Loading...
Backup Documents 04/24/2018 Item #16D 9 ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO 16 0 9 4 THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATURE Print on pink paper. Attach to original document. The completed routing slip and original documents are to be forwarded to the County Attorney Office at the time the item is placed on the agenda. All completed routing slips and original documents must be received in the County Attorney Office no later than Monday preceding the Board meeting. **NEW** ROUTING SLIP Complete routing lines#1 through#2 as appropriate for additional signatures,dates,and/or information needed. If the document is already complete with the exception of the Chairman's signature,draw a line through routing lines#1 through#2,complete the checklist,and forward to the County Attorney Office. Route to Addressee(s) (List in routing order) Office Initials Date 1. Risk Risk Management 1/ 4`ze 2. County Attorney Office County Attorney Office y�.31k? 4. BCC Office Board of County `L Commissioners c.Sir6 5rl-1 4. Minutes and Records Clerk of Court's Office 5- -t '. - .,) 5. Procurement Services Procurement Services PRIMARY CONTACT INFORMATION Normally the primary contact is the person who created/prepared the Executive Summary. Primary contact information is needed in the event one of the addressees above,may need to contact staff for additional or missing information. Name of Primary Staff Barbara Lance Contact Information 239-252-8998 Contact/ Department Agenda Date Item was April 24,2018 Agenda Item Number 16.D.9. / Approved by the BCC �/ Type of Document Contract Number of Original r!/CZ, Attached Documents Attached PO number or account N/A 18-7331-PB"Public Creative Bus ales,Inc. number if document is Transit Trolleys" to be recorded INSTRUCTIONS & CHECKLIST Initial the Yes column or mark"N/A"in the Not Applicable column,whichever is Yes N/A(Not appropriate. (Initial) _Appl cle) 1. Does the document require the chairman's original signature STAMP OK B� 2. Does the document need to be sent to another agency for additional signatures? If yes, N/A provide the Contact Information(Name;Agency;Address;Phone)on an attached sheet. 3. Original document has been signed/initialed for legal sufficiency. (All documents to be BL signed by the Chairman,with the exception of most letters,must be reviewed and signed by the Office of the County Attorney. 4. All handwritten strike-through and revisions have been initialed by the County Attorney's N/A Office and all other parties except the BCC Chairman and the Clerk to the Board 5. The Chairman's signature line date has been entered as the date of BCC approval of the BL document or the fmal negotiated contract date whichever is applicable. 6. "Sign here"tabs are placed on the appropriate pages indicating where the Chairman's BL signature and initials are required. 7. In most cases(some contracts are an exception),the original document and this routing slip N/A should be provided to the County Attorney Office at the time the item is input into SIRE. Some documents are time sensitive and require forwarding to Tallahassee within a certain time frame or the BCC's actions are nullified. Be aware of your deadlines! 8. The document was approved by the BCC on 04/24/2018 and all changes made during the meeting have been incorporated in the attached document. The County /E3� Attorney's Office has reviewed the changes,if applicable. ' 9. Initials of attorney verifying that the attached document is the version approved by the BCC,all changes directed by the BCC have been made,and the document is ready for themoi L=2� , A e. .. F Chairman's signature. ;i E I V}L APR 4 2018 Risk Management 1609 MEMORANDUM Date: May 1, 2018 To: Barbara Lance, Purchasing Tech Procurement Services From: Ann Jennejohn, Deputy Clerk Minutes & Records Department Re: Contract #18-7331-PB Contractor: Creative Bus Sales, Inc., Attached, is an original copy of the contract referenced above, (Item #16D9) approved by the Board of County Commissioners on Tuesday, April 24, 2018. The second original contract has been held in the Minutes and Records Department for the Board's Official Record. If you have any questions, please contact me at 252-8406. Thank you. Attachment 1609 GENERAL SERVICE AGREEMENT (NON-SOLICITATION) # 18-7331-PB for Public Transit Trolleys THIS AGREEMENT, made and entered into on this aLeh day of Pc:CI , 20 , by and between Creative Bus Sales, Inc. authorized to do business in the State of Florida, whose business address is 14740 Romana Ave, Chino, CA 91710 (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 two (2 ) year period, commencing 1111 upon the date of Board approval or on and terminating on two (2 ) 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 three (3 ) 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 1■1 Purchase Order Notice to Proceed. 3. STATEMENT OF WORK. The Contractor, as a LJ sole source, single source, an III exemption and shall provide/purchase for the manufacture and delivery of two (2) Trolley Transit Vehicle in accordance to Lee County Solicitation No. RFP170058LAC in accordance with n the terms and conditions of this Agreement I0 Exhibit A — Scope of Services, attached to this Agreement _ Exhibit A—Scope of Services, attached to this Agreement and Contractor's proposal referred to herein and made an integral part of this Agreement. 0 Page 1 of 17 General Service Agreement Non-Solicitation#2017-004(Ver.]) 1609 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 execution of this Agreement shall not be a commitment to the Contractor to order any minimum or maximum amount. The County shall order items/services as required but makes no guarantee as to the quantity, number, type or distribution of items/services that will be ordered or required by this Agreement. 4. THE AGREEMENT SUM. The County shall pay the Contractor for the performance of this Agreement an estimated maximum amount of ($ ), per County fiscal year, based on units/services furnished per Exhibit B- Fee Schedule, attached hereto and the price methodology as defined in Section 4.1. 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". • The County shall pay the Contractor for the performance of this Agreement based on Exhibit B- Fee Schedule, attached hereto and the price methodology as defined in Section 4.1. 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". The County shall pay the Contractor for the performance of this Agreement an estimated maximum amount of ($ ), per County fiscal year, based on units/services furnished pursuant to the quoted priced offered by the Contractor in response to a specific Request for Quotation and pursuant to Price Methodology in Section 4.1. 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. I I 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 Page 2 of 17 General Service Agreement Non-Solicitation#2017-004(Ver.1) ®VD 1609 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. ❑■ Unit Price: The County agrees to pay a firm total fixed price (inclusive of all costs, including labor, materials, equipment, overhead, etc.) for a repetitive product or service delivered (i.e. installation price per ton, delivery price per package or carton, etc.). The invoice must identify the unit price and the number of units received (no contractor inventory or cost verification). 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. 4.4 ❑ Travel and Reimbursable Expenses: Travel and Reimbursable Expenses must be approved in advance in writing by the County. Travel expenses shall be reimbursed as per Section 112.061 Fla. Stats. Reimbursements shall be at the following rates: Mileage $0.44.5 per mile Breakfast $6.00 Lunch $11.00 Dinner $19.00 Airfare Actual ticket cost limited to tourist or coach class fare Rental car Actual rental cost limited to compact or standard-size vehicles Lodging Actual cost of lodging at single occupancy rate with a cap of no more than $150.00 per night Parking Actual cost of parking Taxi or Airport Limousine Actual cost of either taxi or airport limousine Reimbursable items other than travel expenses shall be limited to the following: telephone long-distance charges, fax charges, photocopying charges and postage. Reimbursable items will be paid only after Contractor has provided all receipts. Contractor shall be Page 3 of 17 General Service Agreement Non-Solicitation#2017-004(Ver.1) 1609 responsible for all other costs and expenses associated with activities and solicitations undertaken pursuant to this Agreement. 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. 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: Creative Bus Sales, Inc. Address: 14740 Romana Ave Chino, CA 91710 Authorized Agent: Anthony Matijevich, President Attention Name & Title: Telephone: 909-465-5528 E-Mail(s): tonym@creativebussales.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: Michelle Edwards-Arnold Division Name: Public Transit & Neighborhood Enhancement(PTNE) Address: 3299 East Tamiami Trail, #103 Naples, Florida 34112 Administrative Agent/PM: Yousi Cardeso, Operations Analyst Telephone: 239-252-5886 E-Mail(s): Yousi.Cardeso@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. Page 4 of 17 General Service Agreement Non-Solicitation#2017-004(Ver.1) 1609 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. 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 4 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. n 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. I Business Auto Liability: Coverage shall have minimum limits of $ 1,000,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Page 5 of 17 General Service Agreement Non-Solicitation#2017-004(Ver.1) 1609 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. D. n Professional Liability: Shall be maintained by the Contractor to ensure its legal liability for claims arising out of the performance of professional services under this Agreement. Contractor waives its right of recovery against County as to any claims under this insurance. Such insurance shall have limits of not less than $ each claim and aggregate. E. Cyber Liability: Coverage shall have minimum limits of$ per claim. F. ❑ : Coverage shall have minimum limits of $ per claim. 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, Page 6 of 17 General Service Agreement Non-Solicitation#2017-004(Ver.1) 1609 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. 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 Public Transit & Neighborhood Enhancement 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: n Contractor's Proposal, ❑ Insurance Certificate(s), 0 Exhibit A Scope of Services, • Exhibit B Fee Schedule, ❑ subsequent quotes, and n Other Exhibit/Attachment: Notice of Assignment of Option 17. APPLICABILITY. Sections corresponding to any checked box (U) 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 Page 7 of 17 General Service Agreement Non-Solicitation#2017-004(Ver.l) S 16D9 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 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, 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) 252-8383 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, Page 8 of 17 General Service Agreement Non-Solicitation#2017-004(Ver 1609 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. 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 Contractor may nullify the whole or any part of any approval for payment previously issued and the Contractor may withhold any payments otherwise due 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 Page 9 of 17 General Service Agreement Non-Solicitation 42017-004(Ver.!) 16139 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. n 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. 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 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 Page 10 of 17 General Service Agreement Non-Solicitation#2017-004(Ver.1) 1609 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 form 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 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. 34. LJ KEY PERSONNEL. The Contractor's personnel and management to be utilized for this project shall be knowledgeable in their areas of expertise. The County reserves the right to perform investigations as may be deemed necessary to ensure that competent Page 11 of 17 General Service Agreement Non-Solicitation#2017-004(Ver.1) 16 D9 persons will be utilized in the performance of the Agreement. The Contractor shall assign as many people as necessary to complete the services on a timely basis, and each person assigned shall be available for an amount of time adequate to meet the required service dates. The Contractor shall not change Key Personnel unless the following conditions are met: (1) Proposed replacements have substantially the same or better qualifications and/or experience. (2) that the County is notified in writing as far in advance as possible. The Contractor shall make commercially reasonable efforts to notify Collier County within seven (7) days of the change. The County retains final approval of proposed replacement personnel. n 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 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. 10 ORDER OF PRECEDENCE (Grant Funded). In the event of any conflict between or among the terms of any of the Contract Documents and/or the County's Board approved Executive Summary, the terms of the Agreement shall take precedence over the terms of all other Contract Documents, except the terms of any Supplemental Conditions shall take precedence over the Agreement. To the extent any conflict in the terms of the Contract Documents cannot be resolved by application of the Supplemental Conditions, if any, or the Agreement, the conflict shall be resolved by imposing the more strict or costly obligation under the Contract Documents upon the Contractor at County's discretion. 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 Page 12 of 17 General Service Agreement Non-Solicitation#2017-004(Ver.1) 1609 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 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 General Service Agreement Non-Solicitation#2017-004(Ver.1) 1609 IN WITNESS WHEREOF, the parties hereto, have each, respectively, by an authorized person or agent, have executed this Agreement on the date and year first written above. ATTEST: BOARD OF : N Y COMM! ERS COLLIER '•UN . FLORI Dwight E. Brock, Clerk of Courts By: L.A.. • . 41, b By: •ndy Solis Esq. , Chairman Dated: Jr signa'ure only,; Contractor's Witnesses: Creative Bus Sales, Inc. Contractor B Contractor's First Witness /j �Signature yyi.