the corporation or the receiver or trustee empowered to execute this report as required by Chapter 607, Florida Statutes; and that my name appears above, or on an attachment with all other like empowered. SIGNATURE: RAY MUSLIMANI PRES 01/12/2020 Electronic Signature of Signing Officer/Director Detail Date Dermilment of State / Division of Corcnra" / Search Records / Search by Enti[Y Name / Detail by Entity Name Florida Profit Corporation N R CONTRACTORS INC. i i g Information Document Number V65550 FEI/EIN Number 65-0363958 Date Filed 09/18/1992 State FL Status ACTIVE Last Event CANCEL ADM DISS/REV Event Date Filed 03/11/2010 Event Effective Date NONE Principal Address 6411 HIGHCROFT DR NAPLES, FL 34119 Changed: 01 /03/2014 Mailing Address PO BOX 110127 NAPLES, FL 34108 Changed: 05/15/2001 Reaistered Aaent Name & Address MUSLIMANI, RAY 6411 HIGHCROFT DR NAPLES, FL 34119 Address Changed: 01/03/2014 OffJge/r/irg is o-9gtail Name & Address Title P MUSLIMANI, RAY 6411 HIGHCROFT DR NAPLES, FL 34119 Title V MUSLIMANI, DENISE 6411 HIGHCROFT DR NAPLES, FL 34119 Report Year Filed Date 2018 01 /21 /2018 2019 01 /02/2019 2020 01 /12/2020 1112 2UZu •- ANNUAL REPORT View image in PDF format 011 2i4 9 -- ANNUAL REPORT View image In PDF firma' 01121i2018 •-ANNUAL REPORT Vrewiniage In PDF format 0VO4i2017 -- ANNUAL RFPOR7 Vifiv, image In PDF format 0311112016 — ANNUAL REPORT View image in PDF formal 02105i2U15 -- ANNUAL REPORT View image in PDF formal O V03r2014 — ANNUAL RF'POF2T View imago in PDF format OV09i2013 —ANNUAI- REPORT View irriage in PDF format 06117i2012 ANNUAL REPORT View image in PDF forma( 01+06i201 i -- ANNUAL REPORT Viow image in PDF format 0311V2010 — F�EINSTATEMENT Vinw image in PDF format 01106i2O08 —ANNUAL REPORT View Image in PDF format 0110912007 -- ANNUAL REPORT View image in PDF format 04 0' 121k_--LNNUAL Bf-PQET, View Image in PDF iormal 07114i200.1j- ANNUAL REPORT View Image in PDF format 01111,200.1 -• ANNUAI REPORT View image in PDF format 01113!2003 --ANNUAL REPORT View image in PDF format 05r'I2i2n02 —ANNUAL REPORT View image in PDF format 05115i2U01 -- ANNUAL REPORT View image in PDF format U3;(1212000 --ANNUAL REPORT' View image in PDF format _U -3i 10O0_NNIUAL H—PPO 2R View Image In PDF formal 0312:30998 --ANNUAL REPORT View image in PDF format L'1129r'199"r — ANNIJAI, REPORT tow tmage in PDF formal C2,27i1990 --ANNUAL REPORT View Image in PDF forma: CV20i1995 —ANNUAL REPORT View irnage in PDF format OV201995 —ANNUAI. REPORT View image in PDF formal cOLL Y C01411 Y Administrative Services Department Procurement Services Diwsbn Reference Questionnaire Solicitation: 20-7771 Small General Contracting Services Reference Questionnaire for: Annual Agreement for General Contractor Services (Name of Company Requesting Reference Information) - NR Contractors Inc. (Name of Individuals Requesting Reference Information) Ray Muslimani Name: Nicole Diaz Company: Bounce Naples (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: nicole@bouncenaples.com FAX: N/A Telephone: 239-302-3848 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." (Please note, references from Collier County staff will not be accepted.) Project Description: Interior Renovations Completion Date: 12/1/2016 Project Budget: $35,000.00 Project Number of Days: 30 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 100 *"WIDATED,IANUARY 28,2020*'* collier coumy Administrative Services Department Procurement Services Diws*n Reference Questionnaire Solicitation: 20-7771 Small General Contracting Services Reference Questionnaire for: Annual Agreement for General Contractor Services (Name of Company Requesting Reference Information) - NR Contractors Inc. (Name of Individuals Requesting Reference Information) Ray Muslimani Name: Angus Alvarez Company: (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: N/A FAX: N/A Telephone: 239-597-6496 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." (Please note, references from Collier County staff will not be accepted.) Project Description: Interior/Exterior Renovation Completion Date: 8/01/2016 Project Budget:$85.000.00 Project Number of Days: 30 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 100 ***UPDATED .IANUARV 28, 2020*** collier county AdminiSUahve Services Depannient Procurement Services Dmsjon Reference Questionnaire Solicitation: 20-7771 Small General Contracting Services _ Reference Questionnaire for: Annual Agreement for General Contractor Services (Name of Company Requesting Reference Information) - NR Contractors Inc. (Name of Individuals Requesting Reference Information) Ray Muslimani Name: Robert Hord Jr. Company: (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: N/A FAX: N/A Telephone: 780-349-4570 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." (Please note, references from Collier County staff will not be accepted.) Project Description: Interior/Exterior Renovations Completion Date: 1/l/2015 Project Budget:$150,000.00 Project Number of Days: 30 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 100 ***UPDATED.IANUARY 28, 2020*** COIT Cousaty Administrative Services Department Procurement Senores Dimon Reference Questionnaire Solicitation: 20-7771 Small General Contracting Services Reference Questionnaire for: Annual Agreement for General Contractor Services (Name of Company Requesting Reference Information) - NR Contractors Inc. (Name of Individuals Requesting Reference Information) Ray Muslimani Name: Nick & Marie Gentile Company: (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: N/A FAX: N/A Telephone: 561-241-7196 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." (Please note, references from Collier County staff will not be accepted.) Project Description: Interior/Exterior Renovations Completion Date: 10/l/2014 Project Budget: $3 5,000.00 Project Number of Days: 30 Item Citeria Score I 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. l0 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 *"UPDATED JANUARY 28, 20211""" co117eir c0111>►ty Administrative Servioes Department Procurement Services Drv1&on Reference Questionnaire Solicitation: 20-7771 Small General Contractins Services Reference Questionnaire for: Annual Agreement for General Contractor Services (Name of Company Requesting Reference Information) - NR Contractors Inc. (Name of Individuals Requesting Reference Information) Ray Muslimani Name: Sam & Mary Geraci Company: (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: N/A FAX: N/A Telephone: 905-839-7212 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." (Please note, references from Collier County staff will not be accepted.) Project Description: Interior/Exterior Renovations Completion Date: 06/1/2013 Project Budget: $100,000.00 Project Number of Days: 30 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 ] 00 ***UPDA"1'EWANUARY 28, 2020*** FTA GRANT CERTIFICATIONS AND ASSURANCES THE FOLLOWING DOCUMENTS NEED TO BE RETURNED WITH SOLICIATION DOCUMENTS BY DEADLINE TO BE CONSIDERED RESPONSIVE Page EXHIBIT LB GRANT CERTIFICATIONS AND ASSURANCES COLLIER COUNTY Certification Regarding Debarment, Suspension, and Other Responsibility Matters Primary Covered Transactions (1) The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a goverrvnental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (1)(b) of this certification; and (d) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default. (2) Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. I q� y1 Vi (,u. b Pntz r4 l Teat+, rt[z iTe (V� C PS . Name Project Name Tittle II IProject Number C &T COO1rfG;C�C�'-5 Vic- KJ J U!S�C' J9 5Jl Firm Tax ID Number (-/ S-U o �., �') L) DUNS Number Street Address, City, State, Zip Signature GCA - 2 EXHIBIT I.B GRANT CERTIFICATIONS AND ASSURANCES COLLIER COUNTY Certification of Lower -Tier Participants Regarding Debarment, Suspension, and Other Ineligibility and Voluntary Exclusion (1) The prospective Lower -Tier participant certifies to the best of its knowledge and belief, that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, malting false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (1)(b) of this certification; and (d) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default. (2) Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. N arie Title Firm Street Address, City, State, Zip Signature Project Name -#—Zo--77_ 1 Project Number �S-(-).363�i5S' Tax ID Number 2VSv o 6d'�,t� DIJNS Number GCA-3 EXHIBIT 1.13 Collier County Solicitation No. GRANT CERTIFICATIONS AND ASSURANCES COLLIER COUNTY _ ~ Conflict of Interest Certification I l/c'c U 1` 1U C �r aac :. , hereby certify that to the best of my knowledge, neither I nor tri_ spouse, dependent child, general partner, or any organization for which I am serving as an officer, director, trustee, general partner or employee, or any person or organization with whom I am negotiating or have an arrangement concerning prospective employment has a financial interest in this matter. I further certify to the best of my knowledge that this matter will not affect the financial interests of any member of my household. Also, to the best of my knowledge, no member of my household; no relative with whom I have a close relationship; no one with whom my spouse, parent or dependent child has or seeks employment; and no organization with which 1 am seeking a business relationship nor which 1 now serve actively or have served within the last year are parties or represent a party to the matter. 1 also acknowledge my responsibility to disclose the acquisition of any financial or personal interest as described above that would be affected by the matter, and to disclose any interest 1, or anyone noted above, has in any person or organization that does become involved in, or is affected at a later date by, the conduct of this matter. Nanik Signature Position Date Privacy Act Statement Title I of the Ethics in Government Act of 1978 (5 U,S.C. App.), Executive Order 12674 and 5 CFR Part 2634, Subpart I require the reporting of this information. The primary use of the information on this form is for review by officials of The Justice Department to determine compliance with applicable federal conflict of interest laws and regulations. Additional disclosures of the information on this report may be made: (1) to a federal, state or local law enforcement agency if the Justice Department becomes aware of a violation or potential violation of law or regulations; (2) to a court or party in a court or federal administrative proceeding if the government is a party or in order to comply with ajudge-issued subpoena; (3) to a source when necessary to obtain information relevant to a conflict of interest investigation or decision; (4) to the National Archives and Records Admini..trati on -- the General Sc us Ad„ n,ssu-ution --d, i—P-1-1— (5) to the Office of Management and Budget during legislative coordination on private relief legislation; and (6) in response to a request for discovery or for the appearance of a witness in a judicial or administrative proceeding, if the infonnation is relevant to the subject matter. This confidential certification will not be disclosed to any requesting person unless authorized by law. See also the OGE/GOVT-2 executive branch - wide Privacy Act system of records. GCA-4 EXHIBIT I.B GRANT CERTIFICATIONS AND ASSURANCES COLLIER COUNTY ANTICIPATED DISADVANTAGED, MINORITY, WOMEN OR VETERAN PARTICIPATION STATEMENT Status wil be .*nf*d. Unvef"tiLe statuses A -Al require the PRIME To either prolvde a rewsed statement of provide source documentation that validates a status, A. PRIME VEN DORKON TRACTOR INFORMATION PRIME NAME // PR; W F£40 NUMB ER CONTRACT DOLLAR AMOUNT J 9 rS THE "WE A FLOROA-CERT040 DISADVAkTAGED. BAN Y IS Try! ACTIVITY OF THIS CONTRACT MINO1111T1' OR WOMEN EUMNESS ENTERPRISE' (0,5VU flWBf) OR NAYS A SMALL DISADVANTAGED DBE? Y � CONSTRUCTION ? Y N BUSIIASS 8A CERTIFICATION FROM THE SMALL BUSINESS VIBE) Y M CONSULTATION? Y N DMIMSTRATI0. A SERVICE DISABLED VETERAN' WBE? Y OTHER? Y N SDIS 8A, Y IS THIS SUBMISSION A REVISION! Y Fai If YES REWS4ON NUMBER 8, IF PRIME HAS SUBCONTRACTOR OR SUPPLIER WHO IS A OISADVANTAGED NIINORITY, WOMEN -OWNED, SMALL BUSINESS CONCERN OR SERVICE DISABLED VETERAN, PRIME IS TO COMPLETE THIS NEXT SECTION ON M/WBE SUBCONTRACTOR OR SUPPLIER TYPE CIr Y1fORFt OR ETHNICITY CODE SUB/SUPPLIER PERCENT OF CONTRACT VETERAN NAME SPKJALTV iSo* Below) DOd1AR AMOUNT DOLLARS TOTALS C. SECTION TO BE COMPLETED BY PRIME VENDORKONTRACTOR NAME OF SUBMITTER /DATE TITLE OF SUBMFTTER Pa L4 A11-4 JEMAIL ADDRESS Of PRIME (SUBMR7ER)II ? (; TELEPHONE NUMBER FAX NUMBER L,(S 1>rry t t Z 3l 'sir �'.y 2 ; ` Z/ } - v z z N07E -his information is tried to IIatkalnd report Ant+Cipated DEE or MBE participation in f"eralw-fund" contract: The antiop.med Ote or MBE amount is voluntary and will not become pan of the contractual terms This form muest be submitted at time of response to a sa icitahon E and whon awarded a County contract, the prime will be asked to update the information 'or the grant compliance Nes. BIKk Anwian BA Iiispanic American HA F&W* AirmMcan NA Subcont Asian American SAA Ali "Ildfi[ ARWICan APA Noh-Minority women NFAV 1_ �• not W Mtv. 0ltf� r.�M+rMreel o .� D. SECTION TO BE COMPLETED BY COLUER COUNTY OCPARTNIENT NAME I COLLIER CONTRACT 9(IFa/alP a PO! GRAM PROGRAM/CONTRACT ACCEPTEo BY, I DATE w.wA EXHIBIT I.B GRANT CERTIFICATIONS AND ASSURANCES PID OPPORTUNITY LIST FOR COMMODITIES AND CONTRACTUAL SERVICES AND PROFESSIONAL CONSULTANT SERVICES I T is try p04cy Of CorFier County f>tat C.saC.antoged bus Messes and m nor dy +erdors, as defined in the Code .of Federal Aeguiatrord jiCM) or ..010 do srotutes h'S4 must ha+r the oyport nily ro poi? -ipglt} on cont; oats K%'th federal and/or Itete Cmrt oss+stance �Q ' Pr," Comt3ctor/Prime Comusitant 11, ` r l 1A J I Y1 Act ✓I , Phone Number. r( I I0 17 address and ( Procurement Numbefr AdveRlSirn•tn't NLtnitler. k ( O — %/ / 1 The list below is intended to be a llstinj of firms that are, orattemMorlg to, participut an "m project numbered above. The Ilst Must inc udt the farm boddiiig or quatun as prime, as well as subs and supphars quoting for partKipalion. Prime contractors and consultants must provldt information for Numbers 1, 2. 5, and A; and, should provide arty information they have for Numbers 5, Q. 7, and B This form must be submitted with the bid paclage, 1 Federa9 Tax ID Number ` - U �- j DOE D. Annual Cross Receipts 2 Form Name " Lr„f 4-,-.; T... i. Nays -DBE Less than ; 1 melion S Prione Number Z 3 cf - S Ci } - •) G S j aetw"n 5 1.5 million A. Address _ Between S 5-10 million TT— t/ / [ �� 7 SLdKontractor Btivvoin S 10-15 migiat Lubconsukant Mora than: is me/ron vaar Fun, Established f Ct �/ Z• 1 Fedora: Tax 10 Number; 6 DBE d. Annual Groin Receipts 2 Firm Name Non -OBE Lest than S 1 million Phone Number Between S 1.5 million A Aoditss Between L S•10 mullion 7 Subcontractor Between $ 10-15 m,Yion Subconsukant B More than ; IS mklion S vt•ar F!rin Estabhsr+kd 1 feoera Tax IDNUMbBf' 1. firm Name b Dot a Non -Doff B. Annul Gross Receipts Less than ; 1 m14on 5 Phone Number Between S 1.5 mullion A Address Between S 5.10 million 7 Subcontractor Beet•,WYn S 10-15 in Rion Subconsukant B Moo# than i 15 mohon S rear Firm Established I ftderai Tax ID Number Dot a Gross Receipts 1 firm rlame Nor{-OBt e ��Gn``''nu;al 1 1 Lets than ; 1 milion b Phone Number Room— S 1.4 rruk— EXHIBIT 1.13 GRANT CERTIFICATIONS AND ASSURANCES COLLIER COUNTY Federal Transit Administration (FTA) Buy America Certification Steel, Iron or Manufactured Products A bidder or offeror must submit to the FTA recipient the appropriate Buy America certification (below) with all bids or offers on FTA-funded contracts, except those subject to a general waiver. Bids or ofl:ers that are not accompanied by a completed Buy America certification must he rejected as nonresponsive. This requirement does not apply to lower tier subcontractors. Certification requirement for procurement of steel, iron, or manufactured products. (SELECT ONE ONLY) M Certificate_ of_Compliance with Buy America Requirements The bidder or offeror hereby certifies that it will meet the requirements of 49 U.S.C. 53230)(1) and the applicable regulations in 49 C.F.R. Part 661. Date: // TV-17 Signature: CompanyAr (.Cv? '�,-C C r S / 1� < Name:__ Title: �� N 1 / l _ ❑ Certificate of Non -Compliance with Buy America Requirements The bidder or offeror hereby certifies that it cannot comply with the requirements of 49 U.S.C. 53230), but it may qualify for an exception to the requirement pursuant to 49 U.S.C. 53230)(2), as amended, and the applicable regulations in 49 C.F.R. 661.7. Date: Signature: Company: Name: Title: GCA-7 EXHIBIT 1.13 GRANT CERTIFICATIONS AND ASSURANCES COLLIER COUNTY Certifleadon Regarding Lobbying The undersigned certifies, to the best of his or her knowledge, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form- LLL, "Disclosure Fonn to Report Lobbying," in accordance with its instructions. (3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than S 10,000 and not more than $100,000 for each such failure. The Contractor, /j4 j 1-1 e , certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any, in addition, the Contractor understands and agrees that the provisions of 31 U.S.C. § 3801 el seq., apply to this certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 11.062, Florida Statutes., apply to this certification and disclosure, if any. ,,ignatur•e of Contractor's Authorized Official e� / 1 f ((� ll ! kG• �+ . Nantc of Authorized Official and Title _yAC-) Date 02/ 18 R7 GCA-8 EXHIBIT LB GRANT CERTIFICATIONS AND ASSURANCES T COLLIER COUNTY Acknowledgement of Terms, Conditions and Grant Clauses Flow Down of Terms and Conditions from the Grant Agreement Subcontracts: If the vendor subcontracts any of the work required under this Agreement, a copy of the signed subcontract must be available to the Department for review and approval. The vendor agrees to include in the subcontract that (1) the subcontractor is bound by the terms of this Agreement, (ii) the subcontractor is bound by all applicable state and federal laws and regulations, and (iii) the subcontractor shall hold the Department and Recipient harmless against all claims of whatever nature arising out of the subcontractor's performance of work under this Agreement, to the extent allowed and required by law. The recipient shall document in the quarterly report the subcontractor's progress in performing its work under this agreement. For each subcontract, the Recipient shall provide a written statement to the Department as to whether the subcontractor is a minority vendor as defined in Section 288.703, Fla. Stat. Certification On behalf of my firm, 1 acknowledge, and agree to perform all of the specifications and grant requirements identified in this solicitation document(s). Vendor/Contractor Name OeG411f(4C I rJ �+ + Date Authorized Signature Address L' • p�U X l ly ��� ���� , �' t��/ C� Solicitation/Contract t! 2C GCA-9 Collier County Coder Compity A7nrw,TatYe Ser om 17epxlnw. Vendor Substitute W — 9 Request for Taxpayer Identification Number and Certification In accordance with the Intemal Revenue Service regulations, Collier County is required to collect the following information for tax reporting purposes from 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 119.07](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 Na C-hWo ft, (as shown on income tax return) Business Name (if dierent from taxpayer name) Address P.O. Box 110127 State Florida Telephone 239-597-9083 City Naples Zip 34108 Email_raymus@comcast.net Order Information (Must be filled out) Remit / Payment Information (Must be filled out) Address P.O. Box 110127 Address P.O. Box 110127 City Na Ip es State FL Zip 34108 City Naples State FL Email raymus@comcast.net Email raymus(&comcast.net 2. Company Status (check only one) Zip 34108 _Individual / Sole Proprietor Corporation _Partnership _Tax Exempt (Federal income tax-exempt entity _ Limited Liability Company under Intemal Revenue Service guidelines IRC 501 (c) 3) Enter the tax classification i = — — Parlarshin 3. Taxpayer Identification Number (for tax reporting purposes only) Federal Tax Identification Number (TIN) 65-0363958 (Vendors who do not have a TIN, will be required to provide asocial security number prior to an award). 4. Sign and Date Form: Certification: Under penalties of perjury, I certify that the information shown on this form is correct to my knowledke. Signature Date - - 7 (Z 0 Title President Phone Number 239-597-9083 6/28/2018 11;57 AM Collier County Solicitation 20-7771 INSURANCE AND BONDING REQUIREMENTS Insurance / Bond Type Required Limits 1. ® Worker's Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements Evidence of Workers' Compensation coverage or a Certificate of Exemption issued by the State of Florida is required. Entities that are formed as Sole Proprietorships shall not be required to provide a proof of exemption. An application for exemption can be obtained online at https://api)s.fldfs.com b)cexempt/ 2. ® Employer's Liability $_500,000 single limit per occurrence 3. ® Commercial General Bodily Injury and Property Damage Liability (Occurrence Form) patterned after the current $ 1,000,000 single limit per occurrence, $2,000,000 aggregate for Bodily ISO form Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. ® Indemnification To the maximum extent permitted by Florida law, the ContractorNendor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor/ Vendor or anyone employed or utilized by the Contractor/Vendor in the performance of this Agreement. 5. ® Automobile Liability $_1,000,000_ Each Occurrence; Bodily Injury & Property Damage. Owned/Non-owned/Hired; Automobile Included 6. ❑ Other insurance as noted: ❑ Watercraft $ Per Occurrence ❑ United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence ❑ Pollution $ Per Occurrence ❑ Professional Liability $ Per claim & in the aggregate ❑ Project Professional Liability $ _ Per Occurrence ❑ Valuable Papers Insurance $_ Per Occurrence ❑ Cyber Liability $ Per Occurrence ❑ Technology Errors & Omissions $ Per Occurrence 7. ❑ Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 11 /23/2020 11.35 AM p. 30 Collier County Solicitation 20-7771 8. ❑ Performance and Payment For projects in excess of $200,000, bonds shall be submitted with the executed Bonds contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as "A" or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 9. ® Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 10. ® Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Vendor's policy shall be endorsed accordingly. 11. ® The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 12. ® On all certificates, the Certificate Holder must read: Collier County Board of County Commissioners, 3295 Tamiami Trail East, Naples, FL 34112 13. ® Thirty (30) Days Cancellation Notice required. 14. Collier County shall procure and maintain Builders Risk Insurance on all construction projects where it is deemed necessary. Such coverage shall be endorsed to cover the interests of Collier County as well as the Contractor. Premiums shall be billed to the project and the Contractor shall not include Builders Risk premiums in its project proposal or project billings. All questions regarding Builder's Risk Insurance will be addressed by the Collier County Risk Management Division. 11/15/20 - CC Vendor's Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. The insurance submitted must provide coverage for a minimum of six (6) months from the date of award. Name of Firm /li �CV) Li-Pl S .T4 Date 1/ Z h 0 ?_ (f' Vendor Signature _ Print Name Insurance Agency A t A1kAI .i . �� �l�tC� i f— h.S Cir��c� r 't✓ /'&J,.1.,c Agent Name �•-7 Le LA.); 5 Telephone Number 2,31 — F6 Z —%/ 7/ 11/23/2020 11:35 AM p. 31 DATE (MMIDD/YYYY) AcoR" CERTIFICATE OF LIABILITY INSURANCE `� 1 7114/2020 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 Arthur J. Gallagher Risk Management Services, Inc. 1395 Panther Lane Naples FL 34109 INSURED NR Contractors, Inc. PO Box 110127 Naples FL 34108 NRCONTR-01 Liz Lewis D: E; AFFORDING COVERAGE COVERAGES CERTIFICATE NUMBER:597548299 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LT R TYPE OF INSURANCE c L §U D POLICY NUMBER IMMIDDY POLICY1 LIMITS LTR B X COMMERCIAL GENERAL LIABILITY GLP008824310 7/16/2020 7/16/2021 EACH OCCURRENCE E 1 000,000 CLAIMS -MADE FK OCCUR $100,000 PREMISES Ea occurrent MED EXP (Any one person) E 5 000 PERSONAL & ADV INJURY E 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERALAGGREGATE $ 2,000,000 X POLICY PRO- JECT F7 LOC PRODUCTS - COMP/OP AGG b 2 000,000 b OTHER: A AUT AUTOMOBILE LIABILITY _ 5115371500 4/10I2020 4/10/2021 UMBINCD�INCiLELIMIT accident) $1,000,000 BODILY INJURY (Per person) $ ANY AUTO OWNED SCHEDULED X AUTOS ONLY AUTOS BODILY INJURY (Per ecddent) $ PROPERTY DAMAGE (Per eocidentl $ HIRED NON -OWNED AUTOS ONLY _ AUTOS ONLY $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ AGGREGATE $ EXCESS LIAB CLAIMS -MADE DED I I RETENTIONS $ B WORKERS COMPENSATION AND E MPLOYERS' LIA BI LI TY ANYPROPRIETOR/PARTNER/EXECUTIVE Y� WCV008843810 7/16/2020 7/16/2021 X PER LI ERH- ll E.L. EACH ACCIDENT $1,000,000 E.L. DISEASE - EA EMPLOYEE $1.000,000 OFFICERIM EMBER EXCLUDED? (Mandatory In NH) NIA E.L. DISEASE - POLICY LIMIT E 1 000 000 If yes, describe under DESCRIPTION OF OPERATIONS below DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached It more space Is required)RE: Project# #20-7771 Small General Contracting Services Solicitation Designation: Public Collier County CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Collier County Board of County Commissioners 3295 Tamiami Trail E. Naples FL 34112 AUTHORIZED REPRESENTATIVE ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD Collier County Administrative Services Diusion Procurement Services Date: December 9, 2020 Email: Sarah.Hamilton@colliercountvfl gov Telephone: (239) 252-8987 Addendum 1 From: Sarah Hamilton, Procurement Strategist To: Interested Bidders Subject: Addendum #1, IFQ 20-7771, Small General Contracting Services The following clarifications are issued as an addendum identifying the following clarification to the scope of work, changes, deletions, or additions to the original solicitation document for the referenced solicitation: Change 1. Detailed Scope of Work: Words stnwk4hreeglt are deleted from the Solicitation document: Invoices• All T&M NTE work assignments will utilize a fee schedule for labor/parts/equipment. Fee schedule rates, which are subject to additions or deletions, will be negotiated with the awarded Contractors and will be added to the contract for utilization. For all T&M NTE work, Contractor(s) shall be required to provide backup documentation of Contractor's time and proof of the subcontractor services and/or parts/materials/supplies/equipment by providing invoices and receipts at the time of invoice submission. Ancillary charges may be transferred to the County in the actual amount; however, mark-ups will not be allowed. Mark-ups will not be allowed on sales tax, consumer fees or taxes, use and other similar taxes or fees associated with any work under the resultant contract. Awarded Contractors agree to the following, as it pertains to markups and labor rates on T&M NTE work: 1. The mark-up on rental equipment shall not exceed 10%. 2. The mark-up on materials shall not exceed 10%. 3. The mark-up on subcontractors shall not exceed 15%. A copy of the Subcontractor invoice must be provided. Material t ffiaF p shall not b allowedagainstSubcontractor hourly rate shall not exceed the Contractor's hourly rate. 4. The labor rates provided by the Contractor are to be fully burdened to include overhead, insurance, profit and use of company owned small tools and equipment. Change 2. Evaluation Criteria: Words stmek gweuo are deleted from the Solicitation document: EVALUATION CRITERIA NO.5: SPECIALIZED EXPERTISE OF TEAM MEMBERS (25 Total Points Available) In this criterion, include but not limited to: • Description of the proposed contract team and the role to be played by each member of the team. • Attach brief resumes of all proposed project team members who will be involved in the management of the total package of services, as well as the delivery of specific services. For Changes 1 and 2 above, please see revised Solicitation document. If you require additional information, please post a question on our BidSync (wNvw.bidsync.com) bidding platform under the solicitation for this project. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. t o Z 070 (Signature) Date (Name � sect v- orE-Verif Company ID Number: 368807 THE E-VERIFY MEMORANDUM OF UNDERSTANDING FOR EMPLOYERS ARTICLE I PURPOSE AND AUTHORITY The parties to this agreement are the Department of Homeland Security (DHS) and the NR CONTRACTORS INC (Employer). The purpose of this agreement is to set forth terms and conditions which the Employer will follow while participating in E-Verify. E-Verify is a program that electronically confirms an employee's eligibility to work in the United States after completion of Form 1-9, Employment Eligibility Verification (Form 1-9). This Memorandum of Understanding (MOU) explains certain features of the E-Verify program and describes specific responsibilities of the Employer, the Social Security Administration (SSA), and DHS. Authority for the E-Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 (IIRIRA), Pub. L. 104-208, 110 Stat. 3009, as amended (8 U.S.C. § 1324a note). The Federal Acquisition Regulation (FAR) Subpart 22.18, "Employment Eligibility Verification" and Executive Order 12989, as amended, provide authority for Federal contractors and subcontractors (Federal contractor) to use E-Verify to verify the employment eligibility of certain employees working on Federal contracts. ARTICLE II RESPONSIBILITIES A. RESPONSIBILITIES OF THE EMPLOYER 1. The Employer agrees to display the following notices supplied by DHS in a prominent place that is clearly visible to prospective employees and all employees who are to be verified through the system: a. Notice of E-Verify Participation b. Notice of Right to Work 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 about E-Verify. The Employer also agrees to keep such information current by providing updated information to SSA and DHS whenever the representatives' contact information changes. 3. The Employer agrees to grant E-Verify access only to current employees who need E-Verify access. Employers must promptly terminate an employee's E-Verify access if the employer is separated from the company or no longer needs access to E-Verify. Page 1 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 � sect v- orE-Verif Company ID Number: 368807 4. The Employer agrees to become familiar with and comply with the most recent version of the E-Verify User Manual. 5. The Employer agrees that any Employer Representative who will create E-Verify cases will complete the E-Verify Tutorial before that individual creates any cases. a. The Employer agrees that all Employer representatives will take the refresher tutorials when prompted by E-Verify in order to continue using E-Verify. Failure to complete a refresher tutorial will prevent the Employer Representative from continued use of E-Verify. 6. The Employer agrees to comply with current Form 1-9 procedures, with two exceptions: a. If an employee presents a "List B" identity document, the Employer agrees to only accept "List B" documents that contain a photo. (List B documents identified in 8 C.F.R. § 274a.2(b)(1)(B)) can be presented during the Form I-9 process to establish identity.) If an employee objects to the photo requirement for religious reasons, the Employer should contact E-Verify at 888-464-4218. b. If an employee presents a DHS Form 1-551 (Permanent Resident Card), Form 1-766 (Employment Authorization Document), or U.S. Passport or Passport Card to complete 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 Employer will use the photocopy to verify the photo and to assist DHS with its review of photo mismatches that employees contest. DHS may in the future designate other documents that activate the photo screening tool. Note: Subject only to the exceptions noted previously in this paragraph, employees still retain the right to present any List A, or List B and List C, document(s) to complete the Form 1-9. 7. 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. 8. The Employer agrees that, although it participates in E-Verify, the Employer has a responsibility to complete, retain, 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 Form 1-9 procedures. a. The following modified requirements are the only exceptions to an Employer's obligation to not employ unauthorized workers and comply with the anti -discrimination provision of the INA: (1) List B identity documents must have photos, as described in paragraph 6 above; (2) When an Employer confirms the identity and employment eligibility of newly hired employee using E-Verify procedures, the Employer establishes a rebuttable presumption that it has not violated section 274A(a)(1)(A) of the Immigration and Nationality Act (INA) with respect to the hiring of that employee; (3) If the Employer receives a final nonconfirmation for an employee, but continues to employ that person, the Employer must notify DHS and the Employer is subject to a civil money penalty between $550 and $1,100 for each failure to notify DHS of continued employment following a final nonconfirmation; (4) If the Employer continues to employ an employee after receiving a final nonconfirmation, then the Employer is subject to a rebuttable presumption that it has knowingly Page 2 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 � sect v- orE-Verif Company ID Number: 368807 employed an unauthorized alien in violation of section 274A(a)(1)(A); and (5) no E-Verify participant is civilly or criminally liable under any law for any action taken in good faith based on information provided through the E-Verify. b. DHS reserves the right to conduct Form 1-9 compliance inspections, as well as any other enforcement or compliance activity authorized by law, including site visits, to ensure proper use of E-Verify. 9. The Employer is strictly prohibited from creating an E-Verify case before the employee has been hired, meaning that a firm offer of employment was extended and accepted and Form 1-9 was completed. The Employer agrees to create an E-Verify case for new employees within three Employer business days after each employee has been hired (after both Sections 1 and 2 of Form 1-9 have been completed), and to complete as many steps of the E-Verify process as are necessary according to the E-Verify User Manual. If E-Verify is temporarily unavailable, the three-day time period will be extended until it is again operational in order to accommodate the Employer's attempting, in good faith, to make inquiries during the period of unavailability. 10. The Employer agrees not to use E-Verify for pre -employment screening of job applicants, in support of any unlawful employment practice, or for any other use that this MOU or the E-Verify User Manual does not authorize. 11. The Employer must use E-Verify for all new employees. The Employer will not verify selectively and will not verify employees hired before the effective date of this MOU. Employers who are Federal contractors may qualify for exceptions to this requirement as described in Article II.B of this MOU. 12. The Employer agrees to follow appropriate procedures (see Article III below) regarding tentative nonconfirmations. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee's E-Verify case. The Employer agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. Further, when employees contest a tentative nonconfirmation based upon a photo mismatch, the Employer must take additional steps (see Article III.B. below) to contact DHS with information necessary to resolve the challenge. 13. The Employer agrees not to take any adverse action against an employee based upon the employee's perceived employment eligibility status while SSA or DHS is processing the verification request unless the Employer obtains knowledge (as defined in 8 C.F.R. § 274a.1(1)) that the employee is not work authorized. The Employer understands that an initial inability of the SSA or DHS automated verification system to verify work authorization, a tentative nonconfirmation, a case in continuance (indicating the need for additional time for the government to resolve a case), or the finding of a photo mismatch, does not establish, and should not be interpreted as, evidence that the employee is not work authorized. In any of such cases, the employee must be provided a full and fair opportunity to contest the finding, and if he or she does so, the employee may not be terminated or suffer any adverse employment consequences based upon the employee's perceived employment eligibility status Page 3 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 � sect v- orE-Verif Company ID Number: 368807 (including denying, reducing, or extending work hours, delaying or preventing training, requiring an employee to work in poorer conditions, withholding pay, refusing to assign the employee to a Federal contract or other assignment, or otherwise assuming that he or she is unauthorized to work) until and unless secondary verification by SSA or DHS has been completed and a final nonconfirmation has been issued. If the employee does not choose to contest a tentative nonconfirmation or a photo mismatch or if a secondary verification is completed and a final nonconfirmation is issued, then the Employer can find the employee is not work authorized and terminate the employee's employment. Employers or employees with questions about a final nonconfirmation may call E-Verify at 1-888-464- 4218 (customer service) or 1-888-897-7781 (worker hotline). 14. The Employer agrees to comply with Title VI of the Civil Rights Act of 1964 and section 274B of the INA as applicable by not discriminating unlawfully against any individual in hiring, firing, employment eligibility verification, or recruitment or referral practices because of his or her national origin or citizenship status, or by committing discriminatory documentary practices. The Employer understands that such illegal practices can include selective verification or use of E-Verify except as provided in part D below, or discharging or refusing to hire employees because they appear or sound "foreign" or have received tentative nonconfirmations. The Employer further understands that any violation of the immigration -related unfair employment practices provisions in section 274B of the INA could subject the Employer to civil penalties, back pay awards, and other sanctions, and violations of Title VI could subject the Employer to back pay awards, compensatory and punitive damages. Violations of either section 274B of the INA or Title VII may also lead to the termination of its participation in E-Verify. If the Employer has any questions relating to the anti -discrimination provision, it should contact OSC at 1-800-255-8155 or 1-800-237-2515 (TDD). 15. The Employer agrees that it will use the information it receives from E-Verify only to confirm the employment eligibility of employees as authorized by this MOU. The Employer agrees that it will safeguard this information, and means of access to it (such as PINS and passwords), to ensure that it is not used for any other purpose and as necessary to protect its confidentiality, including ensuring that it is not disseminated to any person other than employees of the Employer who are authorized to perform the Employer's responsibilities under this MOU, except for such dissemination as may be authorized in advance by SSA or DHS for legitimate purposes. 16. The Employer agrees to notify DHS immediately in the event of a breach of personal information. Breaches are defined as loss of control or unauthorized access to E-Verify personal data. All suspected or confirmed breaches should be reported by calling 1-888-464-4218 or via email at E-Verify(@dhs.gov. Please use "Privacy Incident — Password" in the subject line of your email when sending a breach report to E-Verify. 17. The Employer acknowledges that the information 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)). Any person who obtains this information under false pretenses or uses it for any purpose other than as provided for in this MOU may be subject to criminal penalties. 18. The Employer agrees to cooperate with DHS and SSA in their compliance monitoring and evaluation of E-Verify, which includes permitting DHS, SSA, their contractors and other agents, upon Page 4 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 � sect v- orE-Verif Company ID Number: 368807 reasonable notice, to review Forms 1-9 and other employment records and to interview it and its employees regarding the Employer's use of E-Verify, and to respond in a prompt and accurate manner to DHS requests for information relating to their participation in E-Verify. 19. The Employer shall not make any false or unauthorized claims or references about its participation in E-Verify on its website, in advertising materials, or other media. The Employer shall not describe its services as federally -approved, federally -certified, or federally -recognized, or use language with a similar intent on its website or other materials provided to the public. Entering into this MOU does not mean that E-Verify endorses or authorizes your E-Verify services and any claim to that effect is false. 20. The Employer shall not state in its website or other public documents that any language used therein has been provided or approved by DHS, USCIS or the Verification Division, without first obtaining the prior written consent of DHS. 21. The Employer agrees that E-Verify trademarks and logos may be used only under license by DHS/USCIS (see M-795 (Web)) and, other than pursuant to the specific terms of such license, may not be used in any manner that might imply that the Employer's services, products, websites, or publications are sponsored by, endorsed by, licensed by, or affiliated with DHS, USCIS, or E-Verify. 22. The Employer understands that if it uses E-Verify procedures for any purpose other than as authorized by this MOU, the Employer may be subject to appropriate legal action and termination of its participation in E-Verify according to this MOU. B. RESPONSIBILITIES OF FEDERAL CONTRACTORS 1. If the Employer is a Federal contractor with the FAR E-Verify clause subject to the employment verification terms in Subpart 22.18 of the FAR, it will become familiar with and comply with the most current version of the E-Verify User Manual for Federal Contractors as well as the E-Verify Supplemental Guide for Federal Contractors. 2. In addition to the responsibilities of every employer outlined in this MOU, the Employer understands that if it is a Federal contractor subject to the employment verification terms in Subpart 22.18 of the FAR it must verify the employment eligibility of any "employee assigned to the contract" (as defined in FAR 22.1801). Once an employee has been verified through E-Verify by the Employer, the Employer may not create a second case for the employee through E-Verify. a. An Employer that is not enrolled in E-Verify as a Federal contractor at the time of a contract award must enroll as a Federal contractor in the E-Verify program within 30 calendar days of contract award and, within 90 days of enrollment, begin to verify employment eligibility of new hires using E-Verify. The Employer must verify those employees who are working in the United States, whether or not they are assigned to the contract. Once the Employer begins verifying new hires, such verification of new hires must be initiated within three business days after the hire date. Once enrolled in E-Verify as a Federal contractor, the Employer must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee's assignment to the contract, whichever date is later. Page 5 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 � sect v- orE-Verif Company ID Number: 368807 b. Employers enrolled in E-Verify as a Federal contractor for 90 days or more at the time of a contract award must use E-Verify to begin verification of employment eligibility for new hires of the Employer who are working in the United States, whether or not assigned to the contract, within three business days after the date of hire. If the Employer is enrolled in E-Verify as a Federal contractor for 90 calendar days or less at the time of contract award, the Employer must, within 90 days of enrollment, 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 hires must be initiated within three business days after the date of hire. An Employer enrolled as a Federal contractor in E-Verify must begin verification of each employee assigned to the contract within 90 calendar days after date of contract award or within 30 days after assignment to the contract, whichever is later. c. Federal contractors that are institutions of higher education (as defined at 20 U.S.C. 1001(a)), state or local governments, governments of Federally recognized Indian tribes, or sureties performing under a takeover agreement entered into with a Federal agency under a performance bond may choose to only verify new and existing employees assigned to the Federal contract. Such Federal contractors may, however, elect to verify all new hires, and/or all existing employees hired after November 6, 1986. Employers in this category must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee's assignment to the contract, whichever date is later. d. Upon enrollment, Employers who are Federal contractors may elect to verify employment eligibility of all existing employees working in the United States who were hired after November 6, 1986, instead of verifying only those employees assigned to a covered Federal contract. After enrollment, Employers must elect to verify existing staff following DHS procedures and begin E-Verify verification of all existing employees within 180 days after the election. e. The Employer may use a previously completed Form 1-9 as the basis for creating an E-Verify case for an employee assigned to a contract as long as: i. That Form 1-9 is complete (including the SSN) and complies with Article II.A.6, ii. The employee's work authorization has not expired, and iii. The Employer has reviewed the Form 1-9 information either in person or in communications with the employee to ensure that the employee's Section 1, Form 1-9 attestation has not changed (including, but not limited to, a lawful permanent resident alien having become a naturalized U.S. citizen). f. The Employer shall complete a new Form 1-9 consistent with Article II.A.6 or update the previous Form 1-9 to provide the necessary information if: i. The Employer cannot determine that Form 1-9 complies with Article II.A.6, ii. The employee's basis for work authorization as attested in Section 1 has expired or changed, or iii. The Form 1-9 contains no SSN or is otherwise incomplete. Note: If Section 1 of Form 1-9 is otherwise valid and up-to-date and the form otherwise complies with Page 6 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 � sect v- orE-Verif Company ID Number: 368807 Article II.C.5, but reflects documentation (such as a U.S. passport or Form 1-551) that expired after completing Form 1-9, the Employer shall not require the production of additional documentation, or use the photo screening tool described in Article II.A.5, subject to any additional or superseding instructions that may be provided on this subject in the E-Verify User Manual. g. The Employer agrees not to require a second verification using E-Verify of any assigned employee who has previously been verified as a newly hired employee under this MOU or to authorize verification of any existing employee by any Employer that is not a Federal contractor based on this Article. 3. The Employer understands that if it is a Federal contractor, its compliance with this MOU is a performance requirement under the terms of the Federal contract or subcontract, and the Employer consents to the release of information relating to compliance with its verification responsibilities under this MOU to contracting officers or other officials authorized to review the Employer's compliance with Federal contracting requirements. C. RESPONSIBILITIES OF SSA 1. SSA agrees to allow DHS to compare data provided by the Employer against SSA's database. SSA sends DHS confirmation that the data sent either matches or does not match the information in SSA's database. 2. SSA agrees to safeguard the information the Employer provides through E-Verify procedures. SSA also agrees to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social Security numbers or responsible for evaluation of E-Verify or such other persons or entities who may be authorized by SSA as governed by the Privacy Act (5 U.S.C. § 552a), the Social Security Act (42 U.S.C. 1306(a)), and SSA regulations (20 CFR Part 401). 3. SSA agrees to provide case results from its database within three Federal Government work days of the initial inquiry. E-Verify provides the information to the Employer. 4. SSA agrees to update SSA records as necessary if the employee who contests the SSA tentative nonconfirmation visits an SSA field office and provides the required evidence. If the employee visits an SSA field office within the eight Federal Government work days from the date of referral to SSA, SSA agrees to update SSA records, if appropriate, within the eight -day period unless SSA determines that more than eight days may be necessary. In such cases, SSA will provide additional instructions to the employee. If the employee does not visit SSA in the time allowed, E-Verify may provide a final nonconfirmation to the employer. Note: If an Employer experiences technical problems, or has a policy question, the employer should contact E-Verify at 1-888-464-4218. D. RESPONSIBILITIES OF DHS 1. DHS agrees to provide the Employer with selected data from DHS databases to enable the Employer to conduct, to the extent authorized by this MOU: a. Automated verification checks on alien employees by electronic means, and Page 7 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 � sect v- orE-Verif Company ID Number: 368807 b. Photo verification checks (when available) on employees. 2. DHS agrees to assist the Employer with operational problems associated with the Employer's participation in E-Verify. 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 provide to the Employer with access to E-Verify training materials as well as an E-Verify User Manual that contain instructions on E-Verify policies, procedures, and requirements for both SSA and DHS, including restrictions on the use of E-Verify. 4. DHS agrees to train Employers on all important changes made to E-Verify through the use of mandatory refresher tutorials and updates to the E-Verify User Manual. Even without changes to E-Verify, DHS reserves the right to require employers to take mandatory refresher tutorials. 5. DHS agrees to provide to the Employer a notice, which indicates the Employer's participation in E-Verify. 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. 6. DHS agrees to issue each of the Employer's E-Verify users a unique user identification number and password that permits them to log in to E-Verify. 7. DHS agrees to safeguard the information the Employer provides, and to limit access to such information to individuals responsible for the verification process, for evaluation of E-Verify, 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 INA and Federal criminal laws, and to administer Federal contracting requirements. 8. DHS agrees to provide a means of automated verification that provides (in conjunction with SSA verification procedures) confirmation or tentative nonconfirmation of employees' employment eligibility within three Federal Government work days of the initial inquiry. 9. DHS agrees to provide a means of secondary verification (including updating DHS records) for employees who contest DHS tentative nonconfirmations and photo mismatch tentative nonconfirmations. This provides 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. ARTICLE III REFERRAL OF INDIVIDUALS TO SSA AND DHS A. REFERRAL TO SSA 1. If the Employer receives a tentative nonconfirmation issued by SSA, the Employer must print the notice as directed by E-Verify. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee's E-Verify Page 8 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 � sect v- orE-Verif Company ID Number: 368807 case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. 2. The Employer agrees to obtain the employee's response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. After a tentative nonconfirmation, the Employer will refer employees to SSA field offices only as directed by E-Verify. The Employer must record the case verification number, review the employee information submitted to E-Verify to identify any errors, and find out whether the employee contests the tentative nonconfirmation. The Employer will transmit the Social Security number, or any other corrected employee information that SSA requests, to SSA for verification again if this review indicates a need to do so. 4. The Employer will instruct the employee to visit an SSA office within eight Federal Government work days. SSA will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 5. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. 6. The Employer agrees not to ask the employee to obtain a printout from the Social Security Administration number database (the Numident) or other written verification of the SSN from the SSA. B. REFERRAL TO DHS 1. If the Employer receives a tentative nonconfirmation issued by DHS, the Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee's E-Verify case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. 2. The Employer agrees to obtain the employee's response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. The Employer agrees to refer individuals to DHS only when the employee chooses to contest a tentative nonconfirmation. 4. If the employee contests a tentative nonconfirmation issued by DHS, the Employer will instruct the Page 9 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 � sect v- orE-Verif Company ID Number: 368807 employee to contact DHS through its toll -free hotline (as found on the referral letter) within eight Federal Government work days. 5. If the Employer finds a photo mismatch, the Employer must provide the photo mismatch tentative nonconfirmation notice and follow the instructions outlined in paragraph 1 of this section for tentative nonconfirmations, generally. 6. The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo mismatch, the Employer will send a copy of the employee's Form 1-551, Form 1-766, U.S. Passport, or passport card to DHS for review by: a. Scanning and uploading the document, or b. Sending a photocopy of the document by express mail (furnished and paid for by the employer). 7. The Employer understands that if it cannot determine whether there is a photo match/mismatch, the Employer must forward the employee's documentation to DHS as described in the preceding paragraph. The Employer agrees to resolve the case as specified by the DHS representative who will determine the photo match or mismatch. 8. DHS will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 9. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. ARTICLE IV SERVICE PROVISIONS A. NO SERVICE FEES 1. SSA and DHS will not charge the Employer for verification services performed under this MOU. The Employer is responsible for providing equipment needed to make inquiries. To access E-Verify, an Employer will need a personal computer with Internet access. ARTICLE V MODIFICATION AND TERMINATION A. MODIFICATION 1. This MOU is effective upon the signature of all parties and shall continue in effect for as long as the SSA and DHS operates the E-Verify program unless modified in writing by the mutual consent of all parties. 2. Any and all E-Verify system enhancements by DHS or SSA, including but not limited to E-Verify checking against additional data sources and instituting new verification policies or procedures, will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. Page 10 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 � sect v- orE-Verif Company ID Number: 368807 B. TERMINATION 1. The Employer may terminate this MOU and its participation in E-Verify at any time upon 30 days prior written notice to the other parties. 2. Notwithstanding Article V, part A of this MOU, DHS may terminate this MOU, and thereby the Employer's participation in E-Verify, with or without notice at any time if deemed necessary because of the requirements of law or policy, or upon a determination by SSA or DHS that there has been a breach of system integrity or security by the Employer, or a failure on the part of the Employer to comply with established E-Verify procedures and/or legal requirements. The Employer understands that if it is a Federal contractor, termination of this MOU by any party for any reason may negatively affect the performance of its contractual responsibilities. Similarly, the Employer understands that if it is in a state where E-Verify is mandatory, termination of this by any party MOU may negatively affect the Employer's business. 3. An Employer that is a Federal contractor may terminate this MOU when the Federal contract that requires its participation in E-Verify is terminated or completed. In such cases, the Federal contractor must provide written notice to DHS. If an Employer that is a Federal contractor fails to provide such notice, then that Employer will remain an E-Verify participant, will remain bound by the terms of this MOU that apply to non -Federal contractor participants, and will be required to use the E-Verify procedures to verify the employment eligibility of all newly hired employees. 