-/L0--x� /0/AT/f�v/G",/ Til. OG-- T- S-rt 4,4/Z J. Oz cu1ET r TType/print signature and titleT / TType/print witness nameT Contractor's Second Witness T� wtA -riJEVtC TType/print witness name A..•roved to F. :n., Legality: Item# �t County Attorney if-CA I _,) Agenda Print ame ( /z"��� Date Date j-- Rec'd • „tit, 4e_ . Deputy Cler Page 14 of 17 General Service Agreement Non•Solicitation 02017-004(Ver.1) 1609 Exhibit A Scope of Services U■ following this page (pages 1 through 138) n this exhibit is not applicable Page 15 of 17 General Service Agreement Non-Solicitation#2017-004(Ver.1) 16D9 EXHIBIT A- SCOPE OF SERVICES Scope of Services are in accordance with the terms and conditions for Project Scope of Services set forth in Solicitation No. RFP170058LAC for project known as Lee County Public Transit Trolleys. Solicitation No. RFP 170058LAC, Contractors Proposal, Special Conditions, Project Details, and Detailed Departmental Specifications sections, as well as, Amendments are attached hereto and incorporated by reference . 1609 Ver 11/07/2016 z i LEE COUNTY Advertise Date: Friday, January 27, 2017 Lee County Board of County Commissioners DIVISION OF PROCUREMENT MANAGEMENT Request for Proposal (RFP) (Non-CCNA) Solicitation No.: RFP170058LAC Solicitation Name: Lee County Public Transit Trolleys Open Date/Time: 3/1/2017 Time: 2:30 PM Location: Lee County Procurement Management 1500 Monroe Street 4th Floor Fort Myers, FL 33901 Procurement Contact: Lindsay Cepero Title Procurement Analyst Phone: (239) 533-8881 Email: LindsayCepero@LeeGov.com Requesting Dept. LeeTran Pre-Solicitation Meeting: Type: No meeting scheduled at this time Date/Time: N/A Location: N/A All solicitation documents are available for download at www.leegov.com/procurement 1 1 RFP170058LAC, Lee County Public Transit Trolleys j 1609 !41 LEE COUNTY TY ADVERTISEMENT DATE: Friday,January 27,2017 SOUTHWEST FLORIDA Notice to Proposer(s) RFP170058LAC,Lee County Public Transit Trolleys REQUEST FOR PROPOSAL (RFP NON-CCNA) Lee County, Fort Myers, Florida, is requesting proposals from qualified individuals/firms for RFP170058LAC,Lee County Public Transit Trolleys Then and there to be publicly opened and read aloud for the purpose of selecting a vendor to furnish; all necessary labor, services, materials, equipment, tools, consumables, transportation, skills and incidentals required for Lee County, Fort Myers, Florida, in conformance with proposal documents, which include technical specifications and/or a scope of work. Those individuals/firms interested in being considered for(RFP) are instructed to submit, in accordance with specifications,their proposals,pertinent to this project prior to: 2:30 PM Wednesday, March 1, 2017 to the office of the Procurement Management Director, 1500 Monroe Street, 4th Floor, Fort Myers, Florida 33901. The Request for Proposal shall be received in a sealed envelope,prior to the time scheduled to receive proposals, and shall be clearly marked with the solicitation name, solicitation number, proposer name, and contact information as identified in these solicitation documents. The Scope of Services for this RFP is available from www.leegov.com/procurement. Vendors who obtain scope of services from sources other than www.Leegov.comlprocurement are cautioned that the solicitation I package may be incomplete. The County's official bidders list, addendum(s) and information must be I obtained from www.Leegov.com/procurement. It is the proposer's responsibility to check for posted information. The County may not accept incomplete proposals. I There will be no Pre-proposal Conference for this RFP 1 1 It has been determined that the specifications and scope of work within this solicitation are adequate to describe the product or services being requested. A pre-proposal conference and site visit has not been scheduled for this solicitation. Questions regarding this Request for Proposal are to be directed, in writing, to the individual listed below using the email address listed below or faxed to (239) 485 8383 during normal working hours. Lindsay Cepero,LindsayCepero(a,LeeGov.com Sincerely, it k j t 4 0 .w'' s Mary G. Tucker, CPPO,FCCM, FCCN Procurement Management Director WWW.LeeGov.Com/Procurement is the County's official posting site ® l RFP170058LAC, Lee County Public Transit Trolleys 1609 Ver 11/07/2016 Terms and Conditions Request for Proposal 1. DEFINTIONS 1.1. Addendum/Addenda: A written change, addition, alteration, correction or revision to a bid, proposal or contract agreement. Addendum/Addenda may be issued following a pre-bid/pre-proposal conference or as a result of a specification or work scope change to the solicitation. 1.2. Approved Alternate: Solicitation documents may make reference of specific manufacturer(s) or product(s). These references serve only as a recommendation and a guide to minimum quality and performance. The references are not intended to exclude approved alternatives of other manufacturer(s)or product(s). 1.3. Bid/Proposal Package: A bid/proposal is a document submitted by a vendor in response to some type of solicitation to be used as a basis for negotiations or for entering into a contract. 1.4. Bidder/Responder/Proposer: One who submits a response to a solicitation. 1.5. County: Refers to Lee County Board of County Commissioners. 1.6. Due Date and Time/Opening: Is defined as the date and time upon which a bid or proposal shall be submitted to the Lee County Procurement Management Division. Only bids or proposals received prior to the established date and time will be considered. Which will be defined as Lee County local time. 1.7. Liquidated Damages: Damages paid usually in the form of monetary payment, agreed by the parties to a contract which are due and payable as damages by the party who breaches all or part of the contract. May be applied on a daily basis for as long as the breach is in effect. 1.8. Responsible: A vendor, business entity or individual who is fully capable to meet all of the requirements of the bid/proposal solicitation documents and subsequent contract. Must possess the full capability including financial and technical, to perform as contractually required. Must be able to fully document the ability to provide good faith performance. 1.9. Responsive: A vendor, business entity or individual who has submitted a bid or request for proposal that fully conforms in all material respects to the bid/proposal solicitation documents and all of its requirements,including all form and substance. 1.10. Solicitation: An invitation to bid, a request for proposal, invitation to negotiate or any document used to obtain bids or proposals for the purpose of entering into a contract. 2. ORDER OF PRECEDENCE 2.1. If a conflict exists between the"Terms and Conditions"the following order of precedents will apply: 2.1.1. Florida State Law as applied to Municipal Purchasing in accordance with Title XIX, "Public Business",Chapter 287"Procurement of Personal Property and Services." 2.1.2. Lee County Procurement Management Division Policy and Ordinances 2.1.3. Special Conditions and Supplemental Instructions 2.1.4. Detailed Departmental Specifications 2.1.5. Project Details 2.1.6. FTA/Grant Provisions 2.1.7. These Terms and Conditions 3. RULES, REGULATIONS, LAWS,ORDINANCES AND LICENSES 3.1. It shall be the responsibility of the proposer to assure compliance with all other federal, state, or county codes, rules,regulations or other requirements, as each may apply. Any involvement with the Lee County shall be in accordance with but not limited to: 3.1.1. Lee County Procurement Policy Manual 3.1.2. Pursuant to Florida Statutes Section 119.071, Public Records, General exemptions from inspection or copying of public records, sealed bids or proposals received by the County. Pursuant to this, solicitation are exempt from public records request (s. 119.07(1) and s. 24(a), Art. I, of the Florida Constitution) until such time as the agency provides notice of a decision or intended decision (pursuant to s. 119.071(2))or within 30 days after bid or proposal opening,whichever is earlier. 3.1.3. Florida Statute 218 Public Bid Disclosure Act. 3.1.4. Florida Statute 337.168 Confidentiality of official estimates, identities of potential bidders, and bid analysis and monitoring. RFP170058LAC, Lee County Public Transit Trolleys 111) k 1609 Vcr 11/07/2016 3.1.5. Florida Statutes Section 607.1501(1) states: A foreign corporation may not transact business in the State of Florida until it obtains a certificate of authority from the Department of State. 3.2. Local Business Tax: If applicable,provide with proposal. 3.3. License(s): Proposer should provide, at the time of the opening of the proposal, all necessary permits and/or licenses required for this product and/or service. 4. RFP—PREPARATION OF PROPOSAL 4.1. Proposals must be sealed in an envelope, and the outside of the envelope must be affixed with the label included in the forms section. 4.2. The envelope shall include: 4.2.1. One (1) original hard copy of the proposal submittal, manually signed by an authorized representative. 4.2.2. Six(6)electronic CD ROM or flash drive sets of the proposal submittal 4.2.2.1. One single adobe PDF file and should be copied in the same order as the original hard copy. 4.2.2.2. Limit the color and number of images to avoid unmanageable file sizes. 4.2.2.3. Use a rewritable CD or flash drive and do not lock files. 4.3. Submission Format: 4.3.1. Required Forms: complete and return all required forms. If the form is not applicable please return with"Not Applicable"or"N/A"in large letters across the form. 4.3.2. Execution of Proposal: All documents must be properly signed by corporate authorized representative, witnessed, and where applicable corporate and/or notary seals affixed. All proposals shall be typed or printed in ink. The proposer may not use erasable ink. All corrections made to the proposal shall be initialed. 4.3.3. If a cost/bid schedule was provided in Microsoft Excel format, the returned completed schedule should be included as a Microsoft Excel File on the CD or Flash drive. 4.3.4. Should not contain links to other Web pages. 4.4. Preparation Cost: 4.4.1. The Proposer is solely responsible for any and all costs associated with responding to this solicitation. No reimbursement will be made for any costs associated with the preparation and submittal of any proposal,or for any travel and per diem costs that are incurred by any Proposer. 5. RESPONSES RECEIVED LATE 5.1. It shall be the proposer's sole responsibility to deliver the proposal submission to the Lee County Procurement Management Division prior to or on the time and date stated. 5.2. Any proposals received after the stated time and date will not be considered. The proposal shall not be opened at the public opening. Arrangements may be made for the unopened proposal to be returned at the proposer's request and expense. 5.3. The Lee County Procurement Management Division shall not be responsible for delays caused by the method of delivery such as, but not limited to; Internet, United States Postal Service, overnight express mail service(s), or delays caused by any other occurrence. 6. PROPOSER REQUIREMENTS (unless otherwise noted) 6.1. Responsive and Responsible: Only proposals received from responsive and responsible proposers will be considered. The County reserves the right before recommending any award to inspect the facilities and organization; or to take any other necessary action, such as background checks, to determine ability to perform is satisfactory, and reserves the right to reject submission packages where evidence submitted or investigation and evaluation indicates an inability for the proposer to perform. 6.1.1. Proposals may be declared "non-responsive" due to omissions of "Negligence or Breach of Contract" on the disclosure form. Additionally, proposals may be declared "not responsible" due to past or pending lawsuits that are relevant to the subject procurement such that they call into question the ability of the proposer to assure good faith performance. This determination may be made by the Procurement Management Director, after consulting with the County Attorney. 6.1.2. Additional sources may be utilized to determine credit worthiness and ability to perform. OA, 4 ' RFP170058LAC, Lee County Public Transit Trolleys 1609 Ver 11/07/2016 6.1.3. Any proposer or sub-proposer that will have access to County facilities or property may be required to be screened to a level that may include, but is not limited to; fingerprints, statewide criminal. There may be fees associated with these procedures. These costs are the responsibility of the proposer or sub-proposer. 6.2. Past Performance: All vendors will be evaluated on their past performance and prior dealings with Lee County (i.e., failure to meet specifications, poor workmanship, late delivery, etc.) Poor or unacceptable past performance may result in proposer disqualification. 7. PRE-SOLICITATION CONFERENCE 7.1. A pre-solicitation conference will be held in the location, date, and time specified on the cover of this solicitation. The cover will also note if the pre-solicitation conference is Non-Mandatory or Mandatory. All questions and answers are considered informal. All prospective proposers are encouraged to obtain and review the solicitation documents prior to the pre-proposal so they may be prepared to discuss any questions or concerns they have concerning this project. All questions must be submitted formally in writing to the procurement staff noted on the first page of the solicitation document. A formal response will be provided in the form of an addendum (see "County Interpretation/Addendums" for additional information.) A site visit may follow the pre-proposal conference,if applicable. 7.2. Non-Mandatory: Pre-solicitation conferences are generally non-mandatory, but it is highly recommended that prospective proposers participate. 7.3. Mandatory: Failure to attend a mandatory pre-solicitation conference will result in the proposal being considered non-responsive. 8. COUNTY INTERPRETATION/ADDENDUMS 8.1. Each proposer shall examine the solicitation documents and shall judge all matters relating to the adequacy and accuracy of such documents. Any inquiries, suggestions or requests concerning interpretation, clarification or additional information pertaining to the solicitation shall be made in writing,submitted at least eight(8)calendar days prior to the date when the proposal is due. 8.2. Response(s)will be in the form of an Addendum posted on www.leegov.com/procurement. It is solely the proposer's responsibility to check the website for information. No notifications will be sent by Lee County Procurement Management Division. 8.3. All Addenda shall become part of the Contract Documents. 8.4. The County shall not be responsible for oral interpretations given by any County employee,representative, or others. Interpretation of the meaning of the plans, specifications or any other contract document, or for correction of any apparent ambiguity, inconsistency or error there in, shall be in writing. Issuance of a written addendum by the County's Procurement Management Division is the only official method whereby interpretation,clarification or additional information.can be given. 9. QUALITY GUARANTEE/WARRANTY(as applicable) 9.1. Proposer will guarantee their work without disclaimers, unless otherwise specifically approved by the County,for a minimum of twelve(12)months from final completion. 9.2. Unless otherwise specifically provided in the specifications, all equipment and materials and articles incorporated in the work covered by this contract shall be new, unused and of the most suitable grade for the purpose intended. Refurbished parts or equipment are not acceptable unless otherwise specified in the specifications. All warrantees will begin from the date of final completion. 9.3. Unless otherwise specifically provided in the specifications, the equipment must be warranteed for twelve (12)months, shipping, parts and labor. Should the equipment be taken out of service for more than forty- eight (48) hours to have warranty work performed, a loaner machine of equal capability or better shall be provided for use until the repaired equipment is returned to service at no additional charge to the County. 9.4. If any product does not meet performance representation or other quality assurance representations as published by manufacturers, producers or distributors of such products or the specifications listed, the vendor shall pick up the product from the County at no expense to the County. The County reserves the right to reject any or all materials, if in its judgment the item reflects unsatisfactory workmanship or manufacturing or shipping damage. The vendor shall refund, to the County, any money which has been paid for same. 5 ' RFP170058LAC, Lee County Public Transit Trolleys CO) 16D9 Ver 11/07/2016 10. SUBSTITUTION(S)/APPROVED ALTERNATE(S) 10.1. Unless otherwise specifically provided in the specifications, reference to any equipment, material, article or patented process,by trade name,brand name,make or catalog number, shall be regarded as establishing a standard of quality and shall not be construed as limiting competition. If a proposer wishes to make a substitution in the specifications, the bidder shall furnish to the County, no later than ten (10) business days prior to the solicitation opening date, the name of the manufacturer, the model number, and other identifying data and information necessary to aid the County in evaluating the substitution. Such information is submitted through the Procurement Management Division. Any such substitution shall be subject to County approval through the issuance of a written addendum by the County's Procurement Management Division. Substitutions shall be approved only if determined by the County to be an Approved Alternate to the prescribed specifications. 10.2. A proposal containing a substitution is subject to disqualification if the substitution is not approved by the County. Items bid must be identified by brand name, number, manufacturer and model, and shall include full descriptive information, brochures, and appropriate attachments. Brand names are used for descriptive purposes only. An Approved Alternate product or service may be used. 11. ADDITIONS,REVISONS AND DELETIONS 11.1. Additions, revisions, or deletions to the Terms and Conditions, specifications that change the intent of the solicitation will cause the solicitation to be non-responsive and the proposal will not be considered. The Procurement Management Director shall be the sole judge as to whether or not any addition, revision, or deletion changes the intent of the solicitation. 12. NEGOTIATED ITEMS 12.1. Any item not outlined in the Scope of Services may be subject to negotiations between the County and the successful Proposer. 12.2. After award of this proposal the County reserves the right to add or delete items/services at prices to be negotiated at the time of addition or deletion. 12.3. At contract renewal time(s) or in the event of significant industry wide market changes, the County may negotiate justified adjustments such as price, terms, etc., to this contract with the County, in its sole judgment,considers such adjustments to be in the best interest of the County. 13. ERRORS, OMISSIONS, CALCULATION ERRORS (as applicable) 13.1. Errors/Omissions: Approval by County of the successful proposer's work product for the project shall not constitute nor be deemed a release of the responsibility and liability of the successful proposer for the accuracy and competency of the successful proposer's designs, drawings, specifications or other documents and work pertaining to the project. Additionally, approval by the County of the successful proposer's work product shall not be deemed to be an assumption of drawings, specifications or other documents prepared by the successful proposer for the project. After acceptance of the final plans by the County, the successful proposer agrees,prior to and during the construction of the project,to perform such successful proposer services, at no additional cost to the County, as may be required by the County to correct errors or omissions on the plans prepared by the successful proposer pertaining to the project. 13.2. Calculation Errors: In the event of multiplication/addition error(s), the unit price shall prevail. Written prices shall prevail over figures where applicable. All proposals shall be reviewed mathematically and corrected, if necessary,using these standards,prior to additional evaluation. 14. CONFIDENTIALITY 14.1. Proposers should be aware that all proposals provided are subject to public disclosure and will not be afforded confidentiality,unless provided by Chapter 119 Florida Statute. 14.2. If information is submitted with a proposal that is deemed "Confidential" the proposer must stamp those pages of the proposal that are considered confidential. The proposer must provide documentation as to validate why these documents should be declared confidential in accordance with Chapter 119, "Public Records,"exemptions. (al 6 RFP 170058LAC, Lee County Public Transit Trolleys 1609 Ver 11/07/2016 14.3. Lee County will not reveal engineering estimates or budget amounts for a project unless required by grant funding or unless it is in the best interest of the County. According to Florida State Statute 337.168: A document or electronic file revealing the official cost estimate of the department of a project is confidential and exempt from the provisions of s. 119.07(1) until the contract for the project has been executed or until the project is no longer under active consideration. 15. CONFLICT OF INTEREST 15.1. All proposers are hereby placed on formal notice that per Section 3 of Lee County Ordinance No. 92-22: The County is prohibited from solicitation of a professional services firm to perform project design and/or construction services if the firm has or had been retained to perform the project feasibility or study analysis. And: 15.2. A professional services firm who has performed or participated in the project feasibility planning, study analysis, development of a program for future implementation or drafting of solicitation documents directly related to this County project, as the primary vendor/consulting team, cannot be selected or retained, as the primary consultant/vendor or named a member of the consulting/contracting team, to perform project design, engineering or construction services for subsequent phase(s) or scope of work for this project. Pursuant to FS. S287.057 (17) the firm will be deemed to have a prohibited conflict of interest that creates an unfair competitive advantage. 15.3. Should your proposal be found in violation of the above stated provisions; the County will consider this previous involvement in the project to be a conflict of interest, which will be cause for immediate disqualification of the proposal from consideration for this project. 15.4. Business Relationship Disclosure Requirement: The award hereunder is subject to the provisions of Chapter 112, Public Officers and Employees: General Provisions, Florida Statues. All proposers must disclose with their proposal the name of any officer, director or agent who is also an employee of the Lee County or any of its agencies. Further, all proposers must disclose the name of any County employee who owns directly or indirectly, an interest of five percent (5%) or more in the proposer's firm or any of its branches. 16. ANTI-LOBBYING CLAUSE(Cone of Silence) 16.1. Following Florida Statute Section 287.057(23), Upon the issuance of the solicitation, prospective proposers or any agent, representative or person acting at the request of such proposer shall not have any contact, communicate with or discuss any matter relating in any way to the solicitation with any Commissioner, Evaluation Review Committee, agent or employee of the County other than the Procurement Management Director or their designee. This prohibition begins with the issuance of any solicitation, and ends upon execution of the final contract or when the solicitation has been cancelled. If it is determined that improper communications were conducted, the Proposer maybe declared non- responsible. 17. DRUG FREE WORKPLACE 17.1. Lee County Board of County Commissioners encourages Drug Free Workplace programs as defined in accordance with Section 287.087,Florida Statutes. 18. DISADVANTAGED BUSINESS ENTERPRISE(DBE's) 18.1. The County encourages the use of Disadvantaged Business Enterprise Proposer(s) as defined and certified by the Florida Department of Transportation. 18.2. Proposer is required to indicate whether the Firm and/or any proposed sub-consultants are Disadvantaged Business Enterprises (DBE). Lee County encourages the utilization and participation of DBEs in procurements, and evaluation proceedings will be conducted within the established guidelines regarding equal employment opportunity and nondiscriminatory action based upon the grounds of race, color, sex or national origin. Interested certified Disadvantaged Business Enterprise (DBE) firms as well as other minority-owned and women-owned firms are encouraged to respond 7 RFP170058LAC, Lee County Public Transit Trolleys 1609 Ver 11/07/2016 19. ANTI-DISCRIMINATION/EQUAL EMPLOYMENT OPPORTUNITY 19.1. The proposer agrees to comply, in accordance with Florida Statute 287.134, 504 of the Rehabilitation Act of 1973 as amended, the Americans with Disabilities Act of 1990 (ADA), the ADA Amendments Act of 2008 (ADAAA) that furnishing goods or services to the County hereunder, no person on the grounds of race, religion, color, age, sex, national origin, disability or marital status shall be excluded from participation in, denied the benefits of, or otherwise be subjected to discrimination. 19.2. The proposer will not discriminate against any employee or applicant for employment because of race, religion, color, age, sex, national origin, disability or marital status. The proposer will make affirmative efforts to ensure that applicants are employed and that employees are treated during employment without regard to their race,religion,color, age, sex,national origin, disability or marital status. 19.3. The proposer will include the provisions of this section in every sub-contract under this contract to ensure its provisions will be binding upon each sub-contractor. The proposer will take such actions in respect to any sub-contractor, as the contracting agency may direct, as a means of enforcing such provisions, including sanctions for non-compliance. 19.4. An entity or affiliate who has been placed on the State of Florida's Discriminatory Vendor List (This list may be viewed by going to the Department of Management Services website at http://www.dms.myflorida.com) may not submit a bid on a contract to provide goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not award or perform work as a vendor, supplier, sub-contractor, or consultant under contract with any public entity, and may not transact business with any public entity. 20. PROPOSER/SUB-PROPOSER/CONSULTANT/CONTRACTOR RELATIONSHIP 20.1. The prime proposer on a solicitation may not also be listed as a sub-proposer/consultant/contractor to another firm submitting a proposal for the same solicitation. Should this occur, all responses from the involved/named firms will be considered non-compliant and rejected for award. Sub- proposers/consultant/contractor may be listed on multiple proposals for the same solicitation. 21. SUB-PROPOSER/CONSULTANT 21.1. The use of sub-proposer/consultant under this solicitation is not allowed without prior written authorization from the County representative. 22. RFP -PROJECT GUIDELINES 22.1. The County has established the following Guidelines, Criteria, Goals, Objectives, Constraints, Schedule, Budget and or Requirements which shall service as a guide to the proposer(s) in conforming the professional services and work to provide pursuant to this Agreement/Contract: 22.1.1. No amount of work is guaranteed upon the execution of an agreement/contract. 22.1.2. Hourly rates and all other negotiated expenses will remain in effect throughout the duration of the agreement/contract period. 22.1.3. This contract does not entitle any firm to exclusive rights to County agreements/contracts. The County reserves the right to perform any and all available required work in-house or by any other means it so desires. 22.1.4. In reference to vehicle travel,mileage and man-hours spent in travel time, is considered incidental to the work and not an extra compensable expense. 22.1.5. Lee County reserves the right to add or delete, at any time, and or all tasks or services associated with this agreement. 22.1.6. Any Single Large Project: The County, in its sole discretion, reserves the right to separately solicit any project that is outside the scope of this solicitation, whether through size, complexity or the dollar value. 