4. The Employer agrees that E-Verify is not liable for any losses, financial or otherwise, if the Employer is terminated from E-Verify. ARTICLE VI PARTIES A. Some or all SSA and DHS responsibilities under this MOU may be performed by contractor(s), and SSA and DHS may adjust verification responsibilities between each other as necessary. By separate agreement with DHS, SSA has agreed to perform its responsibilities as described in this MOU. B. Nothing in this MOU is intended, or should be construed, to create any right or benefit, substantive or procedural, enforceable at law by any third party against the United States, its agencies, officers, or employees, or against the Employer, its agents, officers, or employees. C. The Employer may not assign, directly or indirectly, whether by operation of law, change of control or merger, all or any part of its rights or obligations under this MOU without the prior written consent of DHS, which consent shall not be unreasonably withheld or delayed. Any attempt to sublicense, assign, or transfer any of the rights, duties, or obligations herein is void. D. Each party shall be solely responsible for defending any claim or action against it arising out of or related to E-Verify or this MOU, whether civil or criminal, and for any liability wherefrom, including (but not limited to) any dispute between the Employer and any other person or entity regarding the applicability of Section 403(d) of IIRIRA to any action taken or allegedly taken by the Employer. E. The Employer understands that its participation in E-Verify is not confidential information and may be disclosed as authorized or required by law and DHS or SSA policy, including but not limited to, Page 11 of 17 E-Verify MOU for Employers i Revision Date 06/01/13 E-Verifv- Company ID Number: 368807 Congressional oversight, E-Verify publicity and media inquiries, determinations of compliance with Federal contractual requirements, and responses to inquiries under the Freedom of Information Act (FOIA). F. The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the Employer and DHS respectively. The Employer understands that any inaccurate statement, representation, data or other information provided to DHS may subject the Employer, its subcontractors, its employees, or its representatives to: (1) prosecution for false statements pursuant to 18 U.S.C. 1001 and/or; (2) immediate termination of its MOU and/or; (3) possible debarment or suspension. G. The foregoing constitutes the full agreement on this subject between DHS and the Employer. To be accepted as an E-Verify participant, you should only sign the Employer's Section of the signature page. If you have any questions, contact E-Verify at 1-888-464-4218. Page 12 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 0, E-VeriW�fy— — Company ID Number: 368807 Approved by: Employer NR CONTRACTORS INC Name (Please Type or Print) Title muslimani ray Signature Date Electronically Signed 10/31/2010 Department of Homeland Security — Verification Division Name (Please Type or Print) Title USCIS Verification Division Signature Date Electronically Signed 10/31/2010 Page 13 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 � sect v- orE-Verif Company ID Number: 368807 Information Required for the E-Verify Program Information relating to your Company: NR CONTRACTORS INC Company Name 5965 AMBERWOOD DR NAPLES, FL 34110 Company Facility Address PO BOX 110127 NAPLES, FL 34108 Company Alternate Address County or Parish COLLIER Employer Identification Number 65036395 North American Industry Classification Systems Code 238 NONE Parent Company Number of Employees 1 to 4 Number of Sites Verified for 1 Page 14 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 E-Verifv- Company ID Number: 368807 Are you verifying for more than 1 site? If yes, please provide the number of sites verified for in each State: FLORIDA 1 site(s) Page 15 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 E-Verifv- Company ID Number: 368807 Information relating to the Program Administrator(s) for your Company on policy questions or operational problems: Name Muslimani Ray Phone Number (239) 597 - 9083 Fax Number (239) 597 - 4227 Email Address raymus@comcast.net Page 16 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 E-Verifv- Company ID Number: 368807 Page intentionally left blank Page 17 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 for Taxpayer Give Form to the FormRequest (Rev. October 2018) Identification Number and Certification requester. Do not Treasury send to the IRS. IIntemsi RevmueBSc ► Go to www.lrs.gov1FomtW9 for Instructions and the latest Information. t Name (as shown on your Income tax return). Name Is required on this line; do not leave this line blank. NR Contractors Inc. 2 Business nameldisregarded entity name, If different from above ro atperson 3 Check appropriate box for federal tax classification of the whose name is entered on line 1. Check only one of the 4 Exemptions (codes apply only to n following seven boxes. certain entities, not individuals; see a p ❑ Individualwe proprietor or ❑ C Corporation ❑� S Corporation ❑ Partnership ❑ TrusVestate instructions on page 3): ai single -member LLC Exempt payee code Of any) ao ❑ Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=Partnership)► `o Note: Check the appropriate box In me line above for the tax classification of the single -member owner. Do not check Exemption from FATCA reporting c m 'ac v LLC 0 the LLC( another LLC that Is not disregarded from the owner for U.S. federal tax purposes. Otherwise, a single -member LLC that code (If any) is disregarded from the owner should check the appropriate box for the tax classification of Its owner. ❑ Other (we Instructions)► lAwn fit c fit .mmx.ewrm Mu.sj y 5 Address (number, street, and apt. or suite no.) See Instructions. Requesters name and address (optional) N P.O. Box 110127 8 City, state, and ZIP code Naples, F1.34108 7 List amount number(s) here (optional) Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid I Social security number backup withholding. For individuals, this is generally your social security number (SSN). However, fora resident alien, sole proprietor, or disregarded entity, see the instructions for Pert I, later. For other entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN, later. Note: If the account is In more than one name, see the Instructions for line 1. Also we What Name and Number To Give the Requester for guidelines on whose number to enter. v©oo©o©o©o 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. 1 am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. 1 am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form Of any) indicating that I am exempt from FATCA reporting is correct. Certification Instructions. You must cross out Item 2 above it you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all Interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an Individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part 11, later. align Signature of 7 a Z l Here U.S. person ► -- Date► / % b General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Future developments. For the latest information about developments related to Form W-9 and its Instructions, such as legislation enacted after they were published, go to w irs.gov/FormWg. Purpose of Form An individual or entity (Form W-9 requester) who is required to file an Information return with the IRS must obtain your correct taxpayer identification number TIN) which may be your social security number (SSN), individual taxpayer identification number (TIN), adoption taxpayer Identification number (ATIN), or employer identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following. • Form 1099-INT (interest earned or paid • Form 1099-DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of Income, prizes, awards, or gross proceeds) • Form 1099-B (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1 D99-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN. If you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding, later. Cat. No. 10231X Fomr W-9 (Rev.10.2018) 16.C.4.m FIXED TERM SERVICE MULTI -CONTRACTOR AWARD AGREEMENT # 20-7771 for Small General Contracting Services THIS AGREEMENT, made and entered into on this day of 2021 by and between N R Contractors Inc. , authorized to do business in the State of Florida, whose business address is 6411 Highcroft Dr, Naples, FL 34119 _, (the "Contractor") and Collier County, a political subdivision of the State of Florida, (the "County"): WITNESSETH: AGREEMENT TERM. The Agreement shall be for a three ( 3 ) year period, commencing ❑■ upon the date of Board approval; for ❑-on and terminating on three (3 ) year(s) from that date or until all outstanding Purchase Order(s) issued prior to the expiration of the Agreement period have been completed or terminated. The County may, at its discretion and with the consent of the Contractor, renew the Agreement under all of the terms and conditions contained in this Agreement for two ( 2 ) additional one (1 ) year(s) periods. The County shall give the Contractor written notice of the County's intention to renew the Agreement term prior to the end of the Agreement term then in effect. The County Manager, or his designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred and eighty (180) days. The County Manager, or his designee, shall give the Contractor written notice of the County's intention to extend the Agreement term prior to the end of the Agreement term then in effect. 2. COMMENCEMENT OF SERVICES. The Contractor shall commence the work uponL. issuance of a ❑■ Purchase Order ❑ Notice -to -Proceed: 0 3, STATEMENT OF WORK. The Contractor shall provide services in accordance with the Z terms and conditions of ❑ ,Req-ue&t- for P�ropoeal-(,RPI-) ❑ Invitation to-Bid-(ITB) ■❑ Other Invitation for Qualification ( IFQ ) # 20-7771 o including all Attachment(s), Exhibit(s) and Addenda and the Contractor's proposal `;! referred to herein and made an integral part of this Agreement. E ❑■ The Contractor shall also provide services in accordance with Exhibit A - Scope of U Services attached hereto. a Page 1 of 17 Fixed Term Service Multi -Contractor Agreement 2021_Ver.1 t7 Packet Pg. 1547 3.1 This Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in writing by the Parties, in compliance with the County's Procurement Ordinance, as amended, and Procurement Procedures in effect at the time such services are authorized. 3.2 ❑■ The procedure for obtaining Work under this Agreement is outlined in Exhibit A — Scope of Services attached hereto. ��1YlL I[11'>Ylili I�iLRal ..... ... ................. ... ... ............. ............ ... ...... ...... .... 4. THE AGREEMENT SUM. The County shall pay the Contractor for the performance of this Agreement based on Work performed pursuant to the quoted price offered by the Contractor in response to specific Request for Quotation and pursuant to the Price Methodology in Section 4.1 Contractor's quoted prices for time and material shall be based on Exhibit B- Fee Schedule. Payment will be made upon receipt of a proper invoice and upon approval by the County's Contract Administrative Agent/Project Manager, and in compliance with Chapter 218, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act". 4.1 Price Methodology (as selected below); FO-1 Lump Sum (Fixed Price): A firm fixed total price offering for a project; the risks are transferred from the County to the contractor; and, as a business practice there are no hourly or material invoices presented, rather, the contractor must perform to the satisfaction of the County's project manager before payment for the fixed price contract is authorized. Q Time and Materials: The County agrees to pay the contractor for the amount of labor time spent by the contractor's employees and subcontractors to perform the work (number `a of hours times hourly rate), and for materials and equipment used in the project (cost of o materials plus the contractor's markup). This methodology is generally used in projects in U which it is not possible to accurately estimate the size of the project, or when it is expected z that the project requirements would most likely change. As a general business practice, these contracts include back-up documentation of costs; invoices would include number r; of hours worked and billing rate by position (and not company (or subcontractor) N timekeeping or payroll records), material or equipment invoices, and other reimbursable documentation for the project. E ❑ 4__Gee , ete i^'urn—e{� ii; „etat;-Ov&Fhe 4,-etc,' femur —a ffedbiet a Page 2 of 17 Fixed Term Service Multi -Contractor Agreement 2D2l_Ver.l Packet Pg. 1 871 4.2 Any County agency may obtain services under this Agreement, provided sufficient funds are included in their budget(s). 4.3 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of the Agreement. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this Agreement. 4.3 The County, or any duly authorized agents or representatives of the County, shall have the right to conduct an audit of Contractor's books and records to verify the accuracy of the Contractor's claim with respect to Contractor's costs associated with any Payment Application, Change Order, or Work Directive Change. 0 U ' Z ti ti 0 N 5. SALES TAX. Contractor shall pay all sales, consumer, use and other similar taxes � associated with the Work or portions thereof, which are applicable during the performance E of the Work. Collier County, Florida as a political subdivision of the State of Florida, is exempt from the payment of Florida sales tax to its vendors under Chapter 212, Florida a Statutes, Certificate of Exemption # 85-8015966531 C. Page 3 of 17 Fixed Term Service Multi -Contractor Agrecimnt 2021_Ver.1 Packet Pg. 1 971 6. NOTICES. All notices from the County to the Contractor shall be deemed duly served if mailed or emailed to the Contractor at the following: Company Name: Address: Authorized Agent: Attention Name & Title: Telephone: E-Mail(s): N R Contractors Inc. 6411 Highcroft Drive Naples, FL 34119 Ray Muslimani (239) 597-9083 Raymus@comcast.net All Notices from the Contractor to the County shall be deemed duly served if mailed or emalled to the County to: Board of County Commissioners for Collier County, Florida Division Director: Division Name: Address: Damon Grant Facilities Management Division 3335 Tamiami Trail East, Ste 109 Naples. FL 34112 Administrative Agent/PM: Juan Delgado / James Williams Telephone: (239) 252-7292 / (239) 252-8380 E-Mail(s): Juan,Delgado@colliercountyfl.gov 1 James.Williams@colliercountyfl.gov The Contractor and the County may change the above mailing address at any time upon giving the other party written notification. All notices under this Agreement must be in writing. 7. NO PARTNERSHIP. Nothing herein contained shall create or be construed as creating a partnership between the County and the Contractor or to constitute the Contractor as an agent of the County. 8. PERMITS: LICENSES: TAXES. In compliance with Section 218.80, F.S., all permits necessary for the prosecution of the Work shall be obtained by the Contractor. The County will not be obligated to pay for any permits obtained by Subcontractors. Payment for all such permits issued by the County shall be processed internally by the County. All non -County permits necessary for the prosecution of the Work shall be procured and paid for by the Contractor. The Contractor shall also be solely responsible for payment of any and all taxes levied on the Contractor. In addition, the Contractor shall comply with all rules, regulations and laws of Collier County, the State of Florida, or the U. S. Government now in force or hereafter adopted. The Contractor agrees to comply with all laws governing the responsibility of an employer with respect to persons employed by the Contractor. Page 4 of 17 Fixed Term Service Multi -Contractor Agreement 2021_Ver.l Packet Pg. 1550 9. NO IMPROPER USE. The Contractor will not use, nor suffer or permit any person to use in any manner whatsoever, County facilities for any improper, immoral or offensive purpose, or for any purpose in violation of any federal, state, county or municipal ordinance, rule, order or regulation, or of any governmental rule or regulation now in effect or hereafter enacted or adopted. In the event of such violation by the Contractor or if the County or its authorized representative shall deem any conduct on the part of the Contractor to be objectionable or improper, the County shall have the right to suspend the Agreement of the Contractor. Should the Contractor fail to correct any such violation, conduct, or practice to the satisfaction of the County within twenty-four (24) hours after receiving notice of such violation, conduct, or practice, such suspension to continue until the violation is cured. The Contractor further agrees not to commence operation during the suspension period until the violation has been corrected to the satisfaction of the County. 10, TERMINATION. Should the Contractor be found to have failed to perform his services in a manner satisfactory to the County as per this Agreement, the County may terminate said Agreement for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be the sole judge of non-performance. In the event that the County terminates this Agreement, Contractor's recovery against the County shall be limited to that portion of the Agreement Amount earned through the date of termination. The Contractor shall not be entitled to any other or further recovery against the County, including, but not limited to, any damages or any anticipated profit on portions of the services not performed. 11. NO DISCRIMINATION. The Contractor agrees that there shall be no discrimination as to race, sex, color, creed or national origin. 12. INSURANCE. The Contractor shall provide insurance as follows: A. W Commercial General Liability. Coverage shall have minimum limits of $1,000,000 Per Occurrence, $ 2,000,00o aggregate for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. B. FE-1 Business Auto _Liability Coverage shall have minimum limits of $ 1,000,000 z Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage ti Liability. This shall include: Owned Vehicles, Hired and Non -Owned Vehicles and Employee Non -Ownership. N c C. Al Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of $ 500,000 a for each accident. Page 5 of 17 Fixed Term Service Multi -Contractor Agreement 2021_Ver.1 Packet Pg. 1551 ., .� .. e. �_ a -: €r ❑ Special Requirements: Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier County Government shall be listed as the Certificate Holder and included as an "Additional Insured" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Contractor's policy shall be endorsed accordingly. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. The Contractor shall provide County with certificates of insurance meeting the required insurance provisions. Renewal certificates shall be sent to the County thirty (30) days prior to any expiration date. Coverage afforded under the policies will not be canceled or allowed to expire until the greater of: thirty (30) days prior written notice, or in accordance with policy provisions. Contractor shall also notify County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non -renewal or material change in coverage or limits received by Contractor from its insurer, and nothing contained herein shall relieve Contractor of this requirement to provide notice. Contractor shall ensure that all subcontractors comply with the same insurance requirements that the Contractor is required to meet. 13. INDEMNIFICATION. To the maximum extent permitted by Florida law, the Contractor i4 shall defend, indemnify and hold harmless Collier County, its officers and employees from = 0 any and all liabilities, damages, losses and costs, including, but not limited to, reasonable L) attorneys' fees and paralegals' fees, whether resulting from any claimed breach of this z Agreement by Contractor, any statutory or regulatory violations, or from personal injury, ti property damage, direct or consequential damages, or economic loss, to the extent r; caused by the negligence, recklessness, or intentionally wrongful conduct of the N Contractor or anyone employed or utilized by the Contractor in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. a This section does not pertain to any incident arising from the sole negligence of Collier County. Page 6 of 17 Fixed ,reran Service Multi -Contractor Agreement 2021_Ver.l Packet Pg. 1552 13.1 The duty to defend under this Article 13 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Contractor, County and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to Contractor. Contractor's obligation to indemnify and defend under this Article 13 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the County or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 14. AGREEMENT ADMINISTRATION, This Agreement shall be administered on behalf of the County by the Facilities Management Division 15. CONFLICT OF INTEREST. Contractor represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. Contractor further represents that no persons having any such interest shall be employed to perform those services. 16. COMPONENT PARTS OF THIS AGREEMENT. This Agreement consists of the following component parts, all of which are as fully a part of the Agreement as if herein set out verbatim: Contractor's Proposal, Insurance Certificate(s), [■ Exhibit A Scope of Services, Exhibit B Fee Schedule, ❑ R-IzR4 ❑ 4-TI3/❑M Other Invitation for Qualification !FQ #20-7771 including Exhibits, Attachments and Addenda/Addendum, 0 subsequent quotes, and ❑ S#�cer-C # +t t� 17. APPLICABILITY. Sections corresponding to any checked box ( ■ ) expressly apply to the terms of this Agreement. 18. SUBJECT TO APPROPRIATION. It is further understood and agreed by and between the parties herein that this Agreement is subject to appropriation by the Board of County Commissioners. 19. PROHIBITION OF GIFTS TO COUNTY EMPLOYEES. No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part 111, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, as amended, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any Agreement held by the individual and/or firm for cause. 20. COMPLIANCE WITH LAWS. By executing and entering into this Agreement, the Contractor is formally acknowledging without exception or stipulation that it agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to this Agreement, including but not limited to those dealing with the Immigration Reform and Control Act of 1986 as Page 7 of 17 Pixed'rernt Service Multi -Contractor Agreement 2021 Ver.l Packet Pg. 1553 located at 8 U.S.C. 1324, et seq, and regulations relating thereto, as either may be amended; taxation, workers' compensation, equal employment and safety including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes, and the Florida Public Records Law Chapter 119, if applicable, including specifically those contractual requirements at F.S. § 119.0701(2)(a)-(b) as stated as follows: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Communication and Customer Relations Division 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8999 Email: PublieRecordReguest@colliercountyfl.gov The Contractor must specifically comply with the Florida Public Records Law to: 1. Keep and maintain public records required by the public agency to perform the a service. 2. Upon request from the public agency's custodian of public records, provide the co public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 0 3. Ensure that public records that are exempt or confidential and exempt from public a records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the .°a Contractor does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public o records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or 0 confidential and exempt from public records disclosure requirements. If the Z Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. pr All records stored electronically must be provided to the public agency, upon N request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. E If Contractor observes that the Contract Documents are at variance therewith, it shall 2 promptly notify the County in writing. Failure by the Contractor to comply with the laws a referenced herein shall constitute a breach of this Agreement and the County shall have the discretion to unilaterally terminate this Agreement immediately. Page 8 of 17 Fixed Term Service Multi -Contractor Agreement 2021_Ver. I Packet Pg. 1 4 21. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County encourages and agrees to the successful Contractor extending the pricing, terms and conditions of this solicitation or resultant Agreement to other governmental entities at the discretion of the successful Contractor. 22. PAYMENTS WITHHELD. The County may decline to approve any application for payment, or portions thereof, because of defective or incomplete work, subsequently discovered evidence or subsequent inspections. The County may nullify the whole or any part of any approval for payment previously issued and the County may withhold any payments otherwise due to Contractor under this Agreement or any other Agreement between the County and Contractor, to such extent as may be necessary in the County's opinion to protect it from loss because of: (a) defective Work not remedied; (b) third party claims failed or reasonable evidence indicating probable fling of such claims; (c) failure of Contractor to make payment properly to subcontractors or for labor, materials or equipment; (d) reasonable doubt that the Work can be completed for the unpaid balance of the Contract Amount; (e) reasonable indication that the Work will not be completed within the Contract Time; (f) unsatisfactory prosecution of the Work by the Contractor; or (g) any other material breach of the Contract Documents. If any conditions described above are not remedied or removed, the County may, after three (3) days written notice, rectify the same at Contractor's expense. The County also may offset against any sums due Contractor the amount of any liquidated or unliquidated obligations of Contractorto the County, whether relating to or arising out of this Agreement or any other Agreement between Contractor and the County. 23. 0 CLEAN UP. Contractor agrees to keep the Project site clean at all times of debris, rubbish and waste materials arising out of the Work. At the completion of the Work, Contractor shall remove all debris, rubbish and waste materials from and about the Project site, as well as all tools, appliances, construction equipment and machinery and surplus materials, and shall leave the Project site clean. 24. STANDARDS OF CONDUCT: PROJECT MANAGER SUPERVISOR EMPLOYEES. The Contractor shall employ people to work on County projects who are neat, clean, 0 well-groomed and courteous. Subject to the American with Disabilities Act, Contractor `a shall supply competent employees who are physically capable of performing their o employment duties. The County may require the Contractor to remove an employee it L) deems careless, incompetent, insubordinate or otherwise objectionable and whose z continued employment on Collier County projects is not in the best interest of the County. T.- ti 25. FN WARRANTY. Contractor expressly warrants that the goods, materials and/or N equipment covered by this Agreement will conform to the requirements as specified, and will be of satisfactory material and quality production, free from defects, and sufficient for the purpose intended. Goods shall be delivered free from any security interest or other lien, encumbrance or claim of any third party. Any services provided under this Agreement shall be provided in accordance with generally accepted professional standards for the a particular service. These warranties shall survive inspection, acceptance, passage of title and payment by the County. Page 9 of 17 Fixed Term Service Multi -Contractor Agreement 202 1_Ver.1 Packet Pg. 1555 Contractor further warrants to the County that all materials and equipment furnished under the Contract Documents shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable manufacturers, fabricators, suppliers or processors except as otherwise provided for in the Contract Documents. If, within one (1) year after final completion, any Work is found to be defective or not in conformance with the Contract Documents, Contractor shall correct it promptly after receipt of written notice from the County. Contractor shall also be responsible for and pay for replacement or repair of adjacent materials or Work which may be damaged as a result of such replacement or repair. These warranties are in addition to those implied warranties to which the County is entitled as a matter of law. 26. ■❑ TESTS AND INSPECTIONS. If the Contract Documents or any codes, laws, ordinances, rules or regulations of any public authority having jurisdiction over the Project requires any portion of the Work to be specifically inspected, tested or approved, Contractor shall assume full responsibility therefore, pay all costs in connection therewith and furnish to the County the required certificates of inspection, testing or approval. All inspections, tests or approvals shall be performed in a manner and by organizations acceptable to the County. 27, FE-1 PROTECTION OF WORK. A. Contractor shall fully protect the Work from loss or damage and shall bear the cost co of any such loss or damage until final payment has been made. If Contractor or o anyone for whom Contractor is legally liable is responsible for any loss or damage to the Work, or other work or materials of the County or County's separate contractors, Contractor shall be charged with the same, and any monies necessary to replace such loss or damage shall be deducted from any amounts due to in Contractor. o B. Contractor shall not load nor permit any part of any structure to be loaded in any r- manner that will endanger the structure, nor shall Contractor subject any part of the >l Work or adjacent property to stresses or pressures that will endanger it. o C. Contractor shall not disturb any benchmark established by the County with respect to the Project. If Contractor, or its subcontractors, agents or anyone, for whom Contractor is legally liable, disturbs the County's benchmarks, Contractor shall 0 immediately notify the County. The County shall re-establish the benchmarks and W Contractor shall be liable for all costs incurred by the County associated therewith. Z 28. SUBMITTALS AND SUBSTITUTIONS. Any substitution of productslmaterials from ti o specifications shall be approved in writing by the County in advance. N 29. CHANGES IN THE WORK. The County shall have the right at any time during the c a E progress of the Work to increase or decrease the Work. Promptly after being notified of a change, Contractor shall submit an estimate of any cost or time increases or savings it a foresees as a result of the change. Except in an emergency endangering life or property, or as expressly set forth herein, no addition or changes to the Work shall be made except upon modification of the Purchase Order by the County, and the County shall not be liable Page 10 of 17 Fixed Term Service Multi -Contractor Agreement 2021_Ver. l Packet Pg. 1556 to the Contractor for any increased compensation without such modification. No officer, employee or agent of the County is authorized to direct any extra or changed work orally. Any modifications to this Agreement shall be in compliance with the County Procurement Ordinance and Procedures in effect at the time such modifications are authorized. 30, AGREEMENT TERMS. If any portion of this Agreement is held to be void, invalid, or otherwise unenforceable, in whole or in part, the remaining portion of this Agreement shall remain in effect. 31. ADDITIONAL ITEMSISERVICES. Additional items and/or services may be added to this Agreement in compliance with the Procurement Ordinance, as amended, and Procurement Procedures. 32. DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of Contractor with full decision -making authority and by County's staff person who would make the presentation of any settlement reached during negotiations to County for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed -upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of Contractor with full decision -making authority and by County's staff person who would make the presentation of any settlement reached at mediation to County's board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44,102, Fla. Stat, 33. VENUE. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. • . r r w,,, •, • a . . w . w . a a � a w_ w w. a . r .. ..., _ _ . . _ a .w a S _ . . a . a . .a •. a. . a . w - R..... .. — _ _ - . „ .. ❑■ AGREEMENT STAFFING. The Contractor's personnel and management to be utilized for this Agreement shall be knowledgeable in their areas of expertise. The County reserves the right to perform investigations as may be deemed necessary to ensure that Page 11 of 17 Fixed Term Service Multi -Contractor Agreement 2021_Vcr.I Packet Pg. 1557 competent persons will be utilized in the performance of the Agreement. The Contractor shall assign as many people as necessary to complete required services on a timely basis, and each person assigned shall be available for an amount of time adequate to meet required services. 35. F■ ORDER OF PRECEDENCE. In the event of any conflict between or among the terms of any of the Contract Documents, the terms of solicitation the Contractor's Proposal, and/or the County's Board approved Executive Summary, the Contract Documents shall take precedence. 36. ASSIGNMENT. Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of the County. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the County's consent, shall be void. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward the County. 37, SECURITY. The Contractor is required to comply with County Ordinance 2004-52, as 0 amended. Background checks are valid for five (5) years and the Contractor shall be a responsible for all associated costs. If required, Contractor shall be responsible for the y costs of providing background checks by the Collier County Facilities Management -°a Division for all employees that shall provide services to the County under this Agreement. r_ This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence o and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four (4) years. All of Contractor's employees and subcontractors must wear Collier County 0 Government Identification badges at all times while performing services on County Z facilities and properties. Contractor ID badges are valid for one (1) year from the date of Issuance and can be renewed each year at no cost to the Contractor during the time F_ period in which their background check is valid, as discussed below. All technicians shall c have on their shirts the name of the contractor's business. c a� The Contractor shall immediately notify the Collier County Facilities Management Division E via e-mail (DL-FMOPS@colliergov.net) whenever an employee assigned to Collierco County separates from their employment. This notification is critical to ensure the a Page 12 of 17 Fixed Term Service Multi -Contractor Agreement 202 t_Ver.1 Packet Pg. 1558 continued security of Collier County facilities and systems. Failure to notify within four (4) hours of separation may result in a deduction of $500 per incident. 38. * SAFETY. All Contractors and subcontractors performing service for Collier County are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Also, all Contractors and subcontractors shall be responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. Collier County Government has authorized the Occupational Safety and Health Administration (OSHA) to enter any Collier County Facility, property and/or right-of-way for the purpose of inspection of any Contractor's work operations. This provision is non- negotiable by any division/department and/or Contractor. All applicable OSHA inspection criteria apply as well as all Contractor rights, with one exception. Contractors do not have the right to refuse to allow OSHA onto a project that is being performed on Collier County Property. Collier County, as the owner of the property where the project is taking place shall be the only entity allowed to refuse access to the project. However, this decision shall only be made by Collier County`s Risk Management Division Safety Manager and/or Safety Engineer. (Intentionally left blank -signature page to follow) Page 13 of 17 Fixed Term Service Multi -Contractor Agreement 2021_Vcr, I Packet Pg. 1559 16.C.4.m IN WITNESS WHEREOF, the parties hereto, by an authorized person or agent, have executed this Agreement on the date and year first written above. ATTEST: Crystal K. Kinzel, Clerk of Court & Comptroller In Dated: (SEAL) Contractor's Witnesses: Contractor's First Witness TType/print witness nameT jt'tYt.+.c t Contractor's Second Witness 5c-niak La,-hrnc+re TType/print witness nameT Approved as to Form and Legality: BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA By: PENNY TAYLOR -,Chair N R Contractors Inc. Contractor 9:. g Sign } ylves,, TType/print signature and titleT r County Attorney 1 ti IS v Print Name CM1�, .. c as E «s Page 14 of 17 a Fixed Term Service Multi -Contractor Agreement 2021_Ver.I Packet Pg. 1560 16.C.4.m Exhibit A Scope of Services ❑■ following this page (pages 1 through 4 ) ❑ this exhibit is not applicable Page 15 of 17 ti 0 N C W E L V R Q Fixed Term Service MLllti-Contractor Agreement 2021_Ver.1 Packet Pg. 1561 IFQ # 20-7771 "Small; General. Contracting Services" EXHIBIT A SCOPE OF SERVICES The Facilities Management Division (herein after referred to as "Division" and/or "County") is responsible for maintaining various County owned and leased buildings and facilities throughout Collier County. This Agreement establishes a pool of qualified contractors that can provide general construction and construction -related services, including maintenance services, after-hours repairs, and minor renovation services of County -owned and operated facilities to minimize operational downtime and maintain top operating conditions. The terms "Agreement" and "Contract" shall be used interchangeably throughout this Agreement. DETAILED SCOPE OF WORK Contractors, licensed in the State of Florida, shall provide minor repairs, construction, renovation, installation, and maintenance services. Normal and after-hours repair services will be required Countywide and include, but not be limited to, the following example types of work: • Supervision/administration of construction -related work; and • New construction work for renovations and building additions; and • Renovations/retrofits, repairs/replacements, maintenance, and installations; and • Demolition associated with renovations/retrofits; and • Scheduling work and subcontractors in harmony with the County's operations; and • Estimating cost of future projects; and • On -Call Urgent Services, Typically, maintenance and repair services will be completed during normal business hours, considered to be Monday through Friday between 7:00 AM and 5:00 PM. The County may request services during afterhours as deemed necessary by the County's representative or designee. Afterhours are considered before 7:00 AM and after 5:00 PM on weekdays and at any time on Saturday, Sunday or County -observed Holidays, Contractors must be qualified and are directly responsible for 100% of the contracted work. In the event the Contractor does not "self -perform" any or all tasks within the specifications, and utilizes subcontractors, the Contractor is directly responsible for all supervision, monitoring and compliance with the schedule, cost, work scope, plans and specification quality in the performance of a project for the County. Contractors are expected to submit quotes for each Request for Quotation that will be issued under this contract. L j Repeatedly failing to submit a quote, when requested, may result in the termination of Contractors Agreement. W z A. Procedures for Non -Urgent Work: ti I. For projects with a value of $25,000 or less, the procedure for obtaining quotes from the awarded Contractors N is outlined below: 0 1. A quote will be requested from one (1) of the awarded Contractors on a basis that ensures a relatively even distribution of work. Q 2. The Contractor will respond with the information and/or proposal sought within seven (7) calendar days. 3. The County shall pay the Contractor for the performance of the work pursuant to the quoted price offered by the Contractor. The Contractor will be compensated for time and material not to exceed (T&M NTE) work. Page I of 4 Exhibit A — Scope of Services Packet Pg. 15 2 4. Contractor will commence work upon County's issuance of a Purchase Order. The Contractor agrees that any Purchase Order that extends beyond the expiration date of the resultant contract will survive and remain subject to the terms and conditions of the resultant contract until the completion or termination of work. 11I. For all projects with a value that exceed $25 000, the procedure for obtaining quotes from the awarded Contractors is outlined below: 1. A Summary of Work, project plans, technical specifications, etc. will be provided to all awarded Contractors, along with a quote schedule for providing an all-inclusive lump sum quote. Completion time may be specified in the Request for Quotation. 2. The County's Project Manager will set the required response time for each project, but the Contractors will be given a minimum of seven (7) business days to provide a quote. Other projects may require a longer quoting period to allow for proper coordination. This period may also include a pre -bid mecting. 3. Contractors shall provide a lump sum quote based on the quote schedule provided. The following is an example of a quote schedule that may be required: Item Nuimber. Description Unit Amount Item Cost 1 Mobilization Lump Sum 1 $0.00 2 Sitework Lump Sum 1 $0.00 3 Demolition Lump Sum 1 $0.00 4 Masonry Lump Sum 1 $0.00 5 Structural Lump Sum 1 $0.00 6 Roofing Lump Sum 1 WOO 7 Plumbing Lump Sum 1 $0.00 8 HVAC Lump Sum 1 $0.00 9 Electrical Lump Sum 1 WOO Lump Sum Total $0.00 4. The County's Project Manager will review all quotes received by the given due date and may negotiate with the Contractor who submits the lowest quote, if outside the budget. 5. No single project may exceed $200,000. 6. Contractor will commence work upon County's issuance of a Purchase Order. The Contractor agrees that any Purchase Order that extends beyond the expiration date of the contract will survive and remain subject to the terms and conditions of the resultant contract until the completion or termination of work. The County reserves the right to waive any or all of these requirements and to separately solicit any job if in the best interest of tile County. The County reserves the right to supply all necessary parts for selected projects and repairs. B. Urgent Work: Urgent work shall be defined as any work that is not scheduled. 24-hour availability is needed to complete on -call urgent work. Urgent work will be completed on a rotating schedule with one (1) Contractor designated for a one (1) week period. Each awarded Contractor shall supply all County departments utilizing the resultant contract with a minimum of two (2) twenty-four (24) hour urgent contact phone numbers. All Contractors must participate in the urgent work rotation, which will be equally divided among the awarded Contractors. The annual schedule will be developed at a meeting with all awarded Contractors at the beginning of the contract term, and annually thereafter. The Facilities Management Division will manage and maintain rotation schedules such that three (3) months of future assignments are accessible to all Contractors. ti ti 0 N c a� E t Q Page 2 of 4 Exhibit A — Scope of Services Packet Pg. 1 3 Urgent work requests require telephone or email acknowledgement of the request within two (2) hours. Contractor must provide a Time and Materials Not to Exceed (T&M NTE) quote within 24 hours of the visit and also provide a schedule to complete required repairs. The County may require the Contractor to secure damaged work area via a temporary repair. Should a Contractor fail to respond to an urgent call the next Contractor in rotation shall be contacted. Any failure to provide coverage by a Contractor, may be subject to terinination. C. Changes in the Work: The County shall have the right at any time during the progress of the Work to increase or decrease the work, Promptly after being notified of a change, Contractor shall provide the County with a T&M NTE proposal for any changes in the work. D. Invoices: All T&M NTE work assignments will utilize a fee schedule for labor/parts/equipment, Fee schedule rates, which are subject to additions or deletions, will be negotiated with the awarded Contractors and will be added to the contract for utilization. For all T&M NTE work, Contractor(s) shall be required to provide backup documentation of Contractor's time and proof of the subcontractor services and/or parts/inaterials/supplies/equipment by providing invoices and receipts at the time of invoice submission. Ancillary charges may be transferred to the County in the actual amount; however, mark-ups will not be allowed, Mark-ups will not be allowed on sales tax, consumer fees or taxes, use and other similar taxes or fees associated with any work under the resultant contract. Awarded Contractors agree to the following, as it pertains to markups and labor rates on T&M NTE work: 1. The mark-up on rental equipment shall not exceed 10%. 2. The mark-up on materials shall not exceed 10%. 3. The mark-up on subcontractors shall not exceed 15%, A copy of the Subcontractor invoice must be provided. 4. The labor rates provided by the Contractor are to be fully burdened to include overhead, insurance, profit and use of company owned small tools and equipment. E. Contractor's Responsibilities: Contractor(s) shall furnish all necessary qualified labor, materials, equipment, tools, consumables, transportation, skills, and incidentals required for the services requested. All work, equipment, parts and materials must meet Collier County Vertical Standards. If the work request is not specific and/or the Collier County Vertical Standards do not specify, then the work/equipment/parts/materials must be approved by the County's representative or designee. F. Permits/Licenses: The Contractor shall obtain and maintain all required permits and/or licenses necessary for the prosecution of the work prior to the start of construction. The Contractor must use a qualified engineer or company representative (with all related licenses and certifications being current and in full force and applicable jurisdiction) with the experience and ability to obtain all permits required for any and all repairs, when necessary and applicable. G. Warranty: The Contractor shall professionally perform to the industry standards and to the requirements in this solicitation and subsequent contractual documents. The Contractor shall warrant their work for one (1) year following final acceptance by the County. Parts and fixtures shall be new and warranted for a minimum of one (1) year or the maximum allowed by the ti manufacturer, whichever is greater. An extended warranty may be purchased through the Contractor from the pr manufacturer without any markup being charged to the County. N c H. Records and Documentation: The Contractor(s) is responsible to maintain and update records for services provided, The documentation will include, and not be limited to, records of all service calls, maintenance performed, and any t modifications, if applicable. All reports shall be sent to the County's representative or designee, noting date, repair, CU materials, location, and/or disposal information. The County reserves the right to require photographs of the Q completed work, Contractors will be required to use the County's Work Management procedures, such as utilizing online work request system, at no additional cost to the County or Contractor(s). The Contractor(s) will be responsible for utilizing any systems used by the County for work requests under the resultant contract. The Contractors may be required to update, complete and close work requests and attach before and after pictures, as necessary. Page 3 of 4 Exhibit A — Scope of Services Packet Pg. 1564 Incidents: Contractor(s) must report any/all accidents/hazards immediately upon occurrence to the County's representative or designee, in writing, followed by any and all notifications required by law, such as Occupational Safety and Health Administration (OSHA) requirements. J. Inspections: The County and the Contractor(s) may conduct an inspection of the completed services provided in response to any resulting Purchase Order. Any deficiencies noted during an inspection shall be corrected before final acceptance. Such deficiencies shall be corrected within 24 hours after receipt of notification, unless otherwise directed by the County's representative or designee, at the Contractor's expense. K. Equipment Inventory: The Contractors) shall, under no circumstances, remove any equipment containing a County asset sticker. The Contractor(s) shall request that, when replacing equipment, the asset sticker be removed by an appropriate County's representative or designee authorized to adjust equipment inventory records. L. Facility Safety and Security: The Contractor and their subcontractors are required to comply with County Ordinance 2004-52, as amended. The Contractor and their subcontractors must meet all background checks and fingerprinting requirements and shall be responsible for all associated costs, At all times, the Contractor and their subcontractors must wear the assigned contractor badge while conducting work on County property. The awarded Contractors will be asked to work in the Collier County Sheriff's Office Correctional Facilities and other areas considered "high security", which require thorough background checks of personnel and tools taken into such Facilities. Work must be performed in accordance with industry standards and guidelines. The Contractor(s) will comply with all applicable federal, state and local laws, ordinances, rules and regulations pertaining to the performance of the services requested herein. Any fines levied due to inadequacies, or failure to comply with any requirements, will be the sole responsibility of the Contractor(s). Any employee or representative of the Contractor(s) found not in conformance with any laws, statutes, rules or regulations will not be allowed on thejob site, Violations by a Contractor may constitute cause for immediate contract termination. The Contractor(s) must comply with Federal and State right -to -know laws if hazardous materials are used. Material Safety Data Sheets (MSDS) will be made available and must be provided to the County per the County's representative or designee direction. The Contractor is required to immediately report to the County's representative or designee any spillage or dumping of hazardous material on County property. The Contractor shall bear al l costs associated with the cleanup of any such incidents. Contractors will be expected to understand and comply with Collier County Practices and Procedures (CMA's), Standard Operating Procedures (SDP's) or Job Safety Analysis (JSA's) that pertain to environmental, health and safety standards and/or work practices applicable to the activities they perform, These include but are not limited to: • Storage, handling, and use of flanunable liquids and hazardous materials. • Storage, handling, and use of compressed gas cylinders. L + Periodic safety inspections of equipment and work -site housekeeping. o • Use of fall protection while working at heights above 6 feet. W • Following electrical safety practices and lock out / tag out procedures. Z • Proper use of personal protective equipment. • Proper maintenance and use of ladders and other equipment. + Guarding of wall and floor openings, open trenches, and excavations. C14 M. Clean-up: The Contractor(s) shall be responsible for removing all debris from the site and cleaning affected areas E in the most environmentally friendly manner possible. The Contractor(s) shall keep the premises free of debris and unusable materials resulting fi•om their work and as work progresses, or upon request by the County's representative or designee, shall remove such debris and materials from the property. The Contractor(s) shall leave all affected areas Q as they were prior to beginning work. There will be no cost to the County for clean-up. Page 4 of 4 Exhibit A — Scope of Services Packet Pg. 1 571 16.C.4.m Exhibit B Fee Schedule following this page (pages I through 1 ) Page 15 of 17 Fixed Term Service MU16-Contractor Agreement 202I_Ver.I Packet Pg. 1566 16.C.4.m IFQ 4 20-7771 "Small General Contracting Services" EXHIBIT B FEESCHEDULE N R CONTRACTORS INC. Project Manager $95.00 Superintendent/Foreman $85.00 Skilled Laborer $68.00 Non -Skilled Laborer $45.00 1. Quotes for projects with a value of $25,000 or less shall utilize time and material price methodology based on rates above. 2. The mark-up on rental equipment shall not exceed 10%. 3. The mark-up on materials shall not exceed 10%. 4. The mark-up on subcontractors shall not exceed 15%. A copy of the Subcontractor invoice must be provided. 5. The labor rates provided by the Contractor are to be fully burdened to include overhead, insurance, profit and use of company owned small tools and equipment. Page 1 of 1 Exhibit B — Fee Schedule Packet Pg. 1567 Other Exhibit/Attachment Description: ❑ following this page (pages through ) FM-1 this exhibit is not applicable Page 17 of 17 ti 0 N C 0 E t V R Q Piled Term Service Multi -Contractor Agreement 202] Ver.l Packet Pg. 1568 16.C.4.n TE A� o CERTIFICATE OF LIABILITY INSURANCE DA5/(19/2021 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). PRODUCER CONTACT Tara Oliveres t NAME: VTC Insurance Group AICNNo Ext: (248) 828-3377 (AIC NU: (248)828-3741 Troy Office E-MAIL s: toliveres@vtcins.comADDRE S 1175 W. Long Lake Ste. 200 INSURERS AFFORDING COVERAGE NAIC # 0 Troy MI 48098-4960 INSURER A:Amerisure Mutual Insurance Co. 23396 Is INSURED INSURERB:COlOny Insurance Company 39993 Vetor Contracting Services, LLC. INSURERC: 9201 Cockleshell Ct. #3 INSURER D S INSURER E : Bonita Springs MI 34135 INSURER F: COVERAGES CERTIFICATE NUMBER:21-22 VCS Master REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR OF INSURANCE ADDLTYPE INSD WVDSUBI POLICY NUMBER POLICY EFF MMIDDIYYYY POLICY EXP MMIDDIYYYY LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,( A CLAIMS -MADE E OCCUR PRE ES(RENTED PREMISES Ea occurrence)$ 300,( MED EXP (Any one person) $ 10,( X Y CPP20953840502 1/1/2021 1/1/2022 PERSONAL & ADV INJURY $ 1,000,( GEN'LAGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,( 1 PRO - POLICY ❑ LOC PRODUCTS - COMP/OP AGG $ 2,000,( Employee Benefits $ 1,000,( OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident $ 1,000,( X BODILY INJURY (Per person) $ A ANYAUTO ALL OWNED SCHEDULED AUTOS AUTOS X y CA20953820502 1/1/2021 1/1/2022 BODILY INJURY (Per accident) $ X PROPERTY DAMAGE Per accident $ NON -OWNED HIRED AUTOS X AUTOS X UMBRELLA LAB X OCCUR EACH OCCURRENCE $ 5,000,( AGGREGATE $ 5,000,( A EXCESS LAB CLAIMS -MADE DED X RETENTION $ 0 $ CU20953860602 1/1/2021 1/1/2022 WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN X PER OTH- STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT $ 1,000,( A OFFICER/MEMBER EXCLUDED? ❑ (Mandatory in NH) N I A y WC20995450402 1/1/2021 1/1/2022 E.L. DISEASE - EA EMPLOYEE $ 1,000,( If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE- POLICY LIMIT $ 1,000,( B Professional/Pollution CPLUS306168 1/1/2021 1/1/2022 Limit $1,000,( A Installation Floater CPP20953840602 1/1/2021 1/1/2022 Limit Any Location/In Transit $150,000/75.( DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) For any and all work performed on behalf of Collier County. Where required by written contract, Collier County Board of County Commissioners is add'l insured for General Liability (GL) as respects ongoing & completed operations on a primary & non-contributory basis and additional insured with respects to Automobile liability. GL, Auto & Workers Comp policies include waiver of subrogation on behalf of add'l insd as required by written contract and where allowed by law. Umbrella/Excess liability coverage follows form over GL, Auto & Employers Liability. CERTIFICATE HOLDER CANCELLATION Collier County Board of County Commissioners 3295 Tamiami Trail E. Naples, FL 34112 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE an Chandler/TOLIVE 1"_)10 d..41..-- © 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD INS025 (201401) 1 Packet Pg. 1569 Comer County AdminiistrativeServices Department Procurement Services Division Vendor Check List IMPORTANT: Please review carefully and submit with your Proposal/Bid. All applicable documents shall be submitted electronically through BidSync. Vendor should checkoff each of the following items: N] General Bid Instructions has been acknowledged and accepted. FxJ Collier County Purchase Order Terms and Conditions have been acknowledged and accepted. Form 1: Vendor Declaration Statement 0 Form 2: Conflict of Interest Certification Qx Proof of status from Division of Corporations - Florida Department of State (If work performed in the State) - http://dos.mvflorida.com/sunbiz/ should be attached with your submittal. n Vendor MUST be enrolled in the E-Verify - https://www.e-vei-ify.gov/ at the time of submission of the proposal/bid. 0 Form 3: Immigration Affidavit Certification MUST be signed and attached with your submittal or you MAY be DEEMED NON -RESPONSIVE ❑x E-Verify Memorandum of Understanding or Company Profile page should be attached with your submittal. Q Form 4: Certification for Claiming Status as a Local Business, if applicable, has been executed and returned. Collier or Lee County Business Tax Receipt should be attached with your submittal to be considered. n Form 5: Reference Questionnaires form must be utilized for each requested reference and included with your submittal, id applicable to the solicitation. FRI Form 6: Grant Provisions and Assurances package in its entirety, if applicable, are executed and should be included with your submittal. All forms must be executed, or you MAY be DEEMED NON -RESPONSIVE. Fx� Vendor W-9 Form. 0 Vendor acknowledges Insurance Requirements and is prepared to produce the required insurance certificate(s) within five (5) days of the County's issuance of a Notice of Recommend Award, ❑x The Bid Schedule has been completed and attached with your submittal, applicable to bids. 0 Copies of all requested licenses and/or certifications to complete the requirements of the project. All addenda have been signed and attached, or you MAY be DEEMED NON -RESPONSIVE. xJ County's IT Technical Architecture Requirements has been acknowledged and accepted, if applicable. Q Any and all supplemental requirements and terms has been acknowledged and accepted, if applicable. ***UPDATED JANUARY 28, 2020*** Collier C014"ty Administrative Services Department Procurement Services division Form 1: Ven4lor 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, without collusion or fraud. The Vendor hereby declares the instructions, purchase order terms and conditions, requirements, and specifications/scope of work of this solicitation have been fully examined and accepted. The Vendor agrees, if this solicitation submittal is accepted by Collier County, to accept a Purchase Order as a form of a formal contract or to execute a Collier County formal contract for purposes of establishing a contractual relationship between the Vendor and Collier County, for the performance of all requirements to which this solicitation pertains. The Vendor states that the submitted is based upon the documents listed by the above referenced solicitation. The Vendor agrees to comply with the requirements in accordance with the terms, conditions and specifications denoted herein and according to the pricing submitted as a part of the Vendor's bids. Further, the Vendor agrees that if awarded a contract 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 work that is a result of this awarded contract. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this 18 day of D e c e m b e r , 2020 in the County of Collier , in the State of Florida Firm's Legal Name: Address: City, State, Zip Code: Florida Certificate of Authority Document Number Federal Tax Identification Number *CCR # or CAGE Code *Only if Grant Funded Telephone: Email: Signature by: (Typed and written) Title: VETOR CONTRACTING SERVICES, LLC 5621 STRAND BLVD. #207 NAPLES, FL 34110 30-0818740 810-343-7232 CTING.COM ***UPDATED JANUARY 28, 2020*** Additional Contact Information Send payments to: VETOR CONTRACTING SERVICES, LLC (required if different from Company name used as payee above) Contact name: RYAN VETOR Title: OWNER Address: 5621 STRAND BLVD. #207 City, State, ZIP NAPLES, FL 34ll0 Telephone: 810-343-7232 Email: RVETOR�VETORCONTRACTING.COM Off ce servicing Collier County to place orders (required if different from above) Contact name: Title: Address: City, State, ZiP Telephone: Email: *F*UPRATED JANUARY:28; 2020*'* Collier Coxnty Administrative Services Department Procurement Services nivision Fm•m 2: Conflict of Interest Certification Affidavit The Vendor certifies that, to the best of its knowledge and belief, the past and torrent work on any Collier County project affiliated with this solicitation does not pose an organizational conflict as described by one of the three oategories 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 work 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 —The firm has not had access to nonpublic information as part of its performance of a Collier County project identified above which may have provided the contraotor (or an affiliate) with an unfair competitive advantage in current or future solicitations and contracts. In addition to this signed affidavit, the contractor /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), documents) 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 (employees, 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 otlrerwise) which relates to the project identified above has been fully disclosed and does not pose an organizational conflict. SERVICES,LLC Company Name ' j - Signature RAN VETOR -OWNER /PRESIDENT Print Name and Title r'€ State of $`' gtj(`(gg p�(t,. County of �t(t ¢ k I F' £' The foregoing instrument was acknowledged before a1a by means of Q physical presence or t] online notarization, this �'�day of��(sFErry�g{' (month), �CI�� (year), by F-.u%tti �'��-�-r}a— (name ofperson acknowledging). State of Florida) (Print, Type, or Stam(r Commissioned Name of Notary Public) Personally Known OR Produced Identification of Identification Produced �o""°`�, BEVERLY R. BROOKS MY COMMISSION # HH65634 Saar � EXPIRES: Novem0er 29, 2024 **UPDATED JANUARY 28, 2020*.x�' State of Florida Department of State I certify from the records of this office that VETOR CONTRACTING SERVICES, LLC is a limited liability company organized under the laws of the State of Florida, filed on March 13, 2014, effective March 14, 2014. The document number of this limited liability company is L14000042577. I further certify that said limited liability company has paid all fees due this office through December 31, 2020, that its most recent annual report was filed on June 8, 2020, and that its status is active. Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Fifteenth day of December, 2020 S creliny o `St to Tracking Number: 2258732468CU To authenticate this certificate,visit the following site,enter this number, and then follow the instructions displayed. https:llservices.sunbiz.org/FilingsICertificateOfStatus/C ertificateAuthentication COCY COunty Administrative Services Department Procurement Services Division Form 3: Immigration Affidavit Certification This Affidavit is required and should be signed, by an authorized principal of the firm and submitted with formal solicitation submittals. Further, Vendors are required to be enrolled in the E-Verify program (https:(Jwww.e-verifysov/), at the time of the submission of the Vendor's proposa]/bid. Acceptable evidence of your enrollment consists of a copy of the properly completed E- Verify Company Profile page or a copy of the filly executed E-Verify Memorandum of Understanding for the company which will be produced at [he [inae of the submission of the Vendm•'s proposal/bid w� within five (5) day of the County's Notice of Recommend Award FAILURE TO EXECUTE THIS AFFIDAVIT CERTIFICATION AND SUBMIT R'ITH VENDOR'S PROPOSAL/BID MAY DEEM THE VENDOR'S ASNON-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 Sec[ion 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 ofHomeland Security in partnership with the Social Security Administration at the time of submission of the Vendor's proposaVbid. Name Signature Print Name and Title State of }- fl,C�l p'�' t County of t p`Y•�" The foregoing instrument was acknowledged before me by means of (�hysical presence or 0 online notarization, this � / " p day of ��oti�;,;�t'r'(month),���-C'� (year), by �.•tUlh.n V`�,��Y" (nameofpersonacknowledging). ij /i Signature of tary Public -State of Florida) - j -L� �r�„3- (Print, Type, or amp Commissioned Name of Notary Public) Personally Known OR Produced Identification Type of Identification Produced P`� BEVERLY R. BROOKS y MY COMMISSIONNHH65634 '�eF EXPIRES: November 29, 2024 ^"£UPDA7'ED:SANUARY 28; 2020".�*� � sect v- orE-Verif Company ID Number: 1495669 THE E-VERIFY MEMORANDUM OF UNDERSTANDING FOR EMPLOYERS ARTICLE I PURPOSE AND AUTHORITY The parties to this agreement are the Department of Homeland Security (DHS) and the Vetor Contracting Services, LLC (Employer). The purpose of this agreement is to set forth terms and conditions which the Employer will follow while participating in E-Verify. E-Verify is a program that electronically confirms an employee's eligibility to work in the United States after completion of Form 1-9, Employment Eligibility Verification (Form 1-9). This Memorandum of Understanding (MOU) explains certain features of the E-Verify program and describes specific responsibilities of the Employer, the Social Security Administration (SSA), and DHS. Authority for the E-Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 (IIRIRA), Pub. L. 104-208, 110 Stat. 3009, as amended (8 U.S.C. § 1324a note). The Federal Acquisition Regulation (FAR) Subpart 22.18, "Employment Eligibility Verification" and Executive Order 12989, as amended, provide authority for Federal contractors and subcontractors (Federal contractor) to use E-Verify to verify the employment eligibility of certain employees working on Federal contracts. ARTICLE II RESPONSIBILITIES A. RESPONSIBILITIES OF THE EMPLOYER 1. The Employer agrees to display the following notices supplied by DHS in a prominent place that is clearly visible to prospective employees and all employees who are to be verified through the system: a. Notice of E-Verify Participation b. Notice of Right to Work 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 about E-Verify. The Employer also agrees to keep such information current by providing updated information to SSA and DHS whenever the representatives' contact information changes. 3. The Employer agrees to grant E-Verify access only to current employees who need E-Verify access. Employers must promptly terminate an employee's E-Verify access if the employer is separated from the company or no longer needs access to E-Verify. Page 1 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 � sect v- orE-Verif Company ID Number: 1495669 4. The Employer agrees to become familiar with and comply with the most recent version of the E-Verify User Manual. 5. The Employer agrees that any Employer Representative who will create E-Verify cases will complete the E-Verify Tutorial before that individual creates any cases. a. The Employer agrees that all Employer representatives will take the refresher tutorials when prompted by E-Verify in order to continue using E-Verify. Failure to complete a refresher tutorial will prevent the Employer Representative from continued use of E-Verify. 6. The Employer agrees to comply with current Form 1-9 procedures, with two exceptions: a. If an employee presents a "List B" identity document, the Employer agrees to only accept "List B" documents that contain a photo. (List B documents identified in 8 C.F.R. § 274a.2(b)(1)(B)) can be presented during the Form I-9 process to establish identity.) If an employee objects to the photo requirement for religious reasons, the Employer should contact E-Verify at 888-464-4218. b. If an employee presents a DHS Form 1-551 (Permanent Resident Card), Form 1-766 (Employment Authorization Document), or U.S. Passport or Passport Card to complete 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 Employer will use the photocopy to verify the photo and to assist DHS with its review of photo mismatches that employees contest. DHS may in the future designate other documents that activate the photo screening tool. Note: Subject only to the exceptions noted previously in this paragraph, employees still retain the right to present any List A, or List B and List C, document(s) to complete the Form 1-9. 7. 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. 8. The Employer agrees that, although it participates in E-Verify, the Employer has a responsibility to complete, retain, 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 Form 1-9 procedures. a. The following modified requirements are the only exceptions to an Employer's obligation to not employ unauthorized workers and comply with the anti -discrimination provision of the INA: (1) List B identity documents must have photos, as described in paragraph 6 above; (2) When an Employer confirms the identity and employment eligibility of newly hired employee using E-Verify procedures, the Employer establishes a rebuttable presumption that it has not violated section 274A(a)(1)(A) of the Immigration and Nationality Act (INA) with respect to the hiring of that employee; (3) If the Employer receives a final nonconfirmation for an employee, but continues to employ that person, the Employer must notify DHS and the Employer is subject to a civil money penalty between $550 and $1,100 for each failure to notify DHS of continued employment following a final nonconfirmation; (4) If the Employer continues to employ an employee after receiving a final nonconfirmation, then the Employer is subject to a rebuttable presumption that it has knowingly Page 2 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 � sect v- orE-Verif Company ID Number: 1495669 employed an unauthorized alien in violation of section 274A(a)(1)(A); and (5) no E-Verify participant is civilly or criminally liable under any law for any action taken in good faith based on information provided through the E-Verify. b. DHS reserves the right to conduct Form 1-9 compliance inspections, as well as any other enforcement or compliance activity authorized by law, including site visits, to ensure proper use of E-Verify. 9. The Employer is strictly prohibited from creating an E-Verify case before the employee has been hired, meaning that a firm offer of employment was extended and accepted and Form 1-9 was completed. The Employer agrees to create an E-Verify case for new employees within three Employer business days after each employee has been hired (after both Sections 1 and 2 of Form 1-9 have been completed), and to complete as many steps of the E-Verify process as are necessary according to the E-Verify User Manual. If E-Verify is temporarily unavailable, the three-day time period will be extended until it is again operational in order to accommodate the Employer's attempting, in good faith, to make inquiries during the period of unavailability. 10. The Employer agrees not to use E-Verify for pre -employment screening of job applicants, in support of any unlawful employment practice, or for any other use that this MOU or the E-Verify User Manual does not authorize. 11. The Employer must use E-Verify for all new employees. The Employer will not verify selectively and will not verify employees hired before the effective date of this MOU. Employers who are Federal contractors may qualify for exceptions to this requirement as described in Article II.B of this MOU. 12. The Employer agrees to follow appropriate procedures (see Article III below) regarding tentative nonconfirmations. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee's E-Verify case. The Employer agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. Further, when employees contest a tentative nonconfirmation based upon a photo mismatch, the Employer must take additional steps (see Article III.B. below) to contact DHS with information necessary to resolve the challenge. 13. The Employer agrees not to take any adverse action against an employee based upon the employee's perceived employment eligibility status while SSA or DHS is processing the verification request unless the Employer obtains knowledge (as defined in 8 C.F.R. § 274a.1(1)) that the employee is not work authorized. The Employer understands that an initial inability of the SSA or DHS automated verification system to verify work authorization, a tentative nonconfirmation, a case in continuance (indicating the need for additional time for the government to resolve a case), or the finding of a photo mismatch, does not establish, and should not be interpreted as, evidence that the employee is not work authorized. In any of such cases, the employee must be provided a full and fair opportunity to contest the finding, and if he or she does so, the employee may not be terminated or suffer any adverse employment consequences based upon the employee's perceived employment eligibility status Page 3 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 � sect v- orE-Verif Company ID Number: 1495669 (including denying, reducing, or extending work hours, delaying or preventing training, requiring an employee to work in poorer conditions, withholding pay, refusing to assign the employee to a Federal contract or other assignment, or otherwise assuming that he or she is unauthorized to work) until and unless secondary verification by SSA or DHS has been completed and a final nonconfirmation has been issued. If the employee does not choose to contest a tentative nonconfirmation or a photo mismatch or if a secondary verification is completed and a final nonconfirmation is issued, then the Employer can find the employee is not work authorized and terminate the employee's employment. Employers or employees with questions about a final nonconfirmation may call E-Verify at 1-888-464- 4218 (customer service) or 1-888-897-7781 (worker hotline). 14. The Employer agrees to comply with Title VI of the Civil Rights Act of 1964 and section 274B of the INA as applicable by not discriminating unlawfully against any individual in hiring, firing, employment eligibility verification, or recruitment or referral practices because of his or her national origin or citizenship status, or by committing discriminatory documentary practices. The Employer understands that such illegal practices can include selective verification or use of E-Verify except as provided in part D below, or discharging or refusing to hire employees because they appear or sound "foreign" or have received tentative nonconfirmations. The Employer further understands that any violation of the immigration -related unfair employment practices provisions in section 274B of the INA could subject the Employer to civil penalties, back pay awards, and other sanctions, and violations of Title VI could subject the Employer to back pay awards, compensatory and punitive damages. Violations of either section 274B of the INA or Title VII may also lead to the termination of its participation in E-Verify. If the Employer has any questions relating to the anti -discrimination provision, it should contact OSC at 1-800-255-8155 or 1-800-237-2515 (TDD). 15. The Employer agrees that it will use the information it receives from E-Verify only to confirm the employment eligibility of employees as authorized by this MOU. The Employer agrees that it will safeguard this information, and means of access to it (such as PINS and passwords), to ensure that it is not used for any other purpose and as necessary to protect its confidentiality, including ensuring that it is not disseminated to any person other than employees of the Employer who are authorized to perform the Employer's responsibilities under this MOU, except for such dissemination as may be authorized in advance by SSA or DHS for legitimate purposes. 16. The Employer agrees to notify DHS immediately in the event of a breach of personal information. Breaches are defined as loss of control or unauthorized access to E-Verify personal data. All suspected or confirmed breaches should be reported by calling 1-888-464-4218 or via email at E-Verify(@dhs.gov. Please use "Privacy Incident — Password" in the subject line of your email when sending a breach report to E-Verify. 17. The Employer acknowledges that the information 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)). Any person who obtains this information under false pretenses or uses it for any purpose other than as provided for in this MOU may be subject to criminal penalties. 18. The Employer agrees to cooperate with DHS and SSA in their compliance monitoring and evaluation of E-Verify, which includes permitting DHS, SSA, their contractors and other agents, upon Page 4 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 � sect v- orE-Verif Company ID Number: 1495669 reasonable notice, to review Forms 1-9 and other employment records and to interview it and its employees regarding the Employer's use of E-Verify, and to respond in a prompt and accurate manner to DHS requests for information relating to their participation in E-Verify. 19. The Employer shall not make any false or unauthorized claims or references about its participation in E-Verify on its website, in advertising materials, or other media. The Employer shall not describe its services as federally -approved, federally -certified, or federally -recognized, or use language with a similar intent on its website or other materials provided to the public. Entering into this MOU does not mean that E-Verify endorses or authorizes your E-Verify services and any claim to that effect is false. 20. The Employer shall not state in its website or other public documents that any language used therein has been provided or approved by DHS, USCIS or the Verification Division, without first obtaining the prior written consent of DHS. 21. The Employer agrees that E-Verify trademarks and logos may be used only under license by DHS/USCIS (see M-795 (Web)) and, other than pursuant to the specific terms of such license, may not be used in any manner that might imply that the Employer's services, products, websites, or publications are sponsored by, endorsed by, licensed by, or affiliated with DHS, USCIS, or E-Verify. 22. The Employer understands that if it uses E-Verify procedures for any purpose other than as authorized by this MOU, the Employer may be subject to appropriate legal action and termination of its participation in E-Verify according to this MOU. B. RESPONSIBILITIES OF FEDERAL CONTRACTORS 1. If the Employer is a Federal contractor with the FAR E-Verify clause subject to the employment verification terms in Subpart 22.18 of the FAR, it will become familiar with and comply with the most current version of the E-Verify User Manual for Federal Contractors as well as the E-Verify Supplemental Guide for Federal Contractors. 2. In addition to the responsibilities of every employer outlined in this MOU, the Employer understands that if it is a Federal contractor subject to the employment verification terms in Subpart 22.18 of the FAR it must verify the employment eligibility of any "employee assigned to the contract" (as defined in FAR 22.1801). Once an employee has been verified through E-Verify by the Employer, the Employer may not create a second case for the employee through E-Verify. a. An Employer that is not enrolled in E-Verify as a Federal contractor at the time of a contract award must enroll as a Federal contractor in the E-Verify program within 30 calendar days of contract award and, within 90 days of enrollment, begin to verify employment eligibility of new hires using E-Verify. The Employer must verify those employees who are working in the United States, whether or not they are assigned to the contract. Once the Employer begins verifying new hires, such verification of new hires must be initiated within three business days after the hire date. Once enrolled in E-Verify as a Federal contractor, the Employer must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee's assignment to the contract, whichever date is later. Page 5 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 � sect v- orE-Verif Company ID Number: 1495669 b. Employers enrolled in E-Verify as a Federal contractor for 90 days or more at the time of a contract award must use E-Verify to begin verification of employment eligibility for new hires of the Employer who are working in the United States, whether or not assigned to the contract, within three business days after the date of hire. If the Employer is enrolled in E-Verify as a Federal contractor for 90 calendar days or less at the time of contract award, the Employer must, within 90 days of enrollment, 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 hires must be initiated within three business days after the date of hire. An Employer enrolled as a Federal contractor in E-Verify must begin verification of each employee assigned to the contract within 90 calendar days after date of contract award or within 30 days after assignment to the contract, whichever is later. c. Federal contractors that are institutions of higher education (as defined at 20 U.S.C. 1001(a)), state or local governments, governments of Federally recognized Indian tribes, or sureties performing under a takeover agreement entered into with a Federal agency under a performance bond may choose to only verify new and existing employees assigned to the Federal contract. Such Federal contractors may, however, elect to verify all new hires, and/or all existing employees hired after November 6, 1986. Employers in this category must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee's assignment to the contract, whichever date is later. d. Upon enrollment, Employers who are Federal contractors may elect to verify employment eligibility of all existing employees working in the United States who were hired after November 6, 1986, instead of verifying only those employees assigned to a covered Federal contract. After enrollment, Employers must elect to verify existing staff following DHS procedures and begin E-Verify verification of all existing employees within 180 days after the election. e. The Employer may use a previously completed Form 1-9 as the basis for creating an E-Verify case for an employee assigned to a contract as long as: i. That Form 1-9 is complete (including the SSN) and complies with Article II.A.6, ii. The employee's work authorization has not expired, and iii. The Employer has reviewed the Form 1-9 information either in person or in communications with the employee to ensure that the employee's Section 1, Form 1-9 attestation has not changed (including, but not limited to, a lawful permanent resident alien having become a naturalized U.S. citizen). f. The Employer shall complete a new Form 1-9 consistent with Article II.A.6 or update the previous Form 1-9 to provide the necessary information if: i. The Employer cannot determine that Form 1-9 complies with Article II.A.6, ii. The employee's basis for work authorization as attested in Section 1 has expired or changed, or iii. The Form 1-9 contains no SSN or is otherwise incomplete. Note: If Section 1 of Form 1-9 is otherwise valid and up-to-date and the form otherwise complies with Page 6 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 � sect v- orE-Verif Company ID Number: 1495669 Article II.C.5, but reflects documentation (such as a U.S. passport or Form 1-551) that expired after completing Form 1-9, the Employer shall not require the production of additional documentation, or use the photo screening tool described in Article II.A.5, subject to any additional or superseding instructions that may be provided on this subject in the E-Verify User Manual. g. The Employer agrees not to require a second verification using E-Verify of any assigned employee who has previously been verified as a newly hired employee under this MOU or to authorize verification of any existing employee by any Employer that is not a Federal contractor based on this Article. 3. The Employer understands that if it is a Federal contractor, its compliance with this MOU is a performance requirement under the terms of the Federal contract or subcontract, and the Employer consents to the release of information relating to compliance with its verification responsibilities under this MOU to contracting officers or other officials authorized to review the Employer's compliance with Federal contracting requirements. C. RESPONSIBILITIES OF SSA 1. SSA agrees to allow DHS to compare data provided by the Employer against SSA's database. SSA sends DHS confirmation that the data sent either matches or does not match the information in SSA's database. 2. SSA agrees to safeguard the information the Employer provides through E-Verify procedures. SSA also agrees to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social Security numbers or responsible for evaluation of E-Verify or such other persons or entities who may be authorized by SSA as governed by the Privacy Act (5 U.S.C. § 552a), the Social Security Act (42 U.S.C. 1306(a)), and SSA regulations (20 CFR Part 401). 3. SSA agrees to provide case results from its database within three Federal Government work days of the initial inquiry. E-Verify provides the information to the Employer. 4. SSA agrees to update SSA records as necessary if the employee who contests the SSA tentative nonconfirmation visits an SSA field office and provides the required evidence. If the employee visits an SSA field office within the eight Federal Government work days from the date of referral to SSA, SSA agrees to update SSA records, if appropriate, within the eight -day period unless SSA determines that more than eight days may be necessary. In such cases, SSA will provide additional instructions to the employee. If the employee does not visit SSA in the time allowed, E-Verify may provide a final nonconfirmation to the employer. Note: If an Employer experiences technical problems, or has a policy question, the employer should contact E-Verify at 1-888-464-4218. D. RESPONSIBILITIES OF DHS 1. DHS agrees to provide the Employer with selected data from DHS databases to enable the Employer to conduct, to the extent authorized by this MOU: a. Automated verification checks on alien employees by electronic means, and Page 7 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 � sect v- orE-Verif Company ID Number: 1495669 b. Photo verification checks (when available) on employees. 2. DHS agrees to assist the Employer with operational problems associated with the Employer's participation in E-Verify. 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 provide to the Employer with access to E-Verify training materials as well as an E-Verify User Manual that contain instructions on E-Verify policies, procedures, and requirements for both SSA and DHS, including restrictions on the use of E-Verify. 4. DHS agrees to train Employers on all important changes made to E-Verify through the use of mandatory refresher tutorials and updates to the E-Verify User Manual. Even without changes to E-Verify, DHS reserves the right to require employers to take mandatory refresher tutorials. 5. DHS agrees to provide to the Employer a notice, which indicates the Employer's participation in E-Verify. 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. 6. DHS agrees to issue each of the Employer's E-Verify users a unique user identification number and password that permits them to log in to E-Verify. 7. DHS agrees to safeguard the information the Employer provides, and to limit access to such information to individuals responsible for the verification process, for evaluation of E-Verify, 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 INA and Federal criminal laws, and to administer Federal contracting requirements. 8. DHS agrees to provide a means of automated verification that provides (in conjunction with SSA verification procedures) confirmation or tentative nonconfirmation of employees' employment eligibility within three Federal Government work days of the initial inquiry. 9. DHS agrees to provide a means of secondary verification (including updating DHS records) for employees who contest DHS tentative nonconfirmations and photo mismatch tentative nonconfirmations. This provides 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. ARTICLE III REFERRAL OF INDIVIDUALS TO SSA AND DHS A. REFERRAL TO SSA 1. If the Employer receives a tentative nonconfirmation issued by SSA, the Employer must print the notice as directed by E-Verify. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee's E-Verify Page 8 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 � sect v- orE-Verif Company ID Number: 1495669 case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. 2. The Employer agrees to obtain the employee's response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. After a tentative nonconfirmation, the Employer will refer employees to SSA field offices only as directed by E-Verify. The Employer must record the case verification number, review the employee information submitted to E-Verify to identify any errors, and find out whether the employee contests the tentative nonconfirmation. The Employer will transmit the Social Security number, or any other corrected employee information that SSA requests, to SSA for verification again if this review indicates a need to do so. 4. The Employer will instruct the employee to visit an SSA office within eight Federal Government work days. SSA will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 5. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. 6. The Employer agrees not to ask the employee to obtain a printout from the Social Security Administration number database (the Numident) or other written verification of the SSN from the SSA. B. REFERRAL TO DHS 1. If the Employer receives a tentative nonconfirmation issued by DHS, the Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee's E-Verify case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. 2. The Employer agrees to obtain the employee's response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. The Employer agrees to refer individuals to DHS only when the employee chooses to contest a tentative nonconfirmation. 4. If the employee contests a tentative nonconfirmation issued by DHS, the Employer will instruct the Page 9 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 � sect v- orE-Verif Company ID Number: 1495669 employee to contact DHS through its toll -free hotline (as found on the referral letter) within eight Federal Government work days. 5. If the Employer finds a photo mismatch, the Employer must provide the photo mismatch tentative nonconfirmation notice and follow the instructions outlined in paragraph 1 of this section for tentative nonconfirmations, generally. 6. The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo mismatch, the Employer will send a copy of the employee's Form 1-551, Form 1-766, U.S. Passport, or passport card to DHS for review by: a. Scanning and uploading the document, or b. Sending a photocopy of the document by express mail (furnished and paid for by the employer). 7. The Employer understands that if it cannot determine whether there is a photo match/mismatch, the Employer must forward the employee's documentation to DHS as described in the preceding paragraph. The Employer agrees to resolve the case as specified by the DHS representative who will determine the photo match or mismatch. 8. DHS will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 9. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. ARTICLE IV SERVICE PROVISIONS A. NO SERVICE FEES 1. SSA and DHS will not charge the Employer for verification services performed under this MOU. The Employer is responsible for providing equipment needed to make inquiries. To access E-Verify, an Employer will need a personal computer with Internet access. ARTICLE V MODIFICATION AND TERMINATION A. MODIFICATION 1. This MOU is effective upon the signature of all parties and shall continue in effect for as long as the SSA and DHS operates the E-Verify program unless modified in writing by the mutual consent of all parties. 2. Any and all E-Verify system enhancements by DHS or SSA, including but not limited to E-Verify checking against additional data sources and instituting new verification policies or procedures, will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. Page 10 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 � sect v- orE-Verif Company ID Number: 1495669 B. TERMINATION 1. The Employer may terminate this MOU and its participation in E-Verify at any time upon 30 days prior written notice to the other parties. 2. Notwithstanding Article V, part A of this MOU, DHS may terminate this MOU, and thereby the Employer's participation in E-Verify, with or without notice at any time if deemed necessary because of the requirements of law or policy, or upon a determination by SSA or DHS that there has been a breach of system integrity or security by the Employer, or a failure on the part of the Employer to comply with established E-Verify procedures and/or legal requirements. The Employer understands that if it is a Federal contractor, termination of this MOU by any party for any reason may negatively affect the performance of its contractual responsibilities. Similarly, the Employer understands that if it is in a state where E-Verify is mandatory, termination of this by any party MOU may negatively affect the Employer's business. 3. An Employer that is a Federal contractor may terminate this MOU when the Federal contract that requires its participation in E-Verify is terminated or completed. In such cases, the Federal contractor must provide written notice to DHS. If an Employer that is a Federal contractor fails to provide such notice, then that Employer will remain an E-Verify participant, will remain bound by the terms of this MOU that apply to non -Federal contractor participants, and will be required to use the E-Verify procedures to verify the employment eligibility of all newly hired employees. 4. The Employer agrees that E-Verify is not liable for any losses, financial or otherwise, if the Employer is terminated from E-Verify. ARTICLE VI PARTIES A. Some or all SSA and DHS responsibilities under this MOU may be performed by contractor(s), and SSA and DHS may adjust verification responsibilities between each other as necessary. By separate agreement with DHS, SSA has agreed to perform its responsibilities as described in this MOU. B. Nothing in this MOU is intended, or should be construed, to create any right or benefit, substantive or procedural, enforceable at law by any third party against the United States, its agencies, officers, or employees, or against the Employer, its agents, officers, or employees. C. The Employer may not assign, directly or indirectly, whether by operation of law, change of control or merger, all or any part of its rights or obligations under this MOU without the prior written consent of DHS, which consent shall not be unreasonably withheld or delayed. Any attempt to sublicense, assign, or transfer any of the rights, duties, or obligations herein is void. D. Each party shall be solely responsible for defending any claim or action against it arising out of or related to E-Verify or this MOU, whether civil or criminal, and for any liability wherefrom, including (but not limited to) any dispute between the Employer and any other person or entity regarding the applicability of Section 403(d) of IIRIRA to any action taken or allegedly taken by the Employer. E. The Employer understands that its participation in E-Verify is not confidential information and may be disclosed as authorized or required by law and DHS or SSA policy, including but not limited to, Page 11 of 17 E-Verify MOU for Employers i Revision Date 06/01/13 E-Verifv- Company ID Number: 1495669 Congressional oversight, E-Verify publicity and media inquiries, determinations of compliance with Federal contractual requirements, and responses to inquiries under the Freedom of Information Act (FOIA). F. The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the Employer and DHS respectively. The Employer understands that any inaccurate statement, representation, data or other information provided to DHS may subject the Employer, its subcontractors, its employees, or its representatives to: (1) prosecution for false statements pursuant to 18 U.S.C. 1001 and/or; (2) immediate termination of its MOU and/or; (3) possible debarment or suspension. G. The foregoing constitutes the full agreement on this subject between DHS and the Employer. To be accepted as an E-Verify participant, you should only sign the Employer's Section of the signature page. If you have any questions, contact E-Verify at 1-888-464-4218. Page 12 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 riE-Vefv— or �y�N� Company ID Number: 1495669 Approved by: Employer Vetor Contracting Services, LLC Name (Please Type or Print) Title Newana Cesarone Signature Date Electronically Signed 01/27/2020 Department of Homeland Security — Verification Division Name (Please Type or Print) Title USCIS Verification Division Signature Date Electronically Signed 01/27/2020 Page 13 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 � sect v- orE-Verif Company ID Number: 1495669 Information Required for the E-Verify Program Information relating to your Company: Vetor Contracting Services, LLC Company Name 5621 Strand Blvd. #207 Naples, FL 34110 Company Facility Address 51483 QUADRATE DR SUITE A Company Alternate Address MACOMB, MI 48042 County or Parish COLLIER Employer Identification Number 300818740 North American Industry Classification Systems Code 238 Parent Company Number of Employees 5 to 9 Number of Sites Verified for 1 Page 14 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 E-Verifv- Company ID Number: 1495669 Are you verifying for more than 1 site? If yes, please provide the number of sites verified for in each State: FLORIDA 1 site(s) Page 15 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 E-Verifv- Company ID Number: 1495669 Information relating to the Program Administrator(s) for your Company on policy questions or operational problems: Name Evan Vetor Phone Number (239) 961 - 1568 Fax Number Email Address evetor@vetorcontracting.com Name Newana Cesarone Phone Number (586) 247 - 6480 ext. 1000 Fax Number (586) 247 - 6499 Email Address ncesarone@vetorcontracting.com Page 16 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 E-Verifv- Company ID Number: 1495669 Page intentionally left blank Page 17 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 Collier County Administrative Services Deparhnent Prowrement Services Division Form 4: Vendor Submittal —Local Vendor Preference Certification (Check Appropriate Boxes Below) State of Florida (Select County if Vendor• is described as a Local Business) Collier County Lee County Vendor affirms that it is a local business as defined by the Procurement Ordinance of the Collier County Board of County Commissioners and the Regulations Thereto. As defined in Section Fifteen of the Collier Connty Procurement Ordinance: Local business means the vendor has a current Business Tax Receipt issued by the Collier County Tax Collector prior to bid or proposal submission to do business within Collier County, and that identifies the business with a permanent physical business address located within the limits of Collier County from which the vendor's staff operates and performs business in an area zoned for the conduct of such business. A Post Office Box or a facility that receives mail, or anon -permanent structure such as a construction trailer, storage shed, or other non -permanent structure shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well-being of Collier County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, support and increase to the County's tax base, and residency of employees and principals of the business within Collier County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. A vendm� who misrepresents the Local Preference status of its firm in a proposal or bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one year under this section. Vendor must complete the following information: Year Business Established in ❑X Collier County or ❑Lee County: 2014 Number of Employees (Including Owners) or Corporate Officers): 45 Number of Employees Living in ❑X Collier County or X❑ Lee (Including Owners) or Corporate Officers): 24 If requested by the County, Vendor will be required to provide documentation substantiating the information given in this certification. Failm•e to do so will result in vendor's submission being deemed not applicable. Sien and Date Certification: Under penalties ofneriany I cerPfv that the information sho}vn on this form is correct to my hnorvledze. Company Narr��: VETOR Date: 12/17/2020 Address in C�Il�er or Le�tCotu)ty: 5621 STRAND BLVD. R207 - NAPLES, FL 34110 Signature: Title: OWNER /PRESIDENT *�*UPDATED JANUARY 2R;2020*£° COLLIER COUNTY BUSINESS TAX BUSINESS TAX NUMBER: 202187 COLLIER COUNTY TAX COLLECTOR - 2800 N. HORSESHOE DRIVE - NAPLES FLORIDA 34104 - (239) 252-2477 VISIT OUR WEBSITE AT: www.colliertax.com THIS RECEIPT EXPIRES SEPTEMBER 30, 2021 LOCATION: 5621 STRAND BLVD #207 ZONED: COMM / PUD do* BUSINESS PHONE: 239-961-1568 LEGAL FORPr STATE OR COUNTY LIC #: CGC1523966 r LLC % 11-20 EMPLOYEES CLASSIFICATION: 05-GENERAL CONTRACTOR . ' Or CLASSIFICATION CODE: 05100101 ' fAkThis document is a business tax only. This is not certification that Iicen; s Iified. It does not permit the licensee to violate any existing regulatory zoning laws On t to co �nt nor does it exempt the licensee from any other taxes or permits that may be required bylaw.. DISPLAY AT PLACE OF BUSINESS FOR PUBLIC INSPECTION. FAILURE TO DO SO IS CONTRARY TO LOCAL LAWS VETOR CONTRACTING SERVICES, LLC VETOR, RYAN 5621 STRAND BLVD #207 NAPLES, FL 34110 -THIS TAX IS NON -REFUNDABLE - DATE 09/09/2020 AMOUNT 36.00 RECEIPT 500-21-00119262 " lk - Colliev Couvzty Administrative Services Department Procurement Services Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Soli citation: 20-7771 Reference Questionnaire for: VETOR CONTRACTING. SERVICES, LLC (Name of Company Requesting Reference Information) RYAN VETOR Requesting Reference Information) Name: MARK BATCIIELOR Company: SW Property Management (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: FAX: N/:1 239-200-0693 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/indivddual 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: Concrete, Stucco, Roofing, Paint Project Budget: _$1At, ,695.00 Completion Date: _ I L/ff//2019 Project Number of Days: Item Criteria Score must be com leted 1 Ability to manage the project costs (minimize change orders to scope). 1G 2 Ability to maintain project schedule (complete on -time or early). 10 3 Quality of work. !J 4 Quality of consultative advice provided on the project. 1� 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.) 1 0 7 Ability to verbally communicate and document information clearly and succinctly. ( G 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 9 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS t� ***UPDATED J.4IYUARY 28, 2020°•* Comw r County Administrative Services Department Procurement Servir s Oivisim Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) 20-7771 (Name of Company Requesting Reference Information) RYAN VETOR (Name of Individuals Requesting Reference Information) Name: DENISE VATERS Company: SiJN STREAM PROPERTY MANAGERS (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) 239-597-5098 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 per -form 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/milividual again) and 1 representing that you were very unsatisfied (and would never hire the fnm/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: structural reinforcement & reaair, Stucco, Completion Date: OS-01-2021 (Multiple Phases) Waterproofing Railings, Shutters, Enclosures, Paint Project Budget: $1,868,445.00 Project Number of Days: 330 DAYS Item Criteria :Score must be coin leted 1 Ability to manage the project costs (minimize change orders to scope). / U 2 Ability to maintain project schedule (complete on -time or early). r} 3 Quality of work. a 4 Quality of consultative advice provided on the project. o 5 Professionalism and ability to manage personnel. 0 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) n V 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. to 9 Ability to follow contact documents, policies, procedures, rules, regulations, etc. / 0 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 about:blank Cofer County Procurement xrnces Dnns w Form 5 Reference Questionnaire WSE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: 20-7771 Reference Questionnaire for: VEtOR CONTRACTING SERVICES,'Li.0 ` RYAN VETOR Name: PAUI. CARLETTA Company: EMERALD GREENS (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: Paul.Carletta ii hotmail com FAX: N/A Telephone: 585-298-8312 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 firmlindividual again) and 1 representing that you were very unsatisfied (and would never hire the frmilindivdival 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: Concrete, Deck Coating, Stucco. Sealants & Paint Project Budget: S42,955.00 Completion Date: __ 06 06, 2019 Project Number of Days: 305 Days Item Criteria Score (must be comnletpA 1 Ability to manage the project costs (minimize change orders to scope). / O 2 Ability to maintain project schedule (complete on -time or early). U 3 Quality of work. / D 4 Quality of consultative advice provided on the project. �v 5 Professionalism and ability to manage personnel. / 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) /0 7 Ability to verbally communicate and document information clearly and succinctly. / D 8 Abiltity to manage risis and unexpected project circumstances. /O 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. / U 10 Overall comfort level with hiring the company in the future (customer satisfaction). / O TOTAL SCORE OF ALL ITEMS / DD L 1 of 1 12/16/2020, 11:10 AM Collier C014.nty Administrative Services Department Procurement Services Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: 20-7771 Reference Questionnaire for: VETOR CONTRACTING SERVICES, LLC (Name of Company Requesting Reference Information) RYAN VETOR (Name of Individuals Requesting Reference Information) Name: JOSHUA MAXWELL (Evaluator completing reference questionnaire) Email: JOSW&THANAPLES.COM FAX: Company: TURELL, HALL & ASSOCIATES, INC. (Evaluator's Company completing reference) Telephone: 23 9-643 -0166 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: NAPLES PIER CORROSION MITIGATION Completion Date: 10/30/2020 CATHOTIC PROTECTION ON CONCRETE PILES Project Budget: $150,191.00 Project Number of Days: 6o Item Criteria Score (must be completed) 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. 9 8 Abiltity to manage risks and unexpected project circumstances. 8 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 97 ***UPDATED JANUARV 28, 2020` Collier C014.nty Administrative Services Department Procurement Services Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: 20-7771 Reference Questionnaire for: VETOR CONTRACTING SERVICES, LLC (Name of Company Requesting Reference Information) RYAN VETOR (Name of Individuals Requesting Reference Information) Name: BURT WHITENIGHT Company: SERVICE CONTRACTING SOLUTIONS (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: BURTw(OSERVICECONTRACTING.CoM FAX: 239-939-1543 Telephone: 239-939-7622 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: FACADE RESTORATION COLLIER COUNTY COURTHOUSE Project Budget: $154,472.00 Completion Date: 03/20/2020 Project Number of Days: 120 DAYS Item Criteria Score must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 8 2 Ability to maintain project schedule (complete on -time or early). 8 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 8 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. 9 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 8 10 Overall comfort level with hiring the company in the future (customer satisfaction). 9 TOTAL SCORE OF ALL ITEMS 90 ***UPDATED JANUARV 28, 2020` Collier C014.nty Administrative Services Department Procurement Services Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: 20-7771 Reference Questionnaire for: VETOR CONTRACTING SERVICES, LLC (Name of Company Requesting Reference Information) RYAN VETOR (Name of Individuals Requesting Reference Information) Name: BURT WHITENIGHT Company: SERVICE CONTRACTING SOLUTIONS (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: BURTw(OSERVICECONTRACTING.CoM FAX: 239-939-1543 Telephone: 239-939-7622 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: STUCCO & CONCRETE REPAIR COLLIER COUNTY FLEET MANAGEMENT Completion Date: 04/27/2020 Project Budget: $72,160.00 Project Number of Days: Item Criteria Score must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 9 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. 9 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. 9 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 8 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 95 ***UPDATED JANUARV 28, 2020` Collier C014.nty Administrative Services Department Procurement Services Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: 20-7771 Reference Questionnaire for: VETOR CONTRACTING SERVICES, LLC (Name of Company Requesting Reference Information) RYAN VETOR (Name of Individuals Requesting Reference Information) Name: MATTHEW SCOTT Company: REAL PROJECTIVES, LLC (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: MA' FAX: N/A Telephone: 301-658-2128 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: Site Work, Concrete, Framing, VAC Plumbing, Electrical, Drywall & Paint Project Budget: $263,497.00 Completion Date: 03/26/2020 Project Number of Days: 115 Days Item Criteria Score must be completed) 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 100 ***UPDATED JANUARV 28, 2020` Request for Taxpayer Give Form to the Form (Rev. October2018) Identification Number and Certification requester. Do not Department of the Treasury send to the IRS. Internal Revenue Service ► Go to www.irs.gov/FormW9 for instructions and the latest information. 1 Name (as shown on your income tax return). Name is required on this line; do not leave this line blank. Vetor Contracting Services, LLC 2 Business name/disregarded entity name, if different from above m 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1. Check only one of the 4 Exemptions (codes apply only to ca following seven boxes. certain entities, not individuals; see n o ❑ Individual/sole proprietor or ❑ C Corporation ❑ S Corporation ❑ Partnership ❑ Trust/estate instructions on page 3): c single -member LLC Exempt payee code (if any) ❑ Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=Partnership) ► P p` 2 Note: Check the appropriate box in the line above for the tax classification of the single -member owner. Do not check Exemption from FATCA reporting v, LLC if the LLC is classified as a single -member LLC that is disregarded from the owner unless the owner of the LLC is LLC that is disregarded from for code (if any) a vanother not the owner U.S. federal tax purposes. Otherwise, a single -member LLC that 't is disregarded from the owner should check the appropriate box for the tax classification of its owner. U G/ ❑ Other (see instructions) ► (Applies to accounts m t?tatned outside Me U.S.) U) 5 Address (number, street, and apt. or suite no.) See instructions. Requester's name and address (optional) 5621Strand Blvd. 6 City, state, and ZIP code Naples, FL 34110 7 List account number(s) here (optional) Identification Number (7 Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid Social security number backup withholding. For individuals, this is generally your social security number . However, for a - m - resident alien, sole proprietor, or disregarded entity, see the instructions for Part I,, later. For other entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN, later. or Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and Employer identification number Number To Give the Requester for guidelines on whose number to enter. F31 0- 0 1 8 1 1 1 8 1 7 1 4 1 0 Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. 1 am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. 1 am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured prop rty, cancellation of debt, contributions to an Individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you al;e nq required to sign the certification, but you must provide your correct TIN. See the instructions for Part II, later. 51gn Signature of Here I U.S. person ► General Instructibns Section references are to the Internal Revenue Code unless otherwise noted. Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.irs.gov/FormW9. Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SSN), individual taxpayer Identification number (ITIN), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following. • Form 1099-INT (interest earned or paid) Date► (7 - I - o`V • Form 1099-DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-B (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN. If you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding, later. Cat. No. 10231 X Form W-8 (Rev. 10-2018) INSURANCE AND BONDING REQUIREMENTS Insurance / Bond Type Required Limits 1. ® Worker's Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements Evidence of Workers' Compensation coverage or a Certificate of Exemption issued by the State of Florida is required. Entities that are formed as Sole Proprietorships shall not be required to provide a proof of exemption. An application for exemption can be obtained online at https:Hgpps.fldfs.com/bocexempt/ 2. ® Employer's Liability $_500,000 single limit per occurrence 3. ® Commercial General Bodily Injury and Property Damage Liability (Occurrence Form) patterned after the current $ 1,000,000 single limit per occurrence, $2,000,000 aggregate for Bodily ISO form Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. ® Indemnification To the maximum extent permitted by Florida law, the ContractorNendor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor/ Vendor or anyone employed or utilized by the ContractorNendor in the performance of this Agreement. 5. ® Automobile Liability $_1,000,000_ Each Occurrence; Bodily Injury & Property Damage ned, Owned/Non-ow/Hired; Automobile Included 6. ❑ Other insurance as noted: ❑ Watercraft $ Per Occurrence ❑ United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence ❑ Pollution ❑ Professional Liability ❑ Project Professional Liability $ ❑ Valuable Papers Insurance ❑ Cyber Liability Per Occurrence Per claim & in the aggregate Per Occurrence Per Occurrence Per Occurrence ❑ Technology Errors & Omissions $ Per Occurrence 7. ❑ Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 8. ❑ Performance and Payment For projects in excess of $200,000, bonds shall be submitted with the executed contract Bonds by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as "A-" or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Sheet, New York, New York 10038. 9. ® Vendor shall ensure that all subconhactors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 10. ® Collier County must be named as "ADDITIONAL INSURED" mr the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Vendor's policy shall be endorsed accordingly. 11. ® The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 12. ®On all certificates, the Certificate Holder must read: Collier County Board of County Commissioners, 3295 Tamiami Trail East, Naples, FL 34112 13. ®Thirty (30) Days Cancellation Notice required. 14. Collier County shall procure and maintaiffBuildexs Risk Insurance on all construction projects where { is deemed necessary. Suoh coverage shall be endorsed to cover the interests of Collier County as well as the Contractor. Premiums shall be billed to the project and the Contractor shall not include Builders Risk premiums in its project proposal or project billings. All questions regarding Builder's Risk Insurance will be addressed by the Collier County Risk Management Division. 