23. RFP—EVALUATION 23.1. Ranking Method: Lee County uses the Dense Ranking (1223" ranking). In Dense Ranking, items that compare equal, receive the same ranking number, and the next item(s) receive the immediately following ranking number. Equivalently, each item's ranking number is 1 plus the number of items ranked above it that are distinct with respect to the ranking order. This ranking method is used for each individual w 8 RFP170058LAC, Lee County Public Transit Trolleys 16D9 Ver 11/07/2016 committee member's scores. Thus if A ranks ahead of B and C (which compare equal) which are both ranked ahead of D, then A is ranked number 1("first"), B is ranked number 2 ("joint second"), C is also ranked number 2 ("joint second")and D is ranked number 3 ("third"). 23.2. Evaluation Meeting(s): 23.2.1. The first evaluation will rank Proposers based on the scores from the selection criteria point values. 23.2.2. Following the initial evaluation process, the short-listed proposer(s) will be required to provide an on-site interview/presentation. 23.2.3. Such subsequent evaluations will be accomplished by simply ranking the proposers. Proposers will be ranked in sequential order with one (1) being the highest ranking. Proposers' rankings will then be totaled with the total lowest scores receiving final rank order starting with one (1) - the highest ranking. 23.2.4. Proposed short-list and final selection meeting dates are posted on the Procurement Management web page: www.leegov.com/procurement(Projects,Award Pending.) 24. RFP—TIEBREAKER 24.1. In the event of a tie, two or more proposers that have the same ranking,the following steps will be taken to determine the highest ranked proposer. This method shall be used for all (RFP)ties. 24.1.1. Step 1: The proposer that has the highest number of 1st place rankings shall be deemed the first ranked proposer. In the event a tie still exists the proposer with the highest number of 2nd,place rankings shall be the first ranked proposer. Should a tie still remain the method used above will continue with each ranking level, 3rd,then 4th,then 5th rank, will be counted until the tie is broken. 24.1.2. Step 2: At the conclusion of step 1 if all is equal, the local proposer shall be deemed the highest ranked proposer over a non-local proposer. Local shall be defined by Lee County Ordinance 08- 26 or current revision thereof. 24.1.3. Step 3: At the conclusion of step 1 and step 2 if all is equal, the proposer having a drug-free work place program, in accordance with Section 287.087, Florida Statutes, shall be deemed the first ranked proposer. 24.1.4. Step 4: At the conclusion of steps 1, 2, 3, if all are equal, the 1st place proposer shall be determined by the flip of a coin. 24.2. When the tiebreaker is determined the highest ranked proposer shall be awarded the contract or receive the first opportunity to negotiate,as applicable. 24.3. If an award or negotiation is unsuccessful with the highest ranked proposer, award or negotiations may commence with the next highest ranked proposer. 25. RFP—SELECTION PROCEDURE 25.1. The selection will be made in accordance with Lee County Procurement Policy. Some of all of the responding proposer(s) may be requested to provide interviews and/or presentations of their proposal, for the ranking process. 25.2. The recommendation to award, negotiated rates and agreement/contract(s) will be submitted to the Board of County Commissioners for approval. 25.3. If a satisfactory agreement/contract(s) cannot be negotiated, in a reasonable amount of time, the County, in its sole discretion, may terminate negotiations with the selected proposer(s) and begin agreement/contract negotiations with the next finalist. 25.4. The Procurement Management Director reserves the right to exercise their discretion to: 25.4.1. Make award(s)to one or multiple proposers. 25.4.2. Waive minor informalities in any response; 25.4.3. Reject any and all proposals with or without cause; 25.4.4. Accept the response that in its judgment will be in the best interest of Lee County 26. PRESENTATION/INTERVIEW PROCESS (if applicable) 26.1. Formal Interview Evaluation Criteria: 26.1.1. Overall impression of each Proposer's key Project Team members, i.e. Project Manager, Project Superintendent, Project Executive, Cost Estimator, etc. 26.1.2. Methodology presented to assure success. 9 RFP170058LAC, Lee County Public Transit Trolleys 16 D Ver 11/07/2016 26.1.3. Ability of Project Team to express confidence in the ability of the Proposer to complete the project within the time and cost budgeted. 26.1.4. Ability of Project Team to communicate during the interview process. 26.1.5. The Project Team's ability to effectively answer questions and problem solve in the meeting. 26.2. Overall impression of the Proposer's Project Team.Presentation/Interview Format: 26.2.1. The Proposers selected to be interviewed, in a Presentation/Question and Answer format, will be notified by the County. Each Proposer selected for further consideration shall be notified and informed of a place and time for the interview session. All members of the Selection Committee will be present during the formal interview. 26.3. Issues to Address at Presentation/Interview: 26.3.1.The intent of the formal interview process is to provide the Selection Committee with in-depth information from the Proposer in order to make a final selection of the best-suited Proposer for the contract. Proposers should consider their detailed plan for managing the cost, schedule and quality of the project,and any unique characteristics or services the Proposer offers. 26.3.2.Key personnel that should be present at the interview, as a minimum, shall include the Project Superintendent,Project Manager,Project Executive,and Cost Estimator. 26.4. Final Selection: 26.4.1. Candidates interviewed will be ranked, with the highest ranked Proposer selected to enter into contract negotiations. As a result of the interviews, the County will then attempt to negotiate a contract with the highest-ranked Proposer. If negotiations are not successful with the highest- ranked Proposer,the County will then negotiate with the second-ranked Proposer,and so on. 27. RFP—EVALUATION/SELECTION COMMITTEE 27.1. The selection of Proposer(s) shall be by a Selection Committee consisting of five (5) staff representatives, as a minimum, from the appropriate County Departments as approved by the Procurement Management Director or designee. 27.2. The Selection Committee will receive and review written proposals in response to this Request for Proposal (RFP). Responses will be evaluated against a set of criteria to determine those Proposers/Firms most qualified and suited for this project. If applicable, the Selection Committee may chose to short-list Proposers/Firms to be interviewed to determine final selection. 28. WITHDRAWL OF PROPOSAL 28.1. No proposal may be withdrawn for a period of 180 calendar days after the scheduled time for receiving proposals. A proposal may be withdrawn prior to the proposal opening date and time. Withdrawal requests must be made in writing to the Procurement Management Director, who will approve or disapprove the request. 28.2. A proposer may withdraw a proposal any time prior to the opening of the solicitation. 28.3. After proposals are opened,but prior to award of the contract by the County Commission,the Procurement Management Director may allow the withdrawal of a proposal because of the mistake of the proposer in the preparation of the proposal document. In such circumstance, the decision of the Procurement Management Director to allow the proposal withdrawal, although discretionary, shall be based upon a finding that the proposer,by clear and convincing evidence,has met each of the following four tests: 28.3.1. The proposer acted in good faith in submitting the proposal, 28.3.2. The mistake in proposal preparation that was of such magnitude that to enforce compliance by the proposer would cause a severe hardship on the proposer, 28.3.3. The mistake was not the result of gross negligence or willful inattention by the proposer;and 28.3.4. The mistake was discovered and was communicated to the County prior to the County Commission having formally awarded the contract/agreement. 29. PROTEST RIGHTS 29.1. Any proposer that has submitted a formal response to Lee County, and who is adversely affected by an intended decision with respect to the award, has the right to protest an intended decision posted by the County as part of the solicitation process. 29.2. "Decisions" are posted on the Lee County Procurement Management Division website. Proposers are solely responsible to check for information regarding the solicitation. (www.leegov.com/procurement) 10 RFP170058LAC, Lee County Public Transit Trolleys 16D9 Ver 11/07/2016 29.3. Refer to the "Bid/Proposal Protest Procedure" section of the Lee County "Contracts Manual" for the complete protest process and requirements. The Manual is posted on the Lee County website or you may contact the Procurement Management Director. 29.4. In order to preserve your right to protest, you must file a written "Notice Of Intent To File A Protest" with the Lee County Procurement Management Director by 4:00 PM on the 3rd working day after the decision affecting your rights is posted on the Lee County website. 29.4.1. The notice must clearly state the basis ad reasons for the protest. 29.4.2. The notice must be physically received by the Procurement Management Director with in the required time frame. No additional time is granted for mailing. 29.5. To secure your right to protest you will also be required to post a "Protest Bond" and file a written "Formal Protest" document within 10 calendar days after the date of"Notice of Intent to File a Protest" is received by the Procurement Management Director. 29.6. Failure to follow the protest procedures requirement within the timeframes as prescribed herein and established by the Lee County Board of County Commissioners, Florida, shall constitute a waiver of your protest and any resulting claims. 30. AUTHORITY TO UTILIZE BY OTHER GOVERNMENT ENTITIES 30.1. This opportunity is also made available to any government entity. Pursuant to their own governing laws, and subject to the agreement of the vendor, other entities may be permitted to make purchases at the terms and conditions contained herein. Lee County Board of County Commissioners will not be financially responsible for the purchases of other entities from this solicitation. 3 I. CONTRACT ADMINISTRATION 31.1. Designated Contact: 31.1.1. The awarded proposer shall appoint a person(s) to act as a primary contact for all County departments. This person or back-up shall be readily available during normal working hours by phone or in person, and shall be knowledgeable of the terms and procedures involved. 31.1.2. Lee County requires that the awarded proposer to provide the name of a contact person(s) and phone number(s) which will afford Lee County access 24 hours per day, 365 days per year, of this service in the event of major breakdowns or natural disasters. 31.2. RFP—Term: (unless otherwise stated in the Scope of Work or Detailed Specifications) 31.2.1. Unless otherwise stated in the scope of work, specifications, or special conditions the default contract term shall be one(1)year with three(3), one (1) year renewals for a total of four(4) years upon mutual agreement of both parties. 31.2.2. The County reserves the right to renew this contract, or any portion thereof, and to negotiate pricing as a condition for each. 31.2.3. The County's performance and obligation to pay under this contract, and any applicable renewal options, is contingent upon annual appropriation of funds. 31.3. RFP—Basis of Award: 31.3.1. Award will be made to the most responsible and responsive proposer based on the evaluation criteria. 31.4. Agreements/Contracts: 31.4.1. The awarded proposer will be required to execute an Agreement/Contract as a condition of award. A sample of this document may be viewed on-line at http://www.leegov.com/procurement/forms. 31.5. Records: 31.5.1. Retention: The proposer shall maintain such financial records and other records as may be prescribed by Lee County or by applicable federal and state laws, rules and regulations. Unless otherwise stated in the specifications, the proposer shall retain these records for a period of five years after final payment, or until they are audited by Lee County,whichever event occurs first. 31.5.2. Right to Audit/Disclosure: These records shall be made available during the term of the contract as well as the retention period. These records shall be made readily available to County personnel with reasonable notice and other persons in accordance with the Florida General Records Schedule. Awarded Bidder/Proposer(s) are hereby informed of their requirement to comply with FL §119 specifically to: 31.5.2.1. Keep and maintain public records required by the County to perform the service. .................... (1 RFP170058LAC, Lee County Public Transit Trolleys 16 D9 Ver 11/07/2016 31.5.2.2. Upon request from the County's custodian of public records, provide the County 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 or as otherwise provided by law. 31.5.2.3. 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 County. 31.5.2.4. Upon completion of the contract, transfer, at no cost, to the County all public records in possession of the contractor or keep and maintain public records required by the County to perform the service. If the contractor transfers all public records to the County 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 County, upon request from the County's custodian of public records, in a format that is compatible with the information technology systems of the County. 31.5.3. Public Record: IF THE VENDOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE VENDOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THE CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT 239-533-2221, 2115 SECOND STREET, FORT MYERS, FL 33901, http://www.leegov.com/publicrecords. 31.5.4. Ownership: It is understood and agreed that all documents, including detailed reports, plans, original tracings, specifications and all data prepared or obtained by the successful proposer in connection with its services hereunder, include all documents bearing the professional seal of the successful proposer, and shall be delivered to and become the property of Lee County,prior to final payment to the successful proposer or the termination of the agreement. This includes any electronic versions, such as CAD or other computer aided drafting programs. 31.6. Termination: 31.6.1. Any agreement as a result of this solicitation may be terminated by either party giving thirty (30) calendar days advance written notice. The County reserves the right to accept or not accept a termination notice submitted by the proposer, and no such termination notice submitted by the vendor shall become effective unless and until the vendor is notified in writing by the County of its acceptance. 