11/15/20 - CC Vendor's Insm•ance Statement We understand the insurance requirements of these specifications and that the evidence of insmability may be required within £ve (5) days of the award of this solicitation. The insurance submitted must provide coverage for a minimum of six (6) months from the date of award. Name of Firm Vendor Signature Print Name Insurance Agency VTC INSURANCE GROUP Agent Name DONNA HARVEY Telephone Number 248-828-3741 7a DATE(MMIDDIYYYY) ACOR" CERTIFICATE OF LIABILITY INSURANCE 12/27/2019 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). PRODUCER NAME:CONTACT Donna Harvey VTC Insurance Group (AC,No-DO (248) 828-3377 —Alc No): (248)e28-3741 Troy Office ADDRESS: dharveycgvtcias . com 1175 W. Long Lake Ste. 200 INSURERS) AFFORDING COVERAGE NAICN Troy MI 48098-4960 INSURER A:Amerisure Insurance Company 19488 INSURED INSURERB:Amerisure Mutual Insurance Co. 23396 Vetor Contracting Services, LLC 5621 Strand Blvd, Ste 207 D: E: Company 139993 Naples FL 34110 1 INSURERF• I I .,..rne on_oi RFVIRIr1N NIIMRFR• rUVr_M1Avr0 ­1 - -- THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD THIS IS TO CERTIFY ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS INDICATED. NOTWITHSTANDING 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 TYPE OF INSURANCE A POLICY NUMBER MM D I E MM1D Y P LIMITS LTR X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ _ 1,000,000 OAWAGe TO RENTED $ 300,000 I v I A CLAIMS -MADE u OCCUR PREMISES (Ee occurrence) $ X0,_000 CPP2095384 1/1/2020 1/1/2021 i MEDEXP(Any one person) PERSONAL 8 ADV INJURY GENERAL AGGREGATE $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: $ 2.00 0 , 000 POLICY X PRO- rr�� LOC JECT PR�TS-COMPIOPAGG I $ 2,000,000 $ 1, 000, 000 u Employee Buts OTHER COMBINED SINGLE LIMIT $ 1, 000, 000 AUTOMOBILE LIABILITY (Ea acciderlt� X BODILY INJURY (Per person) $ ANY AUTO BALL OWNED SCHEDULED CA2095382 1/1/2020 1/1/2021 BODILY INJURY (Per accident) $ AUTOS AUTOS NON -OWNED X X PROPERTY DAMAGE $ Per accident)_ HIRED AUTOS AUTOS $ 1, 000, 000 Underinsured motorist 81 split X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 51000,000 AGGREGATE $ 5,000,000 B EXCESS LIAB CLAIMS -MADE DED I X 1 RETENTION$ 0 $ I CU2095386 1/1/2020 1/1/2021 WORKERS COMPENSATION X I STATUTE I I ER I E.L. EACHACGOENT $ 1, OOO,OOO AND EMPLOYERS' LIABILITY Y I N ANY PROPRIETOR/PARTNER/EXECUTIVE E.L. DISEASE - FA EMPLOYE $ 1,000,000 OFFICER/MEMBER EXCLUDED? � B (Mandatory In NH) NIA WC2099545 1/1/2020 1/1/2021 E.L. DISEASE -POLICY LIMIT If yes, describe under DESCRIPTION OF OPERATIONS bell ow $ 11000,000 C Pollution/Professional Liab CPLUS306168 1/1/2020 1/1/2021 EACHCONDITION/AGG $1MILL/$2MILL A Installation Floater CPP2095384 1/1/2020 1/1/2021 Any Location $75, 000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Where required by written contract, *** is add'1 insured for General Liability (GL) as respects ongoing & completed operations on a primary & non-contributory basis and add11 insured with respects to Automobile liability. GL, Auto & Workers Comp policies include waiver of subrogation on behalf of add'1 insd as required by written contract and where allowed by law. Umbrella/Excess liability coverage follows form over GL, Auto & Employers Liability. UtK I Irll A I t **INFORMATION PURPOSES ONLY************** #####*################################### ######*################################## ############################## ################### 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 lan Chandler/V286 V IVtf25-LU-I4 Ak iJMU L LjMrUMA I IUIY, ran I191 u 1c 1 Vc ACORD 25 (2014101) The ACORD name and logo are registered marks of ACORD INS025 (201401) Vrc > INSURANCE GROUP December 18, 2020 Vetor Contracting Services, LLC (VCS) 5621 Strand Blvd. - #207 Naples, FL 34110 RE: Workers Compensation Experience Modification Rating To Whom It May Concern: Following is a list of your company's Experience Modification Rating: Effective Date: Experience Mod: Carrier: 1/1/2021 - 1/1/2022 .96 Amerisure Mutual Insurance Company If you need any further information please do not hesitate to contact our office. Best Regards, q14 Jeffrey A. Chandler Confidence. For What's Next."' FORT MYERS OFFICE 1 6820 PORTO FINO CIRCLE, SUITE 2, FORT MYERS, FL 33912 1 P 239.275.8226 F 239.275.8837 Collier County Administrative Services Department Procurement Services Division COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS INVITATION FOR QUALIFICATION (IFQ) FOR SMALL GENERAL CONTRACTING SERVICES SOLICITATION NO.: 20-7771 SARAH HAMILTON, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8987 Sarah.Hamiltonkcolliercountyfl.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. SOLICITATION PUBLIC NOTICE INVITATION FOR QUALIFICATION 20-7771 (IFQ) NUMBER: PROJECT TITLE: SMALL GENERAL CONTRACTING SERVICES PRE -PROPOSAL CONFERENCE: DECEMBER 3, 2020 at 1:30 P.M. LOCATION: FACILITIES MANAGEMENT DIVISION, TRAINING ROOM, 3335 TAMIAMI TRAIL EAST, BLDG W, NAPLES, FLORIDA 34112 IFQ OPENING DAY/DATE/TIME: DECEMBER 18, 2020 at 3:00 P.M. PLACE OF IFQ 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: hllps://www.bidsygc.com/bidsync-cas/ INTRODUCTION As requested by the Facilities Management Division (hereinafter, the "Division or Department"), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, "County") has issued this Invitation for Qualification (hereinafter, "IFQ") with the intent of obtaining proposals from interested and qualified contractors in accordance with the terms, conditions and specifications stated or attached. The Contractor, at a minimum, must achieve the requirements of the specifications or Scope of Work stated. The awarded contractors will be responsible for providing complete construction services for a wide range of projects and are responsible for the overall coordination of the projects. Contractors will provide material, labor, equipment, tools and services necessary for the projects. Contractors may hire specialized subcontractors to perform all or some portion of the construction work. The results of this solicitation may be used by other County departments once awarded according to the Board of County Commissioners Procurement Ordinance. Each project will not exceed $200,000. Historically, County departments have spent approximately $500,000 to $800,000 annually; however, this may not be indicative of future buying patterns. The County anticipates an estimated 250 to 1,000 small projects each year. BACKGROUND The Facilities Management Division is responsible for maintaining various County owned and leased buildings and facilities throughout Collier County. This solicitation intends to establish a pool of qualified contractors that can provide general construction and construction -related services, including maintenance services, after-hours repairs, and minor renovation services of County - owned and operated facilities to minimize operational downtime and maintain top operating conditions. TERM OF CONTRACT The contract term, if an award(s) is/are made is intended to be for three (3) years with two (2) one (1) year renewal options. Prices shall remain firm for the initial term of this contract. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. The County Manager, or designee, may, at his discretion, extend the Agreement under all 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. DETAILED SCOPE OF WORK The Division is seeking a qualified pool of contractors, licensed in the State of Florida, to provide minor repairs, construction, renovation, installation, and maintenance services. Normal and after-hours repair services will be required Countywide and include, but not be limited to, the following example types of work: • Supervision/administration of construction -related work; • New construction work for renovations and building additions; • Renovations/retrofits, repairs/replacements, maintenance, and installations; • Demolition associated with renovations/retrofits; • Scheduling work and subcontractors in harmony with the County's operations; • Estimating cost of future projects; and • On -Call Urgent Services. Typically, maintenance and repair services will be completed during normal business hours, considered to be Monday through Friday between 7:00 AM and 5:00 PM. The County may request services during afterhours as deemed necessary by the County's representative or designee. Afterhours are considered before 7:00 AM and after 5:00 PM on weekdays and at any time on Saturday, Sunday or County -observed Holidays. Contractors must be qualified and are directly responsible for 100% of the contracted work. In the event the Contractor does not "self -perform" any or all tasks within the specifications, and utilizes subcontractors, the Contractor is directly responsible for all supervision, monitoring and compliance with the schedule, cost, work scope, plans and specification quality in the performance of a project for the County. It is the intent to award this IFQ to multiple contractors, with County staff requesting quotes from all awarded Contractors for future projects that exceed $25,000. All awardees are expected to submit quotes for each Request for Quotation that will be issued under this contract, for the duration of the contract. Repeatedly failing to submit a quote, when requested, may result in the removal of the awardee from the contract pool. Procedures for Non -Urgent Work: For projects with a value of $25,000 or less, the procedure for obtaining quotes from the awarded Contractors is outlined below: 1. A quote will be requested from one (1) of the awarded Contractors on a basis that ensures a relatively even distribution of work. 2. The Contractor will respond with the information and/or proposal sought within seven (7) calendar days. 3. The County shall pay the Contractor for the performance of the work pursuant to the quoted price offered by the Contractor. The Contractor will be compensated for time and material not to exceed (T&M NTE) work or lump sum, as applicable. 4. Contractor will commence work upon County's issuance of a Purchase Order. The Contractor agrees that any Purchase Order that extends beyond the expiration date of the resultant contract will survive and remain subject to the terms and conditions of the resultant contract until the completion or termination of work. For all projects with a value that exceed $25,000, the procedure for obtaining quotes from the awarded Contractors is outlined below: 1. A Summary of Work, project plans, technical specifications, etc. will be provided to all awarded Contractors, along with a quote schedule for providing an all-inclusive lump sum quote. Completion time may be specified in the Request for Quotation. 2. The County's Project Manager will set the required response time for each project, but the Contractors will be given a minimum of seven (7) business days to provide a quote. Other projects may require a longer quoting period to allow for proper coordination. This period may also include a pre -bid meeting. 3. Contractors shall provide a lump sum quote based on the quote schedule provided. The following is an example of a quote schedule that may be required: Item Number Description Unit Amount Item Cost 1 Mobilization Lump Sum 1 $0.00 2 Sitework Lump Sum 1 $0.00 3 Demolition Lump Sum 1 $0.00 4 Masonry Lump Sum 1 $0.00 5 Structural Lump Sum 1 $0.00 6 Roofing Lump Sum 1 $0.00 7 Plumbing Lump Sum 1 $0.00 8 HVAC Lump Sum 1 $0.00 9 Electrical Lump Sum 1 $0.00 Lump Sum Total $0.00 4. The County's Project Manager will review all quotes received by the given due date and may negotiate with the Contractor who submits the lowest quote, if outside the budget. 5. No single project may exceed $200,000. 6. Contractor will commence work upon County's issuance of a Purchase Order. The Contractor agrees that any Purchase Order that extends beyond the expiration date of the resultant contract will survive and remain subject to the terms and conditions of the resultant contract until the completion or termination of work. The County reserves the right to waive any or all of these requirements and to separately solicit any job if in the best interest of the County. The County reserves the right to supply all necessary parts for selected projects and repairs. Urgent Work: Urgent work shall be defined as any work that is not scheduled. 24-hour availability is needed to complete on -call urgent work. Urgent work will be completed on a rotating schedule with one (1) Contractor designated for a one (1) week period. Each awarded Contractor shall supply all County departments utilizing the resultant contract with a minimum of two (2) twenty-four (24) hour urgent contact phone numbers. All Contractors must participate in the urgent work rotation, which will be equally divided among the awarded Contractors. The annual schedule will be developed at a meeting with all awarded Contractors at the beginning of the contract term, and annually thereafter. The Facilities Management Division will manage and maintain rotation schedules such that three (3) months of future assignments are accessible to all Contractors. Urgent work requests require telephone or email acknowledgement of the request within two (2) hours. Contractor must provide a Time and Materials Not to Exceed (T&M NTE) quote within 24 hours of the visit and also provide a schedule to complete required repairs. The County may require the Contractor to secure damaged work area via a temporary repair. Should a Contractor fail to respond to an urgent call the next Contractor in rotation shall be contacted. Any failure to provide coverage by a Contractor, may be subject to termination. Changes in the Work: The County shall have the right at any time during the progress of the Work to increase or decrease the work. Promptly after being notified of a change, Contractor shall provide the County with a T&M NTE proposal for any changes in the work. Invoices• All T&M NTE work assignments will utilize a fee schedule for labor/parts/equipment. Fee schedule rates, which are subject to additions or deletions, will be negotiated with the awarded Contractors and will be added to the contract for utilization. For all T&M NTE work, Contractor(s) shall be required to provide backup documentation of Contractor's time and proof of the subcontractor services and/or parts/materials/supplies/equipment by providing invoices and receipts at the time of invoice submission. Ancillary charges may be transferred to the County in the actual amount; however, mark-ups will not be allowed. Mark-ups will not be allowed on sales tax, consumer fees or taxes, use and other similar taxes or fees associated with any work under the resultant contract. Awarded Contractors agree to the following, as it pertains to markups and labor rates on T&M NTE work: The mark-up on rental equipment shall not exceed 10%. The mark-up on materials shall not exceed 10%. The mark-up on subcontractors shall not exceed 15%. A copy of the Subcontractor invoice must be provided. Material markup shall not be allowed against a Subcontractor's material. Subcontractor hourly rate shall not exceed the Contractor's hourly rate. 4 The labor rates provided by the Contractor are to be fully burdened to include overhead, insurance, profit and use of company owned small tools and equipment. Contractor's Responsibilities: Contractor(s) shall furnish all necessary qualified labor, materials, equipment, tools, consumables, transportation, skills, and incidentals required for the services requested. All work, equipment, parts and materials must meet Collier County Vertical Standards. If the work request is not specific and/or the Collier County Vertical Standards do not specify, then the work/equipment/parts/materials must be approved by the County's representative or designee. Permits/Licenses: The Contractor shall obtain and maintain all required permits and/or licenses necessary for the prosecution of the work prior to the start of construction. The Contractor must use a qualified engineer or company representative (with all related licenses and certifications being current and in full force and applicable jurisdiction) with the experience and ability to obtain all permits required for any and all repairs, when necessary and applicable. Warranty: The Contractor shall professionally perform to the industry standards and to the requirements in this solicitation and subsequent contractual documents. The Contractor shall warrant their work for one (1) year following final acceptance by the County. Parts and fixtures shall be new and warranted for a minimum of one (1) year or the maximum allowed by the manufacturer, whichever is greater. An extended warranty may be purchased through the Contractor from the manufacturer without any markup being charged to the County. Records and Documentation: The Contractor(s) is responsible to maintain and update records for services provided. The documentation will include, and not be limited to, records of all service calls, maintenance performed, and any modifications, if applicable. All reports shall be sent to the County's representative or designee, noting date, repair, materials, location, and/or disposal information. The County reserves the right to require photographs of the completed work. Contractors will be required to use the County's Work Management procedures, such as utilizing online work request system, at no additional cost to the County or Contractor(s). The Contractor(s) will be responsible for utilizing any systems used by the County for work requests under the resultant contract. The Contractors may be required to update, complete and close work requests and attach before and after pictures, as necessary. Incidents: Contractor(s) must report any/all accidents/hazards immediately upon occurrence to the County's representative or designee, in writing, followed by any and all notifications required by law, such as Occupational Safety and Health Administration (OSHA) requirements. Inspections: The County and the Contractor(s) may conduct an inspection of the completed services provided in response to any resulting Purchase Order. Any deficiencies noted during an inspection shall be corrected before final acceptance. Such deficiencies shall be corrected within 24 hours after receipt of notification, unless otherwise directed by the County's representative or designee, at the Contractor's expense. Equipment Inventory: The Contractor(s) shall, under no circumstances, remove any equipment containing a County asset sticker. The Contractor(s) shall request that, when replacing equipment, the asset sticker be removed by an appropriate County's representative or designee authorized to adjust equipment inventory records. Facility Safety and Security: The Contractor and their subcontractors are required to comply with County Ordinance 2004- 52, as amended. The Contractor and their subcontractors must meet all background checks and fingerprinting requirements and shall be responsible for all associated costs. At all times, the Contractor and their subcontractors must wear the assigned contractor badge while conducting work on County property. The awarded Contractors will be asked to work in the Collier County Sheriff's Office Correctional Facilities and other areas considered "high security", which require thorough background checks of personnel and tools taken into such Facilities. Work must be performed in accordance with industry standards and guidelines. The Contractor(s) will comply with all applicable federal, state and local laws, ordinances, rules and regulations pertaining to the performance of the services requested herein. Any fines levied due to inadequacies, or failure to comply with any requirements, will be the sole responsibility of the Contractor(s). Any employee or representative of the Contractor(s) found not in conformance with any laws, statutes, rules or regulations will not be allowed on the job site. Violations by a Contractor may constitute cause for immediate contract termination. The Contractor(s) must comply with Federal and State right -to -know laws if hazardous materials are used. Material Safety Data Sheets (MSDS) will be made available and must be provided to the County per the County's representative or designee direction. The Contractor is required to immediately report to the County's representative or designee any spillage or dumping of hazardous material on County property. The Contractor shall bear all costs associated with the cleanup of any such incidents. Contractors will be expected to understand and comply with Collier County Practices and Procedures (CMA's), Standard Operating Procedures (SOP's) or Job Safety Analysis QSA's) that pertain to environmental, health and safety standards and/or work practices applicable to the activities they perform. These include but are not limited to: • Storage, handling, and use of flammable liquids and hazardous materials. • Storage, handling, and use of compressed gas cylinders. • Periodic safety inspections of equipment and work -site housekeeping. • Use of fall protection while working at heights above 6 feet. • Following electrical safety practices and lock out / tag out procedures. • Proper use of personal protective equipment. • Proper maintenance and use of ladders and other equipment. • Guarding of wall and floor openings, open trenches, and excavations. Clean-up: The Contractor(s) shall be responsible for removing all debris from the site and cleaning affected areas in the most environmentally friendly manner possible. The Contractor(s) 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 or designee, shall remove such debris and materials from the property. The Contractor(s) shall leave all affected areas as they were prior to beginning work. There will be no cost to the County for clean-up. INVITATION FOR QUALIFICATION (IFQ) 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 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 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 INVITATION 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: 1.6 For the development of a shortlist, this evaluation criterion will be utilized by the COUNTY'S Selection Committee to score each proposal. Proposers are encouraged to keep their submittals concise and to include a minimum of marketing materials. Proposals must address the following criteria: Evaluation Criteria Maximum Points 1. Cover Letter / Management Summary 5 Points 2. Certified Woman and/or Minority Business Enterprise 5 Points 3. Business Plan and Approach 25 Points 4. Experience and Capacity of the Finn 30 Points 5. Specialized Expertise of Team Members 25 Points 6. Local Vendor Preference 10 Points TOTAL POSSIBLE POINTS 100 Points Tie Breaker: In the event of a tie at final ranking, award shall be made to the proposer with the lower volume of work previously awarded. Volume of work shall be calculated based upon total dollars paid to the proposer in the twenty- four (24) months prior to the IFQ 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 company, indicating the underlying philosophy of the company 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 Contractor's certification that the Contractor will accept any awards as a result of this IFQ. EVALUATION CRITERIA NO.2: CERTIFIED WOMAN AND/OR MINORITY BUSINESS ENTERPRISE (5 Total Points Available) Submit certification with the Florida Department of Management Service, Office of Supplier Diversity as a Certified Woman and/or Minority Business Enterprise. EVALUATION CRITERIA NO. 3: BUSINESS PLAN AND APPROACH (25 Total Points Available) In this criterion, include but not limited to: • Please describe how your company typically prioritizes projects when multiple requests are coming in at the same time. • Provide a detailed plan of approach for a project that exceeds twenty-five thousand dollars ($25,000). • Provide a sample schedule, with milestones for a project that exceeds twenty-five thousand dollars ($25,000). • Include with the Business Plan or as an attachment, a copy of a Project Summary as an example of work product. This should be for one of the projects listed as a reference. EVALUATION CRITERIA NO. 4: EXPERIENCE AND CAPACITY OF THE FIRM (30 Total Points Available) In this criterion, include but not limited to: • Provide information that documents your firm's and subcontractors' qualifications to produce the required deliverables, including abilities, capacity, skill, and financial strength, and number of years of experience in providing the required services. • Describe the various team members' successful experience in working with one another on previous prof ects. • Provide proof that your company is licensed as a General Contractor or Building Contractor in the State of Florida. • Provide a list of existing equipment owned by the contractor to deliver the services under this contract. The County requests that the Contractor submits no fewer than three (3) and no more than ten (10) completed reference forms from clients (during the last 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 Contractor that best represent projects of similar size, scope and complexity of this project using Form 5 provided. Contractors may include two (2) additional pages for each project to illustrate aspects of the completed project that provides the information to assess the experience of the Proposer on relevant project work. EVALUATION CRITERIA NO. 5: SPECIALIZED EXPERTISE OF TEAM MEMBERS (25 Total Points Available) In this criterion, include but not limited to: • Description of the proposed contract team and the role to be played by each member of the team. • Attach brief resumes of all proposed project team members who will be involved in the management of the total package of services, as well as the delivery of specific services. • Attach resumes of any sub -contractors and attach letters of intent from stated sub -contractors must be included with proposal submission. EVALUATION CRITERIA NO. 6: LOCAL VENDOR PREFERENCE (10 Total Points Available) Local business is defined as the vendor having a current Business Tax Receipt issued by the Collier or Lee County Tax Collector prior to proposal submission to do business within Collier County, and that identifies the business with a permanent physical business address located within the limits of Collier or Lee County from which the vendor's staff operates and performs business in an area zoned for the conduct of such business. VENDOR CHECKLIST ***Vendor should check off each of the following items as the necessary action is completed (please see, Vendor Check List)*** VETOR CONTRACTING SERVICES, LLC 621 Strand Blvd #207 Naples, FL 34110 239.784-5367 www.vetorcontractingservices.com EVALUATION CRITERIA NO. 1 COVER LETTER - MANAGEMENT SUMMARY Vetor Contracting Services, LLC Cover Letter -Management Summary: The Philosophy Vetor Contracting Services, LLC (VCS) will deploy for the Collier County Small General Contracting work is straight forward - we are team players, committed to working with Collier County to ensure your total satisfaction with both the building process to the completed project. We will bring to the project all of the resources necessary to ensure that Collier County receives the maximum value for each dollar invested in the project. Our experience has taught us that a "hands on" management style, combined with a dedication to responsive, quality, and timely performance are the keys to successful projects and satisfied clients. Authorized Contact Personnel: Lead for Collier County Mr. Sam Grisoff - Sales/Project Management sgrisoff0vetorcontracting.com 239.784-5367 Lead for 24 Hour Service Work Mr. Evan Vetor -Sales/Project Management evetor@vetorcontracting.com 239.9614568 Key Personnel Mr. Ryan Vetor - President rvetorOvetorcontracting.com 810.343-7232 Mr. Derek Vetor -Vice President dvetor@vetorcontracting.com 810.343-7230 Mr. Kristopher Collins -Senior Project Manager/Senior Sales kcollins@vetorcontracting.com 586.610-8100 Front Office -Insurance, Bonds. Payroll. Receivables. Payables, Certified Payroll Felicia Collins fcollins@vetorcontracting.com Newana Cesarone ncesaroneCwetorcontracting.com I Ryan Vetor attest that the philosophy of the company in providing the services stated factual Vetor Contracting Services, LLC VETOR CONTRACTING SERVICES, LLC 621 Strand Blvd #207 Naples, FL 34110 239.784-5367 www.vetorcontractingservices.com EVALUATION CRITERIA NO. 2 CERTIFIED WOMAN AND/OR MINORITY OWNED BUSINESS ENTERPRISE Vetor Contracting Services, LLC Vetor Contracting Services, LLC does not qualify for this Criteria. Vetor Contracting Services, LLC VETOR CONTRACTING SERVICES, LLC 621 Strand Blvd #207 Naples, FL 34110 239.784-5367 www.vetorcontractingservices.com EVALUATION CRITERIA NO. 3 Business Plan and Approach Vetor Contracting Services, LLC How VCS Prioritizes Multiple Bid Opportunities Vetor Contracting Services, LLC is a focused organization and critical in its selection process when making the decision "Will Bid". Typically, we will not bid most invitations to bid if we do not have a known working relationship with the Customer. Therefore, we are focused on bidding a select few; whereas, the Customer is well vetted and provides VCS with a high potential of winning the project. This approach to successful bidding - limits the pipe line and allows VCS to service our Customers where we have never had to decline a bidding opportunity. Our Customer list is well organized, well thought out, focused, and provides us "enough" opportunities to make VCS successful year over year. VCS will dedicate Sam Grisoff to the account of "Collier County". Evan Vetor will oversee all projects less than 25K and be the point for all emergency work. VCS will be 100% committed to providing sound pricing to Collier County if we are awarded the Small GC Contract. Assuming the volume of ITB's coming from Collier County could be possibly up to 10 projects a week - VCS is committed to handling this volume if this indeed is the case. Collier County will get our undivided attention. In addition, we recognize that the emergency work will have no less than 24 hours to respond our crew will be ready to mobilize on an as needed basis. We look forward to servicing Collier County. Vetor Contracting Services, LLC Detailed Plan of Approach for Projects Greater than $25,000.00 Invitation to Bid presented to Vetor Contracting Services, LLC will be sent to the lead for Collier County: Mr. Sam Grisoff. VCS lead for Collier County will send to one of our 5 estimators - whereas, Sam will always be the lead and the responsible party for supplying a detailed competitive responsive bid to Collier County. Sam and his team will be sure that all of our subcontractors are prepared and ready to handle the volume of work that will potentially be presented. As soon as the ITB is presented to VCS we will quickly recognize the scope of work that VCS will handle in house and work where many of our approved sub -contractors will be needed. It is always our goal to receive pricing from 3 subcontractors competing for the same work which will provide Collier County the best possible low bid and provide the highest quality of workmanship. VCS will provide a responsive proposal based on the timeline presented we know this could be anywhere from 1 day to 5 days. When VCS is successful our Project Management Team will begin the upfront process - o Contract review signed and returned in a timely basis. o Submittal Process completed in a timely basis. o Schedule of Values submitted to Collier County for approval. o Sub -contracts issued o Project Schedule submitted and approved o Internal Job Costing Review o Order all materials - schedule subcontractors - schedule internal labor o Mobilize Site • VCS will mobilize site o Secure site location with barricading, fencing, signage - that meet or exceed the project requirements o Develop a site specific safety tool that identifies all potential risks for workers and occupants at the project site. o Identify days of meetings with Collier County Management Team to review schedules, progress of work, quality of workmanship, concerns with VCS and Collier County. Providing a high level of communication between the team. • Commence Work o Following the approved project schedule complete all work items identified within the scope of work that Collier County has entered into Contract with VCS. o Project Manager to provide daily field reports to Collier County and VCS management teams for daily communication of work completed, sub contractors on site, material deliveries, equipment, visitors, Vetor Contracting Services, LLC inspections, and project meeting minutes if on day of scheduled meeting. Vetor Contracting Services PM and Project Foreman will have designated responsibilities to complete the project on time and within budget. o At scheduled meeting days with Collier County Management Team - it will be VCS PM responsibility to provide meeting minutes for the agenda and follow up after the meeting with detailed report. Critical that schedule review is completed at this time and all concerns with the project are addressed - noting that workmanship is per specifications of the project and on time deliverables are being met. Our Schedule will identify key Milestones that are all agreed upon prior to start of work. o VCS will provide Collier County with progress billings on a monthly basis on the dates agreed upon and approved by Collier County and/or set within the project specifications. At project startup process our Schedule of Values (per P.O.) will have already been sent and approved to avoid conflicts. VCS will only bill for work completed at time of billings. • Project Completion o Punch List walk through with Architect, Engineer, Collier County Project Management Team - or any other party deemed necessary by Collier County. o Complete Punch List in a timely manner agreed upon in the bid documents and/or project schedule. It is always our goal to never drag a project out. Timely completion of punch list items will be critical to our success and satisfaction of Collier County. o VCS to provide Collier County with all specified completion reporting - including as builts, operating manuals, warranties - etc. In closing out the project all reporting will be delivered in a timely manner. o After punch list items are complete, project reporting is submitted and approved, site demobilized and final cleaned - VCS will submit our final billing of retention to be paid. o Project Completion Letter will be sent to Collier County once final payment has been received identifying the project is closed. • Vetor Contracting Goal for Collier County work Contracted. o Our goal will be that Collier County will have a positive experience working with Vetor Contracting - whereas, our pricing was competitive, our workmanship provides the desired result of the contract issued, our team communicated and followed through on all commitments made, our upfront and closeout process was timely and thorough, if any concerns were addressed to VCS they were solved immediately, and our crew provided a safe environment for themselves as well as the occupants of the work area(s). Vetor Contracting Services, LLC Sample Schedule for Project Greater than $25,000.00 with Milestones Vetor Contracting Services, LLC VBHC 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 iiVA 18 19 20 21 22 23 1►z! 25 26 27 28 29 30 31 32 33 34 35 36 37 0 Task Name Duration Planned Start Date Planned Finish... Percen... Milestone Contracts 23.96... 3/3/2020 4/6/2020 100% ❑ ITB 1 day 3/3/2020 3/3/2020 100% ❑ Documents Review 2 days 3/4/2020 3/5/2020 100% ❑ Acquire Pricing (Sub/Vendor) 7 days 3/3/2020 3/11/2020 100% ❑ Bid Date 1 day 3/20/2020 3/20/2020 100% ❑ Award Date 0 day 4/6/2020 4/6/2020 100% 0 Design 2 days 4/13/2020 4/14/2020 100% ❑ Submittals 1 day 4/13/2020 4/13/2020 100% ❑ Apply for Permits 2 days 4/13/2020 4/14/2020 100% ❑ Procurement 10 days 4/6/2020 4/17/2020 100% ❑ Order Equipment 0.5 day 4/6/2020 4/6/2020 100% ❑ Order Materials 0.5 day 4/6/2020 4/6/2020 100% ❑ Schedule Crew / Subs 10 days 4/6/2020 4/17/2020 100% ❑ Construction (Phase 1 - North) $250k 39 days 4/20/2020 6/11/2020 100% ❑ Prep/Pre-construction 3 days 4/20/2020 4/22/2020 100% ❑ Mobilization 1 day 4/23/2020 4/23/2020 100% ❑ Sound Stucco & Mark for Removal (Garage) 2 days 4/24/2020 4/27/2020 100% ❑ Demo - North Elevation & Garage 15 days 4/27/2020 5/15/2020 100% ❑ Roofing 30 days 4/27/2020 6/5/2020 100% ❑ Electrical 5 days 5/4/2020 5/8/2020 100% ❑ Plumbing 3 days 5/4/2020 5/6/2020 100% ❑ Electrical & Plumbing Inspections 1 day 5/11/2020 5/11/2020 100% 0 Form & Pour Concrete (Columns) 2 days 5/12/2020 5/13/2020 100% ❑ Waterproofing - Window Openings & Floor Lines 3 days 5/14/2020 5/18/2020 100% ❑ Rebar Reinforcement (CMU) 3 days 5/18/2020 5/20/2020 100% ❑ Parge Coat (Sika VOH) 3 days 5/20/2020 5/22/2020 100% ❑ C-Mesh (Carbon Fiber Mesh) 14 days 5/25/2020 6/11/2020 100% ❑ Install New Roof Stair Platform 2 days 6/8/2020 6/9/2020 100% ❑ Stucco 10 days 6/8/2020 6/19/2020 100% ❑ Paint 3 days 6/22/2020 6/24/2020 100% ❑ Punch -Out 1 day 6/25/2020 6/25/2020 100% 0 Construction (Phase 2 - West) $910k 105.0... 6/22/2020 11/13/2020 100% ❑ Prep/Pre-construction 3 days 6/22/2020 6/24/2020 100% ❑ Shore Posts / Window Protection 10 days 6/25/2020 7/8/2020 100% ❑ Post Tension Investigation / Evaluation / Scanning 5 days 7/6/2020 7/10/2020 100% ❑ Demo Concrete / Slab Edges - West Elevation 25 days 7/9/2020 8/12/2020 100% ❑ Demo Stucco - West Elevation Window Bays 45 days 7/13/2020 9/11/2020 100% ❑ Post Tension Cable Repairs 60 days 7/15/2020 10/6/2020 100% ❑ Feb, 23 '20 Mar, 01 '20 Mar, 08 '20 Mar, 15 '20 Mar, M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T V 01 100% 0 100% 100% 00 100% VBHC Task Name 39 I Electrical 40 I Post Tension & Electrical Inspections (Every Friday - Miles... 41 I Form & Pour Concrete (Columns, Balconies, Slab Edges) 42 I Grind & Slope Balconies 43 I Traffic Coating 44 I Waterproofing - Window Openings & Floor Lines 45 Rebar Reinforcement (CMU) 46 k Storm Shutters - (1 Stack per Week) 47 I Screen Enclosures - (1 Stack per Week) 48 I Parge Coat (Sika VOH) 49 I C-Mesh (Carbon Fiber Mesh) 50 I Stucco 51 I Paint 52 I Punch -Out 53 Construction (Phase 3 - South) $200k 54 Prep/Pre-construction 55 Demo - South Elevation 56 Waterproofing - Window Openings & Floor Lines 57 Rebar Reinforcement (CMU) 58 Parge Coat (Sika VOH) 59 C-Mesh (Carbon Fiber Mesh) 60 Stucco 61 Paint 62 Punch -Out 63 Construction (Phase 4 - East) $510k 64 I Prep/Pre-construction 65 I Demo - South Elevation 66 I Grind & Slope Breezeways 67 I Waterproofing - Window Openings & Floor Lines 68 I Rebar Reinforcement (CMU) 69 I Traffic Coating 70 I Railings (1 Floor per Week) 71 I Parge Coat (Sika VOH) 72 I C-Mesh (Carbon Fiber Mesh) 73 I Stucco 74 I Paint 75 Punch -Out 76' Post Construction Duration Planned Start Date Planned Finish... Percen... Milestone 20 days 7/20/2020 8/14/2020 100 % ❑ 45 days 8/10/2020 10/9/2020 100 % ❑ 45 days 8/17/2020 10/16/2020 100 % ❑ 45 days 8/24/2020 10/23/2020 100 % ❑ 45 days 8/31/2020 10/30/2020 100 % ❑ 15 days 8/31 /2020 9/18/2020 100 % ❑ 15 days 9/7/2020 9/25/2020 100 % 0 45 days 9/7/2020 11 /6/2020 100 % ❑ 45 days 9/14/2020 11 /13/2020 100 % ❑ 15 days 9/14/2020 10/2/2020 100 % ❑ 20 days 9/21/2020 10/16/2020 100 % ❑ 15 days 10/5/2020 10/23/2020 100 % ❑ 12.04... 10/19/2020 11 /3/2020 100 % 0 3 days 11 /11 /2020 11 /13/2020 100 % 0 46 days 11 /2/2020 1 /4/2021 77 % ❑ 2 days 11 /2/2020 11 /3/2020 100 % ❑ 10 days 11 /4/2020 11 /17/2020 100 % ❑ 5 days 11/16/2020 11/20/2020 100 % ❑ 5 days 11/19/2020 11/25/2020 100 % ❑ 5 days 11 /24/2020 11 /30/2020 100 % 0 15 days 11 /30/2020 12/18/2020 90 % ❑ 10 days 12/14/2020 12/25/2020 45 % ❑ 5 days 12/28/2020 1 /1 /2021 ❑ 1 day 1 /4/2021 1 /4/2021 0 125.9... 12/28/2020 6/21/2021 ❑ 1 day 12/28/2020 12/28/2020 ❑ 30 days 12/29/2020 2/8/2021 0 40 days 1/18/2021 3/12/2021 ❑ 10 days 2/3/2021 2/16/2021 ❑ 10 days 2/4/2021 2/17/2021 ❑ 30 days 2/8/2021 3/19/2021 ❑ 30 days 2/15/2021 3/26/2021 ❑ 15 days 2/15/2021 3/5/2021 0 20 days 3/8/2021 4/2/2021 0 40 days 3/15/2021 5/7/2021 ❑ 30 days 5/10/2021 6/18/2021 ❑ 1 day 6/21 /2021 6/21 /2021 0 9 days 6/22/2021 7/2/2021 ❑ Feb, 23'20 Mar, 01 '20 Mar, 08'20 Mar, 15'20 Mar, 2 M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T V1 VBHC Task Name 77 I Punch Out 78 I Inspections 79 I Project Closing Phase 80 Close Out Documents (As-Builts, Warranties, O&M Manual) Duration Planned Start Date Planned Finish... Percen... Milestone 6 days 6/22/2021 6/29/2021 ❑ 5 days 6/28/2021 7/2/2021 0 5 days 7/5/2021 7/9/2021 0 5 days 7/5/2021 7/9/2021 ❑ Feb, 23'20 Mar, 01 '20 Mar, 08'20 Mar, 15'20 Mar, 2 M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T V1 VBHC 1 I 2 I 3 I 4 I 5 6 I 7 I 8 I 9 I 10 I 11 I 12 I 13 I 14 I 15 I 16 I 17 I 18 I 19 I 20 I 21 I 22 I 23 I 24 I 25 I 26 I 27 I 28 I 29 I 30 I 31 I 32 I 33 I 34 I 35 I 36 I 37 I 38 bask Name ? 20 Mar, 29 '20 Apr, 05 '20 Apr, 12 '20 Apr, 19 '20 Apr, 26 '20 May, 03 '20 May, 10 '20 May, 17 '20 May, 24 '20 May, 31 '20 T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S IContracts ITB Documents ... Acquire Prici... Bid Date Award Date 4/6/2020 IDesign Submittals Apply for Permi IProcurement Order Equipmei t Order Materials Schedule Cre... IConstruction (... Prep/Pre-cons.. Mobilization Sound Stucco.. Demo - North... Roofing Electrical Plumbing Electrical & ... Form & Pour... Waterproofin... Rebar Reinf... Parge Coat (... C-Mesh (Car... Install New Roof.. Stucco Paint Punch -Out IConstruction ... Prep/Pre-cons.. Shore Posts ... Post Tension L. Demo Stucco.. Post Tension... 100% 100% 100% 100% 100% 100% 100% 100% 5/11 /2020 100% 100% 100% 100% 100% VBHC Task Name Jun, 07'20 Jun, 14'20 Jun, 21 '20 Jun, 28'20 Jul, 05'20 Jul, 12'20 Jul, 19'20 Jul, 26'20 Aug, 02'20 Aug, 09'20 Aug, 1E 3 M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W 1 ' Contracts 2 I ITB 3 I Documents ... 4 I Acquire Prici... 5 Bid Date 6 Award Date 7 , Design 8 9 10 11 12 13 14 15 16 17 18 19 20 21 pjea 23 24 25 26 27 28 29 30 31 32 33 34 35 36 Submittals Apply for Permi Procurement Order Equipmei t Order Materials Schedule Cre... Construction (... Prep/Pre-cons.. Mobilization Sound Stucco.. Demo - North... Roofing Electrical Plumbing Electrical & ... Form & Pour.. Waterproofin... Rebar Reinf... Parge Coat (... C-Mesh (Car... Install New Roof.. Stucco Paint Punch -Out Construction ... Prep/Pre-cons.. Shore Posts ... Post Tension L. )0% 100% 100f'0 100% 100% 6/25/2020 100% 100% 100% 37 I Demo Stucco.. 38 Post Tension... VBHC '20 Aug, 23 '20 Aug, 30 '20 Sep, 06 '20 Sep, 13 '20 Sep, 20 '20 Sep, 27 '20 Oct, 04 '20 Oct, 11 '20 Oct, 18 '20 Oct, 25 '20 Task Name T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S E 1 ' Contracts 2 ' ITB 3 I Documents ... 4 I Acquire Prici... 5 I Bid Date 6 I Award Date 7 ' Design 8 Submittals 9 Apply for Permi 3 10 Procurement 11 I Order Equipmei t 12 I Order Materials 13 I Schedule Cre... 14 Construction (... 15 I Prep/Pre-cons.. 16 I Mobilization 17 I Sound Stucco.. 18 Demo - North... 19 20 21 P41A 23 24 25 26 27 28 29 30 31 32 33 34 35 36 Roofing Electrical Plumbing Electrical & ... Form & Pour.. Waterproofin... Rebar Reinf... Parge Coat (... C-Mesh (Car... Install New Roof.. Stucco Paint Punch -Out Construction ... Prep/Pre-cons.. Shore Posts ... Post Tension L. 37 I Demo Stucco.. 100% 38 Post Tension... 100% VBHC Task Name Jun, ui'2u Jun, 14'2u Jun, 21 '2u Jun, 26'2u Jul, Ub'2u Jul, 12'2u Jul, 19'20 Jul, 26'20 Aug, 02'20 Aug, 09'20 Aug, 1E 3 M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W 39 Electrical 1 100% 40 ` Post Tension & . 41 I Form & Pour ... 42 I Grind & Slop... 43 I Traffic Coating 44 ' Waterproofin... 45 Rebar Reinf... 46 I Storm Shutter... 47 I Screen Enclo... 48 I Parge Coat (... 49 I C-Mesh (Car... 50 I Stucco 51 I Paint 52 I Punch -Out 53 Construction ... 54 Prep/Pre-cons.. 55 Demo - South .. 56 Waterproofin... 57 Rebar Reinf... 58 Parge Coat (... 59 C-Mesh (Car... 60 Stucco 61 Paint 62 Punch -Out 63 Construction (... 64 I Prep/Pre-cons.. 65 I Demo - South .. 66 I Grind & Slop... 67 I Waterproofin... 68 I Rebar Reinf... 69 I Traffic Coating 70 I Railings (1 F... 71 I Parge Coat (... 72 I C-Mesh (Carb.. 73 I Stucco 74 I Paint 75 I Punch -Out 76 1 Post Construc... VBHC 2u Hug, 23 'ZU Hug, W 'zU Sep, ue 'zu Sep, 13 'zu sep, zu LU sep, 21 'Al Oct, 04 '20 Oct, 11 '20 Oct, 18 '20 Oct, 25 '20 T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S E Task Name 39 Electrical 40 ! Post Tension & . 41 I Form & Pour ... 42 I Grind & Slop... 43 I Traffic Coating 44 I Waterproofin... 45 I Rebar Reinf... 46 I Storm Shutter... 47 Screen Enclo... 48 Parge Coat (... 49 I C-Mesh (Car... 50 I Stucco 51 I Paint 52 I Punch -Out 53 Construction ... 54 Prep/Pre-cons.. 55 Demo - South .. 56 Waterproofin... 57 Rebar Reinf... 58 Parge Coat (... 59 C-Mesh (Car... 60 Stucco 61 Paint 62 Punch -Out 63 Construction (... 64 I Prep/Pre-cons.. 65 I Demo - South .. 66 I Grind & Slop... 67 I Waterproofin... 68 I Rebar Reinf... 69 I Traffic Coating 70 I Railings (1 F... 71 I Parge Coat (... 72 I C-Mesh (Garb.. 73 I Stucco 74 I Paint 75 I Punch -Out 76 1 Post Construc... 100% 100% 100% 100% 100% 100% 100% 100% 10 VBHC Task Name Nov, U'I 'ZU Nov, Ud LU Nov, 15 '1U Nov, 22 LU Nov, 29 LU Jec, Ue '2U Dec, 13 '20 Dec, 20 '20 Dec, 27 '20 Jan, 03 '21 Jan, 10 ' M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S IA T W T S S M T W T F S S M T W T F S S M T W T F S S M T W 39 Electrical 40 ! Post Tension & . 41 I Form & Pour ... 42 I Grind & Slop... 43 I Traffic Coating )% 44 I Waterproofin... 45 I Rebar Reinf... 46 I Storm Shutter... 47 Screen Enclo... 48 Parge Coat (... 49 I C-Mesh (Car... 50 I Stucco 51 I Paint 52 I Punch -Out 53 Construction ... 54 Prep/Pre-cons.. 55 Demo - South .. 56 Waterproofin... 57 Rebar Reinf... 58 Parge Coat (... 59 C-Mesh (Car... 60 Stucco 61 Paint 62 Punch -Out 63 Construction (... 64 I Prep/Pre-cons.. 65 I Demo - South .. 66 I Grind & Slop... 67 I Waterproofin... 68 I Rebar Reinf... 69 I Traffic Coating 70 I Railings (1 F... 71 I Parge Coat (... 72 I C-Mesh (Garb.. 73 I Stucco 74 I Paint 75 I Punch -Out 76 1 Post Construc... 100% 100% 100% 100% 11 /11 /2020 100% 100% 100% 100% 90% 45% 0% 1 /4/2021 O 0% VBHC Task Name ,1 Jan, 17'z1 Jan, 24 L1 Jan, 31 'z1 red, U/ L1 reb, 1421 reb, 21 '21 Feb, 28'21 Mar, 07'21 Mar, 14'21 Mar, 21 '21 T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S 39 Electrical 40 ` Post Tension & . 41 1 Form & Pour ... :1K 43 44 45 50 51 52 53 54 55 56 57 58 59 [*111 61 62 63 64 65 66 MA Is 71 72 73 74 Grind & Slop... Traffic Coating Waterproofin... Rebar Reinf... Storm Shutter... Screen Enclo... Parge Coat (... C-Mesh (Car... Stucco Paint Punch -Out Construction ... Prep/Pre-cons.. Demo - South .. Waterproofin... Rebar Reinf... Parge Coat (... C-Mesh (Car... Stucco Paint Punch -Out 1 f•.. ,.a.. ,.a: i Prep/Pre-cons.. Demo - South .. 0% Grind & Slop... 0% Waterproofin... 0% Rebar Reinf... 0% Traffic Coating 0% Railings (1 F... 0% Parge Coat (... 0% C-Mesh (Carb.. Stucco Paint 75 76 Punch -Out Post Construc... VBHC Task Name 39 1 Electrical 40 r Post Tension & . 16 41 I Form & Pour ... 42 ` Grind & Slop... 43 Traffic Coating 44 Waterproofin... 45 Rebar Reinf... r 46 1 Storm Shutter... 47 ` Screen Enclo... 48 I Parge Coat (... 49 ' C-Mesh (Car... 50 51 52 Stucco Paint Punch -Out 53 Construction ... 54 Prep/Pre-cons.. 55 Demo - South .. 56 Waterproofin... Mar, zb '"21 Apr, U4 '21 Apr, 1 1 '21 Apr, 1 b '21 Apr, 25 '21 May, U2 '21 May, 09 '21 May, 16 '21 May, 23 '21 May, 30 '21 Jun, 06 '2 M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W l 57 Rebar Reinf... 58 Parge Coat (... 59 C-Mesh (Car... 60 Stucco 61 Paint 62 Punch -Out VV ■ VVJiNViV,... 64 I Prep/Pre-cons.. 65 I Demo - South .. 66 I Grind & Slop... 67 I Waterproofin... 68 I Rebar Reinf... 69 I Traffic Coating 70 I Railings (1 F... 71 I Parge Coat (... 72 I C-Mesh (Carb.. 0% 73 I Stucco 74 Paint 0% 75 I Punch -Out 76 1 Post Construc... VBHC Task Name I Jun, IJ'"21 Jun, 2U'21 Jun, 21'21 Jul, U4'21 Jul, 11 '21 F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S 39 I Electrical 40 r Post Tension & . 16 41 I Form & Pour ... 42 ` Grind & Slop... 43 Traffic Coating 44 Waterproofin... 45 Rebar Reinf... r 46 1 Storm Shutter... 47 ` Screen Enclo... 48 I Parge Coat (... 49 ' C-Mesh (Car... 50 I Stucco 51 ` Paint 52 Punch -Out 53 Construction ... 54 Prep/Pre-cons.. 55 Demo - South .. 56 Waterproofin... 57 Rebar Reinf... 58 Parge Coat (... 59 C-Mesh (Car... 60 Stucco 61 Paint 62 Punch -Out 63 Construction (... 64 I Prep/Pre-cons.. 65 I Demo - South .. 66 I Grind & Slop... 67 I Waterproofin... 68 I Rebar Reinf... 69 I Traffic Coating 70 I Railings (1 F... 71 I Parge Coat (... 72 I C-Mesh (Carb.. 73 I Stucco 74 I Paint 0% 75 I Punch -Out <�, 6/21/2021 76' Post Construc... C VBHC Task Name 77 I Punch Out 78 I Inspections 79 'Project Closi... 80 Close Out Do... Jun, 13 '21 Jun, '2U '21 Jun, 2 / '21 Jul, U4 '21 Jul, 11 .21 F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S 0% 6/28/2021 0% Project Summary for Vanderbilt Beach and Harbour Club (VBHC). Vetor Contracting Services was contracted by the Board of Electors of the VBHC Association to renovate the condominiums. Generally speaking, the work that was bid began as a remedial restoration project that included the following: • Structural Steel Elements • Roofing • Electrical • Plumbing • Screen Enclosures • Stucco Restoration • Concrete Restoration • Site Work • Railings • Painting Project Summary - from initial bid: VBHC was experiencing window leaks, falling concrete from balconies, structural steel deficiencies, roofing membrane and wall coatings were in failure. The engineer of record (WJJ) provided an initial investigation report. This report identified cracking within the stucco system, failed stucco (500sf), delaminated concrete (150CF), new membrane (all balconies), replacing the steel stairs and landing that accessed the mechanical room, and new wall coatings on 100% of both structures. VCS entered into a contract with the Vanderbilt Beach and Harbour Club - where we were the successful low bidder. After the submittal process, front end project requirements of performance and payment bonds, COI, and project schedules VCS mobilized the site. Sam Grisoff was lead for the project and put together a great plan to complete in a timely basis. We setup a project trailer and committed to having management on site daily. The project quickly evolved into a major restoration project as areas of the facility were being "opened" for engineering review. VCS worked as a team with the owners and the engineers to develop a plan to restore the structure and provide owners with a value to their spent assets. During the stucco restoration we quickly understood the root cause for the water intrusion into the occupied units. The masonry walls that were laid within the concrete framing of the columns and beams was not tied into the framing that Vetor Contracting Services, LLC caused cracking within the stucco facade - years and years of continued patching and wall coatings never provided the owners with the desired result of fixing the water leaks. The remedy was the installation of a Carbon Fiber Mesh material over the CMU and Concrete Framing to provide stiffening or structural integrity to the CMU and Concrete Framing. This stiffening process is what was needed to protect the investment for the stucco restoration project that was originally prescribed by the engineering firm. Regarding the concrete restoration - VCS provided the owners with a Cubic Foot Unit Cost to repair the delaminated concrete on the balconies and concrete columns. During our initial demolition process, we quickly identified that the Post Tension Cabling System was in complete failure. VCS and the VBHC Engineers developed an approach to restore the existing Post Tension Cabling System. VCS came up with three repair types of varying degree with the engineer approval for this approach. For years VBHC has spent money on remedial repairs and never benefitting from these assets spent. The underlying issues were never addressed and continually realizing wasted assets on repairs that would never solve the problem. It was clear to the Owners, Engineers, and VCS that this project quickly evolved into a large-scale restoration project. VCS sub -contractors on this project were: • Electricians - our electricians were on an on -call basis to repair any conduit that was rusted or damaged during our excavation process. • Plumbers - our plumbing contractor was instrumental in upgrading all the outdoor BBQ Stations with safe gas lines and shut offs; as well as, updated code requirements. In addition, our plumbing contractor replaced numerous feet of damaged exposed plumbing lines throughout the project. • Structural Steel - our subcontractor provided new steel stairway and landing. • Storm Shutters - our storm shutter contractor designed and installed all new storm shutters. • Screen Enclosures - our screen enclosure contractor designed and installed all new screen enclosures. Vetor Contracting Services, LLC and our Team provided owners with a long-lasting project and more importantly protection of their assets spent. For decades the ownership at VBHC spent 100's of thousands to repair their structure and never realized positive results of the assets spent. A supportive part of our success was the professionalism provided by our sub -contractors. Vetor Contracting Services, LLC VETOR CONTRACTING SERVICES, LLC 621 Strand Blvd #207 Naples, FL 34110 239.784-5367 www.vetorcontractingservices.com EVALUATION CRITERIA NO.4 EXPERIENCE AND CAPACITY OF THE FIRM Vetor Contracting Services, LLC Firms and Subcontractors Capabilities to Perform Work: VCS is a Full Service General Contractor. All projects completed to date have been delivered on time and with excellent craftsmanship. We have been in business since 2014 completing many projects in Collier County - we are financially sound with over 15 million dollar bonding capacity and self -funded by its owner Ryan Vetor. VCS has over $500,000.00 cash on hand with receivables in excess of over $400,000.00 and payables are all paid in full. The self -funded line of credit is in excess of $500,000.00. VCS is profitable and successful. VCS Crew - Self Performed Work: • Masonry- Including CMU, Stone, Coping, Flashings, and all work associated within the Masonry Trades. This work includes new and restoration services. We also specialize in Carbon Reinforcing of CMU walls that are showing signs of deterioration. • Concrete- both flat work and supported slabs (columns, beams, supported slabs). • Structural - VCS will self perform all structural work including, steel framing, headers, lintels, fabricating, shop drawings, and all other structural needs. • Waterproofing - our crew specializes in all waterproofing applications including deck coatings, sealants, sealers, plaza waterproofing (hot and cold), many other applications as well. • Stucco - VCS crew specializes in new and restoration stucco work. • Site Work - VCS will self perform most of our own site work depending on the scope. • Demolition - VCS crew will self perform all demolition work. Vetor Contracting Services, LLC has contracted, scheduled, and completed in an exemplary fashion all work identified above. We have a large reference list (provided) with excellent results. VCS has completed over $800,000.00 of self performed work this past quarter. VCS has been in business for over 6 years. Sub -Contractors • Electricians - VCS electrical subcontractors have recently completed many repairs to the electrical system at Vanderbilt Beach and Harbour Club. For this project we were removing full slabs of balconies and within the balconies there was embedded conduit. Our electrician and VCS coordinated the shut off of the power to the occupied units - made the necessary repairs to the rusted embedded conduit wiring - then turned the power back on to service the units. VCS then completed the concrete repairs of forming, setting steel, pouring new concrete, and then coordinating with them to return to hang lights and ceiling fans. Vetor Contracting Services, LLC o VCS works with three Primary Electricians who are all well vetted and come highly recommended. Roofing Contractors - VCS roofing subcontractor recently completed a project at Colony Gardens where we re -roofed 16 Carport Garages - included in the re -roofing project VCS self performed all the necessary framing that were deteriorated from years of water leaks. In addition, we also repaired much of the exterior lighting on the structures as the conduit was deteriorated. VCS also self performed all the exterior stucco and painting on the garages. We coordinated with our Crew (Framing, Stucco, and Painting) and our roofing contractor in a professional manner. o VCS works with three Primary Roofing Contractors who are well vetted and come highly recommended. Plumbing Contractors - VCS, as stated in our executive summary report, recently completed a delicate plumbing project. Where we coordinated with owners, occupants, and pedestrians to replace gas lines that fed out door BBQ units. In addition, we replaced 100's of feet of water lines that were severely deteriorated from years of salt exposure. VCS coordinated also with our own crew to provide owners with a seamless transition from shutdown to operation in a timely manner as schedule dictated. o VCS works with three Primary plumbing Contractors who are well vetted and come highly recommended. • HVAC Contractors - VCS has worked with HVAC Contractors to complete repairs required to service HVAC systems. Recently VCS was contracted to retrofit all copper drain lines running through the Monaco Condominium Complex on all units these lines were replaced with Aquatherm (Polypropylene Piping System). VCS removed drywall and metal studs to expose the existing AC Drain Lines buried within the wall framing system. Due to the Polypropylene material being larger in diameter than the existing copper lines - we then had to core through the floor slab to accommodate the new Polypropylene lines. Many of the AC Units needed to be removed and reinstalled - VCS coordinated with Debonair to complete this work. After all drain lines were installed VCS then had to Fireproof around the lines, install new metal studs, install new drywall, tape and mud to a level 5, then paint and final clean all units. This was a large scale HVAC project that VCS coordinated. o VCS works with three primary HVAC Contractors who are well vetted and come highly recommended. As you can see VCS has contracted with many sub -contractors as you have outlined in your bid schedule in the IFQ. VCS has a long list of Sub Contractors and Work Experience to complete all your Small GC needs. We look forward to working with you to complete the needed projects. Vetor Contracting Services, LLC Financial Strengths of VCS - we are a strong company with Bonding Capacity of Over 15 million dollars. Our Bonding company reviews our financials year over year to provide us with our dollar amount as well as our strength to complete projects in the past. The financial capabilities of our sub -contractors are equally strong. We use nothing but long-standing reputable sub -contractors. Our capabilities to perform work for Collier County are outlined above. We hope that our ability to self perform much of the work and the strength of our Sub - Contractors meets your expectations. Vetor Contracting Services, LLC Various team members' successful experience in working with one another on previous projects. Vetor Contracting Services has built quite a team over the past 6 years both internally and field crew. We have completed many complex projects to some general maintenance work. Our largest contract to date is over 1.8 million. To date our team has completed all projects in a professional manner by working together as team. The team is not made up of just VCS crew members and staff but along with our Engineers, Architects, Owners and Managers. Colony Gardens is a project that may best represent the type of work associated with the Collier County Small GC contract. • Total Contract Amount - $140,000.00 • Time to Complete - 60 Days VCS Management Team for Colony Gardens - • Mr. Sam Grisoff - Lead PM • Mr. Evan Vetor - PM • Mr. Alfredo Cortes - Foreman VCS Upper Management Team for Colony Gardens - • Mr. Ryan Vetor - President • Mr. Derek Vetor - Vice President • Mr. Kristopher Collins - Senior Project Manager/Estimator Sub -Contractor • Mr. Ron Grigsby - RD Grigsby LLC (Roofing Contractor) Evan Vetor was responsible for lead at Colony Gardens. He brought the project opportunity to our weekly bid review meeting. The team of Sam Grisoff, Ryan Vetor, Derek Vetor, and Kris Collins asked our common questions. Do we have a relationship, does the project have a clear and defined scope of work, is it in our target market area, and can we be successful? After answering yes to all the question's, the team said "bid". Evan was responsible for the main pricing but the team took a final look and review to submit the final proposal to ownership. Our estimating team is as solid as you will find. We work well together and all have a common goal - customer satisfaction. VCS structure is that our Estimating Team is the same as our Project Management Team. We have found that this approach is extremely successful. VCS was awarded the contract and our team went through our Process. Vetor Contracting Services, LLC Evan was responsible for all the upfront management items: • Schedule • Submittals • Sub -Contract • Material Ordering • Deliveries • Completion - 3 days Sam Grisoff checked and assured accuracy by asking questions and review. Ryan Vetor was responsible for contract review, signature and turn around (2 days) Evan and Sam reviewed the project with our Lead Foreman - Alfredo Cortes where the reviewed. • Estimate - man days and duration schedule to develop a crew to complete the work. • Reviewed timing and scheduling of the roofing sub contractor • Assured all materials were properly ordered and secured for deliveries to complete in a timely manner. Final review was brought to our weekly project meeting where the full team interacted (collaborated) to assure a seamless project. Project kick off went seamless - all crew members had their assignments. Luis and Miguel were responsible for stucco demolition of all garages - 100%. Carlos was responsible for removing and replacing the damaged framing - Our roofing contractor was responsible for removing and replacing the roofing membrane. After 2 days on the project, we identified an unknown condition all the conduit within the walls was severely deteriorated. Our foreman Alfredo contacted Evan immediately and after a quick review we called our Electrical Sub Contractor to come and assess the situation. Within 2 days we determined all conduit needed to be removed and replaced. Pricing was provided to the owners and a change order was issued. Prior to the contract being sent to the electrician it went through a scope review and quickly turned it over and within 3 days our electrician was making the necessary corrections. During progress of the project our full team is involved in a weekly progress meeting - the team asked Evan questions: • Is the customer satisfied • Is the site clean • Is our crew safe and working together • Are we on schedule • Are we meeting our target production numbers to assure the crew size will meet the schedule. Vetor Contracting Services, LLC • We also discuss the billable amount projected for the end of the month • Also, we discuss the payable expectations for the project as well Monthly we have a safety meeting with our crew - there were 2 safety meetings for this specific project above the daily site specific reviews - to date VCS has a zero incident rating and this is due to the crew and our management team working together to bring a safe working environment to all. Even though we ran into the unexpected electrical condition our sub -contractor serviced as they know we expect and were still able to bring the project in on time and just slightly over budget. However, VCS could have simply buried the conduit for all electrical on the project was working properly. The team presented ownership with the conditions and they were the ones who made the decision to remove and replace. Having the sub -contractor assist us allowed VCS to work concurrently with the electrician to complete on time. The complete management team visited the site near completion to say thank you to our crew, our subs, and the owners. While Evan Vetor was on site daily. VCS is only as good as our recently employed (hired) laborer - we pride ourselves in developing a family -oriented company - our entire team is part of our family. VCS hopes this sample of how we work as a Team illustrates the level of commitment you will receive from our great company. It truly takes a team from our management team, to our field crew, and then with our subcontractors to provide a successful project to completion. Collier County will have the same level of attention for all your projects - whether less than $25,000.00 to greater than $25,000.00. Vetor Contracting Services, LLC VETOR \ CONTRACTING SERVICES, LLC EQUIPMENT LIST • Concrete Cutting Saws • Demolition Hammers • Chipping Hammers • Large and Small Scaffolding • Rotary Laser Levels • Hand Drills • Grinders • Welding Equipment • Plasma Cutter • Metal Saws • Carpentry Saws • Concrete Mixers • Air Compressors • Generators • Pressure Washers • Core Drills • Safety Equipment to Adhere to OSHA Standards 621 Strand Blvd #207 Naples, FL 34110 239.784-5367 www.vetorcontractingservices.com *If required, large access equipment will be obtained from Sunbelt Rentals Provide proof that your company is licensed as a General Contractor or Building Contractor in the State of Florida. Please see attached GC License - Vetor Contracting Services, LLC is licensed in the State of Florida to handle Collier County's Small GC work. Vetor Contracting Services, LLC ❑l I-t ■❑ ■❑ Ron DeSantis, Governor Halsey Beshears, Secretary Florida STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD THE GENERAL CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES 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. VETOR CONTRACTING SERVICES, LLC 621 Strand Blvd #207 Naples, FL 34110 239.784-5367 www.vetorcontractingservices.com EVALUATION CRITERIA NO. 5 SPECIALIZED EXPERTISE OF TEAM MEMBERS Vetor Contracting Services, LLC Description of the proposed contract team and the role to be played by each member of the team: Mr. Sam Grisoff - Lead Sales/Project Management for Collier County Sam Grisoff will be the Lead or Main Point of contact for all work associated with the Small GC Contract. All RFP's will be sent to Sam Grisoff. It is highly likely that Sam will be the one estimating/bidding/putting together the requested pricing. However, it will be up to his discretion to give the estimating project to 1 of our 4 other estimators. Our estimator will then give the breakdown to Sam and get his "buy in" and then the final pricing will be submitted by Sam Grisoff. In addition, as described earlier in our business philosophy - Sam Grisoff - will also be the lead PM for all Collier County Small GC projects that we are awarded. He will realize support within our internal team members. However, he will be the lead for all Project Management issues. The way we have structured this Key Opportunity for the next three years with the possibility of 2 (1 year) extensions will provide Collier County with one (1) point of contact eliminating confusion and conflict that can be presented when dealing with multiple estimators and project managers. VCS will 100% have others (to be identified below) assisting Sam with the volume of work that we will be expecting from Collier County. Sam Grisoff has been a high level estimator for many years - his integrity, professionalism, and commitment to our Customers makes him a perfect fit for Collier County Small GC Contract. Please see attached Resume. Mr. Evan Vetor - Sales/Project Management for Emergency Repair Work Evan Vetor will be the point of contact for all Emergency Work associated with Small GC Contract. Evan's phone is ALWAYS ON - he can be reached at any time of the day to service the demand of the emergency work. He will be responsible for developing a crew that can handle the demand of these services. He is VCS Safety Officer and will assure that all Collier County Small GC Projects are operating safely. Though Evan will be the main contact for this work - anyone on this list will also be available to assist with the demand. In addition, Sam Grisoff will be ultimately responsible for Project Management and/or Estimating concerns of the Emergency Work. Please see attached Resume Mr. Ryan Vetor - President Ryan Vetor will be responsible for assurances that the team developed has all the tools/assets to service Collier County Small GC work with the highest level of professionalism. Vetor Contracting Services, LLC Ryan will be available at anytime needed to assist Sam Grisoff with any Estimating and Project Management needs that Sam deems necessary. Ryan will visit all job - sites regularly to assure within our organization that we are meeting the expectations stated in this proposal, that we are doing exactly as we have stated in this proposal, and to assure VCS Team that Collier County is realizing the professionalism it is demanding. Ryan Vetor has over 35 years of owning and operating a Full -Service General Contracting firm with great success. He has been 100% involved in developing this proposal for Collier County and hand picked the Team Members and their roles. As stated above, Ryan is still involved with the day to day estimating and project management needs that his team members ask him to help when assistance is needed. See attached resume. Mr. Derek Vetor - Vice President Derek Vetor is the VP for VCS - his involvement for the Collier County Small GC Contract will assure that the Full Estimating and Project Management Team is operating at a high level. He is responsible for holding and operating the Estimating and Project Management meetings. His knowledge and experience of 35 years in the construction field provide wisdom and insight to customers needs and project demands. Derek will be available to assist Sam Grisoff with any Estimating and Project Management needs that Sam deems necessary. See attached resume. Mr. Kristopher Collins - Senior Project Manager/Senior Sales Kris Collins has been with the Vetor Team for over 20 years and has developed many of our estimating and management tools we use to provide our Customers with the highest level of professionalism. He will be the point of contact to review all estimates, provide assistance for Sam Grisoff whenever requested, final review of all PM submissions, and fill any and all gaps that Sam deems necessary. Kris Collins' 20 years of Estimating and Project Management experience in the Construction Market will provide vital to our success with Collier County. See attached resume. Other Internal Team Members - Andy Vetor, Eric Reid, Justin TreRp - though not directly involved with Collier County - their knowledge and experience with Equipment, Material Procurement, Deliverables, Hands on Knowledge and many other facets of the Construction Industry can and will be called upon for assistance at any time. Vetor Contracting Services, LLC Ms. Newana Cesarone - Office Manager Newana Cesarone is responsible for all front end documentation - Insurance Requirements, Bonds, Job Costing, Hiring Documents, and HR Services. Newana handles all the billings and receivables as well as all documents needed to handle payment requirements. See attached resume. Ms. Felicia Collins - Payroll and Payables Felicia Collins - is responsible for all payroll items, payables, and sub -contracts. She also assists Newana where necessary. In closing, this team will provide Collier County with the highest level of satisfaction to obtain our internal goal - Collier County Wants to Work with Vetor Contracting Services. Vetor Contracting Services, LLC Ryan Vetor 9431 Galliano Terrace Naples, FL 34119 Cell: 810-343-7232 rvetorkdrvcompanies.com rvetorgvetorcontracting com WORK HISTORY: March 1996 Vetor Contracting Services LLC — DRV Contractors, LLC to Owner / President Present/ Day to Day Operations Management Development Oversight of 200 million dollars of GC work - direct involvement 100% repeat business reputation - with 0 failure record HIGHLIGHTS OF QUALIFICATIONS • Owner of General Contracting Firm for 24 years • Completed over 150 Million dollars of work as Owner of GC Firm • Manages over 75 employees • Developed a GC Operation with great success • Developed the Business Model that provides on time and on budget projects • Understands the General Contracting philosophy of working well with its Sub - Contractors • Understands drawings, specifications, working with engineers, architects and owner representatives. • Has worked with many Municipalities — Hospitals — Colleges — Schools — Direct Owners — Owner Representatives. EXPERIENCE: Started DRV in 1996 and started Vetor Contracting in 2014 and has since turned it into a multi- million dollar General Contracting - Concrete Restoration Company - Completing Multi -Million Dollar Contracts concurrently. Ryan has developed an excellent reputation in the GC - Concrete Restoration Market. Most Recently DRV has completed one of the largest Post Tension Repair Projects - 5 million dollar's - in recent years. The project consisted of our developed crew as well as, sub contractors of Electricians, Plumbers, and roofing contractors. Has recently completed a large helical ramp project - over 10,000sf of complete removal and replacement of 2 helical ramps (each ramp was 3 levels), including its beams and partial columns - complete removal and replacement of all electrical work, compete removal and replacement of fire suppression system - over 150,000SF of deck surface area that received all new electrical and fire suppression system. Ryan Vetor has worked diligently in developing a team at Vetor Contracting Services, LLC to a multi -million dollar General Contracting Firm in South West Florida. 2014 and 2015 were spent understanding the market and networking with various engineers and management groups. In 2016 Ryan put together the foundation to make VCS one of the finest run General Contracting firms in the area. In 2020 the group has grown into a 45 man operation with sales in excess of 3 million dollars for 2021. Ryan Vetor and his team have performed exceptionally well time and time again - it's based on the philosophy that you are only as good as your last project. DEREK VETOR 5621 Strand Blvd. #207 Naples, FL 34110 Alt: 810-343-7230 dvetorkdrvcompanies.com dvetorgvetorcontracting com WORK HISTORY: March 1996 Vetor Contracting Services LLC — DRV Contractors, LLC to Owner / President Present/ Day to Day Operations Management Development Oversight of 200 million dollars of GC work - direct involvement 100% repeat business reputation - with 0 failure record HIGHLIGHTS OF QUALIFICATIONS • Owner of General Contracting Firm for 24 years • Completed over 150 Million dollars of work as Owner of GC Firm • Manages over 75 employees • Developed a GC Operation with great success • Developed the Business Model that provides on time and on budget projects • Understands the General Contracting philosophy of working well with its Sub - Contractors • Understands drawings, specifications, working with engineers, architects and owner representatives. • Has worked with many Municipalities — Hospitals — Colleges — Schools — Direct Owners — Owner Representatives. • Personally Manage 5 Million Dollar Volume at any given time EXPERIENCE: Derek has worked side by side with Ryan Vetor to aid and guide this partnership for over 24 years. His track record of completing projects and turning them over to satisfied customers is his strength. His vast knowledge in the construction industry is paramount to the success. His ability to continually educate the estimating and project management team will assure success for generations to come. KRISTOPHER COLLINS 5621 Strand Blvd. #207 Naples, FL 34110 Alt: 810-343-7230 dvetorkdrvcompanies.com dvetorgvetorcontracting com WORK HISTORY: March 2000 DRV Contractors, LLC to Senior Sales — Project Manager 2014 and 2014 to Vetor Contracting Services, LLC 2020 Senior Sales — Project Manager Over sees all estimates — proposals — and project management Responsible for 4 million dollars of work — directly on a yearly basis HIGHLIGHTS OF QUALIFICATIONS • Completed over 75 Million dollars of work as Sales/PM directly • Manages 6 Sales/Project Managers Currently • Developed a GC Operation with great success • Developed the Business Model that provides on time and on budget projects • Understands the General Contracting philosophy of working well with its Sub - Contractors • Understands drawings, specifications, working with engineers, architects and owner representatives. • Has worked with many Municipalities — Hospitals — Colleges — Schools — Direct Owners — Owner Representatives. • Personally Manage 4 Million Dollar Volume at any given time EXPERIENCE: Kris Collins has worked side by side with Ryan and Derek Vetor to aid and guide this partnership for over 20 years. His track record of completing projects and turning them over to satisfied customers is his strength. His vast knowledge in the construction industry is paramount to the success. His ability to continually educate the estimating and project management team will assure success for generations to come. He has developed the Philosophy of shared knowledge is our key to long-term success. Samuel A. Grisoff IV 15308 Latitude Dr. Bonita Springs, FL 34135 (856)495-2058 Samg479@aol.com HIGHLIGHTS OF QUALIFICATIONS • Experienced Manager, Supervisor and Leader • Skilled in Microsoft Office Applications, ISgFt, and On Screen Takeoff • Excellent Decision -Making and Problem -Solving Skills • Proven Track Record Working With Deadlines & Under Pressure • Working Knowledge of Coatings, Mechanics, Carpentry, Concrete & Gen. Construction • Ability to Read and Navigate Quickly Through Blueprints and Specifications RELEVANT EXPERIENCE Project Manager / Estimator • Responsible for generating proposals for both residential and commercial projects. • Knowledgeable in standard & high performance paint coatings, thermal insulation, joint sealants, below & above grade waterproofing, traffic coatings, expansion control and intumescent coatings. • Responsible to prepare monthly amount earned reports for meetings with ownership. • Utilizing On -Screen Takeoff & ISgFt software in taking off projects with up to 100+ conditions. • Oversee and manage projects on a daily, weekly, or monthly basis to ensure positive profit margins. • Obtain & process change -orders in addition to monthly draws using standard AIA forms and Textura. • Work closely with client and architects to ensure proper systems are identified and put in place. • Order & track material costs. • Present and sell said proposals in prospected client meetings. • Responsible for calling vendors to acquire and negotiate pricing. • Attending scope review meetings with clients as well as contract review and negotiations. • Responsible for putting detailed scope of work & labor expectation packages together for the field staff. • Responsible for submittals, warranties, close out packages, as -built drawings/details, PCO's, C.O. logs, etc. • Fluent in all procedures and paperwork associated in managing projects with Collier County & large GC's in this region such as Skanska, Turner, Gilbane, Stiles, DeAngelis Diamond, Suffolk and Brasfield & Gorrie. Project Coordinator/Asst. Project Manager • Responsible for ordering and coordinating all rentals, labor, hotel, airfare, car, and equipment rentals for all jobs. • Assist in the scheduling of in house labor such as field supervisors and apprentices based upon the job size and priority to complete. • In charge of tasks such as inputting daily progress data, reporting and ordering material shortages, cutting purchase and change orders, emailing and verbally contacting the client and vendors to resolve site issues, coordinate with the trucking company to prioritize and schedule the deliveries, and handling 80% of the field calls to troubleshoot their problems. • Review and either approve or deny incoming invoices, expenses, and change orders, then handle the disputing process and acquire credits when necessary. • Assisted estimating by calling subs to acquire quotes for jobs we were bidding on then entering the information into a spread sheet. Lead Supervisor • Responsible for the production of assigned installation projects, personnel management, and for providing excellent customer service to ensure client satisfaction. • Train, mentor, manage, and motivate company employees to include the owners of sub companies and acting supervisors in daily supervisory tasks and duties. • Provide detailed job reports on a daily basis consisting of progress, delays, shipments, and calculated hours per project/per person. • Received numerous above average performance reviews from clients. Apprentice (Sheet Metal) • Compiled precision sheet metal parts for Phillips Magnavox, Hill -Rom Air Shields and Quad Corporation • Skilled in the use of brakes, hardware inserters, drill press, and die punches Project Manager EMPLOYMENT HISTORY Vetor Contracting Services 2020 — Present Project Manager Project Manager/Estimator Estimator Project Coordinator/ Asst. Project Manager Lead Supervisor Apprentice Service Contracting Solutions 2016 — 2020 Noel Painting 2014 — 2016 Richard E. Stephenson G.C. Management 2013 — 2014 T.C. Millwork/Tricon Construction T.C. Millwork/Tricon Construction Nordt Precision Sheet Metal 2005 — 2008 2000 — 2005 / 2008 - 2013 1999 — 2000 EDUCATION High School Diploma Cinnaminson, NJ 1998 Evan Vetor 5621 Strand Blvd. Naples, FL 34110 Phone: 239-961-1568 evetor(kvetorcontracting com WORK HISTORY: August 2016 Vetor Contracting Services, LLC to Estimator/Project Mana eg ment Present Sales - Project Manager 100% repeat business reputation - with 0 failure record Operational Duties Field Operations Safety Policy Implementation HIGHLIGHTS OF QUALIFICATIONS • Answering his phone when customers call • 100% Customer Satisfaction • Developing VCS current customer list • Responsive to all customer needs • Working well with VCS Management Team • Developing the 45 man team to what VCS is today • Ability to track new Crew Members • Safety Officer Experience: From 2010 to 2016 Evan worked with DRV Contractors, LLC honing his management skills, understanding the constructions process, reading prints, estimating, and project management. During this time he worked directly with Kris Collins to understand what making a customer truly satisfied means. At DRV Evan managed over 1 million dollars of work on a yearly basis with much assistance. Currently Evan has developed his skill set to manage upwards of 1.5 million dollars of work yearly. His experience with satisfying customers by being available 24 hours a day will make him excellent in handling the Emergency work for Collier County. In addition his 10 years of on site training provides valuable knowledge in understanding the problem at hand. VETOR CONTRACTING SERVICES, LLC 621 Strand Blvd #207 Naples, FL 34110 239.784-5367 www.vetorcontractingservices.com EVALUATION CRITERIA NO. 6 LOCAL VENDOR PREFERENCE Vetor Contracting Services, LLC COLLIER COUNTY BUSINESS TAX BUSINESS TAX NUMBER: 202187 COLLIER COUNTY TAX COLLECTOR - 2800 N. HORSESHOE DRIVE - NAPLES FLORIDA 34104 - (239) 252-2477 VISIT OUR WEBSITE AT: www.colliertax.com THIS RECEIPT EXPIRES SEPTEMBER 30, 2021 LOCATION: 5621 STRAND BLVD #207 ZONED: COMM / PUD do* BUSINESS PHONE: 239-961-1568 LEGAL FORPr STATE OR COUNTY LIC #: CGC1523966 r LLC % 11-20 EMPLOYEES CLASSIFICATION: 05-GENERAL CONTRACTOR . ' Or CLASSIFICATION CODE: 05100101 ' fAkThis document is a business tax only. This is not certification that Iicen; s Iified. It does not permit the licensee to violate any existing regulatory zoning laws On t to co �nt nor does it exempt the licensee from any other taxes or permits that may be required bylaw.. DISPLAY AT PLACE OF BUSINESS FOR PUBLIC INSPECTION. FAILURE TO DO SO IS CONTRARY TO LOCAL LAWS VETOR CONTRACTING SERVICES, LLC VETOR, RYAN 5621 STRAND BLVD #207 NAPLES, FL 34110 -THIS TAX IS NON -REFUNDABLE - DATE 09/09/2020 AMOUNT 36.00 RECEIPT 500-21-00119262 " lk - Collier COUnty Administrative Services Division Procurement Services Date: December 9, 2020 Email: Sarah.Hamilton(c-r�,colliercountyfl.gov Telephone: (239) 252-8987 Addendum 1 From: Sarah Hamilton, Procurement Strategist To: Interested Bidders Subject: Addendum #1, IFQ 20-7771, Small General Contracting Services The following clarifications are issued as an addendum identifying the following clarification to the scope of work, changes, deletions, or additions to the original solicitation document for the referenced solicitation: Change 1. Detailed Scope of Work: Words Am& thfough are deleted from the Solicitation document: Invoices• All T&M NTE work assignments will utilize a fee schedule for labor/parts/equipment. Fee schedule rates, which are subject to additions or deletions, will be negotiated with the awarded Contractors and will be added to the contract for utilization. For all T&M NTE work, Contractor(s) shall be required to provide backup documentation of Contractor's time and proof of the subcontractor services and/or parts/materials/supplies/equipment by providing invoices and receipts at the time of invoice submission. Ancillary charges may be transferred to the County in the actual amount; however, mark-ups will not be allowed. Mark-ups will not be allowed on sales tax, consumer fees or taxes, use and other similar taxes or fees associated with any work under the resultant contract. Awarded Contractors agree to the following, as it pertains to markups and labor rates on T&M NTE work: 1. The mark-up on rental equipment shall not exceed 10%. 2. The mark-up on materials shall not exceed 10%. 3. The mark-up on subcontractors shall not exceed 15%. A copy of the Subcontractor invoice must be provided. r a4e .:..' fna fkup shall not be allowed against a Sube,...t...,eter-'s .nme -ial. Subcontractor hourly rate shall not exceed the Contractor's hourly rate. 4. The labor rates provided by the Contractor are to be fully burdened to include overhead, insurance, profit and use of company owned small tools and equipment. Change 2. Evaluation Criteria: Words s&uslt Nrrott are deleted from the Solicitation document: EVALUATION CRITERIA NO.S: SPECIALIZED EXPERTISE OF TEAM MEMBERS (25 Total Points Available) In this criterion, include but not limited to: Description of the proposed contract team and the role to be played by each member of the team. Attach brief resumes of all proposed project team members who will be involved in the management of the total package of services, as well as the delivery of specific services. For Changes 1 and 2 above, please see revised Solicitation document. If you requhe additional information, please post a question on our BidSync (www.bidsync.com) bidding platform under the solicitation for this project. 16.C.4.p FIXED TERM SERVICE MULTI -CONTRACTOR AWARD AGREEMENT # 20-7771 for Small General Contracting Services THIS AGREEMENT, made and entered into on this day of 2021 , by and between Vetor Contracting Services, LLC authorized to do business in the State of Florida, whose business address is 9201 Cockleshell Court #3, Bonita Springs, FL 34135 , (the "Contractor") and Collier County, a political subdivision of the State of Florida, (the "County"): WITNESSETH: 1. AGREEMENT TERM. The Agreement shall be for a three (3 ) year period, commencing ❑■ upon the date of Board approval; or ❑ on and terminating on three ( 3 ) year(s) from that date or until all outstanding Purchase Order(s) issued prior to the expiration of the Agreement period have been completed or terminated. The County may, at its discretion and with the consent of the Contractor, renew the Agreement under all of the terms and conditions contained in this Agreement for two ( 2 ) additional one (1 ) year(s) periods. The County shall give the Contractor written notice of the County's intention to renew the Agreement term prior to the end of the Agreement term then in effect. The County Manager, or his designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred and eighty (180) days. The County Manager, or his designee, shall give the Contractor written notice of the County's intention to extend the Agreement term prior to the end of the Agreement term then in effect. 2. COMMENCEMENT OF SERVICES. The Contractor shall commence the work upon issuance of a 0 Purchase Order ❑ 3. STATEMENT OF WORK. The Contractor shall provide services in accordance with the terms and conditions of ❑ Request ❑ ■❑ Other Invitation for Qualification ( IFQ ) # 20-7771 , including all Attachment(s), Exhibit(s) and Addenda and the Contractor's proposal referred to herein and made an integral part of this Agreement. 0 The Contractor shall also provide services in accordance with Exhibit A — Scope of Services attached hereto. Page 1 of 17 Fixed Term Service Multi -Contractor Agreement 2021_Ver.1 Packet Pg. 1570 16.C.4.p 3.1 This Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in writing by the Parties, in compliance with the County's Procurement Ordinance, as amended, and Procurement Procedures in effect at the time such services are authorized. 3.2 ❑■ The procedure for obtaining Work under this Agreement is outlined in Exhibit A — Scope of Services attached hereto. 3-3 ❑ ❑ Other Esc; ihi+Wttaehmeer-----�, 4. THE AGREEMENT SUM. The County shall pay the Contractor for the performance of this Agreement based on Work performed pursuant to the quoted price offered by the Contractor in response to specific Request for Quotation and pursuant to the Price Methodology in Section 4.1 Contractor's quoted prices for time and material shall be based on Exhibit 13- Fee Schedule. Payment will be made upon receipt of a proper invoice and upon approval by the County's Contract Administrative Agent/Project Manager, and in compliance with Chapter 218, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act". 4.1 Price Methodology (as selected below): ❑■ Lump Sum (Fixed Price): A firm fixed total price offering for a project; the risks are transferred from the County to the contractor; and, as a business practice there are no hourly or material invoices presented, rather, the contractor must perform to the satisfaction of the County's project manager before payment for the fixed price contract is authorized. ❑N Time and Materials: The County agrees to pay the contractor for the amount of labor time spent by the contractor's employees and subcontractors to perform the work (number of hours times hourly rate), and for materials and equipment used in the project (cost of materials plus the contractor's markup). This methodology is generally used in projects in which it is not possible to accurately estimate the size of the project, or when it is expected that the project requirements would most likely change. As a general business practice, these contracts include back-up documentation of costs; invoices would include number of hours worked and billing rate by position (and not company (or subcontractor) timekeeping or payroll records), material or equipment invoices, and other reimbursable documentation for the project. w Page 2 of 17 Fixed Term Service Multi -Contractor Agreement 2021Ver.1 Packet Pg. 1571 16.C.4.p 4.2 Any County agency may obtain services under this Agreement, provided sufficient funds are included in their budget(s). 4.3 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of the Agreement. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this Agreement. 4.3 The County, or any duly authorized agents or representatives of the County, shall have the right to conduct an audit of Contractor's books and records to verify the accuracy of the Contractor's claim with respect to Contractor's costs associated with any Payment Application, Change Order, or Work Directive Change. 5. SALES TAX. Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. Collier County, Florida as a political subdivision of the State of Florida, is exempt from the payment of Florida sales tax to its vendors under Chapter 212, Florida Statutes, Certificate of Exemption # 85-8015966531 C. Page 3of17 Fixed'['erm Service Multi -Contractor Agreement 202t Ver.I Packet Pg. 1572 16.C.4.p 6. NOTICES. All notices from the County to the Contractor shall be deemed duly served if mailed or emailed to the Contractor at the following: Company Name: _Vetor Contracting Services, LLC Address: 5621 Strand Blvd. # 207 Naples, FL 34110 Authorized Agent: Ryan Vetor, MGR Attention Name & Title: T Telephone: (810) 343-7232_ E-Mail(s): Rvetor@vetorcontracting.com All Notices from the Contractor to the County shall be deemed duly served if mailed or emailed to the County to: Board of County Commissioners for Collier County, Florida Division Director: Division Name: Address: Damon Grant Facilities Management Division 3335 Tamiami Trail East, Ste 109 Naples, FL 34112 Administrative Agent/PM: Juan Delgado 1 James Williams Telephone: (239) 252-72921 (239) 252-8380 E-Mail(s): Juan.Delgado@colliercountyfl.gov 1 James,Williams@colliercountyfl.gov The Contractor and the County may change the above mailing address at any time upon giving the other party written notification. All notices under this Agreement must be in writing. 7. NO PARTNERSHIP. Nothing herein contained shall create or be construed as creating a partnership between the County and the Contractor or to constitute the Contractor as an agent of the County. 8. PERMITS: LICENSES: TAXES. In compliance with Section 218.80, F.S., all permits necessary for the prosecution of the Work shall be obtained by the Contractor. The County will not be obligated to pay for any permits obtained by Subcontractors. Payment for all such permits issued by the County shall be processed internally by the County. All non -County permits necessary for the prosecution of the Work shall be procured and paid for by the Contractor. The Contractor shall also be solely responsible for payment of any and all taxes levied on the Contractor. In addition, the Contractor shall comply with all rules, regulations and laws of Collier County, the State of Florida, or the U. S. Government now in force or hereafter adopted. The Contractor agrees to comply with all laws governing the responsibility of an employer with respect to persons employed by the Contractor. Page 4 of 17 Fixed Tenn Service Multi -Contractor Agreement 2021_Ver.1 Packet Pg. 1573 16.C.4.p 9. NO IMPROPER USE. The Contractor will not use, nor suffer or permit any person to use in any manner whatsoever, County facilities for any improper, immoral or offensive purpose, or for any purpose in violation of any federal, state, county or municipal ordinance, rule, order or regulation, or of any governmental rule or regulation now in effect or hereafter enacted or adopted. In the event of such violation by the Contractor or if the County or its authorized representative shall deem any conduct on the part of the Contractor to be objectionable or improper, the County shall have the right to suspend the Agreement of the Contractor. Should the Contractor fail to correct any such violation, conduct, or practice to the satisfaction of the County within twenty-four (24) hours after receiving notice of such violation, conduct, or practice, such suspension to continue until the violation is cured. The Contractor further agrees not to commence operation during the suspension period until the violation has been corrected to the satisfaction of the County. 10. TERMINATION. Should the Contractor be found to have failed to perform his services in a manner satisfactory to the County as per this Agreement, the County may terminate said Agreement for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be the sole judge of non-performance. In the event that the County terminates this Agreement, Contractor's recovery against the County shall be limited to that portion of the Agreement Amount earned through the date of termination. The Contractor shall not be entitled to any other or further recovery against the County, including, but not limited to, any damages or any anticipated profit on portions of the services not performed. 11. NO DISCRIMINATION. The Contractor agrees that there shall be no discrimination as to race, sex, color, creed or national origin. 12. INSURANCE. The Contractor shall provide insurance as follows: A. ❑■ Commercial General Liability: Coverage shall have minimum limits of $1,000,000 Per Occurrence, $ 2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. B. ❑■ Business Auto Liability; Coverage shall have minimum limits of $ 1,000,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include: Owned Vehicles, Hired and Non -Owned Vehicles and Employee Non -Ownership. C. 0 Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of $ 500,000 for each accident. Page 5 of 17 Fixed Term Service Multi -Contractor Agreement 2021_Ver.l Packet Pg. 1574 16.C.4.p ■ ■ _ - __ - - •1^ sgal,; ave-prlinitidira-,'' Mi4s-ef$—po:-el.:d.*r Special Requirements: Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier County Government shall be listed as the Certificate Holder and included as an "Additional Insured" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Contractor's policy shall be endorsed accordingly. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. The Contractor shall provide County with certificates of insurance meeting the required insurance provisions. Renewal certificates shall be sent to the County thirty (30) days prior to any expiration date. Coverage afforded under the policies will not be canceled or allowed to expire until the greater of: thirty (30) days prior written notice, or in accordance with policy provisions. Contractor shall also notify County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non -renewal or material change in coverage or limits received by Contractor from its insurer, and nothing contained herein shall relieve Contractor of this requirement to provide notice. Contractor shall ensure that all subcontractors comply with the same insurance requirements that the Contractor is required to meet. 13. INDEMNIFICATION. To the maximum extent permitted by Florida law, the Contractor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, whether resulting from any claimed breach of this Agreement by Contractor, any statutory or regulatory violations, or from personal injury, property damage, direct or consequential damages, or economic loss, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor or anyone employed or utilized by the Contractor in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. Page 6 of 17 Fixed Term Service Multi -Contractor Agreement 2021_Ver.1 Packet Pg. 1575 16.C.4.p 13.1 The duty to defend under this Article 13 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Contractor, County and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to Contractor. Contractor's obligation to indemnify and defend under this Article 13 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the County or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 14. AGREEMENT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Facilities Management Division 15. CONFLICT OF INTEREST. Contractor represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. Contractor further represents that no persons having any such interest shall be employed to perform those services. 16. COMPONENT PARTS OF THIS AGREEMENT. This Agreement consists of the following component parts, all of which are as fully a part of the Agreement as if herein set out verbatim: Contractor's Proposal, Insurance Certificate(s), 0 Exhibit A Scope of Services, Exhibit B Fee Schedule, ❑ R-FP4 ❑ 4-T1❑■ Other Invitation for Qualification (IFQ) #20-7771 , including Exhibits, Attachments and Addenda/Addendum, X subsequent quotes, and ❑ Other -Exhibit Attcrorl'n,'''"-rent: - — 17. APPLICABILITY. Sections corresponding to any checked box ( ■ ) expressly apply to the terms of this Agreement. 18. SUBJECT TO APPROPRIATION. It is further understood and agreed by and between the parties herein that this Agreement is subject to appropriation by the Board of County Commissioners. 19. PROHIBITION OF GIFTS TO COUNTY EMPLOYEES. No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, as amended, and County Administrative Procedure 5311, Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b, Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any Agreement held by the individual and/or firm for cause. 20. COMPLIANCE WITH LAWS. By executing and entering into this Agreement, the Contractor is formally acknowledging without exception or stipulation that it agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to this Agreement, including but not limited to those dealing with the Immigration Reform and Control Act of 1986 as Page 7 of 17 Fixed Term Service Multi -Contractor Agreement 2021_Ver.1 Packet Pg. 1576 16.C.4.p located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended; taxation, workers' compensation, equal employment and safety including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes, and the Florida Public Records Law Chapter 119, if applicable, including specifically those contractual requirements at F.S. § 119.0701(2)(a)-(b) as stated as follows: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Communication and Customer Relations Division 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8999 Email: Public Record Reg uestC@.colliercountyfl.gov The Contractor must specifically comply with the Florida Public Records Law to: 1. Keep and maintain public records required by the public agency to perform the service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify the County in writing. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this Agreement and the County shall have the discretion to unilaterally terminate this Agreement immediately. Page 8 of 17 Fixed Term Service Multi -Contractor Agreement 2021 Ver.l Packet Pg. 1577 16.C.4.p 21. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County encourages and agrees to the successful Contractor extending the pricing, terms and conditions of this solicitation or resultant Agreement to other governmental entities at the discretion of the successful Contractor. 22. PAYMENTS WITHHELD. The County may decline to approve any application for payment, or portions thereof, because of defective or incomplete work, subsequently discovered evidence or subsequent inspections. The County may nullify the whole or any part of any approval for payment previously issued and the County may withhold any payments otherwise due to Contractor under this Agreement or any other Agreement between the County and Contractor, to such extent as may be necessary in the County's opinion to protect it from loss because of: (a) defective Work not remedied; (b) third party claims failed or reasonable evidence indicating probable fling of such claims; (c) failure of Contractor to make payment properly to subcontractors or for labor, materials or equipment; (d) reasonable doubt that the Work can be completed for the unpaid balance of the Contract Amount; (e) reasonable indication that the Work will not be completed within the Contract Time; (f) unsatisfactory prosecution of the Work by the Contractor; or (g) any other material breach of the Contract Documents. If any conditions described above are not remedied or removed, the County may, after three (3) days written notice, rectify the same at Contractor's expense. The County also may offset against any sums due Contractor the amount of any liquidated or unliquidated obligations of Contractor to the County, whether relating to or arising out of this Agreement or any other Agreement between Contractor and the County. 23, FN_J CLEAN UP. Contractor agrees to keep the Project site clean at all times of debris, rubbish and waste materials arising out of the Work. At the completion of the Work, Contractor shall remove all debris, rubbish and waste materials from and about the Project site, as well as all tools, appliances, construction equipment and machinery and surplus materials, and shall leave the Project site clean. 24. STANDARDS OF CONDUCT: PROJECT MANAGER SUPERVISOR EMPLOYEES. The Contractor shall employ people to work on County projects who are neat, clean, well-groomed and courteous. Subject to the American with Disabilities Act, Contractor shall supply competent employees who are physically capable of performing their employment duties. The County may require the Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Collier County projects is not in the best interest of the County. 25. ■� WARRANTY. Contractor expressly warrants that the goods, materials and/or equipment covered by this Agreement will conform to the requirements as specified, and will be of satisfactory material and quality production, free from defects, and sufficient for the purpose intended. Goods shall be delivered free from any security interest or other lien, encumbrance or claim of any third party. Any services provided under this Agreement shall be provided in accordance with generally accepted professional standards for the particular service. These warranties shall survive inspection, acceptance, passage of title and payment by the County. Page 9 of 17 Fixed Tenn Service Multi -Contractor Agreement 2021_Ver.I Packet Pg. 1578 16.C.4.p Contractor further warrants to the County that all materials and equipment furnished under the Contract Documents shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable manufacturers, fabricators, suppliers or processors except as otherwise provided for in the Contract Documents. If, within one (1) year after final completion, any Work is found to be defective or not in conformance with the Contract Documents, Contractor shall correct it promptly after receipt of written notice from the County. Contractor shall also be responsible for and pay for replacement or repair of adjacent materials or Work which may be damaged as a result of such replacement or repair. These warranties are in addition to those implied warranties to which the County is entitled as a matter of law. 26. R■ TESTS AND INSPECTIONS. If the Contract Documents or any codes, laws, ordinances, rules or regulations of any public authority having jurisdiction over the Project requires any portion of the Work to be specifically inspected, tested or approved, Contractor shall assume full responsibility therefore, pay all costs in connection therewith and furnish to the County the required certificates of inspection, testing or approval. All inspections, tests or approvals shall be performed in a manner and by organizations acceptable to the County. 27. X PROTECTION OF WORK. A. Contractor shall fully protect the Work from loss or damage and shall bear the cost of any such loss or damage until final payment has been made. If Contractor or anyone for whom Contractor is legally liable is responsible for any loss or damage to the Work, or other work or materials of the County or County's separate contractors, Contractor shall be charged with the same, and any monies necessary to replace such loss or damage shall be deducted from any amounts due to Contractor. B. Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. C. Contractor shall not disturb any benchmark established by the County with respect to the Project. If Contractor, or its subcontractors, agents or anyone, for whom Contractor is legally liable, disturbs the County's benchmarks, Contractor shall immediately notify the County. The County shall re-establish the benchmarks and Contractor shall be liable for all costs incurred by the County associated therewith. 28. SUBMITTALS AND SUBSTITUTIONS. Any substitution of prod uctslmaterials from specifications shall be approved in writing by the County in advance. 29. CHANGES IN THE WORK. The County shall have the right at any time during the progress of the Work to increase or decrease the Work. Promptly after being notified of a change, Contractor shall submit an estimate of any cost or time increases or savings it foresees as a result of the change. Except in an emergency endangering life or property, or as expressly set forth herein, no addition or changes to the Work shall be made except upon modification of the Purchase Order by the County, and the County shall not be liable Page 10 of 17 Fixed Term Service Multi -Contractor Agreement 2021 Ver,1 Packet Pg. 1579 16.C.4.p to the Contractor for any increased compensation without such modification. No officer, employee or agent of the County is authorized to direct any extra or changed work orally. Any modifications to this Agreement shall be in compliance with the County Procurement Ordinance and Procedures in effect at the time such modifications are authorized. 30. AGREEMENT TERMS. If any portion of this Agreement is held to be void, invalid, or otherwise unenforceable, in whole or in part, the remaining portion of this Agreement shall remain in effect. 31. ADDITIONAL ITEMS/SERVICES. Additional items and/or services may be added to this Agreement in compliance with the Procurement Ordinance, as amended, and Procurement Procedures. 32, DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of Contractor with full decision -making authority and by County's staff person who would make the presentation of any settlement reached during negotiations to County for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed -upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of Contractor with full decision -making authority and by County's staff person who would make the presentation of any settlement reached at mediation to County's board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat. 33. VENUE. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. - - ■ - - - - -" - - -- _ 110i will - - - - -- - - MMUINN 'TMMTMMM -- rR ❑■ AGREEMENT STAFFING, The Contractor's personnel and management to be utilized for this Agreement shall be knowledgeable in their areas of expertise. The County reserves the right to perform investigations as may be deemed necessary to ensure that Page 11 of 17 Fixed Term Service Multi -Contractor Agreement 2021_Ver.1 Packet Pg. 1580 16.C.4.p competent persons will be utilized in the performance of the Agreement. The Contractor shall assign as many people as necessary to complete required services on a timely basis, and each person assigned shall be available for an amount of time adequate to meet required services. 35. 0 ORDER OF PRECEDENCE. In the event of any conflict between or among the terms of any of the Contract Documents, the terms of solicitation the Contractor's Proposal, and/or the County's Board approved Executive Summary, the Contract Documents shall take precedence. ■ w i -lgl ng ■ w - - - - . - _ l ■ a ■ . 36. ASSIGNMENT. Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of the County. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the County's consent, shall be void. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward the County. 37. SECURITY. The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four (4) years. All of Contractor's employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor's business, The Contractor shall immediately notify the Collier County Facilities Management Division via e-mail (DL-FMOPS@colliergov.net) whenever an employee assigned to Collier County separates from their employment. This notification is critical to ensure the Page 12 of 17 Fixed Term Service Multi -Contractor Agreement 2O21_Ver. ] Packet Pg. 1581 16.C.4.p continued security of Collier County facilities and systems. Failure to notify within four (4) hours of separation may result in a deduction of $500 per incident. 38. 0■ SAFETY. All Contractors and subcontractors performing service for Collier County are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Also, all Contractors and subcontractors shall be responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. Collier County Government has authorized the Occupational Safety and Health Administration (OSHA) to enter any Collier County Facility, property and/or right-of-way for the purpose of inspection of any Contractor's work operations. This provision is non- negotiable by any division/department and/or Contractor. All applicable OSHA inspection criteria apply as well as all Contractor rights, with one exception. Contractors do not have the right to refuse to allow OSHA onto a project that is being performed on Collier County Property. Collier County, as the owner of the property where the project is taking place shall be the only entity allowed to refuse access to the project. However, this decision shall only be made by Collier County's Risk Management Division Safety Manager and/or Safety Engineer. (Intentionally left blank signature page to follow) Page 13 of 17 Fixed Term Service Multi -Contractor Agreement 2021 Ver.1 Packet Pg. 1582 IN WITNESS WHEREOF, the parties hereto, by an authorized person or agent, have executed this Agreement on the date and year first written above. ATTEST: BOARD OF COUNTY COMMISSIONERS Crystal K. Kinzel, Clerk of Court & COLLIER COUNTY, FLORIDA Comptroller By: By: PENNY TAYLOR , Chair Dated: (SEAL) Vetor Contracting Services, LLC Contractor's Witnesses: Contractor DBA 1 Contractor's First Witness d;41jah9 60j"'One" Zt rint witness nameT or's Second Witness 0/. ) 11;1,1 Y TType/print witness nameT Approved as to Form and Legality: County Attorney Print Name n Page 14 of 17 re Q12 Llor Pr.Ps1',n signature tleT Fixed "Perm Service Multi -Contractor Agreement 2021 _Ver.1 Packet Pg. 1583 16.C.4.p Exhibit A Scope of Services ❑■ following this page (pages 1 through 4 ) ❑ this exhibit is not applicable Page 15 of 17 Fixed Term Service Multi -Contractor Agreement 2021_Ver,1 Packet Pg. 1584 16.C.4.p IFQ 0 20-7771 "Small General Contracting Services" EXHIBIT A SCOPE OF SERVICES The Facilities Management Division (herein after referred to as "Division" and/or "County") is responsible for maintaining various County owned and leased buildings and facilities throughout Collier County. This Agreement establishes a pool of qualified contractors that can provide general construction and construction -related services, including maintenance services, after-hours repairs, and minor renovation services of County -owned and operated facilities to minimize operational downtime and maintain top operating conditions. The terms "Agreement" and "Contract" shall be used interchangeably throughout this Agreement. DETAILED SCOPE OF WORK Contractors, licensed in the State of Florida, shall provide minor repairs, construction, renovation, installation, and maintenance services. Normal and after-hours repair services will be required Countywide and include, but not be limited to, the following example types of work: • Supervision/administration of construction -related work; and • New construction work for renovations and building additions; and • Renovations/retrofits, repairs/replacements, maintenance, and installations; and • Demolition associated with renovations/retrofits; and • Scheduling work and subcontractors in harmony with the County's operations; and • Estimating cost of future projects; and • On -Call Urgent Services. Typically, maintenance and repair services will be completed during normal business hours, considered to be Monday through Friday between 7:00 AM and 5:00 PM. The County may request services during afterhours as deemed necessary by the County's representative or designee. Aiterhours are considered before 7:00 AM and after 5:00 PM on weekdays and at any time on Saturday, Sunday or County -observed Holidays. Contractors must be qualified and are directly responsible for 100% of the contracted work. In the event the Contractor does not "self -perform" any or all tasks within the specifications, and utilizes subcontractors, the Contractor is directly responsible for all supervision, monitoring and compliance with the schedule, cost, work scope, plans and specification quality in the performance of a project for the County. Contractors are expected to submit quotes for each Request for Quotation that will be issued under this contract. Repeatedly failing to submit a quote, when requested, may result in the termination of Contractors Agreement. A. Procedures for Non-Ureent Work: I. For projects with a value of $25,000 or less, the procedure for obtaining quotes from the awarded Contractors is outlined below: 1. A quote will be requested from one (1) of the awarded Contractors on a basis that ensures a relatively even distribution of work. 2. The Contractor will respond with the information and/or proposal sought within seven (7) calendar days 3. The County shall pay the Contractor for the performance of the work pursuant to the quoted price offered by the Contractor. The Contractor will be compensated for time and material not to exceed (T&M NTE) work, Page 1 of 4 Exhibit A — Scope of Services Packet Pg. 1585 16.C.4.p 4. Contractor will commence work upon County's issuance of a Purchase Order. The Contractor agrees that any Purchase Order that extends beyond the expiration date of the resultant contract will survive and remain subject to the terms and conditions of the resultant contract until the completion or termination of work. iI. For all projects with a value that exceed $25.000, the procedure for obtaining quotes from the awarded Contractors is outlined below: 1. A Summary of Work, project plans, technical specifications, etc. will be provided to all awarded Contractors, along with a quote schedule for providing an all-inclusive lump sum quote. Completion time may be specified in the Request for Quotation. 2. The County's Project Manager will set the required response time for each project, but the Contractors will be given a minimum of seven (7) business days to provide a quote. Other projects may require a longer quoting period to allow for proper coordination. This period may also include a pre -bid meeting. 3. Contractors shall provide a lump sum quote based on the quote schedule provided. The following is an example of a quote schedule that may be required; Item " Description �7n�t Arnouint Item Cost Number 1 Mobilization Lum Sum 1 $0.00 2 Sitework Lump Sum 1 $0.00 3 Demolition Lum Sum 1 $0.00 4 Masonry Lum Sum I $0.00 5 Structural Lum Sum 1 $0.00 b Roofing Lump Sum 1 $0.00 7 Plumbing Lump Sum 1 $0.00 8 HVAC Lum Sum 1 $0.00 9 Electrical Lump Sum 1 $0.00 Lump Sum Total $0.00 4. The County's Project Manager will review all quotes received by the given due date and may negotiate with the Contractor who submits the lowest quote, if outside the budget. 5. No single project may exceed $200,000. 