31.6.2. The Procurement Management Director may immediately terminate any agreement as a result of this solicitation for emergency purposes, as defined by the Lee County Purchasing and Payment Procedures Manual (Purchasing Manual), (also known as Appendix"D""AC-4-1.pdf'.) 31.6.3. Any proposer who has voluntarily withdrawn from a solicitation without the County's mutual consent during the contract period shall be barred from further County procurement for a period of 180 days. The vendor may apply to the Board for a waiver of this debarment. Such application for waiver of debarment must be coordinated with and processed by the Procurement Management Department. 31.6.4. The County reserves the right to terminate award or contract following any of the below for goods or services over$1,000,000: 31.6.4.1. Contractor is found to have submitted a false certification as provided under FL § 287.135 (5); 31.6.4.2. Contractor has been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List; 31.6.4.3. Contractor has engaged in business operations in Cuba or Syria; 2 RFP170058LAC, Lee County Public Transit Trolleys 1609 Vet 11/07/2016 31.6.4.4. Contractor has been placed on the Scrutinized Companies that Boycott Israel List, or is engaged in a boycott of Israel. 32. WAIVER OF CLAIMS 32.1. Once this contract expires, or final payment has been requested and made, the awarded vendor shall have no more than thirty (30) calendar days to present or file any claims against the County concerning this contract. After that period,the County will consider the vendor to have waived any right to claims against the County concerning this agreement. 33. LEE COUNTY PAYMENT PROCEDURES 33.1. All vendors are requested to mail an original invoice to: Lee County Finance Department Post Office Box 2238 Fort Myers,FL 33902-2238 33.2. All invoices will be paid as directed by the Lee County payment procedure unless otherwise stated in the detailed specification portion of this project. 33.3. Lee County will not be liable for requests for payment deriving from aid, assistance, or help by any individual, vendor,proposer, or bidder for the preparation of these specifications. 33.4. Lee County is generally a tax exempt entity subject to the provisions of the 1987 legislation regarding sales tax on services. Lee County will pay those taxes for which it is obligated, or it will provide a Certificate of Exemption furnished by the Department of Revenue. All proposers should include in their proposal,all sales or use taxes,which they will pay when making purchases of material or sub-contractor's services. 34. MATERIAL SAFETY DATA SHEETS(MSDS) 34.1. In accordance with Chapter 443 of the Florida Statutes, it is the vendor's responsibility to provide Lee County with Material Safety Data Sheets on bid materials,as may apply to this procurement. 35. DEBRIS DISPOSAL 35.1. Unless otherwise stated, the Proposer shall be fully responsible for the lawful removal and disposal of any materials, debris, garbage, vehicles or other such items which would interfere with the undertaking and completion of the project. There shall not be an increase in time or price associated with such removal. 36. SHIPPING 36.1. Cost of all shipping to the site, including any inside delivery charges and all unusual storage requirements shall be borne by the proposer unless otherwise agreed upon in writing prior to service. It shall be the proposers responsibility to make appropriate arrangements, and to coordinate with authorized personnel at the site, for proper acceptance, handling, protection and storage (if available) of equipment and material delivered. All pricing to be F.O. B. destination. 36.2. The materials and/or services delivered under the proposal shall remain the property of the seller until a physical inspection and actual usage of these materials and/or services is accepted by the County and is deemed to be in compliance with the terms herein, fully in accord with the specifications and of the highest quality. 37. INSURANCE 37.1. Insurance shall be provided by the awarded proposer. Upon request, a certificate of insurance (COI) complying with the attached guide shall be provided by the proposer. END OF SECTION 13 RFP170058LAC, Lee County Public Transit Trolleys 0 1609 Ver 11/07/2016 Major Insurance Requirements II LEE OUN Y SOUTHWEST FLORIDA Minimum Insurance Requirements: Risk Management in no way represents that the insurance required is sufficient or adequate to protect the vendors' interest or liabilities. The following are the required minimums the vendor must maintain throughout the duration of this contract. The County reserves the right to request additional documentation regarding insurance provided a. Commercial General Liability -Coverage shall apply to premises and/or operations,products and completed operations, independent contractors, contractual liability exposures with minimum limits of: $1,000,000 per occurrence $2,000,000 general aggregate $1,000,000 products and completed operations $1,000,000 personal and advertising injury b. Business Auto Liability-The following Automobile Liability will be required and coverage shall apply to all owned, hired and non-owned vehicles use with minimum limits of: $1,000,000 combined single limit(CSL) $500,000 bodily injury per person $1,000,000 bodily injury per accident $500,000 property damage per accident c. Workers' Compensation - Statutory benefits as defined by FS 440 encompassing all operations contemplated by this contract or agreement to apply to all owners, officers, and employees regardless of the number of employees. Workers Compensation exemptions may be accepted with written proof of the State of Florida's approval of such exemption. Employers' liability will have minimum limits of: $500,000 per accident $500,000 disease limit $500,000 disease—policy limit *The required minimum limit of liability shown in a and b may be provided in the form of"Excess Insurance"or "Commercial Umbrella Policies." In which case, a"Following Form Endorsement"will be required on the"Excess Insurance Policy"or"Commercial Umbrella Policy." Verification of Coverage: 1. Coverage shall be in place prior to the commencement of any work and throughout the duration of the contract. A certificate of insurance will be provided to the Risk Manager for review and approval. The certificate shall provide for the following: a. The certificate holder shall read as follows: Lee County Board of County Commissioners P.O. Box 398 Fort Myers,Florida 33902 b. "Lee County, a political subdivision and Charter County of the State of Florida, its agents, employees, and public officials"will be named as an "Additional Insured" on the General Liability policy,including Products and Completed Operations coverage. Special Requirements: 1. An appropriate "Indemnification" clause shall be made a provision of the contract. 2. It is the responsibility of the general contractor to ensure that all subcontractors comply with all insurance requirements. END OF SECTION 14 RFP 170058LAC, Lee County Public Transit Trolleys 1609 Vet 11/07/2016 SPECIAL CONDITIONS 1. LOCAL VENDOR PREFERENCE EXCLUSION: 1.1 Local Vendor Preference Ordinance has been waived for this solicitation and any and all references contain herein are non-applicable to this solicitation and subsequent contract and/or purchase order(s). 2. COPYRIGHTED MATERIAL 2.1 Copyrighted material will be accepted as part of a proposal only if accompanied by a waiver that will allow the County to make paper and electronic copies necessary for the use of County staff and agents. Copyrighted material is not exempt from the Public Records Law, Chapter 119, Florida Statutes. Therefore such material will be subject to viewing by the public. 3. SPECIFICATIONS/DESCRIPTIONS OF PRODUCT 3.1 If any proprietary, trace, brand, or manufacturer's name or part number is used herein in describing the required supply, it shall be understood to indicate the minimum standard of composition and quality desired,and shall not be construed to exclude products that equal or exceed the functional capability and quality of the named product. Equivalent products desired to be proposed by Proposer must be processed as Approved Alternates. 3.2 Request(s) for Approved Alternate(s) shall be made in writing, submitted and received at least ten (10) calendar days prior to the date when proposals/bids are due unless otherwise stated in the detailed technical specifications. Any request for a change to any requirement of the Contract documents must be fully supported with technical data, test results or other pertinent information showing evidence that the exception will result in a condition equal to or better than that required by the RFP, without a substantial increase in cost or time requirements. The County reserves the right to approve or reject any request(s) submitted for Approved Alternate(s). The absence of any such request shall be interpreted as complete acceptance and compliance with the listed product's specifications. All responses to Request for Pre-Offer Change or Approved alternate shall be provided to all Proposers. Any response that is not confirmed by a written addendum shall not be official or binding on the Agency. END OF SECTION 1 RFP170058LAC, Lee County Public Transit Trolleys 1609 Ver 11/07/2016 PROJECT DETAILS FOR RFP170058LAC,LEE COUNTY PUBLIC TRANSIT TROLLEYS 1. GENERAL SCOPE OF WORK 1.1 The Lee County Board of County Commissioners (BOCC) is requesting proposals from qualified firms, hereafter referred to as Contractor or Proposer, for the manufacture and delivery of a Trolley Transit Vehicle in accordance with the terms and conditions set forth within this RFP for the Lee County Transit department(LeeTran). 1.2 Specifically, the Lee County BOCC and LeeTran request the following type and approx. quantity of Trolley Transit Vehicle: a. Small Low Floor Trolley Transit Vehicle 20'-25' length, 99" Minimum 95" width - maximum 99" width i. Quantity: Minimum of one(1)and Maximum of eight(8) 1.3 For purposes of this contract, any quantity above the listed minimum shall be consider and referred to as an Option(s). 1.4 Proposer must be listed on FTA's certified list of Transit Vehicle Manufacturers, at the time of solicitation,to be eligible for award of this contract. 1.5 Trolley(s) must have completed FTA Bus Testing prior to proposal submission. Evidence of FTA Bus Testing shall be provided with proposer's submission. 2. PROJECT TERM 2.1 The successful Proposer shall be responsible for furnishing and delivering to the Lee County requesting Department(s)the commodity or services on an "as needed basis"for a two-year(2)period. There may be an option to extend this contract as specified in the Scope of Work or specifications upon the approval of both the County and the successful Proposer at the time of extension or renewal for three (3),additional one(1)year periods. 3. DELIVERY 3.1 Vendor shall furnish, install, deliver, and successfully demonstrate all equipment as specified herein as well as provide the required training, and required service manuals for each trolley order within 240 calendar days of Notice to Proceed or Purchase Order date; whichever applies. Vendor may be subject to Liquidated Damages,as described herein, for each delayed order. 3.2 All shipping shall be F.O.B. Destination to: Lee County Transit 3401 Metro Parkway Fort Myers,FL 33901 4. PRICING 4.1 Future year price escalation shall be based on PPI Category 1413 "Trucks and Bus Bodies". 4.2 Lee County Transit reserves the right to order Trolleys over the term of the contract inclusive of any renewals beginning upon the date of contract award. The prices of such trolleys and equipment shall be the prices quoted in the contract award. These prices shall remain fixed for any orders for a period of Three hundred and Sixty-five days (365)days of contract award. The price(s) of any buses ordered after the initial Three hundred and Sixty-five days (365) days firm/fixed price period shall be that quoted (Base Order Prices) plus any escalation which will be calculated based on the following formula which utilizes the U.S. Department of Labor/Bureau of Labor Statistics Producer Price Index("PPI") Category 1413, "Trucks and Bus Bodies". The escalation in this index will be used to adjust the Base Order Prices based on the accepted award amount,one year from the award date. OA, 16 RFP170058LAC, Lee County Public Transit Trolleys c3 16D9 Ver 11/07/2016 4.3 However, in no event will the prices for any purchase order release exceed 3% of the previous year's price. 4.4 INDEX POINT CHANGE CALCULATION EXAMPLE: Lee County Transit awarded its contract in July 2016, and has received its initial order of buses. In August 2017,Lee County Transit elects to purchase more buses for delivery in 2017.The published data for PPI-Category 1413 shows an index value of 141.1 in August 2017(Future Award Month). The index for July 2016 (Base Award Month) was 137.6. The percentage change in the index values from July 2016 to August 2017 would be 2.54%. The buses ordered in August 2017 would be priced 2.54%higher than the base award price. This example assumes that the August 2017 order contained no significant equipment modification when compared with the original order. 4.5 CALCULATION EXAMPLE: PPI Index: Future Award Month 141.1 Less PPI Index: Base Award Month 137.6 Equals Index Point Change 3.5 Index Percent Change Index Point Change 3.5 Divided by PPI Index: Base Award Month 137.6 Equals .0254 Results Multiplied by 100 .0254 x 100 Equals Percent Change 2.54% Base Order Price$1,000.00 Plus Percent Change(2.54%x$1,000)25.40 Revised Price for Future Order$1,025.40 5. PERFORMANCE BOND 5.1 The awarded Proposer shall furnish at time of contract execution or prior to Purchase Order issuance, should a Purchase Order be utilized in place of a contract agreement, and at its own expense, a Performance Bond in a sum equal to one-hundred(100%)percent of the total minimum purchase award amount or total Purchase Order amount, whichever is greater, by a surety company considered satisfactory by the County and otherwise authorized to transact business in the State of Florida. The bond shall cover all of the Proposer's obligations under the Contract except for the warranty and shall remain in force until said obligations have been fulfilled. 