6. Contractor will commence work upon County's issuance of a Purchase Order, The Contractor agrees that any Purchase Order that extends beyond the expiration date of the contract will survive and remain subject to the terms and conditions of the resultant contract until the completion or termination of work. The County reserves the right to waive any or all of these requirements and to separately solicit any job if in the best interest of the County. The County reserves the right to supply all necessary parts for selected projects and repairs. B. Urgent Work: Urgent work shall be defined as any work that is not scheduled. 24-hour availability is needed to complete on -call urgent work. Urgent work will be completed on a rotating schedule with one (1) Contractor designated for a one (1) week period. Each awarded Contractor shall supply all County departments utilizing the resultant contract with a minimum of two (2) twenty-four (24) hour urgent contact phone numbers. All Contractors must participate in the urgent work rotation, which will be equally divided among the awarded Contractors. The annual schedule will be developed at a meeting with all awarded Contractors at the beginning of the contract term, and annually thereafter. The Facilities Management Division will manage and maintain rotation schedules such that three (3) months of future assignments are accessible to all Contractors. Page 2 of 4 Exhibit A — Scope of Services Packet Pg. 1586 16.C.4.p Urgent work requests require telephone or email acknowledgement of the request within two (2) hours. Contractor must provide a Time and Materials Not to Exceed (T&M NTE) quote within 24 hours of the visit and also provide a schedule to complete required repairs. The County may require the Contractor to secure damaged work area via a temporary repair. Should a Contractor fail to respond to an urgent call the next Contractor in rotation shall be contacted. Any failure to provide coverage by a Contractor, may be subject to termination. C. Changes in the Work; The County shall have the right at any time during the progress of the Work to increase or decrease the work. Promptly after being notified of a change, Contractor shall provide the County with a T&M NTE proposal for any changes in the work. D. Invoices: All T&M NTE work assignments will utilize a fee schedule for labor/parts/equipment. Fee schedule rates, which are subject to additions or deletions, will be negotiated with the awarded Contractors and will be added to the contract for utilization. For all T&M NTE work, Contractor(s) shall be required to provide backup documentation of Contractor's time and proof of the subcontractor services and/or pails/materials/supplies/equipment by providing invoices and receipts at the time of invoice submission. Ancillary charges may be transferred to the County in the actual amount; however, mark-ups will not be allowed. Mark-ups will not be allowed on sales tax, consumer fees or taxes, use and other similar taxes or fees associated with any work under the resultant contract. Awarded Contractors agree to the following, as it pertains to markups and labor rates on T&M NTE work: I . The mark-up on rental equipment shall not exceed 10%. 2. The mark-up on materials shall not exceed 10%. 3. The mark-up on subcontractors shall not exceed 15%. A copy of the Subcontractor invoice must be provided. 4. The labor rates provided by the Contractor are to be fully burdened to include overhead, insurance, profit and use of company owned small tools and equipment. E. Contractor's Responsibilities: Contractor(s) shall furnish all necessary qualified labor, materials, equipment, tools, consumables, transportation, skills, and incidentals required for the services requested. All work, equipment, parts and materials must meet Collier Coun Vertical Standards, If the work request is not specific and/or the Collier County Vertical Standards do not specify, then the work/equipment/parts/materials must be approved by the County's representative or designee. F. Permits/Licenses: The Contractor shall obtain and maintain all required permits and/or licenses necessary for the prosecution of the work prior to the start of construction. The Contractor must use a qualified engineer or company representative (with all related licenses and certifications being current and in full force and applicable jurisdiction) with the experience and ability to obtain all permits required for any and all repairs, when necessary and applicable. G. Warranty: The Contractor shall professionally perform to the industry standards and to the requirements in this solicitation and subsequent contractual documents. The Contractor shall warrant their work for one (1) year following final acceptance by the County. Parts and fixtures shall be new and warranted for a minimum of one (1) year or the maximum allowed by the manufacturer, whichever is greater. An extended warranty may be purchased through the Contractor from the manufacturer without any markup being charged to the County. H. Records and Documentation: The Contractor(s) is responsible to maintain and update records for services provided. The documentation will include, and not be limited to, records of all service calls, maintenance performed, and any modifications, if applicable. All reports shall be sent to the County's representative or designee, noting date, repair, materials, location, and/or disposal information. The County reserves the right to require photographs of the completed work. Contractors will be required to use the County's Work Management procedures, such as utilizing online work request system, at no additional cost to the County or Contractor(s). The Contractor(s) will be responsible for utilizing any systems used by the County for work requests under the resultant contract. The Contractors may be required to update, complete and close work requests and attach before and after pictures, as necessary. Page 3 of 4 Exhibit A — Scope of Services Packet Pg. 1587 1 16.C.4.p I. Incidents: Contractor(s) must report any/all accidents/hazards immediately upon occurrence to the County's representative or designee, in writing, followed by any and all notifications required by law, such as Occupational Safety and Health Administration (OSHA) requirements. J. Inspections: The County and the Contractor(s) may conduct an inspection of the completed services provided in response to any resulting Purchase Order, Any deficiencies noted during an inspection shall be corrected before final acceptance. Such deficiencies shall be corrected within 24 hours after receipt of notification, unless otherwise directed by the County's representative or designee, at the Contractor's expense. K. Equipment Inventory: The Contractor(s) shall, under no circumstances, remove any equipment containing a County asset sticker. The Contractor(s) shall request that, when replacing equipment, the asset sticker be removed by an appropriate County's representative or designee authorized to adjust equipment inventory records. L. Facility Safety and Security: The Contractor and their subcontractors are required to comply with County Ordinance 2004-52, as amended. The Contractor and their subcontractors must meet all background checks and fingerprinting requirements and shall be responsible for all associated costs. At all times, the Contractor and their subcontractors must wear the assigned contractor badge while conducting work on County property. The awarded Contractors will be asked to work in the Collier County Sheriff's Office Correctional Facilities and other areas considered "high security", which require thorough background checks of personnel and tools taken into such Facilities. Work must be performed in accordance with industry standards and guidelines. The Contractor(s) will comply with all applicable federal, state and local laws, ordinances, rules and regulations pertaining to the performance of the services requested herein. Any fines levied due to inadequacies, or failure to comply with any requirements, will be the sole responsibility of the Contractor(s). Any employee or representative of the Contractor(s) found not in conformance with any laws, statutes, rules or regulations will not be allowed on the job site. Violations by a Contractor may constitute cause for immediate contract termination. The Contractor(s) must comply with Federal and State right -to -know laws if hazardous materials are used. Material Safety Data Sheets (MSDS) will be made available and must be provided to the County per the County's representative or designee direction. The Contractor is required to immediately report to the County's representative or designee any spillage or dumping of hazardous material on County property. The Contractor shall bear all costs associated with the cleanup of any such incidents. Contractors will be expected to understand and comply with Collier County Practices and Procedures (CMA's), Standard Operating Procedures (SOP's) or Job Safety Analysis (JSA's) that pertain to environmental, health and safety standards and/or work practices applicable to the activities they perform. These include but are not limited to: • Storage, handling, and use of flammable liquids and hazardous materials. • Storage, handling, and use of compressed gas cylinders. • Periodic safety inspections of equipment and work -site housekeeping. • Use of fall protection while working at heights above 6 feet. • Following electrical safety practices and lock out / tag out procedures. • Proper use of personal protective equipment. • Proper maintenance and use of ladders and other equipment. • Guarding of wall and floor openings, open trenches, and excavations. M. Clean-up: The Contractor(s) shall be responsible for removing all debris from the site and cleaning affected areas in the most environmentally friendly manner possible. The Contractor(s) 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 or designee, shall remove such debris and materials from the property. The Contractor(s) shall leave all affected areas as they were prior to beginning work. There will be no cost to the County for clean-up. Page 4 of 4 Exhibit A — Scope of Services Packet Pg. 1588 16.C.4.p Exhibit B Fee Schedule following this page (pages 1 through 1 Page 16 of 17 Fixed Tenn Service Multi -Contractor Agreement 2021_Ver. i Packet Pg. 1589 16.C.4.p IFQ # 20-7771 "Small General Contracting Services" EXHIBIT B FEE SCHEDULE VETOR CONTRACTING SERVICES, LLC Project Manager $94.00 Assistant Project Manager $52.00 Superintendent $75,00 Skilled Laborer $66.00 Non -Skilled Laborer $45.00 Special Equipment Rates: Skid -Steer $65.00 Mini Excavator $65.00 1. Quotes for projects with a value of $25,000 or less shall utilize time and material price methodology based on rates above. 2. The mark-up on rental equipment shall not exceed 10%. 3. The mark-up on materials shall not exceed 10%. 4. The mark-up on subcontractors shall not exceed 15%. A copy of the Subcontractor invoice must be provided. 5. The labor rates provided by the Contractor are to be fully burdened to include overhead, insurance, profit and use of company owned small tools and equipment. Page 1 of 1 Exhibit B — Fee Schedule Packet Pg. 1590 16.C.4.p Other ExhibittAttachment Description: ❑ following this page (pages through ) 0 this exhibit is not applicable Page 17 of 17 Fixed Term Service Multi -Contractor Agreement 2021_Ver.1 Packet Pg. 1591 16.C.4.q ACC?R o CERTIFICATE OF LIABILITY INSURANCE DA5/2O/2021 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). PRODUCER CONTACT NAME: RSC Insurance Brokerage, Inc. PHONE (305)446-2271 FAX AIC No Ext : A/C No): 3350 S Dixie Hwy E-MAIL AnnRF4R.MIA-Certificates@risk-strategies.com Miami FL 33133 INSURERA:Monroe Guaranty Ins Co 32506 INSURED INSURERB:FCCI Insurance Co 10178 Waypoint Contracting, Inc. INSURER C: National Trust Insurance CO 20141 7955 NW 12th Street, Suite 400 INSURER D: INSURER E : Doral FL 33126 INSURER F: COVERAGES CERTIFICATE NUMBER:CL2061863962 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF MMIDDIYYYY POLICY EXP MMIDDIYYYY LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,( A CLAIMS -MADE OCCUR DAMAGE TO RENTED PREMISES Ea occurrence $ 100,( MED EXP (Any one person) $ 10,( X GL100046991-02 6/30/2020 6/30/2021 PERSONAL & ADV INJURY $ 1,000,( GEN'LAGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,( 1 PRO - POLICY ❑ LOC PRODUCTS - COMP/OP AGG $ 2,000,( $ OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident $ 1,000,( X BODILY INJURY (Per person) $ B ANYAUTO ALL OWNED SCHEDULED AUTOS AUTOS X CA100015294-03 6/30/2020 6/30/2021 BODILY INJURY (Per accident) $ X PROPERTY DAMAGE Per accident $ NON -OWNED HIRED AUTOS X AUTOS X UMBRELLA LAB X OCCUR EACH OCCURRENCE $ 3,000,( AGGREGATE $ 3,000,( B EXCESS LAB CLAIMS -MADE DED X RETENTION $ 10,000 $ UME100025766-02 6/30/2020 6/30/2021 WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN X PER OTH- STATUTE I ER C ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? N ❑ (Mandatory in NH) NIA 010-WC20A-76368 6/30/2020 6/30/2021 E.L. EACH ACCIDENT $ 1,000,( E.L. DISEASE - EA EMPLOYEE $ 1,000,( If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE- POLICY LIMIT $ 1,000,( DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) PROJECT: 20-7771 Collier County Board of County Commissioners, OR, Board of County Commissioners In Collier County, OR Collier County Government, OR Collier County is included as additional insured under the captioned Commercial General Liability & Automobile Liability Policies on a Primary & Non -Contributory basis as required by written contract for any and all work performed on behalf of Collier County. CERTIFICATE HOLDER CANCELLATION Collier County Board of County Commissioners 3295 Tamiami Trail E. Naples, FL 34112 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Christian/GENFLO © 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD INS025 (201401) 1 Packet Pg. 1592 16.C.4. r FIXED TERM SERVICE MULTI -CONTRACTOR AWARD AGREEMENT # 20-7771 for Small General Contracting Services THIS AGREEMENT, made and entered into on this day of 2021 , by and between Waypoint Contracting, Inc. , authorized to do business in the State of Florida, whose business address is 833 Meadowland Drive, Naples, FL 34108 , (the "Contractor") and Collier County, a political subdivision of the State of Florida, (the "County"): WITNESSETH: AGREEMENT TERM. The Agreement shall be for a three (3 ) year period, commencing ❑■ upon the date of Board approval; or ❑ on and terminating on three ( 3 ) year(s) from that date or until all outstanding Purchase Order(s) issued prior to the expiration of the Agreement period have been completed or terminated. The County may, at its discretion and with the consent of the Contractor, renew the Agreement under all of the terms and conditions contained in this Agreement for two ( 2 ) additional one (1 ) year(s) periods. The County shall give the Contractor written notice of the County's intention to renew the Agreement term prior to the end of the Agreement term then in effect. The County Manager, or his designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred and eighty (180) days. The County Manager, or his designee, shall give the Contractor written notice of the County's intention to extend the Agreement term prior to the end of the Agreement term then in effect. 2. COMMENCEMENT OF SERVICES. The Contractor shall commence the work upon issuance of a W Purchase Order ❑ . 3. STATEMENT OF WORK. The Contractor shall provide services in accordance with the terms and conditions of ❑ ❑ Other Invitation for Qualification ( IFQ ) # 20-7771 , including all Attachment(s), Exhibit(s) and Addenda and the Contractor's proposal referred to herein and made an integral part of this Agreement. ❑■ The Contractor shall also provide services in accordance with Exhibit A — Scope of Services attached hereto. Page 1 of 17 Fixed Term Service Mufti -Contractor Agreement 2021_Ver.1 Packet Pg. 1593 16.C.4.r 3.1 This Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in writing by the Parties, in compliance with the County's Procurement Ordinance, as amended, and Procurement Procedures in effect at the time such services are authorized. 3.2 0 The procedure for obtaining Work under this Agreement is outlined in Exhibit A — Scope of Services attached hereto. "IMMU".r.72".A 4. THE AGREEMENT SUM. The County shall pay the Contractor for the performance of this Agreement based on Work performed pursuant to the quoted price offered by the Contractor in response to specific Request for Quotation and pursuant to the Price Methodology in Section 4.1 Contractor's quoted prices for time and material shall be based on Exhibit B- Fee Schedule. Payment will be made upon receipt of a proper invoice and upon approval by the County's Contract Administrative Agent/Project Manager, and in compliance with Chapter 218, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act". 4.1 Price Methodology (as selected below): ❑■ Lump Sum (Fixed Price): A firm fixed total price offering for a project; the risks are transferred from the County to the contractor; and, as a business practice there are no hourly or material invoices presented, rather, the contractor must perform to the satisfaction of the County's project manager before payment for the fixed price contract is authorized. ❑■ Time and Materials: The County agrees to pay the contractor for the amount of labor time spent by the contractor's employees and subcontractors to perform the work (number of hours times hourly rate), and for materials and equipment used in the project (cost of materials plus the contractor's markup). This methodology is generally used in projects in which it is not possible to accurately estimate the size of the project, or when it is expected that the project requirements would most likely change. As a general business practice, these contracts include back-up documentation of costs; invoices would include number of hours worked and billing rate by position (and not company (or subcontractor) timekeeping or payroll records), material or equipment invoices, and other reimbursable documentation for the project. RM I- " " u �ra:�i N Page 2 of 17 Fixed Term Service Multi -Contractor Agreement 2021_Ver.l Packet Pg. 1594 16.C.4.r 4.2 Any County agency may obtain services under this Agreement, provided sufficient funds are included in their budget(s). 4,3 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of the Agreement. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this Agreement. 4.3 The County, or any duly authorized agents or representatives of the County, shall have the right to conduct an audit of Contractor's books and records to verify the accuracy of the Contractor's claim with respect to Contractor's costs associated with any Payment Application, Change Order, or Work Directive Change. ' A • w Wi A . MY-0-1. 5. SALES TAX. Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. Collier County, Florida as a political subdivision of the State of Florida, is exempt from the payment of Florida sales tax to its vendors under Chapter 212, Florida Statutes, Certificate of Exemption # 85-8015966531 C. Page 3 of 17 Fixed Tenn Service Multi -Contractor Agreement 2021 _Ver.l Packet Pg. 1595 16.C.4. r 6. NOTICES. All notices from the County to the Contractor shall be deemed duly served if mailed or emailed to the Contractor at the following: Company Name: Waypoint Contracting, Inc. Address: 833 Meadowland Drive Naples, FL 34108 Authorized Agent: Attention Name & Title: Telephone: E-Mail(s): Katrina Gonzalez, President (786) 608-1406 Kgonzalez@waypointci.com All Notices from the Contractor to the County shall be deemed duly served if mailed or emailed to the County to: Board of County Commissioners for Collier County, Florida Division Director: Division Name: Address: Damon Grant Facilities Management Division 3335 Tamiami Trail East, Ste 109 Naples, FL 34112 Administrative Agent/PM: Juan Delgado 1 James Williams Telephone: (239) 252-7292 / (239) 252-8380 E-Mail(s): Juan.Delgado@colliercountyfl.gov 1 James.Williams@colliercountyfl.gov The Contractor and the County may change the above mailing address at any time upon giving the other party written notification. All notices under this Agreement must be in writing. 7. NO PARTNERSHIP. Nothing herein contained shall create or be construed as creating a partnership between the County and the Contractor or to constitute the Contractor as an agent of the County. 8. PERMITS: LICENSES: TAXES. In compliance with Section 218.80, F.S., all permits necessary for the prosecution of the Work shall be obtained by the Contractor. The County will not be obligated to pay for any permits obtained by Subcontractors. Payment for all such permits issued by the County shall be processed internally by the County. All non -County permits necessary for the prosecution of the Work shall be procured and paid for by the Contractor. The Contractor shall also be solely responsible for payment of any and all taxes levied on the Contractor. In addition, the Contractor shall comply with all rules, regulations and laws of Collier County, the State of Florida, or the U. S. Government now in force or hereafter adopted. The Contractor agrees to comply with all laws governing the responsibility of an employer with respect to persons employed by the Contractor. Page 4 of 17 Fixed Term Service Multi -Contractor Agreement 2021_Ve€.1 Packet Pg. 1596 16.C.4. r 9. NO IMPROPER USE. The Contractor will not use, nor suffer or permit any person to use in any manner whatsoever, County facilities for any improper, immoral or offensive purpose, or for any purpose in violation of any federal, state, county or municipal ordinance, rule, order or regulation, or of any governmental rule or regulation now in effect or hereafter enacted or adopted. In the event of such violation by the Contractor or if the County or its authorized representative shall deem any conduct on the part of the Contractor to be objectionable or improper, the County shall have the right to suspend the Agreement of the Contractor. Should the Contractor fail to correct any such violation, conduct, or practice to the satisfaction of the County within twenty-four (24) hours after receiving notice of such violation, conduct, or practice, such suspension to continue until the violation is cured. The Contractor further agrees not to commence operation during the suspension period until the violation has been corrected to the satisfaction of the County. 10. TERMINATION. Should the Contractor be found to have failed to perform his services in a manner satisfactory to the County as per this Agreement, the County may terminate said Agreement for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be the sole judge of non-performance. In the event that the County terminates this Agreement, Contractor's recovery against the County shall be limited to that portion of the Agreement Amount earned through the date of termination. The Contractor shall not be entitled to any other or further recovery against the County, including, but not limited to, any damages or any anticipated profit on portions of the services not performed. 11. NO DISCRIMINATION. The Contractor agrees that there shall be no discrimination as to race, sex, color, creed or national origin. 12. INSURANCE. The Contractor shall provide insurance as follows: A. [W Commercial General Liability: Coverage shall have minimum limits of $1,000,000 Per Occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. B. A Business Auto Liability Coverage shall have minimum limits of $ 1,000,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include: Owned Vehicles, Hired and Non -Owned Vehicles and Employee Non -Ownership. C. *Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of $ 500,000 for each accident. Page S of 17 Fixed Term Service Multi -Contractor Agreement 2021_Ver.1 Packet Pg. 1597 16.C.4. r - ❑Re im and aggregate. ❑ . limits ef ❑ �� Special Requirements: Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier County Government shall be listed as the Certificate Holder and included as an "Additional Insured" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Contractor's policy shall be endorsed accordingly. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. The Contractor shall provide County with certificates of insurance meeting the required insurance provisions. Renewal certificates shall be sent to the County thirty (30) days prior to any expiration date. Coverage afforded under the policies will not be canceled or allowed to expire until the greater of: thirty (30) days prior written notice, or in accordance with policy provisions. Contractor shall also notify County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non -renewal or material change in coverage or limits received by Contractor from its insurer, and nothing contained herein shall relieve Contractor of this requirement to provide notice. Contractor shall ensure that all subcontractors comply with the same insurance requirements that the Contractor is required to meet. 13. INDEMNIFICATION. To the maximum extent permitted by Florida law, the Contractor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, whether resulting from any claimed breach of this Agreement by Contractor, any statutory or regulatory violations, or from personal injury, property damage, direct or consequential damages, or economic loss, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor or anyone employed or utilized by the Contractor in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. Page 6 of 17 fixed Term Service Multi -Contractor Agreement 2021_Ver.1 Packet Pg. 1598 16.C.4. r 13.1 The duty to defend under this Article 13 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Contractor, County and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to Contractor. Contractor's obligation to indemnify and defend under this Article 13 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the County or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 14. AGREEMENT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Facilities Management Division 15. CONFLICT OF INTEREST. Contractor represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. Contractor further represents that no persons having any such interest shall be employed to perform those services. 16. COMPONENT PARTS OF THIS AGREEMENT, This Agreement consists of the following component parts, all of which are as fully a part of the Agreement as if herein set out verbatim: Contractor's Proposal, Insurance Certificate(s), ❑■ Exhibit A Scope of Services, Exhibit B Fee Schedule, ❑ R-FR/ ❑ 99/FNJ Other Invitation for Qualification (I FQ) #20-7771 , including Exhibits, Attachments and Addenda/Addendum, 0 subsequent quotes, and ❑ 17. APPLICABILITY. Sections corresponding to any checked box ( ■ ) expressly apply to the terms of this Agreement. 18. SUBJECT TO APPROPRIATION. It is further understood and agreed by and between the parties herein that this Agreement is subject to appropriation by the Board of County Commissioners. 19. PROHIBITION OF GIFTS TO COUNTY EMPLOYEES. No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part Ill, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, as amended, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any Agreement held by the individual and/or firm for cause. 20. COMPLIANCE WITH LAWS. By executing and entering into this Agreement, the Contractor is formally acknowledging without exception or stipulation that it agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to this Agreement, including but not limited to those dealing with the Immigration Reform and Control Act of 1986 as Page 7 of 17 Fixed Term Service Multi -Contractor Agreement 2021_Ver.] Packet Pg. 1599 16.C.4. r located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended; taxation, workers' compensation, equal employment and safety including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes, and the Florida Public Records Law Chapter 119, if applicable, including specifically those contractual requirements at F.S. § 119.0701(2)(a)-(b) as stated as follows: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Communication and Customer Relations Division 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8999 Email: PublicRecordReguest@colIiercountV_fi.gov The Contractor must specifically comply with the Florida Public Records Law to: 1. Keep and maintain public records required by the public agency to perform the service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify the County in writing. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this Agreement and the County shall have the discretion to unilaterally terminate this Agreement immediately. Page S of 17 Fixed Term Service Multi-Contractar Agreement 2021_Ver.I Packet Pg. 1600 16.C.4. r 21. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County encourages and agrees to the successful Contractor extending the pricing, terms and conditions of this solicitation or resultant Agreement to other governmental entities at the discretion of the successful Contractor. 22. PAYMENTS WITHHELD. The County may decline to approve any application for payment, or portions thereof, because of defective or incomplete work, subsequently discovered evidence or subsequent inspections. The County may nullify the whole or any part of any approval for payment previously issued and the County may withhold any payments otherwise due to Contractor under this Agreement or any other Agreement between the County and Contractor, to such extent as may be necessary in the County's opinion to protect it from loss because of; (a) defective Work not remedied; (b) third party claims failed or reasonable evidence indicating probable fling of such claims, (c) failure of Contractor to make payment properly to subcontractors or for labor, materials or equipment; (d) reasonable doubt that the Work can be completed for the unpaid balance of the Contract Amount; (e) reasonable indication that the Work will not be completed within the Contract Time; (f) unsatisfactory prosecution of the Work by the Contractor; or (g) any other material breach of the Contract Documents. If any conditions described above are not remedied or removed, the County may, after three (3) days written notice, rectify the same at Contractor's expense. The County also may offset against any sums due Contractor the amount of any liquidated or unliquidated obligations of Contractor to the County, whether relating to or arising out of this Agreement or any other Agreement between Contractor and the County. 23. X CLEAN UP. Contractor agrees to keep the Project site clean at all times of debris, rubbish and waste materials arising out of the Work. At the completion of the Work, Contractor shall remove all debris, rubbish and waste materials from and about the Project site, as well as all tools, appliances, construction equipment and machinery and surplus materials, and shall leave the Project site clean. 24. STANDARDS OF CONDUCT: PROJECT MANAGER SUPERVISOR EMPLOYEES. The Contractor shall employ people to work on County projects who are neat, clean, well-groomed and courteous. Subject to the American with Disabilities Act, Contractor shall supply competent employees who are physically capable of performing their employment duties. The County may require the Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Collier County projects is not in the best interest of the County. 26. FMI WARRANTY. Contractor expressly warrants that the goods, materials and/or equipment covered by this Agreement will conform to the requirements as specified, and will be of satisfactory material and quality production, free from defects, and sufficient for the purpose intended. Goods shall be delivered free from any security interest or other lien, encumbrance or claim of any third party. Any services provided under this Agreement shall be provided in accordance with generally accepted professional standards for the particular service. These warranties shall survive inspection, acceptance, passage of title and payment by the County. Page 9 of 17 Fixed Term Service Multi -Contractor Agreement 2021_Ver.1 Packet Pg. 1601 16.C.4.r Contractor further warrants to the County that all materials and equipment furnished under the Contract Documents shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable manufacturers, fabricators, suppliers or processors except as otherwise provided for in the Contract Documents. If, within one (1) year after final completion, any Work is found to be defective or not in conformance with the Contract Documents, Contractor shall correct it promptly after receipt of written notice from the County. Contractor shall also be responsible for and pay for replacement or repair of adjacent materials or Work which may be damaged as a result of such replacement or repair. These warranties are in addition to those implied warranties to which the County is entitled as a matter of law. 26. ❑■ TESTS AND INSPECTIONS. If the Contract Documents or any codes, laws, ordinances, rules or regulations of any public authority having jurisdiction over the Project requires any portion of the Work to be specifically inspected, tested or approved, Contractor shall assume full responsibility therefore, pay all costs in connection therewith and furnish to the County the required certificates of inspection, testing or approval. All inspections, tests or approvals shall be performed in a manner and by organizations acceptable to the County. 27. 0 PROTECTION OF WORK. A. Contractor shall fully protect the Work from loss or damage and shall bear the cost of any such loss or damage until final payment has been made. If Contractor or anyone for whom Contractor is legally liable is responsible for any loss or damage to the Work, or other work or materials of the County or County's separate contractors, Contractor shall be charged with the same, and any monies necessary to replace such loss or damage shall be deducted from any amounts due to Contractor. B. Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. C. Contractor shall not disturb any benchmark established by the County with respect to the Project. If Contractor, or its subcontractors, agents or anyone, for whom Contractor is legally liable, disturbs the County's benchmarks, Contractor shall immediately notify the County. The County shall re-establish the benchmarks and Contractor shall be liable for all costs incurred by the County associated therewith. 28. SUBMITTALS AND SUBSTITUTIONS. Any substitution of prod uctslmaterials from specifications shall be approved in writing by the County in advance. 29. CHANGES IN THE WORK. The County shall have the right at any time during the progress of the Work to increase or decrease the Work. Promptly after being notified of a change, Contractor shall submit an estimate of any cost or time increases or savings it foresees as a result of the change. Except in an emergency endangering life or property, or as expressly set forth herein, no addition or changes to the Work shall be made except upon modification of the Purchase Order by the County, and the County shall not be liable Page 10 of 17 Fixed Term Service Multi -Contractor Agreement 2021_Ver.1 Packet Pg. 1602 16.C.4. r to the Contractor for any increased compensation without such modification. No officer, employee or agent of the County is authorized to direct any extra or changed work orally. Any modifications to this Agreement shall be in compliance with the County Procurement Ordinance and Procedures in effect at the time such modifications are authorized. 30. AGREEMENT TERMS. If any portion of this Agreement is held to be void, invalid, or otherwise unenforceable, in whole or in part, the remaining portion of this Agreement shall remain in effect. 31. ADDITIONAL ITEMS/SERVICES. Additional items and/or services may be added to this Agreement in compliance with the Procurement Ordinance, as amended, and Procurement Procedures. 32. DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of Contractor with full decision -making authority and by County's staff person who would make the presentation of any settlement reached during negotiations to County for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed -upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of Contractor with full decision -making authority and by County's staff person who would make the presentation of any settlement reached at mediation to County's board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat. 33. VENUE. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. 4 ■ - a w -Wl w M ■❑ AGREEMENT STAFFING. The Contractor's personnel and management to be utilized for this Agreement shall be knowledgeable in their areas of expertise. The County reserves the right to perform investigations as may be deemed necessary to ensure that Page 11 of 17 Fixed Term Service Multi -Contractor Agreement 202 t_Ver.1 Packet Pg. 1603 16.C.4. r competent persons will be utilized in the performance of the Agreement. The Contractor shall assign as many people as necessary to complete required services on a timely basis, and each person assigned shall be available for an amount of time adequate to meet required services. 35. ❑■ ORDER OF PRECEDENCE. In the event of any conflict between or among the terms of any of the Contract Documents, the terms of solicitation the Contractor's Proposal, and/or the County's Board approved Executive Summary, the Contract Documents shall take precedence. - - -RPM■ - _ a R.,M.A.I.M1Z1.111 N1,111111, NOW IN ­010,11... - . - - w - - Y r 36. ASSIGNMENT. Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of the County. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the County's consent, shall be void. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward the County. 37. SECURITY. The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four (4) years. All of Contractor's employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor's business. The Contractor shall immediately notify the Collier County Facilities Management Division via e-mail (DL-FMOPS@colliergov.net) whenever an employee assigned to Collier County separates from their employment. This notification is critical to ensure the Page 12 of 17 Fixed Term Service Multi -Contractor Agreement 2021_Ver.1 Packet Pg. 1604 16.C.4. r continued security of Collier County facilities and systems. Failure to notify within four (4) hours of separation may result in a deduction of $800 per incident. 38. F■ SAFETY. All Contractors and subcontractors performing service for Collier County are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Also, all Contractors and subcontractors shall be responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. Collier County Government has authorized the Occupational Safety and Health Administration (OSHA) to enter any Collier County Facility, property and/or right-of-way for the purpose of inspection of any Contractor's work operations. This provision is non- negotiable by any division/department and/or Contractor. All applicable OSHA inspection criteria apply as well as all Contractor rights, with one exception. Contractors do not have the right to refuse to allow OSHA onto a project that is being performed on Collier County Property. Collier County, as the owner of the property where the project is taking place shall be the only entity allowed to refuse access to the project. However, this decision shall only be made by Collier County's Risk Management Division Safety Manager and/or Safety Engineer. (Intentionally left blank -signature page to follow) Page 13 of 17 Fixed Term Service Multi-Contrac€or Agreement 2021_Ver.1 Packet Pg. 1605 16.C.4. r IN WITNESS WHEREOF. the parties hereto, by an authorized person or agent, have executed this Agreement on the date and year first written above. ATTEST: BOARD OF COUNTY COMMISSIONERS Crystal K. Kinzel, Clerk of Court & COLLIER COUNTY, FLORIDA Comptroller LM Dated: (SEAL) Contractor's Witnesses: 14ndrGA Contractor first Witness T L4r .A. fc,- ,� TType/print witness nameT Contractor's Second Witness TType/print witness nameT Approved as to Form and Legality: County Attorney Print Name ;A )" PENNY TAYLOR , Chair Waypoint Contracting, Inc. Contractor Fr+ By: gnature V-�WCL6 C-X)nloiez Presictcn.t TType/print signature and titleT Page 14 of 17 Fixed Tenn Service Multi -Contractor Agreement 2021 Vcr I Packet Pg. 1606 16.C.4.r Exhibit A Scope of Services 0 following this page (pages 1 through Ate) ❑ this exhibit is not applicable Page 15 of 17 Fixed Term Service Multi -Contractor Agreement 2021_Ver.1 Packet Pg. 1607 16.C.4. r IFQ ## 20-7771 `Small General Contracting Services" EXHIBIT A SCOPE OF SERVICES The Facilities Management Division (herein after referred to as "Division" and/or "County") is responsible for maintaining various County owned and leased buildings and facilities throughout Collier County. This Agreement establishes a pool of qualified contractors that can provide general construction and construction -related services, including maintenance services, after-hours repairs, and minor renovation services of County -owned and operated facilities to minimize operational downtime and maintain top operating conditions. The terms "Agreement" and "Contract" shall be used interchangeably throughout this Agreement. DETAILED SCOPE OF WORK Contractors, licensed in the State of Florida, shall provide minor repairs, construction, renovation, installation, and maintenance services. Normal and after-hours repair services will be required Countywide and include, but not be limited to, the following example types of work: • Supervision/administration of construction -related work; and • New construction work for renovations and building additions; and • Renovations/retrofits, repairs/replacements, maintenance, and installations; and • Demolition associated with renovations/retrofits; and • Scheduling work and subcontractors in harmony with the County's operations; and • Estimating cost of future projects; and • On -Call Urgent Services. Typically, maintenance and repair services will be completed during normal business hours, considered to be Monday through Friday between 7:00 AM and 5:00 PM. The County may request services during afterhours as deemed necessary by the County's representative or designee. Afterhours are considered before 7:00 AM and after 5:00 PM on weekdays and at any time on Saturday, Sunday or County -observed Holidays. Contractors must be qualified and are directly responsible for 100% of the contracted work. In the event the Contractor does not "self -perform" any or all tasks within the specifications, and utilizes subcontractors, the Contractor is directly responsible for all supervision, monitoring and compliance with the schedule, cost, work scope, plans and specification quality in the performance of a project for the County. Contractors are expected to submit quotes for each Request for Quotation that will be issued under this contract. Repeatedly failing to submit a quote, when requested, may result in the termination of Contractors Agreement. A. Procedures for Non -Urgent Work: I. For projects with a value of $25,000 or less, the procedure for obtaining quotes from the awarded Contractors is outlined below: 1. A quote will be requested from one (1) of the awarded Contractors on a basis that ensures a relatively even distribution of work. 2. The Contractor will respond with the information and/or proposal sought within seven (7) calendar days. 3. The County shall pay the Contractor for the performance of the work pursuant to the quoted price offered by the Contractor. The Contractor will be compensated for time and material not to exceed (T&M NTE) work. Paget of 4 Exhibit A — Scope of Services Packet Pg. 1608 16.C.4. r 4. Contractor will commence work upon County's issuance of a Purchase Order. The Contractor agrees that any Purchase Order that extends beyond the expiration date of the resultant contract will survive and remain subject to the terms and conditions of the resultant contract until the completion or termination of work. II, For all projects with a value that exceed $25,000, the procedure for obtaining quotes from the awarded Contractors is outlined below: 1. A Summary of Work, project plans, technical specifications, etc. will be provided to all awarded Contractors, along with a quote schedule for providing an all-inclusive lump sum quote. Completion time may be specified in the Request for Quotation. 2. The County's Project Manager will set the required response time for each project, but the Contractors will be given a minimum of seven (7) business days to provide a quote. Other projects may require a longer quoting period to allow for proper coordination. This period may also include a pre -bid meeting. 3. Contractors shall provide a lump sum quote based on the quote schedule provided. The following is an example of a quote schedule that may be required: Item Number ..: Des.criptifln Un►t Amount Item Cost 1 Mobilization Lum Sum 1 $0.00 2 Sitework Lump Sum 1 $0.00 3 Demolition Lum Sum 1 $0.00 4 Masonry Lump Sum 1 $0.00 5 Structural Lum Sum 1 $0.00 6 Roofing Lump Sum 1 $0.00 7 Plumbing Lump Sum 1 $0.00 8 HVAC Lump Sum 1 $0.00 9 Electrical Lump Sum 1 $0.00 Lump Sum Total $0.00 4. The County's Project Manager will review all quotes received by the given due date and may negotiate with the Contractor who submits the lowest quote, if outside the budget. 5. No single project may exceed $200,000. 6. Contractor will commence work upon County's issuance of a Purchase Order. The Contractor agrees that any Purchase Order that extends beyond the expiration date of the contract will survive and remain subject to the terms and conditions of the resultant contract until the completion or termination of work. The County reserves the right to waive any or all of these requirements and to separately solicit any job if in the best interest of the County. The County reserves the right to supply all necessary parts for selected projects and repairs. B. Urgent Work: Urgent work shall be defined as any work that is not scheduled. 24-hour availability is needed to complete on -call urgent work. Urgent work will be completed on a rotating schedule with one (1) Contractor designated for a one (1) week period. Each awarded Contractor shall supply all County departments utilizing the resultant contract with a minimum of two (2) twenty-four (24) hour urgent contact phone numbers. All Contractors must participate in the urgent work rotation, which will be equally divided among the awarded Contractors. The annual schedule will be developed at a meeting with all awarded Contractors at the beginning of the contract term, and annually thereafter. The Facilities Management Division will manage and maintain rotation schedules such that three (3) months of future assignments are accessible to all Contractors. Page 2 of 4 Exhibit A — Scope of Services Packet Pg. 1609 16.C.4. r Urgent work requests require telephone or email acknowledgement of the request within two (2) hours. Contractor must provide a Time and Materials Not to Exceed (T&M NTE) quote within 24 hours of the visit and also provide a schedule to complete required repairs. The County may require the Contractor to secure damaged work area via a temporary repair. Should a Contractor fail to respond to an urgent call the next Contractor in rotation shall be contacted. Any failure to provide coverage by a Contractor, may be subject to termination. C. Changes in the Work: The County shall have the right at any time during the progress of the Work to increase or decrease the work. Promptly after being notified of a change, Contractor shall provide the County with a T&M NTE proposal for any changes in the work. D. Invoices: All T&M NTE work assignments will utilize a fee schedule for labor/parts/equipment. Fee schedule rates, which are subject to additions or deletions, will be negotiated with the awarded Contractors and will be added to the contract for utilization. For all T&M NTE work, Contractor(s) shall be required to provide backup documentation of Contractor's time and proof of the subcontractor services and/or parts/materials/supplies/equipment by providing invoices and receipts at the time of invoice submission. Ancillary charges may be transferred to the County in the actual amount; however, mark-ups will not be allowed. Mark-ups will not be allowed on sales tax, consumer fees or taxes, use and other similar taxes or fees associated with any work under the resultant contract. Awarded Contractors agree to the following, as it pertains to markups and labor rates on T&M NTE work: 1. The mark-up on rental equipment shall not exceed 10%. 2. The mark-up on materials shall not exceed 10%. 3. The mark-up on subcontractors shall not exceed 15%. A copy of the Subcontractor invoice must be provided. 4. The labor rates provided by the Contractor are to be fully burdened to include overhead, insurance, profit and use of company owned small tools and equipment. E. Contractor's Resoonsibilities: Contractor(s) shall furnish all necessary qualified labor, materials, equipment, tools, consumables, transportation, skills, and incidentals required for the services requested. All work, equipment, parts and materials must meet Collier County Vertical Standards. If the work request is not specific and/or the Collier County Vertical Standards do not specify, then the work/equipment/parts/materials must be approved by the County's representative or designee. F. Permits/Licenses: The Contractor shall obtain and maintain all required permits and/or licenses necessary for the prosecution of the work prior to the start of construction. The Contractor must use a qualified engineer or company representative (with all related licenses and certifications being current and in full force and applicable jurisdiction) with the experience and ability to obtain all permits required for any and all repairs, when necessary and applicable. G. Warranty: The Contractor shall professionally perform to the industry standards and to the requirements in this solicitation and subsequent contractual documents. The Contractor shall warrant their work for one (1) year following final acceptance by the County. Parts and fixtures shall be new and warranted for a minimum of one (1) year or the maximum allowed by the manufacturer, whichever is greater. An extended warranty may be purchased through the Contractor from the manufacturer without any markup being charged to the County. H. Records and Documentation: The Contractor(s) is responsible to maintain and update records for services provided. The documentation will include, and not be limited to, records of all service calls, maintenance performed, and any modifications, if applicable. All reports shall be sent to the County's representative or designee, noting date, repair, materials, location, and/or disposal information. The County reserves the right to require photographs of the completed work. Contractors will be required to use the County's Work Management procedures, such as utilizing online work request system, at no additional cost to the County or Contractor(s). The Contractor(s) will be responsible for utilizing any systems used by the County for work requests under the resultant contract. The Contractors may be required to update, complete and close work requests and attach before and after pictures, as necessary. Page 3 of 4 Exhibit A — Scope of Services Packet Pg. 1610 16.C.4. r I. Incidents: Contractor(s) must report any/all accidents/hazards immediately upon occurrence to the County's representative or designee, in writing, followed by any and all notifications required by law, such as Occupational Safety and Health Administration (OSHA) requirements. J. Inspections: The County and the Contractor(s) may conduct an inspection of the completed services provided in response to any resulting Purchase Order. Any deficiencies noted during an inspection shall be corrected before final acceptance. Such deficiencies shall be corrected within 24 hours after receipt of notification, unless otherwise directed by the County's representative or designee, at the Contractor's expense. K. Equipment Inventory: The Contractor(s) shall, under no circumstances, remove any equipment containing a County asset sticker. The Contractor(s) shall request that, when replacing equipment, the asset sticker be removed by an appropriate County's representative or designee authorized to adjust equipment inventory records. L. Facility Safety and Security: The Contractor and their subcontractors are required to comply with County Ordinance 2004-52, as amended. The Contractor and their subcontractors must meet all background checks and fingerprinting requirements and shall be responsible for ali associated costs. At all times, the Contractor and their subcontractors must wear the assigned contractor badge while conducting work on County property. The awarded Contractors will be asked to work in the Collier County Sheriff's Office Correctional Facilities and other areas considered "high security", which require thorough background checks of personnel and tools taken into such Facilities. Work must be performed in accordance with industry standards and guidelines. The Contractor(s) will comply with all applicable federal, state and local laws, ordinances, rules and regulations pertaining to the performance of the services requested herein. Any fines levied due to inadequacies, or failure to comply with any requirements, will be the sole responsibility of the Contractor(s). Any employee or representative of the Contractor(s) found not in conformance with any laws, statutes, rules or regulations will not be allowed on the job site. Violations by a Contractor may constitute cause for immediate contract termination. The Contractor(s) must comply with Federal and State right -to -know laws if hazardous materials are used. Material Safety Data Sheets (MSDS) will be made available and must be provided to the County per the County's representative or designee direction. The Contractor is required to immediately report to the County's representative or designee any spillage or dumping of hazardous material on County property. The Contractor shall bear all costs associated with the cleanup of any such incidents. Contractors will be expected to understand and comply with Collier County Practices and Procedures (CMA's), Standard Operating Procedures (SOP's) or Job Safety Analysis (JSA's) that pertain to environmental, health and safety standards and/or work practices applicable to the activities they perform. These include but are not limited to: • Storage, handling, and use of flammable liquids and hazardous materials. • Storage, handling, and use of compressed gas cylinders. • Periodic safety inspections of equipment and work -site housekeeping. • Use of fall protection while working at heights above 6 feet. • Following electrical safety practices and lock out / tag out procedures. • Proper use of personal protective equipment. • Proper maintenance and use of ladders and other equipment. • Guarding of wall and floor openings, open trenches, and excavations. M. Clean-up: The Contractor(s) shall be responsible for removing all debris from the site and cleaning affected areas in the most environmentally friendly manner possible. The Contractor(s) 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 or designee, shall remove such debris and materials from the property. The Contractor(s) shall leave all affected areas as they were prior to beginning work. There will be no cost to the County for clean-up. Page 4 of 4 Exhibit A — Scope of Services Packet Pg. 1611 16.C.4. r Exhibit B Fee Schedule following this page (pages through Page 16 of 17 Fixed Term Service Multi -Contractor Agreement 2021 _Ver.l Packet Pg. 1612 16.C.4. r IFQ # 20-7771 "Small General Contracting Services" EXHIBIT B FEESCHEDULE WAYPOINT CONTRACTING INC Project Manager $71.00 Assistant Project Manager $52.00 Superintendent $62.00 Foreman $57.00 Skilled Laborer $35.00 Laborer $30.00 Non -Skilled Laborer $20.00 I . Quotes for projects with a value of $25,000 or less shall utilize time and material price methodology based on rates above. 2. The mark-up on rental equipment shall not exceed 10%. 3. The mark-up on materials shall not exceed 10%. 4. The mark-up on subcontractors shall not exceed 15%. A copy of the Subcontractor invoice must be provided, 5. The labor rates provided by the Contractor are to be fully burdened to include overhead, insurance, profit and use of company owned small tools and equipment. Page 1 of 1 Exhibit B — Fee Schedule Packet Pg. 1613 16.C.4. r Other Exhibit/Attachment Description: ❑ following this page (pages through _) ❑■ this exhibit is not applicable Page 17 of 17 Fixed Term Service Multi -Contractor Agreement 2021_Ver.1 Packet Pg. 1614 TABLE OF CONTENTS EVALUATION CRITERIA NO. 1: COVER LETTER/MANAGEMENT SUMMARY....................PAGE 4 EVALUATION CRITERIA NO. 2: CERTIFIED WOMAN AND OR MINORITY BUSINESS ENTERPRISE ................................ PAGE 6 EVALUATION CRITERIA NO. 3: BUSINESS PLAN ........... PAGE 8 EVALUATION CRITERIA NO.4: EXPERIENCE AND CAPACITY OF THE FIRM......................................................................PAGE 11 EVALUATION CRITERIA NO. 5: SPECIALIZED EXPERTISE OF TEAM MEMBERS................................................................PAGE 21 EVALUATION CRITERIA NO.6: LOCAL VENDOR PREFERENCE.......................................PAGE 36 CITY FORMS................................................................... PAGE 38 CV)I WAYPOINT Contracting, Inc. COVER LETTER AND SUMMARY December 18, 2020 Sarah Hamilton, Procurement Strategist Procurement Services Division 3295 Tamiami Trail East, Bldg C-2 Naples, Florida 34112 SOLICITATION NO.: 20-7771 SMALL GENERAL CONTRACTING SERVICES Dear Selection Committee Members, Vol 1, WAYPOINT Contracting, Inc. Waypoint Contracting, Inc. would like to thank you for the opportunity to express our interest and present our qualifications to Collier County for the Small General Contracting Services invitation through which we will be able to provide new construction, repairs, renovations, and any other general contracting service needed. Waypoint understands Collier County's vision to be the best community in America to live, work, and play. For decades, we have worked closely with local and federal government entities to deliver high -quality, best -value public works for their communities. At Waypoint our first priority is the safety of the surrounding community. When planning, one of the primary considerations is how to accommodate our work so that citizens' daily lives are not disturbed. Currently, Waypoint holds a continuing contract with Collier County for Public Transit Construction Projects and have been given the opportunity to complete over twenty bus stop improvements. Our team's familiarity with local government regulations and expected site conditions will ensure efficient and professional coordination of any project. As presented in our qualifications, the Waypoint team is more than capable of providing top of the line project management and construction expertise in order to ensure that projects are completed within schedule and budget. Our proven and effective team has successfully developed several similar projects locally within the past 50 years. Overseeing the project as the Senior Project Manager will be our Vice President, Jorge L. Lopez. Mr. Lopez brings a wealth of knowledge and an impeccable safety record having worked on projects worth from $100k to over $100m. Mr. Lopez is a hands-on manager with over a decade of construction management experience in providing general contracting services and is well-informed on the rules and regulations governing construction projects in Collier County, and all of South Florida. We are thrilled about our current collaborations between Collier County and Waypoint and we hope to further develop that partnership. Sincerelv, Katrina Gonzalez 786.472.6721 kgonzalez@waypointci.com Collier County IFQ NO: 20-7771 Small General Contracting Services. -a.+ft`�;, }�w+.--•r . � -. ''�^ ic1�. � � ��'�I" -i•. 1 � � �S. fib- L�' n Y' i•.. Y�jri .: - til'tia I � i , + �^ " i .,,mow 1 � r '� � -;�`- '=b'' + •`}--- ` `.� . � <1. ,�?`�.� s '3r ` s. •, .a �L� .. $+. "''qi h �, � •. � - ,��.�` • Y ry !try � � - �� fflolrl . • -. ' ���,;;}}rr,,��V� _ _ 1S7j - -'..:. - Y_,,. •`` r I. ' GeV' • ,..� J'_' ,y�`o'C�'! t - } rt s�l�c,.--a�-;'t kr... / Y:.;t �'�=1 _.� — r��•�� �� v'T�^'�� �•T � c ��—+•+sue-���... _ �p Q � sir. a'�, � ? sc. rt >• � - � � , � 1 '�i,�i; `sr �j . •� ,, �` %1 � i,.=- 1 �b � ' ...���} �.. �. '�`.. /'"sx� �,��.r \yT�.T'�- yam, a <fi �•x �.•� r ��� � -,.; '� :fit A�,� 4%•_., SS]] _��" Y � c .r. "`'t�` r, •� _"i 2,wwr; c�-}c .%y^,f �� ,f+v`'�NC✓xT.7 9 1.C: ^' y;q W )'ry+i` rl = )� �. ti •.I •, �`r +lfr '4} F •, \ 1.@ y �?r '�. �• ~I 1�.ir•!�fi �,�y Y � � �,`.��, '•� t.. tW_i � 7. .J v�`.� �' �-x• 4- - (. �F �i.. � . n}[ � JH It; �.n . � ,.� � �;J .v) t1l � ''1. _ CERTIFIED MINORITY BUSINESS ENTERPRISE 8 WAYPO 1 NT Contracting, Inc. Waypoint Contracting is a Woman -Owned Small Business with decades of construction experience. Headquartered in South Florida, Waypoint focuses on providing exceptional Construction Management at Risk, Design -Build, Construction Management and General Contracting Services to Federal and Local Government, and Residential Properties. Below are our listed classifications: • Women Owned Small Business • Economically Disadvantage Women Owned Small Business • Hispanic American Owned aM:A lzs,zo1P-smm Guam.sa Enhemase- canawcaon(SBE - cone) m (seol. a eiviaion am. ml.mai s.,vicea o.pamn.m Osol naa.ompi.I.e v ona(see�co :)�r (SBE)lproe a a rase on(see-canal c.mricalm1'ia vain mr mr.e years provmea mal you subm.. r..p.nmbaa,.. may r..an I, �mm.aml. anon m deter, m urm. nnmv. rrI.I.. ra,wre ho co p v.11111. aa,a I. on(al"mnn.ra airy lhia enyhao)aaya.arv.filem'ion aneaiainciuee auppoa9na aoc ub.menl�a li n. unwPiv. 1 r c.im.ry Unnraniona ounry'a seB wepsne:bn b.i. Ina apparwnM m b'm ana p.nacal. on son umman Ml— nry.If naves yq e.bona or coot. y • Minority Owned Business • Small Business Enterprise (SBE) • Disadvantage Business Enterprise (DB q e•tP, U.S. SMALL BUSINESS AOMINISTBATION WASHINGTON, D.C. 20416 '�4'/9TPPR` Data: 2019-02-1820:59:32 UTC From: Office of Government Contracting To: WAYPOINT CONTRACTING INC Subject: Documents Uploaded to WOSB Program Repository SBA has received documents uploaded by you to the WOSB Program Repository. In order to submit an offer on a contract reserved for competition among ED WOSBa or WOSBa under the WOSB Program, you must be registered in the System for Award Management (SAM.gov), have Trent representation posted on SAM.gov that you qualify as an EDWOSB or WOSB, and have provided the required documents to the WOSB Program Repository. 13 C.F.R. 127.300(a). it is your responsibility to ensure you have uploaded al I of the documents required by 13 C.F.R. 127.300, remember to log into SAM.gov and update your small business cerfification status. You must update your WOSS Program Certification (WOSB or EDWOSB) in the WOSB Program Repository and your EDWOSBANOSB repreaentations and self -certification in SAM.gov as necessary, but at least annually, to ensure they are kept current, accurate, and complete. The certification and representations are effective for a period of one year from the date of submission or update. You must update the supporting documents submitted to the WOSB Program Repository as necessary to ensure they are kept cument, accurate and complete. 13 C.F.R. 127.300(Q. In accordance with 13 C.F.R. 127.400, SBA, at its choosing, retains the authority to sm.n conduct an Eligibility Examination of your submitted documentation. t this should occur, you will be notified per the regulations. m°m1°e°° nsarsam Sincerely, sane a. zBra U.S. Small Business Admi nisttation Office of Govemment Contracting cs,Eoomsaawrn­wuna.o.nao.,.mm,a.wemrvw­ppproai oam. Apra 21, 2111-sm.111a:ma E p-cooeaas.rw (SBE-cos) m Iseol, . m pso) na noamy smao-In—Em.mna. - G.-a S. ..(SBE cas).T nh.r,,1.(ssE)proyrama�sreaea S m r,on:2a.I.I.I.I,2a.t.I.I.2,2Io.a.m,laaa.o2 or Niami-oae. co.nry:coe�. e as) ce .. Apnl�o ea onl.l wim omar�n�:m.::.: omn pnvs al iorenon ofsmamme vo�rr,a.a�n ery ni: oxic.mv. h S .01. says oencaeon anouia �naua. supposing agcum.naeon. you wai reuwe.mey anuniona ounN it you nave ery quaslrona or wnc.rna, you mey Conran ourorrice aI111-3-3111 or AA .-I Al City Of Collier County IFQ NO: 20-7771 Small General Contracting Services. IN �-t i 4 �x�� '��' � r � � ! .fin �S � � /✓" - Z nS �•}jS.y 2t ""� i t a�t'�lF �ti� \� \ � J✓i Y�f� X.R_:-A Via. �,`,%'� �• ��{' �~ tk`'+ 'P��, s� � '�� y,, i cy �- ''�' •z tiro '� tit ��� �'°'J,� .. � -.� 0— AP _ r /tit r - n ID �• w .. �„( Y � u t dsl�lrly i W' ! 6 ' l!i '/ i l'�` ��� r.' � � !•' 1 l 3/ � �Flr 41 Ji.Try f� � I�h 1 f �M'a�1�T.�� \ 9r - ` .Yj`• { s (t y -?� rh�tt Ala e lt4�" "1"'e71f✓!3s '�� s tidia �. r. t,,'+� s } 0 L ems..• � � � .1Y :+fly r `.� :l�e}1�i 1�► , WCI BUSINESS PLAN HANDLING MULTIPLE REQUESTS WAYPOINT Contracting, Inc. At Waypoint, all projects are prioritized equally. Once a project is awarded, resources are allocated to each specific job to ensure timely completion and cost-effectiveness. Each team member is assigned a specific job which they are responsible to complete. By doing this, the management of the project runs smoothly and productivity. All clients receive equal attention from our team. The assigned team members work directly with the client to resolve any problems that may arise. These issues are promptly handled to prevent delays in the project schedule. Waypoint's time management and organizational skills are key factors that allow us to provide our clients with a hassle -free construction experience. DETAILED PLAN OF APPROACH In recent years, Waypoint completed the Morningside Tennis Center project for the City of Miami. The job was located within a residential community making safety a number one priority for our team. Being that it was near residential homes, the working hours were very strict, only being able to work Monday to Friday and only from 8:00 AM to 5:00 PM. Restricting the working hours meant running on a tight schedule but despite the issues that were presented, we turned the project over on time and within budget to a very satisfied client. When planning the job on paper prior to the start of construction, the first step was to push for expedited review of long lead item submittals in order to secure timely delivery of those items and arrive when needed for construction not to cause delay to the project. The second step was getting the staging plan approved for the site expeditiously so that we could mobilize to the site and begin the demolition phase. The sequence of the project had to be carefully coordinated. This allowed the respective trades to install all underground utilities, then begin the subgrade lifts and subsequent asphalt of the tennis courts. The asphalt had to cure for a period of twenty-one days prior to applying the athletic coating on the tennis courts. That twenty -one -day lag for the curing of asphalt had to be accounted for in the schedule and the milestone of the asphalt and surfacing of the tennis court had to be properly coordinated to ensure timely completion of the project. Please see attached sample schedule and project summary. U _ W AYpO`N� Collier County IFQ NO: 20-7771 Small General Contracting Services. 0 WAYPQINT —Contraotlnp, lna.— Morningside Park Tennis Courts Baseline CPM ID p 1F WBS Task Name Duration Start Finish Total Slack Predecessors Successors n 7,18 Ilan 14 '18 Jan 21 '18 Jan 28 '18 Feb 4,'18 Feb 11,'18 Feb 18,'18 Fe625,'18 Mar 4,'18 Mar 11,'18 Mar 18,'18 Mar 25,'18 Apr 1, to Aip, 18 1 IAP 118r 1�81 IAP 122, 181 APr 29,'18 May 6 '18 May 13,'18 May 20,'18 May 27,'18 Jun M T W T F S S I M I T I W I T I F I S S I M I T I W T F S S I M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T T F S S M T T F S S M T W T F S S M T W T F S S M T W T F S S M T IW T F S S M T'lM T F S S M T W1 T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F D 0 1 1.1 1.1.1 1.1.2 1.1.3 1.1.4 1.1.5 1.1.6 1.2 1.2.1 1.2.2 1.2.3 1.2.4 1.2.5 1.2.6 1.2.7 1.2.8 1.2.9 1.2.10 1.2.11 1.2.12 1.2.13 1.2.14 1.2.15 1.2.16 1.2.17 1.2.18 1.2.19 1.2.20 1.2.21 1.2.22 1.2.23 1.2.24 1.2.25 1.2.26 1.3 1.3.1 1.3.2 Morningside Park Tennis Courts Baseline CPM Pre -Construction Phase Administrative Conduct Pre Construction Meeting Receive NTP Submit for City Permits Receive City Permits Submit for NPDES Permit Receive NPDES Permit Submittals Submit Staging Submittal Submit Concrete Submittal Submit Paver Submittal Submit Specialty Equipment Submittal Submit Electrical Submittal Submit SWPP Submittal Submit Storm Drainage Submittal Submit HMA Submittal Submit Sealcoating & Stripping Submittal Submit Tennis Court coating & Nets Submittal Submit Fence & Gates Submittal Submit Submit Irrigation Submittal Submit Landscape Submittal Review & Approve Staging Submittal Review & Approve Concrete Submittal Review & Approve Paver Submittal Review & Approve Specialty Equipment Submittal Review & Approve Electrical Submittal Review & Approve SWPP Submittal Review & Approve Storm Drainage Submittal Review & Approve HMA Submittal Review & Approve Sealcoating & Stripping Submittal Review & Approve Tennis Court Coating & Nets Submittal Review & Approve Fence & Gates Submittal Review & Approve Submit Irrigation Submittal Review & Approve Landscape Submittal Procurement Procure Specialty Equipment Procure Electrical Light Poles 104 days 46 days 8days 1 day 0 days 2 days 5 days 2 days 5 days 25 days 5 days 10 days 10 days 15 days 15 days 5 days 10 days 10 days 10 days 10 days 10 days 10 days 10 days 10 days 10 days 10 days 10 days 10 days 10 days 10 days 10 days 10 days 10 days 10 days 10 days 10 days 25 days 20 days 20 days Wed 1/10/18 Mon 6/4/18 10 days Wed 1/10/18 Wed 3/14/18 0 days Wed 1/10/18 Fri 1/19/18 0days IWed 1/10/18 Wed 1/10/18 0 days Wed 1/17/18 Wed 1/17/18 10 days Thu 1/11/18 Fri 1/12/18 8 days Mon 1/15/18 Fri 1/19/18 8 days Thu 1/11/18 Fri 1/12/18 8 days Mon 1/15/18 Fri 1/19/18 8 days Thu 1/11/18 Wed 2/14/18 0 days Thu 1/11/18 Wed 1/17/18 0 days Thu 1/11/18 Wed 1/24/18 28 days Thu 1/11/18 Wed 1/24/18 61 days Thu 1/11/18 Wed 1/31/18 43 days Thu 1/11/18 Wed 1/31/18 33 days Thu 1/11/18 Wed 1/17/18 4 days Thu 1/11/18 Wed 1/24/18 5 days Thu 1/11/18 Wed 1/24/18 35 days Thu 1/11/18 Wed 1/24/18 69 days Thu 1/11/18 Wed 1/24/18 18 days Thu 1/11/18 Wed 1/24/18 28 days Thu 1/11/18 Wed 1/24/18 15 days Thu 1/11/18 Wed 1/24/18 66 days Thu 1/18/18 Wed 1/31/18 0 days Thu 1/25/18 Wed 2/7/18 28 days Thu 1/25/18 Wed 2/7/18 61 days Thu 2/1/18 Wed 2/14/18 43 days Thu 2/1/18 Wed 2/14/18 33 days Thu 1/18/18 Wed 1/31/18 4 days Thu 1/25/18 Wed 2/7/18 5 days Thu 1/25/18 Wed 2/7/18 35 days Thu 1/25/18 Wed 2/7/18 69 days Thu 1/25/18 Wed 2/7/18 18 days Thu 1/25/18 Wed 2/7/18 28 days Thu 1/25/18 Wed 2/7/18 15 days Thu 1/25/18 Wed 2/7/18 66 days Thu 2/8/18 Wed 3/14/18 5 days Thu 2/15/18 Wed 3/14/18 43 days Thu 2/15/18 Wed 3/14/18 33 days 3F5+5 days 3 5 3 7 3 3 3 3 3 3 3 3 3 3 3 3 3 10 11 12 13 14 15 16 17 18 19 20 21 22 26 27 5,10,11,12,13,14, 42 6 42 8 42 23 24 25 26 27 28 29 30 31 32 33 34 35 42 53,59 59 137 38 44 39 58 64 40 54 51 63 60,67 56 _ — -- -- 1 ._. 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 Project: Morningside Park Tenn Date: Thu 1/11/18 Task Milestone ♦ Split Summary r—­1 Project Summary Inactive Task Inactive Milestone Inactive Summary 9 Manual Task Manual Summary Rollup Start -only C External Tasks I Deadline ♦ Manual Progress Y Duration -only Manual Summary Finish -only ] External Milestone ♦ Progress Page 1 0 WAYPQINT -Contraotlnp, lna.- Morningside Park Tennis Courts Baseline CPM ID a V WBS Task Name Duration Start Finish Total Slack Predecessors Successors n7,'18 MT Jan 14 '18 Jan 21 '18 Jan1T'18 TFSSMT TFSSMT TFSSMT Feb TFSSMT 4,'18 Feb11,'18 Feb 18,'18 Fe625,'18 TFSSMT WTFSSMTWTFSSMTWTFSSMT Mar4,'18 Mar 11,'18 Mar 18,'18 Mar 25,'18 A rl,'16 A re,'18 A r15 '18 A r22,'18 A r29,'18 May6'18 TFSSMT TFSSMT TFSSMT TFSSMT TFSSMT TFSSMT TFSSMT TFSSMT TFSSMT May 13,'18 May 2o,'18 May 27,'18 Jun 3,'18 TFSSMT TFSSMT TFSSMTWTFSSMTWTF 39 1.3.3 1.3.4 2 2.1 2.2 2.3 2.4 2.5 2.6 2.7 2.8 2.9 2.10 2.11 2.12 2.13 2.14 2.15 2.16 2.17 2.18 2.19 2.20 2.21 2.22 2.23 2.24 2.25 2.26 3 3.1 3.2 3.3 3.4 3.5 3.6 3.7 3.8 Procure Storm Drainage 10 days Thu 2/8/18 Wed 2/21/18 5 days Procure Tennis Court Nets 10 days Thu 2/8/18 Wed 2/21/18 18 days Construction Phase 76 days Thu 2/1/18 Thu 5/17/19 0 days Mobilize to the Site 1 day Thu 2/1/18 Thu 2/1/18 0 days Install Construction Fence 1 day Fri 2/2/18 Fri 2/2/18 0 days Install SWPP Measures & Tree Protection 1 day Mon 2/5/18 Mon 2/5/18 2 days Establish Control 1 day Mon 2/5/18 Mon 2/5/18 3 days Safe off Electrical 1 day Mon 2/5/18 Mon 2/5/18 0 days Musco to Remove Sports Lights 3 days Tue 2/6/18 Thu 2/8/18 0 days Relocate Royal Palm 1 day Tue 2/6/18 Tue 2/6/18 2 days Demolish & Clear Existing Conditions 7 days Fri 2/9/18 Mon 2/19/18 0 days Compact and Grade Existing Subgrade 7 days Tue 2/20/18 Wed 2/28/18 0 days Rough in Underground Utilities, Storm System, & Irrigation 6 days Thu 3/1/18 Thu 3/8/18 0 days Install Geotech Fabric and 6" of Lime Rock 7 days Fri 3/9/18 Mon 3/19/18 0 days Install Tennis Net & Seating Shelter Foundations 7 days Tue 3/20/18 Wed 3/28/18 0 days Install Fence Post 7 days Tue 3/20/18 Wed 3/28/18 0 days Install Trench Drain 3 days Tue 3/20/18 Thu 3/22/18 30 days Install Light Poles at Courtyard 3 days Tue 3/20/18 Thu 3/22/18 30 days Musco to Install Sports Light Poles 3 days Tue 3/20/18 Thu 3/22/18 4 days Install Tennis Court Pavement 7 days Thu 3/29/18 Fri 4/6/18 0 days Install Flatwork, Side Walks & Pavers 5 days Thu 3/29/18 Wed 4/4/18 26 days Install Tables, Benches, Trash Receptacles & Bike Rack 3 days Thu 4/5/18 Mon 4/9/18 28 days Replace Water Fountain 1 day Thu 4/5/18 Thu 4/5/18 30 days Trim out Irrigation System 2 days Thu 4/5/18 Fri 4/6/18 27 days Install Landscape 3 days Thu 4/5/18 Mon 4/9/18 26 days Reseal & Stripe Parking Lot 2 days Tue 4/10/18 Wed 4/11/18 26 days Apply Tennis Court Coating 6 days Mon 4/30/18 Mon 5/7/18 0 days Install Fence Fabric &Wind Screen 8days Tue 5/8/18 Thu 5/17/18 0days Install Nets& Rally Board, & Seating Shelter 3 days Tue 5/8/18 Thu 5/10/18 5 days Close-out Phase 12 days Thu 5/17/18 Mon 6/4/18 0 days Achieve Substantial Completion 0 days Thu 5/17/18 Thu 5/17/18 0 days Develop Contractor Punch List 1 day Fri 5/18/18 Fri 5/18/18 0 days Address Contractor Punch List 5 days Mon 5/21/18 Fri 5/25/18 0 days Develop Owner Punch List 1 day Mon 5/28/18 Mon 5/28/18 0 days Address Owner Punch List 5 days Tue 5/29/18 Mon 6/4/18 0 days Submit O&Ms 10 days Fri 5/18/18 Thu 5/31/18 2 days Submit As-Builts 10 days Fri 5/18/18 Thu 5/31/18 2 days Achieve Final Completion 0 days Mon 6/4/18 Mon 6/4/18 0 days 29 32 6,23,8,4 42 43,28 43 43 46 44 44,45,47,48 49 50,34,39 51 52,24,40 52,33 52 52,38 52 53,54,57,30 54,55,56,24,25 59,37 59 59 59,35 62,63,31 58FS+15 days 65 65,37 60,61,64,67,66 69 70 71 72 69 69 73,74,75 51 53 43 44,45,46 48,49 49 47 149 49 50 51 52 53,54,55,56,57 58 58,59 59 59 58 65FS+15 days 60,61,62,63 69 69 64 64 69 67,66 69 69 70,74,75 71 72 73 76 76 76 6/4 40 41 ...... ••••••••••••••••••• Ill•......••• ::::::::::::::::::: 5/17 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 69 70 71 72 73 74 75 76 Project: Morningside Park Tenn Date: Thu 1/11/18 Task Milestone ♦ Split Summary r­­­1 Pr ject Summary �1 Inactive Task Inactive Milestone Inactive Summary Y Manual Task Manual Summary Rollup Start -only C External Tasks Deadline ♦ Manual Progress Y Duration -only Manual Summary r------ - I Finish -only ] External Milestone ♦ Progress Page 2 IFQ No.: 20-7771 Small General Contracting Services EVALUATION CRITERIA NO. 4 Cotier County r r _EXPERIENCE AND CAPACITY OF THE FIRM Old Waypoint Contracting Inc. I www.waypointci.com TAB 4 WCI FIRM HISTORY At Waypoint, we partner with our clients and communities and are fully committed to integrating their insights while staying engaged throughout the projects duration. Throughout the years we have worked hard to build solid reputations in the communities we serve as well as maintain strong relationships with vendors, and designers. We focus on the success of our client's project first and will go beyond our reach to develop effective solutions to save time and money. With our team's background, we have close to 50 years of experience working with clients on projects, similar in size and scope. As a company, we are committed to delivering the highest quality of construction services. We take pride in making the construction journey stress -free for Collier County. CR WAYPO 1 NT Contracting, Inc. 50 YEARS OFIXCELJ.EIVCE Waypoint has a deep family heritage of construction excellence with roots that date back to the early 1970's. Nearly fifty years later, the family business merged its talent and experience, forming the state -of -the art company now known as Waypoint Contracting, Inc. Capitalizing on decades of construction industry proficiency and expertise, the Waypoint team brings a wealth of knowledge across a broad range of project types throughout Florida. Placing emphasis on the client, keen attention to detail, and the ability to form cohesive teams enables Waypoint to make complex and challenging projects easy. Figure 1: Crystal Academy minor repairs to playground Figure 2: Dog Park Bathroom Collier County IFQ NO: 20-7771 Small General Contracting Services. ABILITIES TO MEET TIME REQUIREMENTS WORKLOAD C9 WAYPO I NT Contracting, Inc. The Waypoint Team is readily available and does not anticipate any difficulties in managing our workload. Our schedule is flexible, and we have the capacity to take on new assignments. Based on Waypoint's prior proven experience in the South Florida region with comparable contracts, we are more than confident in our team's ability to successfully work on multiple projects, simultaneously. WCI CURRENT WORKLOAD PROJECTDESCRIPTION CLIENT CLIENT CONTACT• •%COMPLETE Florida Department of Allan Golden Repairs at Unit #9 - Ft. Myers State Farmers Market Construction of new pre-engineered metal building Agriculture & Consumer 850-617-7093 $ 1,369,948.63 95% Services Renovation of Existing Concession Building at Pop Travers Park Interior & exterior renovation of concession building City of Plantation Charles Spencer- 47 $ 456,077.20 50% espencer@plantation.org ntati n.org Continuing Contract for Bus Stop Site Improvements Bus stop improvements/construction at multiple sites Collier County Liz Soriano- 239.252.4994 $ 329,577.55 80% throughout Collier Countyliz.sodano@oollieroountyfl.gov Pathway Park Construction Sub -Phase 1 Construction of new walking trail Village of Palm Springs Kimberly Wynn- 561.434.5084 kwynn@vpsfl.org $ 490,410.00 99% Clean Dirty Rooms at Hangar 194 Reconstruction of existing employee washrooms United States Air Force Caroline Salazar- (786) 415-7053 $ 1,491,096.00 5% caroline.salazar.1 us.af.mil Morgan Levy Park Building Renovations Addition to existing recreational facility City of Doral David Soler- 305.670.2350 dsoler bccen .com $ 433,523.09 50% Diced Interior build -out of 2500 S.F. restaurant Diced Cesar Millan Cesar dicedfood.00m $ 150,000.00 98% Sharman Park - Park Improvements Construction of new fitness station & (2) shelters Miami -Dade County Ricardo Ayala dcardo.a ala miamidade. ov $ 382,515.75 10% COMMITMENT Waypoint Contracting values the county's time and resources. We understand and honor the trust that our clients place in us, and will work proactively to provide our clients with the best value for their construction project. Eddy MGonzalez Director of Operations 25% .. WILIN"I 25% 75% 25% Jorge Lopez Senior Project Manager 35% 40% 50% 20% Unai Urresti Project Manager 60% 30% 20% 80% Marco Mejia Superintendent 100% 35% 75% 5% Javier Gonzalez Safety Assurance/ Foreman ongoing 35% 75% 10% Limreal Blanc Lead Estimator 80% 30 % 20% 80% Katrina Gonzalez Bidding Coordinator 60 % 15 % 20% 60 % Collier County IFQ NO: 20-7771 Small General Contracting Services. WCI CAPABILITIES CONSTRUCTION SCHEDULING Vol WAYPO I NT Contracting, Inc. Our ability to keep a schedule translates into thousands of dollars that could be saved in today's competitive market. Waypoint takes pride in our consistent track record of completing projects on time or ahead of schedule. We are firmly committed to maintaining schedule control. Waypoint uses MS Project to develop highly detailed and accurate schedules that are achievable and easy to understand. Using the Critical Path Method we create a three-week look -ahead schedule, which will be updated weekly to coordinate the day to day activities of the project. Activities that are on or near the critical path will be highlighted and monitored to prevent any delays. Waypoint also uses MS Project plug -ins developed and provide to us by NASA to ensure that all scheduling best practices are being met and that the schedule is logically sound. Waypoint will create several schedules of varying degrees of detail, depending on purpose or function of the particular schedule and the user's requirements for planning. The construction schedule is used by the field staff, the project manager, the superintendent and subcontractors to construct the project on time. Many of our past projects have required strategic scheduling due to owner requirements such as facilities remaining open during construction and fixed construction deadlines. Waypoint has thrived in these situations by creating in-depth and detailed project schedules prior to the construction phase to prevent issues during the project. QUALITY CONTROL A project specific Quality Control Plan (QCP) will be developed for each project. It will define the responsibilities and methods that will ensure each task is constructed in accordance with the project scope, drawings, specifications, and any subsequent change orders in a systematic and deliberate manner. Furthermore, the plan will define systems, procedures, and processes for achieving an outcome that is compliant with clients intent. This planned process is designed to provide a record of quality control activities as well as feedback to the designers of record, the client, and to other appropriate stakeholders to identify inconsistencies in the documents that affect the constructibility, utility, and/or suitability of the final product. However, the primary focus of the QCP is to ensure that the design intent and needs are met. COST CONTROL Waypoint Contracting, Inc., understands how critical it is to have early estimates. Waypoint believes that the best way to control the cost of a project is by having a full understanding of the complete project scope. We will work with our team to set realistic budgets and provide ongoing reviews to maximize every penny. In doing so, Waypoint uses a cloud -based project management software, RedTeam, which allows the project team to break down a projects budget, review actual cost, forecast cost savings, foresee and mitigate potential cost overruns all in real time. Job cost reports derived from this information are reviewed with the project executive to ensure projects will be completed within the estimated budget. Collier County IFQ NO: 20-7771 Small General Contracting Services. WCI CAPABILITIES CHANGE ORDER NEGOTIATION Should scope or a situation arise outside of what is contemplated in the contract documents, Waypoint will provide a detailed cost estimate with supporting documentation and cost breakdown to the owner for review. When possible, a minimum of three proposals will be obtained or detailed self perform cost estimates will be provided to substantiate the proposal. SAFETY PROGRAMS All projects are subject to strict conformance of Waypoint's Safety Program, the client's safety requirement, and Federal/ local regulations. Depending on the size and nature of the project a site -specific safety plan will also be provided. This plan will address specific risk associated with each project which will be submitted to the owner for review and approval. Any violation will mean immediate compliance or personnel removal from the site. Waypoint is a zero -tolerance company and a Certified Drug -free Workplace Corporation. A complete copy of Waypoint's Safety Manual is available upon request Figure 4: Asphalt Repairs at National Park Services G IV, WAYPO 1 NT Contracting, Inc. Figure 3: Sitework at Ft. Myers Farmers Market #9 i t r 1 I Figure 5: City of Miami Beach IT Department Repairs Collier County IFQ NO: 20-7771 Small General Contracting Services. WCI SKILLS We are a proven and effective team, who has successfully developed similar projects locally within the past years. Our team's strength is built on the owner's values to act with urgency, make no excuses during the project, a passion to win; set goals and achieve them, and direct project involvement and commitment to delivering as promised! Collectively our team has of over 50 years of experience of collaborating with design professionals and working with municipalities to deliver the expected requirements and exceed their expectations in the process of delivery. We are familiar with the site and local conditions in Collier County as we are currently the general contractor for the City of Collier County Nine and Twelve Bus Stops. Waypoint will work with our vast pre -qualified subcontractors pool to ensure that we have participation from subcontractors that are right sized and meet the needs of the project. We will specifically involve our subcontractors from Collier County to participate. Our team has demonstrated our ability to work effectively together and has the knowledge and experience to assist Collier County with the construction service for any given project. WHY WAYPOINT CG WAYPO 1 NT Contracting, Inc. MMF / Figure 6: Restroom Repairs at St. George Park ✓Successfully completed SIMILAR projects ------------------------------------------------------------------------------------------------------- ✓SUCCESSFULLY completed complex projects v1 Waypoint will OUTWORK, the larger firms ------------------------------------------------------------------------------------------------------- ✓ We have a built a REPUTATION of PROVEN success ------------------------------------------------------------------------------------------------------- ✓Limited Bureaucracy, DIRECT contact with Waypoint's owners ------------------------------------------------------------------------------------------------------- ✓ We have an EXCELLENT relationship with the City ofCoiiier County ------------------------------------------------------------------------------------------------------- ✓ We are not here for the bottom line, we want SATISFACTION Collier County IFQ NO: 20-7771 Small General Contracting Services. Collier County Administrative Services Department Procurement Services Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REOUIRED REFERENCE) IFQ: 20-7771 Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: Company: William Vazquez DOI, National Park Service Email: William_vazquez@npS.90V FAX: Telephone:305-242-7793 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." Repairs to HQ Asphalt at Project Description: Biscayne National Park Completion Date. Project Budget: $25,019 10/18/2018 Project Number of Days: 36 days Item Criteria Score must be completed) 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. 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 90 ***UPDATED JANUARY 28, 2020*** Collier County Administrative Services Department Procurement Services Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REOUIRED REFERENCE) Solicitation: IFQ: 20-7771 Reference Questionnaire for: Waypoint Contractinq, Inc. (Name of Company Requesting Reference Information) Leonel Santiago (Name of Individuals Requesting Reference Information) Name: Chris Schlageter Project Manager (Evaluator completing reference questionnaire) AX: Company: City of Pompano Engineering Dept, (Evaluator's Company completing reTerence) T 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." Sandspur & Dog Park Free Standing Bathrooms Project Description: Completion Date: Project Budget: 440K 2018 Project Number of Days: 135 Item Criteria Score must be completed) 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 goo ***UPDATED JANUARY 28, 2020*** coiLier County Administrative Services Depart -rent Procurement Services Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: IFQ 20-7771 Reference Questionnaire for: WayRoint Contracting, Inc. (Name of Company Requesting Reference Information) Katrina Gonzalez (Name of Individuals Requesting Reference Information) /�_^!lr f �i Name: 2 �lr��'7 o Company: 61 1 I VW (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email t•i 2 ,-0 _M1 lvfN� �� �(�i jot) FAX: Z �S � -2 5 - - � � � °� Telephone:% 3�7 - 2 f Z yg 07 Y 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: - y '�� /yn�uRJ1^ � Completion Date: PC ' ' L 0 zo Project Budget: Y� 3 701. 3 Project Number of Days: Item Criteria Score must be completed 1 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. 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.) 7 Ability to verbally communicate and document information clearly and succinctly. 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). p, / TOTAL SCORE OF ALL ITEMS ***UPDATED JANUARY 28, 2020*** FINANCIAL STABILITY G -' WAYPOINT Contracting, Inc. WAYPOINT CONTRACTING PROFIT AND LOSS January - December 2019 TOTAL Income $3,765,935.91 Cost of Goods Sold 5100 Cost of Direct Labor 347,418.86 5200 Direct Overhead 35,568.65 5300 Direct Material 336,428.44 5400 Direct Subcontract 1,814,574.87 5500 Indirect Job Expenses 160,409.47 Total Cost of Goods Sold $2,694,400.29 GROSS PROFIT $1,071,535.62 Expenses $659,071.10 NET OPERATING INCOME $412,464.52 NET INCOME $412,464.52 BANK ORGANIZATION CONTACT INFORMATION Anne M. Triana VP/Branch Manager 2317 Ponce De Leon Blvd, Coral Gables, FL 33134 W: 786.953.1325 F: 786.953.1326 toll free: 800.377.0800 www.popularbank.com El POPULAR CONFIDENTIAL Collier Countv IFQ NO: 20-7771 Small General Contracting Services. 216; ij. io i1 . : WCI TEAM MEMBERS Vol WAYPOINT Contracting, Inc. Our team is available and committed to exceeding your expectations on the success of these projects. From our prior experience we understand that successful project teams foster mutual respect, effective communication and team col-laboration. Clear and effective communication skills are vital and we have carefully selected the best team that is fa-miliar with the area and has expertise to complete the job(s). At Waypoint, we make it our mission to create an atmosphere of teamwork, integrity, and commitment with all members to focus on continuously improving what we do each day. Eddy Gonzalez Director of Operations +30 years of experience SIMILAR PROJECTS IN SIZE • Palm Springs Pathway Park • Collier County Nine Bus Stops • Collier County 12 Bus Stop • Asphalt Reapirs at Biscayne National Park. Katrina Gonzalez President/ Company Liaison +7 years of experience SIMILAR PORJECTS IN SIZE • John Mullin Park Improvements • Morningside Park Tennis Court • Cooper City Building Department Marco Mejia Superintendent +7 years of experience SIMILAR PORJECTS IN SIZE • Palm Springs Pathway Park • PS 254Q • Liberation Diploma Plus High School • Pumarejo Bridge 2.3 Km Jorge Lopez, PIMP, CPC, LEED GA Senior Project Manager +12 years of experience SIMILAR PORJECTS IN SIZE • Palm Springs Pathway Park • Collier County Nine Bus Stops • Collier County 12 Bus Stop • Asphalt Reapirs at Biscayne National Park. • Morningside park Tennis Courts Unai Urresti Project Manager +16 years of experience SIMILAR PROJECTS IN SIZE • Miami FMS #1 Life Cycle Renovation • Miami Beach Tenant Improvements • Miami Beach Interior Alterations Enrique Sabates Superintendent +10 years of experience SIMILAR PROJECTS IN SIZE • Palm Springs Pathway Park • HEFT II: • Broward Blvd Widening • AT&T Master Contract: City Of Coral Springs RFA NO: 20-13-328 Construction of Fire Station 64 Replacement and Kiwanis Park Renovation. WCI TEAM MEMBERS PROVEN MUNICIPAL PARKS EXPERTS Eddy, Jorge, and Katrina worked together on Morningside park Tennis Courts. This team already knows how to work together on similar size and scope parks for a public client, ensuring continuity and a smooth transition. PROVEN MUNICIPAL CLIENT EXPERTS PROVEN RENOVATION EXPERTS C9 WAYPO I NT Contracting, Inc. Jorge, Marco, and Enrique are currently working together on the Palm Springs Pathway Park, and Ft. Myers State Farmers Market. These projects included public space and were clear and effective -� communication skills are vital. Jorge and Unai worked together on the HARB Repair Water Dam- age caused by Hurricane Irma.The scope of this project included: Repair drywall, Replace all ceiling, Seal all concrete floors, and Re- placement damaged building/canopy City Of Coral Springs RFA NO: 20-B-328 Construction of Fire Station 64 Replacement and Kiwanis Park Renovation. G WAYPOINT Contracting, Inc. • 12+years of experience in managing a variety of complex construction projects ranging from $100K to over a $100M • Actively engaged in all aspects of project management, delivering consistent leadership to the team and a thorough understanding the client's needs TYPES OF PROJECTS • General Contracting Mr. Lopez has over a decade of Project Management experience in the industry providing hands- • CM@Risk on management encouraging collaboration, inspiring teams to effectively accomplish project • Design -Build goals. He is responsible for supporting each department, assuring prompt cost-effective project • Construction Management delivery while promoting safety. His consistent leadership and innovative approach contribute to the development and implementation of systems, procedures, key performance measures EDUCATION and various management tools that keep Waypoint contemporary with industry standards. Mr. • Bachelor of Science in Lopez specializes in designing, constructing, renovating, and maintaining a variety of complex Construction Management, construction projects for government and commercial clients both large and small ranging Florida International University from $100K to over a $100M. He is a natural problem solver with a commitment to thoroughly PROFESSIONAL understanding the client's needs. REGISTRATIONS & CERTIFICATIONS • Project Management PROJECT EXPERIENCE Professional (PMP #1624830) GOVERNMENT • American Institute of Repair Water Damage Hurricane Irma, HARB, FL- hurricane repairs to mulitple buildings. Constructors Certified Sunny Lakes Community Center Renovation, Davie, FL- interior renovation and installation of Professional Constructor a new package lift station, water service and force main. (CPC #8657) Windermere Community Center, Lauderhill, FL- relocation of existing basketabll court and • LEED Green Associate installation of new canopy. (Certification #10679250) St. George Park & Community Center Improvements, Lauderhill, FL- ADA and other • State of Florida Certified improvements to the existing community center. General Contractor Cooper City Building Department, Cooper City, FL- complete remodel of the building (CGC1519415) • USACE Construction Quality department. Control for Contractors Phichol Williams Community Center, Homestead, FL - complete demolition and reconstruction • First Aid / CPR of the community center. • OSHA 30 John Prince Park Fountains, West Palm Beach, FL- ADA compliance upgrades • DoD Clearance — Top Secret Cooper City Community Center Interior Renovations, Cooper City, FL- complete interior renovation. North Broward Service Center Interior Renovations, Broward County, FL - painting of the first and second floo of the sercive center Florida City State Farmers Market, Florida City, FL - hurricane repairs to the roof Convoy Point Building Storm Repair, Homestead, FL - hurricane repairs performed throughout the building. G WAYPOI NT Contracting, Inc. Miami Air Route Playground, Miami, FL - restoration of the Playground for the Miami Air Route Traffic Control. Morningside Park Tennis Courts, Miami, FL- demolition and reconstruction of the existing seven tennis courts, and the addition of one new tennis court; construction of a new plaza with seating, tables, and other site furnishings; installation of landscaping, an irrigation system, a pre -fabricated tennis practice wall, new fencing, security lights, and resurfacing and restriping of the existing parking lot Go Bond Sadkin Community Center Improvements, Lauderhill, FL - new-cantivlevered Canopy & Installation of Bleachers, scoreboards and all basketball hoop accessories. John Mullin Park Improvements, Lauderhill, FL - repair & replacement of sidewalk, netting, basketball courts fencing, and bathrooms. Sandspur Park Restroom, Pompano Beach, FL- ground -up stand-alone restroom structure Dog Park Restroom, Pompano Beach, FL - ground -up stand-alone restroom structure Sunny Isles Beach Fire Station #10, Sunny Isles, FL - new construction of Fire Station #10. ACP#3 and ACP#4 Design -build — Defense Logistics Agency Facility, Susquehanna, PA, - design and construction of an integrated system of active and passive vehicle barriers at two (2) entry control points to stop threat vehicles from breaching a secured compound perimeter. NOAA NSOF Satellite Facility Mechanical and Electrical System Upgrades- phase renovation of the NOAAfacility that involved doubling the power, UPS, and cooling capacity of an N+2 redundant series of critical systems and rooms that were fully operational and could not be shutdown. USACE Upgrades to Access Control Points 3 & 4, New Cumberland, PA- design -build upgrade of Access Control Points 3 and 4 at the Defense Distribution Center Susquehanna in New Cumberland, Pennsylvania. MDC- Data Processing Center Settlement Remediation — GSA Project #Z00072-GOB227- the settlement remediation of part of Miami Dade County's Data Processing Center DIB FAA ARTCC Major Mechanical and Electrical Upgrades, Miami Florida- phase renovation of the Miami FL, ARTCC facility that involved the replacement of two 300-ton chillers, four chilled water pumps, four 325-ton cooling towers, three 60hp vertical turbine pumps, and seven computer room air units, all without disruption of mission -critical services at the ARTCC in Miami, Florida qV .1 1­1t .. - '11W _EWA G WAYPO I NT Contracting, Inc. ` 7+ years experience in the Construction Industry • Bachelor's Degree in Supervision and Management TYPES OF PROJECTS • General Contracting • CM@Risk • Design -Build • Construction Management EDUCATION • Master of Science in Construction Management, Florida International University • Bachelor of Science in Supervision and Management, Miami Dade College PROFESSIONAL REGISTRATIONS & CERTIFICATIONS • First Aid/CPR • SBA Emerging Leader CMAA • Contract of Administration SOP • CMAA Cost Management SOP • CMAA Project Management SOP CMAA Quality Management SOP • CMAA Safety & Risk Management SOP • Certificate of Proficiency for CMDP Ms. Gonzalez leads the company applying innovative and result oriented values that were passed down from generations before. With a Bachelor's degree in Supervision and Management along with experience gained through years of working at several South Florida construction firms, she brings a wealth of knowledge and diversified expertise to the company. She is also responsible for establishing the strategic direction for the Waypoint, setting attainable goals for the organization. Not afraid to get her hands dirty, Ms. Gonzalez is actively involved in projects, applying her keen sense of attention to detail and thoroughness to each task. Whether she's bringing in new clientele or marketing the brand, her goal is always to ensure quality. Determined to be a catalyst for change, she is dedicated to providing our clients with exceptional construction experience and is committed to promoting the presence of women in construction. PROJECT EXPERIENCE GOVERNMENT Sunny Lakes Community Center Renovation, Davie, FL - interior renovation and installation of a new package lift station, water service and force main. Windermere Community Center, Lauderhill, FL - relocation of existing basketabll court and installation of new canopy. St. George Park & Community Center Improvements, Lauderhill, FL - DA and other improvements to the existing community center. Cooper City Community Center Interior Renovations, Cooper City, FL - complete interior renovation. Cooper City Building Department, Cooper City, FL - complete remodel of the building department. Phichol Williams Community Center, Homestead, FL - complete demolition and reconstruction of the community center. John Prince Park Fountains, West Palm Beach, FL - Project consists of ADA Compliance upgrades. North Broward Service Center Interior Renovations, Broward County, FL - painting of the first and second floo of the sercive center Florida City State Farmers Market, Florida City, FL - hurricane repairs to the roof. f Convoy Point Building Storm Repair, Homestead, FL - hurricane repairs performed throughout the building. G WAYPO I NT Contracting, Inc. Miami Air Route Playground, Miami, FL - restoration of the Playground for the Miami Air Route Traffic Control. Morningside Park Tennis Courts, Miami, FL- demolition and reconstruction of the existing seven tennis courts, and the addition of one new tennis court; construction of a new plaza with seating, tables, and other site furnishings; installation of landscaping, an irrigation system, a pre -fabricated tennis practice wall, new fencing, security lights, and resurfacing and restriping of the existing parking lot Go Bond Sadkin Community Center Improvements, Lauderhill, FL - new-cantivlevered Canopy & Installation of Bleachers, scoreboards and all basketball hoop accessories. John Mullin Park Improvements, Lauderhill, FL - Project consists of the repair & replacement of sidewalk, netting, basketball courts fencing, and bathrooms. Sandspur Park Restroom, Pompano Beach, FL - ground -up stand-alone restroom structure. Dog Park Restroom, Pompano Beach, FL - round -up stand-alone restroom structure. TYPES OF PROJECTS • General Contracting • CM@Risk • Design -Build • Construction Management EDUCATION • Bachelor of Science in Construction Management, Florida International University PROFESSIONAL REGISTRATIONS & CERTIFICATIONS • State of Florida Certified General Contractor PROFESSIONAL ASSOCIATIONS • Former Director of the Latin Builders Association • Former Member of Florida Educational Facilities Planners Association • Former Board Member of ABC G WAYPOINT Contracting, Inc. • 30+ years of construction experience in the South Florida area for residential and commercial projects. • Dynamic leader that ensures projects are on time and within budget • Specialized experience in ADA upgrade construction Eddy Gonzalez is an accomplished construction professional that brings over 30 years of expertise and experience in construction and management. As Director of Operations, he is responsible for business functions, ensuring that each project is delivered with the highest level of service and quality — making sure that budgetary guidelines are met. With a degree in Construction Management adding to his dynamic leadership skills, Mr. Gonzalez is able to lead project teams to success. Under Ms. Gonzalez's leadership, he oversees performance making sure that the strategies are clearly defined, tin order to promote efficiency, teamwork, and ultimately allow Waypoint to deliver successful projects while maintaining morale. PROJECT EXPERIENCE GOVERNMENT Sunny Lakes Community Center Renovation, Davie, FL - Waypoint Contracting, Inc., was selected to demolish and renovate the interior of the existing structure, install a new package lift station, water service, and force main. Windermere Community Center, Lauderhill, FL - Waypoint Contracting, Inc., was selected to relocate the existing basketball court and install new canopy over the new basketball court. John Prince Park Fountains, West Palm Beach, FL - Project consists of ADA Compliance upgrades. St. George Park & Community Center Improvements, Lauderhill, FL - ADA and other improvements to the existing community center. Phichol Williams Community Center, Homestead, FL - complete demolition and reconstruction of the community center. Cooper City Community Center Interior Renovations, Cooper City, FL - complete interior renovation. Cooper City Building Department, Cooper City, FL - complete remodel of the building department. North Broward Service Center Interior Renovations, Broward County, FL - painting of the first and second floo of the sercive center Florida City State Farmers Market, Florida City, FL - Thurricane repairs to the roof Convoy Point Building Storm Repair, Homestead, FL - hurricane repairs performed throughout the building. Miami Air Route Playground, Miami, FL - restoration of the Playground for the Miami Air Route Traffic Control. G WAYPOINT Contracting, Inc. Morningside Park Tennis Courts, Miami, FL - The work consisted of furnishing all materials, labor, and equipment necessary for the demolition and reconstruction of the existing seven tennis courts, and the addition of one new tennis court; construction of a new plaza with seating, tables, and other site furnishings; installation of landscaping, an irrigation system, a pre -fabricated tennis practice wall, new fencing, security lights, and resurfacing and restriping of the existing parking lot. Go Bond Sadkin Community Center Improvements, Lauderhill, FL - Project scope includes: New-cantivlevered Canopy & Installation of Bleachers, scoreboards and all basketaball hoop accessories. John Mullin Park Improvements, Lauderhill, FL - QA/QC Manager. Project consists of the repair & replacement of sidewalk, netting, basketball courts fencing, and bathrooms. Sandspur Park Restroom, Pompano Beach, FL - ground -up stand-alone restroom structure. Watson Island Restrooms - New Construction of a restroom building for the Miami -Dade Parking Authority. FDOT - Sunguide Intelligent Transportation Repairs, Miami, FL - Rehabilitation to exterior finish and waterproofing of existing building. Country Club of Miami Storm Water, Miami, FL - New irrigation system, storm water mitigation, 36 holes. Country Club of Miami Driving Range, Miami, FL - New entrance to club, parking spaces, driving range, practice facility. Kendall Soccer Park, Miami, FL - Artificial turf soccer fields, parking lot, building. African Heritage Cultural Center, Miami, FL - Two-story building with dual portables (CM@Risk). Martin Luther King, Jr. Park, Miami, FL - Two,one-story Recreational Buildings. Haulover Marina Dockmaster Complex, Miami, FL - New dockmaster facility. Miami Circle, Miami, FL - New construction of South Florida landmark. Doral Park Building, Doral, FL - - QA/QC Manager for the design -build of a 1,042 sq ft restroom & storage room. `f 1 ii rd 6 tr � I t a fs' G WAYPO I NT Contracting, Inc. • 7+ years experience in the Construction Industry • Proactive problem solver with the innate ability to anticipate challenges Mr. Mejia is an experienced superintendent with a background and understanding of the construction industry. Having this knowledge compliments his skills and his experience, allowing TYPES OF PROJECTS ease when managing the day-to-day field operations of construction projects. He is responsible • General Contracting for handling all account functions as it pertains to all records related to labor and material costs • CM@Risk including task orders and/or larger lump sum institutional and/or commercial construction • Design -Build projects. Mr. Mejia also reviews the contract documents to ensure they are consistent with the • Construction Management industry and company standards, as well as verifies that all work is getting done in a proper and precise order. In addition, Mr. Mejia travels to job sites within a providing day to day field updates BEREDUCATION to management, subcontractors, customers and peer groups to make sure upcoming events/ COLLEGE, NEW JERSEY. EN COUNTY COMMUNITY meetings are effectively communicated and proactively attended. COLL • Blueprint Reading • OSHA 30 • Bluebeam Revu 2019 PROJECT EXPERIENCE • Fit Out Roofing Estimating Pumarejo Bridge 2.3 Km. Barranquilla, Colombia. - Hot work operations, Box PROFESSIONAL Culverts, barge maintenance. REGISTRATIONS & PS 254Q Queens, New York. - Exterior masonry, roof and parapet replacement, exterior CERTIFICATIONS and interior improvement. • DOB Supported Scaffold Liberation Diploma Plus High School Brooklyn, New York - Installations of • NYPD Construction Site Fire Safety Manager Course Basketball hoops in the auditorium/gymnasium, repairing and painting walls, installation of a flood • Site Safety Manager zone athletic floor and wall pads, installation of new stage lighting, curtains and drapery. • Fire Protection and Prevention • Excavations • Site Safety Plan • Site Safety Training Card el „� GNW WAYPOINT Contracting, Inc. 20+ years of cost estimating projects of moderate -to -high complexity for residential, commercial, and industrial markets TYPES OF PROJECTS Limreal "Lim" Blanc has 20+ years of expereience as a senior executive in project management, project implementation, cost engineering and field engineering experiences. His vast knowledge • General Contracting and experience translates into his ability to achieve strategic and team problem solving solutions • CM@Risk for better project delivery in the field of business development construction and engineering. Lim • Design -Build has worked on some of South Florida's exceptional projects such as: Gibson Park, Grapelands • Construction Management Park, Broward County's Sheriff Lab, several of Miami -Dade County Public School Projects, Miami Dade College, Homeland Aquatic Facility, and the FITTEAM Ballpark of the Palm EDUCATION Beaches - the training facility for the Houston Astros and Washington Nationals. The FITTEAM was designed and built in just 18 months. Limreal is a certified Cost Estimator and Florida • Bachelor of Science in adjuster. He also led the training and estimating development for the South Florida Chapter of Business Administration, the American Society of Professional Estimators. Reinhardt University • Plans Reading Course, Gold Coast School of Construction PROJECT EXPERIENCE PROFESSIONAL RECREATIONAL REGISTRATIONS & CERTIFICATIONS Ball Park of the PALM Beaches - New Astros I Nationals Spring Training Center. • Doral Park, Doral, FL - Site cleaup New Park Facilities and clubhouse. • Project Management Certificate • Doral Meadows Park - New ball fields and Ammenities. • Business &Financial Grapeland Park - New Water, Ball Filed Park, Rec Hall. Management Certificate • Xactimate Certified Broward Regional Park - New Regional Park. • Certified Construction Estimator T.Y Park Rehabilitation, Broward County Parks and Rec- New park improvements and amenities • Pompano Aquatic Facility, City of Pompano Beach - New Pool and Office complex. PROFESSIONAL 0 Lakewood Park, St Lucie County - New Regional Park. ASSOCIATIONS 0 Marathon Community Park, City of Marathon - New community Park and Amphitheatre. • Vero Beach Community Cent I Gym, City of Vero Bch, FL - Gymnasium and Community • American Association of Center. Professional Estimator: ASPE • FIU Recreational Center, Florida International University - New 48,500 Sf Gymnasium. • Member of America Association Wellington Green Gym, Village of Wellington - New Gymnasium Addition. for Cost Engineering. AACE • South Bend Park, St Lucie County - New Park Facility. • Volunteer Park, City of Plantation - New Park Facility. • South Beach Park, City of Boca Raton - Improvements to ext park. • Equestrian Club House, Centerline Commercial - Outdoor Facility Site Furnishings. • Black Diamond Club House, Centerline Commercial - Outdoor Facility Site Furnishings. • South West Recreation Center, City of Pompano Beach - New Community Center. 0 WAYPOI NT Contracting, Inc. 2+ years of experience in construction industy. 4+ years of experience reading blueprints. TYPES OF PROJECTS Ms. Arevalo is responsible currently for creating , updating and maintaining a variety of project controls that track the status of: individual projects or task orders, changes to projects or task • General Contracting orders, RFI, shop drawings and submittal, matters involving quality controls, safety, financial • Design -Build performance, close-out and other aspects of the project(s) or task order(s); Support the estimating process by performing quantity surveys, takeoff software and processes that obtain and EDUCATION summarize scope and quantities of work; Assist with the evaluation of projects for constructibility • Bachelor of Science and value -engineer cost savings; Participate in staff meetings and industry networking functions. Construction Management, Florida International University PROJECT EXPERIENCE PROFESSIONAL REGISTRATIONS & The Ritz -Carlton South Beach, Miami Beach, FL. - Furnish and install flooring in all hallways, CERTIFICATIONS ballrooms, conference rooms, and offices. • OSHA 30 Mandarin Oriental, Miami, Florida - Furnish and install flooring in all guest rooms and hallways. Courtyard by Marriott, Delray Beach, Florida - Furnish and install flooring throughout the entire building. Diced, Miami, Florida - Restaurant interior build -out. Lakeside Community Center, Medley, Florida - Interior renovation. Sharman Park, Goulds, Florida - Construction of new fitness center and two shaded pavilion areas. TYPES OF PROJECTS • General Contracting • CM@Risk • Design -Build • Construction Management EDUCATION • Bachelor of Science in Business Administration, Reinhardt University • Plans Reading Course, Gold Coast School of Construction PROFESSIONAL REGISTRATIONS & CERTIFICATIONS • OSHA 30 • CMA • CMR i 0 FULD I- G WAYPO 1 NT Contracting, Inc. 16+ years of project and operation management experience in commercial and residential construction Experienced manager, with a firm understanding of time management as it pertains to the workforce process and adherence of scheduling. Mr. Urresti Corta has several years of operations management experience in the construction industry. His experience and repeated success is specialized in solving problems that could possibly delay construction and add to construction cost. He has succesully managed subcontractor/ craft workforce to meet deadlines and takes a proactive approach to communicating schedules, holding all team members accountable for projects. Unai is extremely knowledgeable and works with each of the crew to accompllish task, including teaching and mentoring individuals in the crew that are less experienced, maintaining tools, cords and equipment so that they are kept in good working order and are safe for use. PROJECT EXPERIENCE Miami FMS #1 Life Cycke Renovation, Miami, Florida - demolition and renovation of the 7,100sq. ft. facility. Miami Beach Tenant Improvements, Miami Beach, Florida - construction of interior buildouts for various housing projects for the City of Miami Beach Housing & Community Services Department. Miami Beach Interior Alterations, Miami Beach, Florida - interior alterations of the Code Compliance suite located at 1680 Meridian Avenue on Miami Beach. 12 WCI LICENSES _ 1 � Ro^. DcSa^:�t. Govnror t' dbr STATE OF FLORIDA "RF DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION Haley BCShcari. Sttretary CONSTRUCTION INDUSTRY LICENSING BOARD THE GENERAL CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES LOPEZ, JORGE LUIS WAYPOINT CONTRACTING INC d 1324 NW 29TH ST MIAMI FL 33142 LICENSE NUMBER: CGC1519415 EXPIRATION DATE: AUGUST31,2022 Always verity licenses onlineatMyFWIdaLkensecom OSO Do not after this document in any torn. r° This is your license. It is unlawful for anyone other than the licensee to use this document ❑� Fr c�/:. G .I. WAYPO 1 NT Contracting, Inc. State of Florida Department of State I cenify 6rcnn the rec wd9 of thin office that WAYPOINT CONTRACTINO INi is a corpomuwt orgmuzed under [lie laws of the State of Florida. filed ot[ Novembet 29. 2016. effective November 39, 2016. The docWnerd numbei of this corporation is P1600D094860. I further cerfity that said corporation has paid all fees due this office through December 31. 2020, that its mom recent smitud reportlutuform business relwo was filal on March 13. 2070, and Ihal ils stalus is active, 1 firther carti[y that sand cosptxauon luts nM filed Articles of Diescdulion G6— w d,, Mr Awd and ihr Gr w Srul f&, Slutr of R—A, rn Tonal—' rhr C.griar. 41, br 77 brlaas drnoflldrrh, :O:U t ,y W--wl Secretary of State t,ad,naxaear, lags-i=cscn Yw aUi4KkweVW tatmate.efsp e,r fwpwtul ercr,rtim, �� nwneea. aup ui. feaor 1hr fnln.nL,ns dNy Pled. anyrrnarlas.wwbcare�FabavCmdkauOtl uuuce'entlev.Auu�•.ri �n�: •. Collier County IFQ NO: 20-7771 Small General Contracting Services. — WCI LICENSES NORMI " G WAYPOINT Contracting, Inc. (National Organization of Remediators and Mold Inspectors) Contractor's Education and Training Provider "'"WW bestows upon the here named recipient, the title om Certified [AG/Mold Assessor Unai Urresti Having completed sufficient hands-on, practical training in the areas Advanced Mold Assessment, Screening Techniques, Protocol Writing, NORM/ Professional Practices and Mold Removal, having at the criteria required by the NORMITM Board of Directors Including a minimum of 14 hours ofassessment education and having passed a proctored examination, this certification Is hereby granted with all the rights and privileges attached hereto and authenticated by signature herewith. N . • RM1 FE I.OR,0 Executive Direcfo� D. Douglas Hoffman o MEMBER #30105 Current Active Certification Status May Be Verified at Dale of Certification: 0]/o]/2020 h ttp://www. NORMIPr—mo, NORMI " (National Organization of Remediators and Mold Inspectors) WWWW' Contractor's Education and Training Provider bestows upon the here named recipient, the title on Certified Mold Remediator Una! Urresti Having completed sufficient 14 hrs. of practical training in the areas Mold Evaluation, Remediation/Sanitization Techniques, IICRC S500, EPA, NY, NORMI Professional Practices, mold, moisture, and personal protection equipment, having met the criteria required by the Board of NOW-, including a proctored examination, this certification is hereby granted with all the rights and privileges attached, authenticated by signature. N RM I ° 17.:17 Executive Dire D. Douglas Hoffman *-ly a MEMBER #13190 Date of Certification:0]/0]/2020 Current Active Certification Status May Be Verified at,.