5.2 In the case that a surety becomes insolvent, its license is revoked or suspended, or in the case of a surety approved on the basis that it is listed as an approved federal surety and such federal approval is revoked or suspended, the Contractor, within five (5) days after notice by the Agency, shall substitute other and sufficient surety or sureties. If the Contractor fails to do so, such failure shall be an event of default. 6. LIQUIDATED DAMAGES FOR LATE DELIVERY OF THE TROLLEYS 6.1 It is mutually understood and agreed by and between the parties to the Contract that time is of the essence with respect to the completion of each order placed and that in case of any failure on the part of the Proposer to deliver the trolleys within the time specified herein except for any excusable delays as provided in writing by the County, Force Major, or any extension thereof, the County will be damaged thereby. The amount of said damages, being difficult if not impossible of definite ascertainment and proof, it is hereby agreed that the amount of such damages due to the County shall be fixed at $100.00 per calendar day per bus not delivered in substantially good condition as inspected by the County at the time released for shipment. 7. CONTRACTOR RESPONSIBILITY& ADDITIONAL SCOPE CONDITIONS 7.1 Materials furnished and work performed by the Proposer shall conform to the requirements of the Specifications and other Contract documents provided and associated with this solicitation. Notwithstanding the provision of drawings, technical specifications or other data by the County, the l 7 RFP170058LAC, Lee County Public Transit Trolleys 1609 Ver 11/07/2016 Proposer shall have the responsibility of supplying all parts and details required to make the vehicle complete and ready for service even though such details may not be specifically mentioned in the drawings, details, and specifications. 7.2 Omissions from the specifications, or the inaccurate description of details of work that are manifestly I necessary to carry out the intent of the solicitation/order, or that are customarily performed, shall not relieve the Proposer from performing such omitted work or inaccurately described details of the work, and they shall be performed as if fully and correctly set forth and described. 7.3 The County shall assume risk of loss of the bus upon completion of delivery and acceptance. Prior to this delivery, the Proposer shall have risk of loss of the bus, including any damages sustained during the delivery regardless of the status of title or any payments related to the vehicle. Drivers shall keep a maintenance log en route, and it shall be delivered to the County with the vehicle. If the vehicle is released back to the Proposer for any reason,then the Proposer has the risk of loss upon such release. 7.4 Adequate documents for registering the vehicle in the appropriate jurisdiction shall be provided to the County not less than 10 business days before delivery to the County. Upon acceptance of each vehicle, the Proposer warrants that the title shall pass to the County free and clear of all encumbrances. 7.5 Options: The Proposer hereby grants the County and any permissible assignee options ("Options") to purchase up to eight (8) additional vehicles ("Option Vehicles"). The Options shall be valid for the full term of this agreement. There shall be no minimum order quantity for any permissible assignee. Subject to the County's right to order modifications, the Option Vehicles shall have the same specifications as the vehicles purchased under this Contract. The County may exercise the Options by written notice to the Proposer("Notice of Exercise of Option")at any time on or before expiration of this agreement. 7.6 The price of the Option Vehicles shall be the unit price of the base order/minimum order vehicle(s), ("Base Order Price")adjusted by multiplying the base order price by the following fraction: i. Latest Published Preliminary Index Number Prior to Notice of Exercise of Option / Index Number on Effective Date of the Contract 7.7 The Index shall be the Producer Price Index for Truck and Bus Bodies, Series No. 1413, published by the United States Department of Labor, Bureau of Labor Statistics, or if such Index is no longer in use, then such replacement that is most comparable to the Index as may be designated by the Bureau of Labor Statistics,or as agreed by the parties. 7.8 Within thirty (30) days after delivery of the Notice of Exercise of Option to the Proposer, the Proposer shall submit a proposed delivery schedule. Along with the proposed delivery schedule, the Proposer will provide the County with access to its production schedule for the purpose of the parties verifying available production capacity. The production schedule shall include a reasonable time for mobilization and for coordinating with other vehicle orders, and it shall be based upon a production rate at least equal to the production rate actually realized with respect to the base order vehicles. If the parties are unable to agree on a production schedule, then the maximum term for the production of the Option Vehicles shall not exceed a total of 240 calendar days after the date of Notice to Proceed or Purchase Order with Option Vehicle production. The County or any permissible assignee may issue a Notice to Proceed or Purchase Order at any time after the Proposer submits its proposed delivery schedule. The Proposer shall not commence production of the Option Vehicles prior to issuance of the Notice to Proceed or Purchase Order by the County or any permissible assignee of the County. Except as otherwise specially provided in this Contract, all other terms of the Contract shall apply to the Option Vehicles. 7.9 Public Agency Participation/Assignability: Any public agency (i.e., city, district, public authority, public agency, municipality, and other political subdivision, or any Federal Transit Administration- funded entity) shall have the option of participating in any award made as a result of this proposal at the same prices, and terms and conditions. LeeTran reserves the right to assign all or any portion of the 0 goods awarded under this Contract including option quantities.This assignment, should it occur,shall be 18 RFP170058LAC, Lee County Public Transit Trolleys 1609 Ver 11/07/2016 agreed to by LeeTran and the contractor. Once assigned, each agency will enter into its own contract and be solely responsible to contractor for obligations to the goods assigned. LeeTran's right of assignment will remain in force until completion of the contract; inclusive of renewals, whichever occurs first. LeeTran shall incur no financial responsibility in connection with contracts issued by another public agency. The public agency shall accept sole responsibility for placing orders or payments to the Contractor. END OF SECTION 19 RFP 170058LAC, Lee County Public Transit Trolleys 1609 Ver 11/07/2016 DETAILED DEPARTMENTAL SPECIFICATIONS FOR RFP170058LAC,LEE COUNTY PUBLIC TRANSIT TROLLEYS 1. PURPOSE OF SPECIFICATIONS 1.1 This item shall be a vehicle suitable for public transportation. The intent for these specifications is to set forth the minimum performance for a commercial body-on-chassis transit trolley. The vehicle shall be a standard production trolley, which will be used to transport the general public living in urban and rural areas. The Transit trolley shall be equipped with a wheelchair ramp and securement devices,this vehicle shall accommodate various seating combinations for both ambulatory and wheelchair passengers and will be required to operate on all types of neighborhood streets and rural roads with frequent starts and stops. 1.2 All parts not specifically mentioned which are necessary in order to provide a complete vehicle, shall, at a minimum, conform in strength, quality of material and workmanship to what is provided by the automotive industry generally. All equipment and parts shall be new and conform in strength; quality of material and workmanship to those approved by and generally utilized by the automotive industry and meets all applicable standards. 1.3 The vehicle manufacturer must strictly comply with chassis OEM standards and specifications for installation and application of all products, equipment, components, and any other items placed in or upon the chassis. Vehicle and modifications must comply with all Federal Motor Vehicle Safety Standards (FMVSS). 2. CLASSIFICATION OF VEHICLE CHASSIS AND SERVICE LIFE 2.1 The most current production year model chassis available shall be used for this vehicle and shall be of the appropriate Gross Vehicle Weight Rating (GVWR) rating by the OEM to accommodate the final GVWR established for the completed unit by the after-market vehicle manufacturer. At no time during the after-market manufacturing process shall the original chassis be modified in any way. 2.2 The useful life standard shall be established for the vehicle through completed testing at the FTA Bus Testing Facility. The minimum useful life period for this vehicle shall be 7 years or 200,000 miles. 3. PRIMARY MINIMUM VEHICLE SPECIFICATIONS 3.1 Access Plate Shall install an access plate above fuel tank to allow easy access to fuel sender unit. 3.2 Air Conditioning Front air conditioning system shall be the OEM's largest available BTU output system for the chassis used. An additional air conditioning system shall be installed following the chassis OEM approved design and installation standards to augment the chassis OEM system. The additional system shall provide an output of no less than 95,000 BTU for Trolley's 20'-25' in length. The HVAC system will have the latest electronic OBD capability for that system. 3.3 Aisle Width Aisle width may vary according to seating configuration with a minimum of 20 inches. All passenger access areas shall be in compliance with the latest ADA requirements. 3.4 Alignment Full and complete front-end alignment shall be performed by an OEM authorized dealer service center after the manufacturing process has been completed and prior to delivery. Copy of the certificate shall be provided upon delivery. 0 RFP170058LAC, Lee County Public Transit Trolleys 1609 Ver 11/07/2016 3.5 Alternator Single minimum 240 Amp or higher High Output Alternator shall be supplied and have the capability to operate the Trolleys electrical components without exceeding 80% of the amperage output rating of the alternator. 3.6 Battery System Battery system shall be a dual battery system supplied with heavy duty commercial use batteries that provide a minimum 1000 CCA for the Trolleys. The battery storage compartment shall be located in an enclosed compartment incorporating ease of access for servicing. 3.7 Bike Rack A 2- position Stainless Steel bike rack or approved alternate shall be installed on the front structural frame support. An indicator light shall be installed on the dash to alert the driver that the bike rack is deployed. 3.8 Body Design Body may be either a fiberglass reinforced plastic body incorporated structural steel reinforcements designed to meet all FMVSS requirements or a metal sheeting material attached to a structural safety cage designed to meet all FMVSS requirements. All joints shall comply with FMVSS 221. 3.9 Braking System The vehicle parking brake shall be manually operated and it must be located by the driver so it can be activated from the driver's seat. 3.10 Bumpers Vintage cow catcher is to be retained in the front. Manufacturer shall install a rear bumper designed and built of a 12-gauge or heavier metal and mounted to the frame outward from the body so as to protect the rear body panels from a collision at 5 mph or less. 3.11 Chassis Low Floor design - Minimum 20'- Maximum 25' Feet in length. Vehicle width shall be a minimum 95" width,not to exceed 99"width to operate safely in the service area. 3.12 Destination Signs A Luminator/Twin Vision electronically controlled LED Silver Series white, front and side destination sign system shall be installed on the vehicle. System shall have programming capability and the latest programming software installed at the time of the contract award. 3.13 Drive Shaft Drive shaft will meet or exceed GVWR load requirements and have Drive Shaft loops installed. 3.14 Engine Gasoline and/or Diesel powered Engine Power Plant shall provide a minimum travel range of 250 miles. * ALTERNATE: Alternate pricing can be provided for propane fuel delivery system. The trolley manufacturer shall supply to Lee Tran at the time of delivery an EPA Certificate of Conformity as specified in 40 CFR Part 86 that applies to the propane powered engine installed in the trolley. * ALTERNATE: Alternate pricing can be provided for an electric drive trolley-460VAC/3 phase plug- in style power charge with a minimum 150 mile range can be provided. 3.15 Engine Compartment q111) 21 RFP170058LAC, Lee County Public Transit Trolleys 1 6 D 9 Vcr 11/07/2016 The engine compartment shall be fully insulated with foil faced fire retardant barrier material. There shall be a firewall that will meet FMVSS minimum requirements to provide adequate protection from heat and/or fire between the engine compartment and passenger compartment. There shall be sufficient lighting for servicing in the engine compartment. The engine compartment will have a Fire Suppression System manufactured by Amerex , Fogmaker or approved alternate. 3.16 Entrance Door Electrically or air Powered two-panel outward opening entrance door with a minimum clear center opening of 34" and a minimum height of 75" from lower step to door header and must meet current ADA requirements. Door is operated by a dash mounted switch. Door can be a pneumatic or electric operating system. The ADA entrance door shall be equipped with an interlock. Rear exit doors- If provided-shall be equipped with sensitive edges to protect accidental door closing on passengers. 3.17 Emergency Exit Windows Emergency exit windows shall be provided. Windows shall be designed and installed in compliance with FMVSS217 and be clearly labeled. 3.18 Exhaust System Engine exhaust system shall be routed to exit the rear of the vehicle in such a manner as to channel exhaust gases away from curbside passengers to the maximum extent possible. 3.19 Fare Box Direct 12v power supply and ground strap shall be provided for a GFI farebox. *ALTERNATE: Provide a switch accessible to the driver from the seat that will operate overhead light to illuminate the farebox area. 3.20 Fast Idle *ALTERNATE: Engine fast idle control shall be provided to permit the driver to increase engine idle RPM to a preset RPM when the transmission is in PARK or NEUTRAL position and the parking brake is set on for all diesel model trolleys. Idle speed should automatically return to normal when the parking brake is released or transmission is put in gear. 3.21 Floor Cover Floor covering shall be a non-slip rubber or vinyl with a minimum of 2.2 mm thickness under passenger seats and in the driver's area. Aisle covering shall be a minimum 2.2 mm thick smooth non-slip surface. There shall be a 2" wide "STANDEE LINE" strip set into the floor covering located at the rear of the driver's seat that meets Florida State statute 14.90 and FTA regulations. 3.22 Floor Material Floor shall be an exterior grade, marine grade water-resistant plywood being no less than 5/8 inch in thickness and securely fastened to a metal rail sub floor for trolleys. 3.23 Fuel Capacity Fuel tank capacity shall be the required gallons, LPG/Gasoline/Diesel equivalent, to meet the 250 mile vehicle daily range requirement per one tank of fuel. The fuel tank(s) shall be located in a protected area. The vehicle must be delivered with at least 1/4 tank of fuel at Delivery Acceptance. If vehicle is not delivered with at least a'/4 tank of fuel vendor's invoice shall be reduced to cover fuel charge for a full 1/4 tank at fuel prices of date of Delivery Acceptance. 3.24 Grab Rails Stepwell Dual grab rail shall be installed adjacent to the entrance access to aide passengers with boarding. A rails shall be spiral decorative brass. 2 RFP170058LAC, Lee County Public Transit Trolleys Ver 11/07/2016 16 D 9 3.25 Grab Rails Ceiling Dual grab rails shall be installed in vehicle ceiling in passenger area to provide to provide a secure hold from the front to the rear of the vehicle. These rails will have leather grab straps attached continuously every 36". All rails shall be spiral decorative brass. 3.26 Heater and Defroster Heater/defroster shall be manufacturer's standard equipment and maintain an interior temperature of 72° F when the ambient temperature is 32° F. Heaters will have a manual shut-off valve accessible to the driver. 3.27 Insulation Fiberglass mats, high-density polystyrene or an approved alternate shall be used to insulate the entire body, sides, front,rear and roof achieving an R factor that meets FMVSS minimums. 3.28 Interior Finish Interior finish shall be an oak or mahogany wood look finish of sufficient thickness and durability or adequately supported to prevent buckling. 3.29 Lights,Exterior Shall provide exterior dome clearance lights to be mounted in a recessed area or shall have an "armor type" protection to protect the light from damage that can occur in the automatic bus wash. Shall also provide mid-body and side turn signal lights. Exterior lighting shall be LED type to include 7" brake lights, turn signals, backup lights, (2) Dialight #1500-700-0014-00 yield to bus sign lights(location TBD), illuminating brake applied STOP sign mounted 6-7' above ground level in the rear center of the trolley and all clearance lights. All light types and configurations shall be in compliance with FMVSS and State of Florida 14.90 regulations. 3.30 Lights,Interior Interior lights shall be dome mounted to provide sufficient lighting to the passenger seating area. One(1) driver switch controlled courtesy light shall be provided. There shall be shielded or recessed step well lights that will illuminate when the doors are opened and turn off when the doors are in the closed position. 3.31 Manual Maintenance Manuals, Parts Manuals, and Electrical Schematics shall be provided as an "as built" manual in hard copy and electronic format (CD) that shall be in MS Word or Adobe Format; Minimum of 2 each to be provided. 3.32 Metal and Metal Fasteners All metal and metal fasteners, including any required nuts and washers, used in the manufacturing process shall be rust and corrosive resistant. Metal and metal screws exposed to the outside environmental elements shall be stainless steel or approved alternate to the extent possible. 3.33 Mirrors,External External remote rearview mirrors shall be on each side of the bus and shall have convex mirrors incorporated. The remote control switch shall be accessible from the driver's seat. 3.34 Mirrors, Internal Interior convex rear view mirror shall be mounted above the windshield to provide driver full view of the bus interior. An interior convex mirror shall be provided at the rear door, where applicable, to provide a driver's view of passengers during the deboarding process. Interior mirrors shall be mounted with a swivel point and shall be adjustable. 23 RFP170058LAC, Lee County Public Transit Trolleys 16D9 Ver I I/07/20I6 3.35 Miscellaneous (1) Pull cord stop request system with touch tape at the wheel chair stations or approved alternate; an indicator light will illuminate on the dash to alert the driver a stop is requested (2)The chassis will meet all FMVSS requirements (3) A weight analysis must accompany each proposal along with a certificate stating that the unit proposal meets all applicable Federal Motor Vehicle Safety standards. (4) Electronic advertising display with a minimum 18" diagonally measured LCD or LED screen shall be mounted behind the driver modesty panel in a manner that it is visible to seated passengers. A loadable plug and play USB drive or approved alternate shall be used to display JPG files to the monitor at a minimum 720p output and replay the content in a continuous loop until the unit is turned off by the Operator. (5) On board surveillance equipment shall be the Angeltrax 1 Tb Solid State HD video surveillance system with 8 cameras. Camera locations shall be determined upon award of contract. (6) Deceleration lighting (2 ea.) shall be mounted on the upper rear panels of the bus at a minimum height to meet Florida 14.90 regulations. 3.36 Paint Exterior PPG commercial automotive paints or approved alternate- Base White (3 paint passes)/ Blue Effect / Additional graphics will be submitted. The paint scheme will be supplied upon request. Decal plan attached. See attached pics-paint scheme-Paint color codes will be supplied after award 3.37 Placard A placard shall be installed in a location clearly visible to the driver stating the maximum height restriction,GVW and maximum passenger load for the vehicle. 3.38 PA Radio The vehicle shall be equipped with a public address (PA) system with weather resistant external speakers located at the entrance door that can withstand high humidity conditions and four or more speakers installed in the passenger seating locations to provide uniform sound within the passenger area. Internal and external speakers shall be separate from the AM/FM/MP3 radio speakers. The public address system microphone shall be a gooseneck type that can be switched from optional enunciator operation to manual operation for operator announcements should the enunciator be included in the original submission . The enunciator and PA system will override the AM/FM/MP3 radio transmission when in use. 3.39 Radio The vehicle shall be equipped with an AM/FM/MP3 radio. AM/FM/MP3 Radio shall have four or more speakers installed in the passenger seating locations to provide uniform sound within the passenger area. Public address and ADA announcements made by the driver will override the AM/FM/MP3 radio unit sound transmission. 3.40 Roof numbers Roof numbers shall be a minimum of 24" in height, shall be provided on each trolley which shall be visible from a police helicopter at 1,000 feet. 3.41 Rust proofing *ALTERNATE: Rust proofing applied to the entire underbody, including wheel housing. Undercoating shall be Kendall Seal N' Sound or approved alternate. 3.42 Seat -Driver The USSC Evolution G2E seat or approved alternate shall be provided for all trolleys. The Seat shall be black in color. 24 RFP170058LAC, Lee County Public Transit Trolleys Ver 11/07/2016 16 0 9 3.43 Seats- Passengers Seats shall be vintage oak slat style. The first set of forward facing passenger seats must have a barrier mounted in front of them or a stanchion rail mounted on the aisle side seat assembly. Seat bottoms will have cushions for passenger comfort. The seat bottom color shall be a Dark Blue(Color TBD at award). Minimum Fixed seating capacity shall be twenty-one(21). 3.44 Seats- Fold-a-ways Two (2) fold-a-way seats shall be mounted over the wheel chair stations. Folding seats shall be wood slat seats with Dark Blue cushions on the bottom. Each fold-a-way seating capacity shall be at least a two (2)passenger seat capacity. 3.45 Seating Diagram Manufacturers shall supply a seating and body diagram with their proposal. 3.46 Suspension Suspension system shall be load rated and heaviest duty available for the GVW of the vehicle provided. 3.47 SWAT Switch Switch mounted inside a rear access compartment which will open all passenger entry doors, activate the brake interlock and turn on the interior lights in the event a SWAT team situation occurs on the trolley. 3.48 Tires and Wheels Shall be the OEM's premium tubeless all-season Michelin radials or approved alternate rated for the size and GVW, also to include a spare tire and wheel of the same OEM type. No carrier is required for the spare tire. Wheels shall be black in color with no hub caps. *ALTERNATE: Alcoa brushed or Dura-brite aluminum wheels. 3.49 Transmission Transmission shall be automatic shift with sufficient a oil cooling to maintain the fluid temperature to meet the OEM specifications . 3.50 Web Cutter Premium web cutters shall be supplied with each vehicle shall be mounted in a highly visible location in the driver's area and labeled "Seat Belt& Wheelchair Belt Cutter". 3.51 Wheel Chair Ramp A flip ramp shall be mounted at the front door access on the right. Ramp must be fully compliant with all current ADA and FMVSS requirements and specifications. ADA decals shall be affixed to the outside of the vehicle as is appropriate to meet all ADA and Florida State Statute 1490 regulations. 3.52 Wheel Chair Securement System Two (2) wheel chair securement positions shall be provided in the left and/or right side accessible through the front door ramp. All wheel chair tie-down systems shall have a restraint system with self- tensioning retractors. The lap/shoulder belts shall also have retractors. Storage pouches designed to accommodate all unattached restraint belts shall be provided and shall be affixed to the inside of the vehicle. *ALTERNATE Q'Pod WC restraint system. 3.53 Windows All windows and windshields shall be in accordance with FMVSS571.205. All passenger windows shall be tinted with no less than 30%light transmission. All glass shall be tempered safety glass. 25 RFP170058LAC, Lee County Public Transit Trolleys Ver 11/07/2016 16 D 9 3.54 Wipers and Washers Windshield wipers/washers shall be manufacturer's standard OEM, heavy duty, intermittent and located below the window. 3.55 Wiring The Master electric panel shall be easily accessible. Body wiring harness shall have color, function and number coded wire were applicable. All wiring harnesses shall be tested prior to installation inside the body and shall be inspected after installation to assure electrical systems and lights are functioning properly. 3.56 Yield To Bus Si2n Two (2) Dialight 1500-700-0014-00 Yield to Bus signs or approved alternate shall be mounted on the upper left and right rear panel of the trolley. The Yield to Bus sign will operate during activation of the turn signal and four-way signal. 3.57 ALTERNATE Electronics ITS Clever Device INV4 AVL-w/Voice Annunciation, Wireless LAN, Ride check plus with connectivity to the farebox, destination sign, inside passenger information sign, ride check plus and the internal/external speakers. 4. INSPECTION,ACCEPTANCE,AND WARRANTY 4.1 Inspection and Acceptance of Goods 4.1.1 The product(s)delivered as a result of an award from this solicitation shall remain the property of the contractor, and services rendered under the contract will not be deemed complete, until a physical inspection and actual usage of the Trolleys are accepted by the Lee County Transit and shall be in compliance with the terms herein, fully in accord with the specifications and of the highest quality. 4.1.2 In addition, any defective product or service or any product or service not delivered or performed by the date specified in the purchase order or contract, may incur Liquidated Damages as described herein or order may be cancelled and vehicle procured by the Lee County Transit on the open Market, and any increase in cost may be charged against the awarded contractor. Any cost incurred by the Lee County Transit in any re-procurement plus any increased product or service cost shall be withheld from any monies owed to the contractor by the Lee County Transit for any contract or financial obligation. 4.1.3 The contractor shall provide two (2) tours of the factory where the Trolley is being built and assembled. The first tour shall be for a tour of the facility(ies) and to do the "Pre-Build Conference." The second tour shall be to inspect the Trolley when final post production testing is being performed at the Contractor location. In the event any Trolley functions fail to meet the test requirements on inspection by the Lee County Transit inspector(s) prior to delivery, the Lee County Transit may request such changes as the Lee County Transit may consider necessary to conform to any clause of the specifications. Failure to make such changes within 10 days after notice is given to the successful bidder to make such changes shall be cause for rejection of the Trolley. Additional tests may be conducted at the Lee County Transit's discretion to ensure that the completed trolleys have attained the desired quality and have met the requirements in "Technical Specifications." 4.1.4 Total trolley operation shall be evaluated during road tests. The purpose of the road tests is to observe and verify the operation of the trolley as a system and to verify the functional operation of the subsystems that can be operated only while the trolley is in motion. 26` RFP170058LAC, Lee County Public Transit Trolleys 16D9 Ver 11/07/2016 4.1.5 Each trolley shall be driven for a minimum of 15 (fifteen)miles during the road tests with Lee County Transit Staff. 4.1.6 Observed Defects shall be recorded on the test forms. The trolleys shall be retested when defects are corrected and adjustments are made. This process shall continue until Defects or required adjustments are no longer detected. Results shall be pass/fail for these trolleys operation tests. 