�L. http.IAv ..NORMiPm.com Collier County IFQ NO: 20-7771 Small General Contracting Services. �.. ..�.- �-r -_- COLLIER COUNTY BUSINESS TAX BUSINESS TAX NUMBER: 211038 COLLIER COUNTY TAX COLLECTOR - 2800 N. HORSESHOE DRIVE - NAPLES FLORIDA 34104 - (239) 252-2477 VISIT OUR WEBSITE AT: www.colliertax.com THIS RECEIPT EXPIRES SEPTEMBER 30, 2021 LOCATION: 833 MEADOWLAND DR #B ZONED: HOME OCCUPATION BUSINESS PHONE: 305-904-7673 pP 4P'PP LEGAL FORPr STATE OR COUNTY LIC #: CGC1519415 r Corporation % dr 1-10 EMPLOYEES CLASSIFICATION: 05-GENERAL CONTRACTOR . ' dop Or CLASSIFICATION CODE: 05100101 0 ' fAkThis document is a business tax only. This is not certification that Iicen; s lifted. It does not permit the licensee to violate any existing regulatory zoning laws on t to co �nt nor does it exempt the licensee from any other taxes or permits that may be required bylaw.. DISPLAY AT PLACE OF BUSINESS FOR PUBLIC INSPECTION. FAILURE TO DO SO IS CONTRARY TO LOCAL LAWS WAYPOINT CONTRACTING INC LOPEZ, JORGE LUIS PO BOX 557156 MIAMI, FL 33255 -THIS TAX IS NON -REFUNDABLE - DATE 10/23/2020 AMOUNT 18.00 RECEIPT 501-21-00174312 " lk - IFQ.:20-7771 Small General Contracting Services. Co ler County Ci M Waypoint Contracting Inc. I www.waypointci.com CITY FORMS �+ TAB 6 v Collier County Administrative Services Department Procurement Services Division Vendor Check List IMPORTANT: Please review carefully and submit with your Proposal/Bid. All applicable documents shall be submitted electronically through BidSync. Vendor should checkoff each of the following items: General Bid Instructions has been acknowledged and accepted. Collier County Purchase Order Terms and Conditions have been acknowledged and accepted. Form I: Vendor Declaration Statement Form 2: Conflict of Interest Certification Proof of status from Division of Corporations - Florida Department of State (If work performed in the State) - htttv://dos.mvflorida.com/sunbiz/ should be attached with your submittal. Vendor MUST be enrolled in the E-Verify - https://www.e-verify.gov/ at the time of submission of the proposal/bid. J/ Form 3: Immigration Affidavit Certification MUST be signed and attached with your submittal or you MAY be DEEMED NON -RESPONSIVE E-Verify Memorandum of Understanding or Company Profile page should be attached with your submittal. u Form 4: Certification for Claiming Status as a Local Business, if applicable, has been executed and returned. Collier or Lee County Business Tax Receipt should be attached with your submittal to be considered. Form 5: Reference Questionnaires form must be utilized for each requested reference and included with your submittal, id applicable to the solicitation. [V� Form 6: Grant Provisions and Assurances package in its entirety, if applicable, are executed and should be included with your submittal. All forms must be executed, or you MAY be DEEMED NON -RESPONSIVE. Vendor W-9 Form. Vendor acknowledges Insurance Requirements and is prepared to produce the required insurance certificate(s) within five (5) days of the County's issuance of a Notice of Recommend Award. Ly The Bid Schedule has been completed and attached with your submittal, applicable to bids. �y Copies of all requested licenses and/or certifications to complete the requirements of the project. All addenda have been signed and attached, or you MAY be DEEMED NON -RESPONSIVE. County's IT Technical Architecture Requirements has been acknowledged and accepted, if applicable. N( Any and all supplemental requirements and terms has been acknowledged and accepted, if applicable. •*•UPDATED JANUARY 28, 2020—' Collier County Administrative Services Depanment Procurement Services Drnsm Form I: Vendor 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, without collusion or fraud. The Vendor hereby declares the instructions, purchase order terms and conditions, requirements, and specifications/scope of work of this solicitation have been fully examined and accepted. The Vendor agrees, if this solicitation submittal is accepted by Collier County, to accept a Purchase Order as a form of a formal contract or to execute a Collier County formal contract for purposes of establishing a contractual relationship between the Vendor and Collier County, for the performance of all requirements to which this solicitation pertains. The Vendor states that the submitted is based upon the documents listed by the above referenced solicitation. The Vendor agrees to comply with the requirements in accordance with the terms, conditions and specifications denoted herein and according to the pricing submitted as a part of the Vendor's bids. Further, the Vendor agrees that if awarded a contract 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 work that is it result of this awarded contract. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this 17 day of December , 20�0 in the County of Miami_ Dada , in the State of Florida Finn's Legal Name: Waypoint Contracting, Inc. Address: 833 Meadowland Drive City, State, Zip Code: Naples, FL 34108 Florida Certificate of Authority Document Number Federal Tax g1-4602789 Identification Number *CCR # or CAGE Code 7TLU1 *Only if Grant Funded Telephone: 786-608-1406 Email: keonzale7.t7wavnnintci r•.nm Signature by: N 01//UU�6u i (Typed and written) Title: Katrina Gonzalez, President ***UPDATED JANUARY 28, 2020**• Additional Contact Information Send payments to: Waypoint Contracting, Inc. (required if different from Company name used as payee above) Contact name: Katrina Gonzalez Title: President Address: P.O Box 558482 City, State, ZIP Miami, FL 33255 Telephone: 786-608-1406 Email: konzalez@waypointci.com Office servicing Collier County to place orders (required if different from above) Contact name: Title: Address: City, State, ZIP Telephone: Email: ***UPDATED JANUARY 28, 2020*** Collier County AdministraVve Services Department Prowremwt Services Division Form 2: Conflict of Interest Certification 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 work 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 —The firm has not had access to nonpublic information as part of its performance of a Collier County project identified above which 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 / 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 (employees, 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. Waypoint Contracting Inc. Company Name Signa re Katrina Gonzalez, President Print Name and Title State of Florida County of Miami -Dade The foregoing instrument was acknowledged before me by means of M physical presence or ❑ online notarization, this 17 day of December (month), 2020 (year), by Katrina CwnzatP7 (name of person acknowledging). (Signature of Notary Public - State of Florida) Tamara Devos Personally Known OR Produced Identification (Print, Type, or Stamp Commissioned Name of Notary Public) TAMARA DEVOS Type of Identification Produced MY COMMISSION M GG089792 EXPIRES April 03. 2021 *""UPDATED JANUARY 28, 2020"*" Collier County Administrative Services Department Prowmmen! Services Division Form 3: Immigration Affidavit Certification This Affidavit is required and should be signed, by an authorized principal of the firm and submitted with formal solicitation submittals. Further, Vendors are required to be enrolled in the E-Verify program (httos://www.e-verifv.eov/), at the time of the submission of the Vendor's proposal/bid. Acceptable evidence of your enrollment 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 which will be produced at the time of the submission of the Vendor's proposal/bid or within five (5) day of the County's Notice of Recommend Award 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/bid. Waypoint Contracting, Inc. Company Name igna e Katrina Gonzalez, President Print Name and Title State of Florida County of Miami- Dade The foregoing instrument was acknowledged before me by means of W physical presence or O online notarization, this 17 day Of December (month), 2020(year), by Katrina Gonzalez (name of person acknowledging). �DWN, A lo-� (Signature of Notary Public - State of Florida) Tamara Devos (Print, Type, or Stamp Commissioned Name of Notary Public) Personally Known OR Produced Identification personally known e•::""". TAMARA DEVOS Type of Identification Produced • MY COMMISSION # GG089792 ':?.ah„• EXPIRES April 03, 2021 ***UPDATED JANUARY 28, 2020*** Coker County AdminisbaWe Services Depaiir nt P,o mment Services Moon Form 4: Vendor Submittal — Local Vendor Preference Certification (Check Appropriate Boxes Below) State of Florida (Select County if Vendor is described as a Local Business) ® Collier County ❑ Lee County Vendor affirms that it is a local business as defined by the Procurement Ordinance of the Collier County Board of County Commissioners and the Regulations Thereto. As defined in Section Fifteen of the Collier County Procurement Ordinance: Local business means the vendor has a current Business Tax Receipt issued by the Collier County Tax Collector prior to bid or proposal submission to do business within Collier County, and that identifies the business with a permanent physical business address located within the limits of Collier County from which the vendor's staff operates and performs business in an area zoned for the conduct of such business. A Post Office Box or a facility that receives mail, or a non -permanent structure such as a construction trailer, storage shed, or other non -permanent structure shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well-being of Collier County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, support and increase to the County's tax base, and residency of employees and principals of the business within Collier County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. A vendor who misrepresents the Local Preference status of its firm in a proposal or bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one year under this section. Vendor must complete the following information: Year Business Established in ®Collier County or ❑ Lee County: 2020 Number of Employees (Including Owner(s) or Corporate Officers): 10 Number of Employees Living in M Collier County or ❑ Lee (Including Owner(s) or Corporate Officers): 2 If requested by the County, Vendor will be required to provide documentation substantiating the information given in this certification. Failure to do so will result in vendor's submission being deemed not applicable. Sign and Date Certification: Under Penalties ofPeriury I certify that the information shown on this form is correct to my knowledee Company Name: Waypoint Contracting Inc Date: 12/17/2020 Address in Collier owe County: 833 Meadowland Dr # B Naples FL 34108 Signature: Title: President ***UPDATED JANUARY 28, 2020"' W111111119 Request for Taxpayer Give Form to the Form Identification Number and Certification requester. Do not (Rev. October2018) Department of the Treasury send to the IRS. Internal Revenue Service ► Go to wwwJr:s.gov/FormW9 for instructions and the latest information. 1 Name (as shown on your income tax return). Name is required on this line; do not leave this line blank. Waypoint Contracting, Inc. 2 Business name/disregarded entity name, if different from above M 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1. Check only one of the 4 Exemptions (codes apply only to following seven boxes. certain entities, not individuals; see a p ❑ Individual/sole proprietor or ❑ C Corporation �J S Corporation ❑ Partnership ❑ Trust/estate instructions on page 3): fa single -member LLC Exempt payee code (if any) ❑ Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=Partnership) ► `0 ;= Note: Check the appropriate box in the line above for the tax classification of the single member owner. Do not check Exemption from FATCA reporting 'C E LLC if the LLC is classified as a single -member LLC that is disregarded from the owner unless the owner of the LLC is code {if any} CL another LLC that is not disregarded from the owner for U.S. federal tax purposes. Otherwise, a single -member LLC that ° is disregarded from the owner should check the appropriate box for the tax classification of its owner. y ❑ Other (see instructions) ► fApples fa accounts mainfakmd outside the V.S.J to 5 Address (number, street, and apt. or suite no.) See instructions. Requester's name and address (optional) 8 P.O Box 420008 6 City, state, and ZIP code Miami, FL 33242 7 List account numbers) here (optional)i JUM Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid social security number backup withholding. For individuals, this is generally your social security number (Sate). However, fora resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other — m _ entities. it is vour emolover identification number (EIN). If you do not have a number, see Now to .qet a TIN, later. or Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and Employer identification number Number To Give the Requester for guidelines on whose number to enter. 8 m -4 6 1 012 7 8 9 Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. 1 am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. 1 am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part 11, later. Sign Signature of Here I U.S. person ► General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.irs.gov/ForrnW9. Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SSN), individual taxpayer identification number (ITIN), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following. • Form 1099-INT (interest earned or paid) Date I► 12/4/2020 • Form 1099-DtV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-B (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN. If you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding, later. Cat. No. 10231X Form W-9 (Rev. 10-2018) � sect v- orE-Verif Company ID Number: 1265476 THE E-VERIFY MEMORANDUM OF UNDERSTANDING FOR EMPLOYERS ARTICLE I PURPOSE AND AUTHORITY The parties to this agreement are the Department of Homeland Security (DHS) and the Waypoint Contracting,lnc (Employer). The purpose of this agreement is to set forth terms and conditions which the Employer will follow while participating in E-Verify. E-Verify is a program that electronically confirms an employee's eligibility to work in the United States after completion of Form 1-9, Employment Eligibility Verification (Form 1-9). This Memorandum of Understanding (MOU) explains certain features of the E-Verify program and describes specific responsibilities of the Employer, the Social Security Administration (SSA), and DHS. Authority for the E-Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 (IIRIRA), Pub. L. 104-208, 110 Stat. 3009, as amended (8 U.S.C. § 1324a note). The Federal Acquisition Regulation (FAR) Subpart 22.18, "Employment Eligibility Verification" and Executive Order 12989, as amended, provide authority for Federal contractors and subcontractors (Federal contractor) to use E-Verify to verify the employment eligibility of certain employees working on Federal contracts. ARTICLE II RESPONSIBILITIES A. RESPONSIBILITIES OF THE EMPLOYER 1. The Employer agrees to display the following notices supplied by DHS in a prominent place that is clearly visible to prospective employees and all employees who are to be verified through the system: a. Notice of E-Verify Participation b. Notice of Right to Work 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 about E-Verify. The Employer also agrees to keep such information current by providing updated information to SSA and DHS whenever the representatives' contact information changes. 3. The Employer agrees to grant E-Verify access only to current employees who need E-Verify access. Employers must promptly terminate an employee's E-Verify access if the employer is separated from the company or no longer needs access to E-Verify. Page 1 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 � sect v- orE-Verif Company ID Number: 1265476 4. The Employer agrees to become familiar with and comply with the most recent version of the E-Verify User Manual. 5. The Employer agrees that any Employer Representative who will create E-Verify cases will complete the E-Verify Tutorial before that individual creates any cases. a. The Employer agrees that all Employer representatives will take the refresher tutorials when prompted by E-Verify in order to continue using E-Verify. Failure to complete a refresher tutorial will prevent the Employer Representative from continued use of E-Verify. 6. The Employer agrees to comply with current Form 1-9 procedures, with two exceptions: a. If an employee presents a "List B" identity document, the Employer agrees to only accept "List B" documents that contain a photo. (List B documents identified in 8 C.F.R. § 274a.2(b)(1)(B)) can be presented during the Form I-9 process to establish identity.) If an employee objects to the photo requirement for religious reasons, the Employer should contact E-Verify at 888-464-4218. b. If an employee presents a DHS Form 1-551 (Permanent Resident Card), Form 1-766 (Employment Authorization Document), or U.S. Passport or Passport Card to complete 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 Employer will use the photocopy to verify the photo and to assist DHS with its review of photo mismatches that employees contest. DHS may in the future designate other documents that activate the photo screening tool. Note: Subject only to the exceptions noted previously in this paragraph, employees still retain the right to present any List A, or List B and List C, document(s) to complete the Form 1-9. 7. 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. 8. The Employer agrees that, although it participates in E-Verify, the Employer has a responsibility to complete, retain, 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 Form 1-9 procedures. a. The following modified requirements are the only exceptions to an Employer's obligation to not employ unauthorized workers and comply with the anti -discrimination provision of the INA: (1) List B identity documents must have photos, as described in paragraph 6 above; (2) When an Employer confirms the identity and employment eligibility of newly hired employee using E-Verify procedures, the Employer establishes a rebuttable presumption that it has not violated section 274A(a)(1)(A) of the Immigration and Nationality Act (INA) with respect to the hiring of that employee; (3) If the Employer receives a final nonconfirmation for an employee, but continues to employ that person, the Employer must notify DHS and the Employer is subject to a civil money penalty between $550 and $1,100 for each failure to notify DHS of continued employment following a final nonconfirmation; (4) If the Employer continues to employ an employee after receiving a final nonconfirmation, then the Employer is subject to a rebuttable presumption that it has knowingly Page 2 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 � sect v- orE-Verif Company ID Number: 1265476 employed an unauthorized alien in violation of section 274A(a)(1)(A); and (5) no E-Verify participant is civilly or criminally liable under any law for any action taken in good faith based on information provided through the E-Verify. b. DHS reserves the right to conduct Form 1-9 compliance inspections, as well as any other enforcement or compliance activity authorized by law, including site visits, to ensure proper use of E-Verify. 9. The Employer is strictly prohibited from creating an E-Verify case before the employee has been hired, meaning that a firm offer of employment was extended and accepted and Form 1-9 was completed. The Employer agrees to create an E-Verify case for new employees within three Employer business days after each employee has been hired (after both Sections 1 and 2 of Form 1-9 have been completed), and to complete as many steps of the E-Verify process as are necessary according to the E-Verify User Manual. If E-Verify is temporarily unavailable, the three-day time period will be extended until it is again operational in order to accommodate the Employer's attempting, in good faith, to make inquiries during the period of unavailability. 10. The Employer agrees not to use E-Verify for pre -employment screening of job applicants, in support of any unlawful employment practice, or for any other use that this MOU or the E-Verify User Manual does not authorize. 11. The Employer must use E-Verify for all new employees. The Employer will not verify selectively and will not verify employees hired before the effective date of this MOU. Employers who are Federal contractors may qualify for exceptions to this requirement as described in Article II.B of this MOU. 12. The Employer agrees to follow appropriate procedures (see Article III below) regarding tentative nonconfirmations. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee's E-Verify case. The Employer agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. Further, when employees contest a tentative nonconfirmation based upon a photo mismatch, the Employer must take additional steps (see Article III.B. below) to contact DHS with information necessary to resolve the challenge. 13. The Employer agrees not to take any adverse action against an employee based upon the employee's perceived employment eligibility status while SSA or DHS is processing the verification request unless the Employer obtains knowledge (as defined in 8 C.F.R. § 274a.1(1)) that the employee is not work authorized. The Employer understands that an initial inability of the SSA or DHS automated verification system to verify work authorization, a tentative nonconfirmation, a case in continuance (indicating the need for additional time for the government to resolve a case), or the finding of a photo mismatch, does not establish, and should not be interpreted as, evidence that the employee is not work authorized. In any of such cases, the employee must be provided a full and fair opportunity to contest the finding, and if he or she does so, the employee may not be terminated or suffer any adverse employment consequences based upon the employee's perceived employment eligibility status Page 3 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 � sect v- orE-Verif Company ID Number: 1265476 (including denying, reducing, or extending work hours, delaying or preventing training, requiring an employee to work in poorer conditions, withholding pay, refusing to assign the employee to a Federal contract or other assignment, or otherwise assuming that he or she is unauthorized to work) until and unless secondary verification by SSA or DHS has been completed and a final nonconfirmation has been issued. If the employee does not choose to contest a tentative nonconfirmation or a photo mismatch or if a secondary verification is completed and a final nonconfirmation is issued, then the Employer can find the employee is not work authorized and terminate the employee's employment. Employers or employees with questions about a final nonconfirmation may call E-Verify at 1-888-464- 4218 (customer service) or 1-888-897-7781 (worker hotline). 14. The Employer agrees to comply with Title VI of the Civil Rights Act of 1964 and section 274B of the INA as applicable by not discriminating unlawfully against any individual in hiring, firing, employment eligibility verification, or recruitment or referral practices because of his or her national origin or citizenship status, or by committing discriminatory documentary practices. The Employer understands that such illegal practices can include selective verification or use of E-Verify except as provided in part D below, or discharging or refusing to hire employees because they appear or sound "foreign" or have received tentative nonconfirmations. The Employer further understands that any violation of the immigration -related unfair employment practices provisions in section 274B of the INA could subject the Employer to civil penalties, back pay awards, and other sanctions, and violations of Title VI could subject the Employer to back pay awards, compensatory and punitive damages. Violations of either section 274B of the INA or Title VII may also lead to the termination of its participation in E-Verify. If the Employer has any questions relating to the anti -discrimination provision, it should contact OSC at 1-800-255-8155 or 1-800-237-2515 (TDD). 15. The Employer agrees that it will use the information it receives from E-Verify only to confirm the employment eligibility of employees as authorized by this MOU. The Employer agrees that it will safeguard this information, and means of access to it (such as PINS and passwords), to ensure that it is not used for any other purpose and as necessary to protect its confidentiality, including ensuring that it is not disseminated to any person other than employees of the Employer who are authorized to perform the Employer's responsibilities under this MOU, except for such dissemination as may be authorized in advance by SSA or DHS for legitimate purposes. 16. The Employer agrees to notify DHS immediately in the event of a breach of personal information. Breaches are defined as loss of control or unauthorized access to E-Verify personal data. All suspected or confirmed breaches should be reported by calling 1-888-464-4218 or via email at E-Verify(@dhs.gov. Please use "Privacy Incident — Password" in the subject line of your email when sending a breach report to E-Verify. 17. The Employer acknowledges that the information 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)). Any person who obtains this information under false pretenses or uses it for any purpose other than as provided for in this MOU may be subject to criminal penalties. 18. The Employer agrees to cooperate with DHS and SSA in their compliance monitoring and evaluation of E-Verify, which includes permitting DHS, SSA, their contractors and other agents, upon Page 4 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 � sect v- orE-Verif Company ID Number: 1265476 reasonable notice, to review Forms 1-9 and other employment records and to interview it and its employees regarding the Employer's use of E-Verify, and to respond in a prompt and accurate manner to DHS requests for information relating to their participation in E-Verify. 19. The Employer shall not make any false or unauthorized claims or references about its participation in E-Verify on its website, in advertising materials, or other media. The Employer shall not describe its services as federally -approved, federally -certified, or federally -recognized, or use language with a similar intent on its website or other materials provided to the public. Entering into this MOU does not mean that E-Verify endorses or authorizes your E-Verify services and any claim to that effect is false. 20. The Employer shall not state in its website or other public documents that any language used therein has been provided or approved by DHS, USCIS or the Verification Division, without first obtaining the prior written consent of DHS. 21. The Employer agrees that E-Verify trademarks and logos may be used only under license by DHS/USCIS (see M-795 (Web)) and, other than pursuant to the specific terms of such license, may not be used in any manner that might imply that the Employer's services, products, websites, or publications are sponsored by, endorsed by, licensed by, or affiliated with DHS, USCIS, or E-Verify. 22. The Employer understands that if it uses E-Verify procedures for any purpose other than as authorized by this MOU, the Employer may be subject to appropriate legal action and termination of its participation in E-Verify according to this MOU. B. RESPONSIBILITIES OF FEDERAL CONTRACTORS 1. If the Employer is a Federal contractor with the FAR E-Verify clause subject to the employment verification terms in Subpart 22.18 of the FAR, it will become familiar with and comply with the most current version of the E-Verify User Manual for Federal Contractors as well as the E-Verify Supplemental Guide for Federal Contractors. 2. In addition to the responsibilities of every employer outlined in this MOU, the Employer understands that if it is a Federal contractor subject to the employment verification terms in Subpart 22.18 of the FAR it must verify the employment eligibility of any "employee assigned to the contract" (as defined in FAR 22.1801). Once an employee has been verified through E-Verify by the Employer, the Employer may not create a second case for the employee through E-Verify. a. An Employer that is not enrolled in E-Verify as a Federal contractor at the time of a contract award must enroll as a Federal contractor in the E-Verify program within 30 calendar days of contract award and, within 90 days of enrollment, begin to verify employment eligibility of new hires using E-Verify. The Employer must verify those employees who are working in the United States, whether or not they are assigned to the contract. Once the Employer begins verifying new hires, such verification of new hires must be initiated within three business days after the hire date. Once enrolled in E-Verify as a Federal contractor, the Employer must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee's assignment to the contract, whichever date is later. Page 5 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 � sect v- orE-Verif Company ID Number: 1265476 b. Employers enrolled in E-Verify as a Federal contractor for 90 days or more at the time of a contract award must use E-Verify to begin verification of employment eligibility for new hires of the Employer who are working in the United States, whether or not assigned to the contract, within three business days after the date of hire. If the Employer is enrolled in E-Verify as a Federal contractor for 90 calendar days or less at the time of contract award, the Employer must, within 90 days of enrollment, 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 hires must be initiated within three business days after the date of hire. An Employer enrolled as a Federal contractor in E-Verify must begin verification of each employee assigned to the contract within 90 calendar days after date of contract award or within 30 days after assignment to the contract, whichever is later. c. Federal contractors that are institutions of higher education (as defined at 20 U.S.C. 1001(a)), state or local governments, governments of Federally recognized Indian tribes, or sureties performing under a takeover agreement entered into with a Federal agency under a performance bond may choose to only verify new and existing employees assigned to the Federal contract. Such Federal contractors may, however, elect to verify all new hires, and/or all existing employees hired after November 6, 1986. Employers in this category must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee's assignment to the contract, whichever date is later. d. Upon enrollment, Employers who are Federal contractors may elect to verify employment eligibility of all existing employees working in the United States who were hired after November 6, 1986, instead of verifying only those employees assigned to a covered Federal contract. After enrollment, Employers must elect to verify existing staff following DHS procedures and begin E-Verify verification of all existing employees within 180 days after the election. e. The Employer may use a previously completed Form 1-9 as the basis for creating an E-Verify case for an employee assigned to a contract as long as: i. That Form 1-9 is complete (including the SSN) and complies with Article II.A.6, ii. The employee's work authorization has not expired, and iii. The Employer has reviewed the Form 1-9 information either in person or in communications with the employee to ensure that the employee's Section 1, Form 1-9 attestation has not changed (including, but not limited to, a lawful permanent resident alien having become a naturalized U.S. citizen). f. The Employer shall complete a new Form 1-9 consistent with Article II.A.6 or update the previous Form 1-9 to provide the necessary information if: i. The Employer cannot determine that Form 1-9 complies with Article II.A.6, ii. The employee's basis for work authorization as attested in Section 1 has expired or changed, or iii. The Form 1-9 contains no SSN or is otherwise incomplete. Note: If Section 1 of Form 1-9 is otherwise valid and up-to-date and the form otherwise complies with Page 6 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 � sect v- orE-Verif Company ID Number: 1265476 Article II.C.5, but reflects documentation (such as a U.S. passport or Form 1-551) that expired after completing Form 1-9, the Employer shall not require the production of additional documentation, or use the photo screening tool described in Article II.A.5, subject to any additional or superseding instructions that may be provided on this subject in the E-Verify User Manual. g. The Employer agrees not to require a second verification using E-Verify of any assigned employee who has previously been verified as a newly hired employee under this MOU or to authorize verification of any existing employee by any Employer that is not a Federal contractor based on this Article. 3. The Employer understands that if it is a Federal contractor, its compliance with this MOU is a performance requirement under the terms of the Federal contract or subcontract, and the Employer consents to the release of information relating to compliance with its verification responsibilities under this MOU to contracting officers or other officials authorized to review the Employer's compliance with Federal contracting requirements. C. RESPONSIBILITIES OF SSA 1. SSA agrees to allow DHS to compare data provided by the Employer against SSA's database. SSA sends DHS confirmation that the data sent either matches or does not match the information in SSA's database. 2. SSA agrees to safeguard the information the Employer provides through E-Verify procedures. SSA also agrees to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social Security numbers or responsible for evaluation of E-Verify or such other persons or entities who may be authorized by SSA as governed by the Privacy Act (5 U.S.C. § 552a), the Social Security Act (42 U.S.C. 1306(a)), and SSA regulations (20 CFR Part 401). 3. SSA agrees to provide case results from its database within three Federal Government work days of the initial inquiry. E-Verify provides the information to the Employer. 4. SSA agrees to update SSA records as necessary if the employee who contests the SSA tentative nonconfirmation visits an SSA field office and provides the required evidence. If the employee visits an SSA field office within the eight Federal Government work days from the date of referral to SSA, SSA agrees to update SSA records, if appropriate, within the eight -day period unless SSA determines that more than eight days may be necessary. In such cases, SSA will provide additional instructions to the employee. If the employee does not visit SSA in the time allowed, E-Verify may provide a final nonconfirmation to the employer. Note: If an Employer experiences technical problems, or has a policy question, the employer should contact E-Verify at 1-888-464-4218. D. RESPONSIBILITIES OF DHS 1. DHS agrees to provide the Employer with selected data from DHS databases to enable the Employer to conduct, to the extent authorized by this MOU: a. Automated verification checks on alien employees by electronic means, and Page 7 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 � sect v- orE-Verif Company ID Number: 1265476 b. Photo verification checks (when available) on employees. 2. DHS agrees to assist the Employer with operational problems associated with the Employer's participation in E-Verify. 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 provide to the Employer with access to E-Verify training materials as well as an E-Verify User Manual that contain instructions on E-Verify policies, procedures, and requirements for both SSA and DHS, including restrictions on the use of E-Verify. 4. DHS agrees to train Employers on all important changes made to E-Verify through the use of mandatory refresher tutorials and updates to the E-Verify User Manual. Even without changes to E-Verify, DHS reserves the right to require employers to take mandatory refresher tutorials. 5. DHS agrees to provide to the Employer a notice, which indicates the Employer's participation in E-Verify. 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. 6. DHS agrees to issue each of the Employer's E-Verify users a unique user identification number and password that permits them to log in to E-Verify. 7. DHS agrees to safeguard the information the Employer provides, and to limit access to such information to individuals responsible for the verification process, for evaluation of E-Verify, 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 INA and Federal criminal laws, and to administer Federal contracting requirements. 8. DHS agrees to provide a means of automated verification that provides (in conjunction with SSA verification procedures) confirmation or tentative nonconfirmation of employees' employment eligibility within three Federal Government work days of the initial inquiry. 9. DHS agrees to provide a means of secondary verification (including updating DHS records) for employees who contest DHS tentative nonconfirmations and photo mismatch tentative nonconfirmations. This provides 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. ARTICLE III REFERRAL OF INDIVIDUALS TO SSA AND DHS A. REFERRAL TO SSA 1. If the Employer receives a tentative nonconfirmation issued by SSA, the Employer must print the notice as directed by E-Verify. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee's E-Verify Page 8 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 � sect v- orE-Verif Company ID Number: 1265476 case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. 2. The Employer agrees to obtain the employee's response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. After a tentative nonconfirmation, the Employer will refer employees to SSA field offices only as directed by E-Verify. The Employer must record the case verification number, review the employee information submitted to E-Verify to identify any errors, and find out whether the employee contests the tentative nonconfirmation. The Employer will transmit the Social Security number, or any other corrected employee information that SSA requests, to SSA for verification again if this review indicates a need to do so. 4. The Employer will instruct the employee to visit an SSA office within eight Federal Government work days. SSA will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 5. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. 6. The Employer agrees not to ask the employee to obtain a printout from the Social Security Administration number database (the Numident) or other written verification of the SSN from the SSA. B. REFERRAL TO DHS 1. If the Employer receives a tentative nonconfirmation issued by DHS, the Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee's E-Verify case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. 2. The Employer agrees to obtain the employee's response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. The Employer agrees to refer individuals to DHS only when the employee chooses to contest a tentative nonconfirmation. 4. If the employee contests a tentative nonconfirmation issued by DHS, the Employer will instruct the Page 9 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 � sect v- orE-Verif Company ID Number: 1265476 employee to contact DHS through its toll -free hotline (as found on the referral letter) within eight Federal Government work days. 5. If the Employer finds a photo mismatch, the Employer must provide the photo mismatch tentative nonconfirmation notice and follow the instructions outlined in paragraph 1 of this section for tentative nonconfirmations, generally. 6. The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo mismatch, the Employer will send a copy of the employee's Form 1-551, Form 1-766, U.S. Passport, or passport card to DHS for review by: a. Scanning and uploading the document, or b. Sending a photocopy of the document by express mail (furnished and paid for by the employer). 7. The Employer understands that if it cannot determine whether there is a photo match/mismatch, the Employer must forward the employee's documentation to DHS as described in the preceding paragraph. The Employer agrees to resolve the case as specified by the DHS representative who will determine the photo match or mismatch. 8. DHS will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 9. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. ARTICLE IV SERVICE PROVISIONS A. NO SERVICE FEES 1. SSA and DHS will not charge the Employer for verification services performed under this MOU. The Employer is responsible for providing equipment needed to make inquiries. To access E-Verify, an Employer will need a personal computer with Internet access. ARTICLE V MODIFICATION AND TERMINATION A. MODIFICATION 1. This MOU is effective upon the signature of all parties and shall continue in effect for as long as the SSA and DHS operates the E-Verify program unless modified in writing by the mutual consent of all parties. 2. Any and all E-Verify system enhancements by DHS or SSA, including but not limited to E-Verify checking against additional data sources and instituting new verification policies or procedures, will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. Page 10 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 � sect v- orE-Verif Company ID Number: 1265476 B. TERMINATION 1. The Employer may terminate this MOU and its participation in E-Verify at any time upon 30 days prior written notice to the other parties. 2. Notwithstanding Article V, part A of this MOU, DHS may terminate this MOU, and thereby the Employer's participation in E-Verify, with or without notice at any time if deemed necessary because of the requirements of law or policy, or upon a determination by SSA or DHS that there has been a breach of system integrity or security by the Employer, or a failure on the part of the Employer to comply with established E-Verify procedures and/or legal requirements. The Employer understands that if it is a Federal contractor, termination of this MOU by any party for any reason may negatively affect the performance of its contractual responsibilities. Similarly, the Employer understands that if it is in a state where E-Verify is mandatory, termination of this by any party MOU may negatively affect the Employer's business. 3. An Employer that is a Federal contractor may terminate this MOU when the Federal contract that requires its participation in E-Verify is terminated or completed. In such cases, the Federal contractor must provide written notice to DHS. If an Employer that is a Federal contractor fails to provide such notice, then that Employer will remain an E-Verify participant, will remain bound by the terms of this MOU that apply to non -Federal contractor participants, and will be required to use the E-Verify procedures to verify the employment eligibility of all newly hired employees. 4. The Employer agrees that E-Verify is not liable for any losses, financial or otherwise, if the Employer is terminated from E-Verify. ARTICLE VI PARTIES A. Some or all SSA and DHS responsibilities under this MOU may be performed by contractor(s), and SSA and DHS may adjust verification responsibilities between each other as necessary. By separate agreement with DHS, SSA has agreed to perform its responsibilities as described in this MOU. B. Nothing in this MOU is intended, or should be construed, to create any right or benefit, substantive or procedural, enforceable at law by any third party against the United States, its agencies, officers, or employees, or against the Employer, its agents, officers, or employees. C. The Employer may not assign, directly or indirectly, whether by operation of law, change of control or merger, all or any part of its rights or obligations under this MOU without the prior written consent of DHS, which consent shall not be unreasonably withheld or delayed. Any attempt to sublicense, assign, or transfer any of the rights, duties, or obligations herein is void. D. Each party shall be solely responsible for defending any claim or action against it arising out of or related to E-Verify or this MOU, whether civil or criminal, and for any liability wherefrom, including (but not limited to) any dispute between the Employer and any other person or entity regarding the applicability of Section 403(d) of IIRIRA to any action taken or allegedly taken by the Employer. E. The Employer understands that its participation in E-Verify is not confidential information and may be disclosed as authorized or required by law and DHS or SSA policy, including but not limited to, Page 11 of 17 E-Verify MOU for Employers i Revision Date 06/01/13 E-Verifv- Company ID Number: 1265476 Congressional oversight, E-Verify publicity and media inquiries, determinations of compliance with Federal contractual requirements, and responses to inquiries under the Freedom of Information Act (FOIA). F. The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the Employer and DHS respectively. The Employer understands that any inaccurate statement, representation, data or other information provided to DHS may subject the Employer, its subcontractors, its employees, or its representatives to: (1) prosecution for false statements pursuant to 18 U.S.C. 1001 and/or; (2) immediate termination of its MOU and/or; (3) possible debarment or suspension. G. The foregoing constitutes the full agreement on this subject between DHS and the Employer. To be accepted as an E-Verify participant, you should only sign the Employer's Section of the signature page. If you have any questions, contact E-Verify at 1-888-464-4218. Page 12 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 riE-Vefv— or �y�N� Company ID Number: 1265476 Approved by: Employer Waypoint Contracting,Inc Name (Please Type or Print) Title Janeth Zabala Signature Date Electronically Signed 01/25/2018 Department of Homeland Security — Verification Division Name (Please Type or Print) Title USCIS Verification Division Signature Date Electronically Signed 01/25/2018 Page 13 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 � sect v- orE-Verif Company ID Number: 1265476 Information Required for the E-Verify Program Information relating to your Company: Waypoint Contracting,lnc Company Name 1324 NW 29th St Mlami, FL 33142 Company Facility Address PO Box 420008 Miami, FL 33242 Company Alternate Address County or Parish MIAMI-DADE Employer Identification Number 814602789 North American Industry 236 Classification Systems Code Parent Company Number of Employees 5 to 9 Number of Sites Verified for 1 Page 14 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 E-Verifv- Company ID Number: 1265476 Are you verifying for more than 1 site? If yes, please provide the number of sites verified for in each State: FLORIDA 1 site(s) Page 15 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 E-Verifv- Company ID Number: 1265476 Information relating to the Program Administrator(s) for your Company on policy questions or operational problems: Name Jorge Lopez Phone Number (786) 608 - 1406 Fax Number (786) 608 - 1406 Email Address jlopez@waypointci.com Name Janeth Zabala Phone Number (954) 681 - 2903 ext. 2903 Fax Number (954) 681 - 2903 Email Address accounting@waypointci.com Page 16 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 E-Verifv- Company ID Number: 1265476 Page intentionally left blank Page 17 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 ■❑ ■❑ Ron DeSantis, Governor Halsey Beshears, Secretary Florida STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD THE GENERAL CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES WAYPOINT CONTRACTING INC 1324 NW 29TH ST MIAMI � FL 33142rd LICENSE NWMA': EXPIRATION DATE: AUGUST 31, 2022 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. INSURANCE AND BONDING REQUIREMENTS Insurance / Bond Type Required Limits 1. ® Worker's Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements Evidence of Workers' Compensation coverage or a Certificate of Exemption issued by the State of Florida is required. Entities that are formed as Sole Proprietorships shall not be required to provide a proof of exemption. An application for exemption can be obtained online at https://anns.fldfs.com/bocexempt/ 2. ® Employer's Liability $_500,000 single limit per occurrence 3. ® Commercial General Bodily Injury and Property Damage Liability (Occurrence Form) patterned after the current $_1,000,000_single limit per occurrence, $2,000,000 aggregate for Bodily ISO form Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. ® Indemnification To the maximum extent permitted by Florida law, the ContractorNendor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor/ Vendor or anyone employed or utilized by the ContractorNendor in the performance of this Agreement. 5. ® Automobile Liability $_I,000,000_ Each Occurrence; Bodily Injury & Property Damage. Owned/Non-owned/Hired; Automobile Included 6. ❑ Other insurance as noted: ❑ Watercraft $ Per Occurrence ❑ United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence ❑ Pollution $ Per Occurrence ❑ Professional Liability $ Per claim & in the aggregate ❑ Project Professional Liability $ Per Occurrence ❑ Valuable Papers Insurance $ Per Occurrence ❑ Cyber Liability S Per Occurrence ❑ Technology Errors & Omissions $ Per Occurrence 7. ❑ Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 8. ❑ Performance and Payment For projects in excess of $200,000, bonds shall be submitted with the executed Bonds contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost home by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as "A-" or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 9. ® Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 10. ® Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Vendor's policy shall be endorsed accordingly. 11. ® The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 12. ® On all certificates, the Certificate Holder must read: Collier County Board of County Commissioners, 3295 Tamiami Trail East, Naples, FL 34112 13. ® Thirty (30) Days Cancellation Notice required. 14. Collier County shall procure and maintain Builders Risk Insurance on all construction projects where it is deemed necessary. Such coverage shall be endorsed to cover the interests of Collier County as well as the Contractor. Premiums shall be billed to the project and the Contractor shall not include Builders Risk premiums in its project proposal or project billings. All questions regarding Builder's Risk Insurance will be addressed by the Collier County Risk Management Division. 11 /15/20 - CC Vendor's Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. The insurance submitted must provide coverage for a minimum of six (6) months from the date of award. NameofFinn WMPoinr ConlTnWR9 xt\C Date 11I12t2021 Vendor Signature K ML44M:Qc Print Name fzfmminn &on-m1P.2 Insurance Agency FQCT- lnGurcu,Ce Agent Name HI Cha ei Roger Telephone Number 305- LA(0I - B'Z 1 Collier County Administrative Services Division Prowrement Services Date: December 9, 2020 Email: Sarah.Hamilton(a)colliercountyfl.eov Telephone: (239) 252-8987 Addendum 1 From: Sarah Hamilton, Procurement Strategist To: Interested Bidders Subject: Addendum #1, IFQ 20-7771, Small General Contracting Services The following clarifications are issued as an addendum identifying the following clarification to the scope of work, changes, deletions, or additions to the original solicitation document for the referenced solicitation: Change 1. Detailed Scope of Work: Words s;eaekdhretdgh are deleted from the Solicitation document: Invoices: All T&M NTE work assignments will utilize a fee schedule for labor/parts/equipment. Fee schedule rates, which are subject to additions or deletions, will be negotiated with the awarded Contractors and will be added to the contract for utilization. For all T&M NTE work, Contractor(s) shall be required to provide backup documentation of Contractor's time and proof of the subcontractor services and/or parts/materials/supplies/equipment by providing invoices and receipts at the time of invoice submission. Ancillary charges may be transferred to the County in the actual amount; however, mark-ups will not be allowed. Mark-ups will not be allowed on sales tax, consumer fees or taxes, use and other similar taxes or fees associated with any work under the resultant contract. Awarded Contractors agree to the following, as it pertains to markups and labor rates on T&M NTE work: 1. The mark-up on rental equipment shall not exceed 10%. 2. The mark-up on materials shall not exceed 10%. 3. The mark-up on subcontractors shall not exceed 15%. A copy of the Subcontractor invoice must be provided. MateMateFia4 markup shall not be allowed againstS` Subcontractor hourly rate shall not exceed the Contractor's hourly rate. 4. The labor rates provided by the Contractor are to be fully burdened to include overhead, insurance, profit and use of company owned small tools and equipment. Change 2. Evaluation Criteria: Words stFaek-tlffeugk are deleted from the Solicitation document: EVALUATION CRITERIA NO. 5: SPECIALIZED EXPERTISE OF TEAM MEMBERS (25 Total Points Available) In this criterion, include but not limited to: • Description of the proposed contract team and the role to be played by each member of the team. • Attach brief resumes of all proposed project team members who will be involved in the management of the total package of services, as well as the delivery of specific services. - Mash resumes of any sub eontraetefs and attaeh Jettefs ef intHfis 4Rfa stated sub Gentraeten must be ifislude For Changes 1 and 2 above, please see revised Solicitation document. If you require additional information, please post a question on our BidSync (www.bidsync.com) bidding platform under the solicitation for this project. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. 2 I/D(�i Date C• 16.C.4.t Selection Committee Final Ranking Sheet Administrative Services division Procurement Services IFQ #: 20-7771 Title: Small General Contracting Services Name of Firm Mike Levy Dayne Atkinson James Williams Timothy Rygiel Total Scores Final Ranking Capital Contractors, LLC 96 90 87 95 368.00 1 DEC Contracting Group, Inc. 92 91 81 94 358.00 2 Chris -Tel Company of Southwest Florida, Inc. dba Chris -Tel Construction 91 89 76 91 347.00 3 Waypoint Contracting Inc 87 86 78 95 346.00 4 Vetor Contracting Services, LLC 88 82 76 87 333.00 5 N R Contractors Inc. 90 85 77 76 328.00 6 Compass Construction, Inc. 87 76 68 75 306.00 7 Jim Duffy Construction, Inc. 87 69 77 69 302.00 8 Cosugas, LLC 79 68 56 76 279.00 9 WM. J. Varian Construction Company, Inc. 91 64 69 52 276.00 10 Made in Rio, Inc. 83 61 65 60 269.00 11 G. Meyer Construction Inc 78 60 59 58 255.00 12 Atlantic Concrete and Mechanical, Inc. 74 65 50 63 252.00 13 FA Remodeling and Repairs Inc 70 701 44 571 241.00 1 14 The Eleventh Rep, LLC 73 441 43 481 208.00 1 15 HRT Construction Group, LLC 63 501 38 431 194.00 1 16 Procurement Professional Sarah Hamilton Page 1 of 1 Packet Pg. 1615 DocuSign Envelope ID: D6525A45-23A9-40D7-8605-DF63365741F2 001[ier Covtnty Administrative Services Department Procurement Services Division Notice of Recommended Award Solicitation: 20-7771 Title: Small General Contracting Services Due Date and Time: December 18, 2020 at 3:00 P.M. Respondents: Company Name City County State Final Ranking Responsive/Responsible Capital Contractors, LLC Naples Collier FL 1 Y/Y DEC Contracting Group, Inc. Fort Myers Lee FL 2 Y/Y Chris -Tel Company of Southwest Florida, Inc. dba Chris -Tel Construction Fort Myers Lee FL 3 Y/Y Waypoint Contracting Inc Miami / Naples Miami -Dade / Collier FL 4 Y/Y Vetor Contracting Services, LLC Naples Collier FL 5 Y/Y N R Contractors Inc. Naples Collier FL 6 Y/Y Compass Construction, Inc. Cape Coral Lee FL 7 Y/Y Jim Duffy Construction, Inc. Naples Collier FL 8 Y/Y Cosugas, LLC Sunrise Broward FL 9 Y/Y WM. J. Varian Construction Company, Inc. Naples Collier FL 10 Y/Y Made in Rio, Inc. Fort Myers Lee FL 11 Y/Y G. Meyer Construction Inc Naples Collier FL 12 Y/Y Atlantic Concrete and Mechanical, Inc. Jacksonville Duval FL 13 Y/Y FA Remodeling and Repairs Inc Naples Collier FL 14 Y/Y The Eleventh Rep, LLC Naples Collier FL 15 Y/Y HRT Construction Group, LLC Miramar Broward FL 16 Y/Y Utilized Local Vendor Preference: Yes = No = Recommended Vendors) For Award: On November 18, 2020, the Procurement Services Division released notices of Invitation for Qualification 20- 7771, Small General Contracting Services. 32,685 notifications were sent, 115 suppliers viewed the solicitation information, and sixteen (16) proposals were received by the due date of December 18, 2020, as shown above. All sixteen proposers were found to be responsive and responsible. Eleven of the proposers were contacted to resolve minor irregularities due to incomplete/missing documents. The Selection Committee met on January 29, 2021 and as described in the solicitation documents, the Committee scored each of the proposals and the proposers were ranked as listed above. a Packet Pg. 1616 DocuSign Envelope ID: D6525A45-23A9-40D7-8605-DF63365741 F2 16.C.4. u The top six (6) contractors are being recommended for award: Capital Contractors, LLC ranked as 1 DEC Contracting Group, Inc. ranked as 2 Chris -Tel Company of Southwest Florida, Inc. dba Chris -Tel Construction ranked as 3 Waypoint Contracting Inc ranked as 4 Vetor Contracting Services, LLC ranked as 5 N R Contractors Inc. ranked as 6 Contract Driven Purchase Order Driven 0 Required Signatures DocuSigned by: Project Manager: 1 2/2/2021 39618C5AADBF489... DocuSigned by: —[ Procurement Strategist: W�ffoll. 21212021 20E7C19BA18840B... C - 1;ces Director: DocuSigned by: S N 3ECCC8279B554F5_. Sandra Herrera 2/2/2021 Date a Packet Pg. 1617