4.2 Post-Delivery Inspection 4.2.1 Post-delivery inspection will occur at the designated Lee County Transit site. These tests shall be completed within 15 (fifteen) days after trolley delivery and shall be conducted in accordance with written test plans. The purpose of these tests is to identify defects that have become apparent between the time of trolley release and delivery to the Lee County Transit. The post-delivery tests shall include visual inspection and bus operations. No post-delivery test shall apply criteria that are different from the criteria applied in an analogous pre-delivery test(if any). Trolleys that fail to pass the post-delivery tests are subject to non-acceptance.The Lee County Transit shall record details of all defects on the appropriate test forms and shall notify the Contractor of acceptance, conditional acceptance, or non-acceptance of each trolley within five days. The defects detected during these tests shall be repaired by the Contractor unless agreed upon by both parties for the Lee County Transit to repair at an agreed upon price. 4.3 Final Inspection 4.3.1 Final inspection and approval is to be completed upon delivery to 3401 Metro Parkway, Fort Myers, FL 33901. Inspection and final acceptance shall be conducted by the Lee County Transit Fleet Manager; Robert Southall is the Fleet Manager at the time of publication of this solicitation. 4.4 Warranty 4.4.1 The Contractor shall warrant to the Lee County Transit, its successors and assigns, that the title to the material, supplies or equipment covered by the Contract,when delivered to the Lee County Transit or to its successor or assigns, is free from all liens and encumbrances. The Contractor guarantees and warrants that all work performed and items supplied under this Contract shall (1) conform to the Technical Specifications and all other requirements of this RFP; (2) fulfill its design functions and be fit for both its ordinary and intended purposes; (3) be free of all patent and latent defects in design, materials and workmanship; and(4) perform satisfactorily. It is understood and agreed that by acceptance of this warranty and the acceptance of materials or supplies to be manufactured or assembled pursuant to these Specifications, the Lee County Transit does not waive any warranty, either expressed or implied. 4.5 Propulsion Systems and Major Sub Systems 4.5.1 Specific subsystems and components of the Trolley's furnished under the Contract are warranted and guaranteed to be free from defects in design, material and workmanship for the period of time and/or mileage (whichever occurs first) as shown below after each vehicle is placed into revenue operation. 4.5.2 Component Years Mileage 1. Engine-7 years or 200,000 miles 2. Engine Accessories-7 years or 200,000 miles 3. Transmission-7 years or 200,000 miles 4. Drive Axle-7 years or 200,000 miles 5. Brake System-2 years or 50,000 miles 27 RFP170058LAC, Lee County Public Transit Trolleys 1609 Ver 11/07/2016 4.5.3 Engine warranty shall cover all items provided in the engine manufacturer's standard warranty under the 7 year/200,000 mile period, with appropriate limitations and prorating for subcomponents such as turbocharger, injectors, etc. Proposers shall submit engine warranty details with their technical proposal. 4.5.4 Lee County Transit reserves the right to request any and all Proposers to provide manufacturer's standard warranty information. To the extent that a manufacturer's standard warranty on the above items provides longer time periods or mileage limits stated above, the warranty that provides the longer time period or mileage limit shall apply to that particular item. 4.6 Body and Chassis Structure 4.6.1 The structural integrity of any trolley furnished under this Contract shall be warranted for a full one hundred percent (100%) on both parts and labor to be free from material, design and workmanship for a period of up to seven (7) years or up to two hundred thousand (200,000) miles, whichever occurs first, after the vehicle is placed into revenue operation with no proration. A defect in the structural integrity of the basic body is defined as defects in the chassis,body and/or frame,suspension and axles,which results in any premature fatigue. 4.7 Exceptions to Warranty 4.7.1 The warranty shall not apply to scheduled maintenance items, items furnished by the Lee County Transit such as radios, fare boxes, AVL, enunciator and other auxiliary equipment, except in so far as such equipment may be damaged by the failure of a part of a component for which the Contractor is responsible. 4.8 Detection and Correction of Defects 4.8.1 The vendor shall promptly correct all apparent and latent deficiencies and/or defects in work, and/or any work that fails to conform to the contract documents regardless of project completion status. All corrections shall be made within ten (10) calendar days after such rejected defects, deficiencies, and/or non-conformances are verbally reported to the vendor by the Lee County Transit's project administrator, who may confirm all such verbal reports in writing. The vendor shall bear all costs of correcting such rejected work. If the vendor fails to correct the work within the period specified,the Lee County Transit may, at its discretion, notify the vendor, in writing, that the vendor is subject to contractual default provisions if the corrections are not completed to the satisfaction of the Lee County Transit within seven (7) calendar days of receipt of the notice. If the vendor fails to correct the work within the period specified in the notice, the Lee County Transit shall place the vendor in default, obtain the services of another vendor to correct the deficiencies, and charge the incumbent vendor for these costs, either through a deduction from the final payment owed to the vendor or through invoicing. If the vendor fails to honor this invoice or credit memo, the Lee County Transit may terminate the contract for default. Lee County Transit Fleet Mechanic staff will be authorized and compensated to perform warranty repairs at a labor cost of$59/hr., should the manufacturer not have technical staff to perform warranty repairs. The hourly labor time for all warranty repairs performed will be pre-determined from the manufacturer's failed warranty parts published flat labor rate time or at a labor time to be determined by Lee County Transit Parts Manager and the awardee's warranty administrator prior to repairs being performed. 4.9 Materials Shall be New and Warranted Against Defects 4.9.1 The vendor hereby acknowledges and agrees that all materials, except where recycled content is specifically requested, supplied by the vendor in conjunction with this solicitation and resultant contract shall be new, warranted for their merchantability, and fit for a particular purpose. In the event any of the materials supplied to the Lee County Transit by the vendor are found to be defective or do not conform to specifications: (1)the materials may be returned to the vendor at the vendor's expense and the contract cancelled or (2) the Lee County Transit 28 RFP170058LAC, Lee County Public Transit Trolleys 1609 Ver 11/07/2016 may require the vendor to replace the materials at the vendor's expense. The vendor agrees that, unless expressly stated otherwise in the bid or proposal, the product and/or service furnished as a result of an award from this solicitation shall be covered by the most favorable commercial warranty the vendor gives to any customer for comparable quantities of products and/or services and the rights and remedies provided herein are in addition to said warranty and do not limit any right afforded to the Lee County Transit by any other provision of this solicitation. The vendor hereby acknowledges and agrees that all materials, except where recycled content is specifically requested, supplied by the vendor in conjunction with this solicitation and resultant contract shall be new, warranted for their merchantability, and fit for a particular purpose. This equipment shall, in all respects, be equipped to operate legally on State highways, night and day, and shall, in all respects, conform to State and Federal regulations pertaining to the equipment herein described. All parts of this vehicle shall conform with the provisions of the FDOT Vehicle Code, Federal Motor Vehicle Safety Standards, Motor Carrier Safety Regulations and requirements under the Americans with Disabilities Act(ADA)Final Guidelines for Transportation Vehicles,49CFR,Part 38, Subpart B in effect as of September 6, 1991 or as modified subsequently and all applicable Americans with Disabilities Act (ADA) and Federal Transit Administration (FTA) rules, regulations and specifications. An adequate stock of repair parts and service facilities shall be readily available. This location is to be indicated within the proposal submission as requested herein. 4.10 Compliance with Federal Standards 4.10.1 All items to be purchased under this contract shall be in accordance with all governmental standards,to include,but not be limited to,those issued by the Occupational Safety and Health Administration(OSHA), the National Institute of Occupational Safety Hazards (NIOSH), and the National Fire Protection Association(NFPA). 4.11 Labor,Materials,and Equipment Shall be Supplied by the Vendor 4.11.1 Unless otherwise stated in this solicitation the vendor shall furnish all labor, material and equipment necessary for satisfactory contract performance. When not specifically identified in the technical specifications, such materials and equipment shall be of a suitable type and grade for the purpose. All material, workmanship, and equipment shall be subject to the inspection and approval of the Lee County Transit Fleet Manager. 4.12 Special Notice to Vendors Regarding Federal Requirements 4.12.1 This purchase action is being supported in whole or in part by Federal funding. Therefore, the solicitation and any resulting contract include provisions related to various specific federal requirements. Detailed review of all terms and conditions included in this solicitation is strongly encouraged to ensure that full compliance with all contractual requirements are considered during the solicitation response process. 4.13 Vehicle Delivery 4.13.1 Delivery of the vehicles is to be completed within Proposer's specified delivery schedule upon receipt and acceptance of the Proposer's offer by Lee County Transit. If the delivery is delayed because of strike, injunctions, governmental controls, or by reason of any cause or circumstances beyond the control of the manufacturer, supplier or contractor, the time of completion of delivery may be extended upon written request for a time extension from the Proposer. The request for extension must include detailed justification for the length of the time extension. 4.14 Vehicle Service 4.14.1 Prior to delivery, each vehicle shall be completely serviced by the Contractor. Service shall include not less than the following: lubrication, and other checks and adjustments required for proper complete servicing of a new vehicle. Each vehicle shall be ready for placement in service upon delivery and acceptance, except for the installation of fareboxes and radio system to be installed by Lee County Transit. 29 RFP170058LAC, Lee County Public Transit Trolleys 1609 Ver 11/07/2016 4.15 Request for Approved Alternates 4.15.1 In all cases, materials must be furnished as specified. Where brand names or specific items are used in the specifications, consider the term "or approved alternate" to follow. Any unapproved deviations, exceptions, substitutions, alternates or conditional qualifications contained in a proposal may be cause for its rejection. 4.15.2 If potential proposers believe that their product is an equal to the product specified, they must submit a written request to Lee County Procurement following the process as described below. 4.15.3 Any request for an approved alternate must be fully supported with catalog information, specifications and illustrations or other pertinent information as evidence that the substitute offered is equal to or better than the specification. Where an approved alternate is requested, the proposer must clearly demonstrate the equality of this product to the Authority to determine whether the proposer's product is or is not equal to that specified. 4.16 Summary of Items to be Provided Upon Delivery 4.16.1 The following items must be furnished by the successful Proposer upon delivery of each vehicle: 1. All warranty verification vouchers, certificates or coupons; 2. Operator's manual(s) for vehicle and all add-on equipment—50 copies specific to Lee County Transit specifications; 3. Drawings showing wiring of auxiliary circuits, and/or modifications of standard vehicle wiring which would not be included in the standard vehicle maintenance manual—2 copies and 2 CDs; 4. One-Quarter(1/4)filled fuel tank(s); 5. Complete vehicle maintenance and parts manuals—2 hard copies and 2 CDs; 6. Assurance of compliance with manufacturer's pre-delivery service; 7. Any maintenance and inspection schedules for the basic vehicle and its subsystems and any add-on equipment. 4.17 Parts and Service 4.17.1 The bidder will list the nearest factory parts and service location(s) in the proposal. The manuals, referenced above will contain a current and complete parts list for re-ordering, and the equipment actually furnished under this contract will be highlighted to identify exact part and model numbers for each component. 4.18 Training 4.18.1 The Contractor shall fully instruct the Lee County Transit within 10 days of delivery of the Trolley in the operation, safety, maintenance and service at no additional cost to the Lee County Transit. 4.19 Time of Contract Completion 4.19.1 The contractor will furnish, install, deliver, and successfully demonstrate all equipment as specified herein; provide the required training; and provide the required service manuals and operator manuals trolleys within two hundred and forty (240) calendar days after issuance of Purchase Order. 4.19.2 Manuals: The contractor shall provide with each vehicle order (Purchase Order or equivalent) a minimum of 50 Operator Manuals and 2 Service Parts Manuals. Manuals shall be provided in both digital and electronic form (USB, CD, or Downloadable Link). (Note: Manuals requested are not required per vehicle, but rather per vehicle order. Example: One vehicle order (Purchase Order) includes purchase of 3 vehicles. Contractor shall provide in 30 RFP170058LAC, Lee County Public Transit Trolleys 16139 Ver 11/07/2016 total: 50 hard copies of the Operator Manual, 50 digital copies of the Operator Manual, 2 hard copies of the Service Parts Manual, and 2 digital copies of the Service Parts Manual.) END OF SECTION 31 RFP170058LAC, Lee County Public Transit Trolleys 110 1609 Ver I(/07,2016 MINIMUM VEHCILE SPECIFICATIONS CHECKLIST 1. Access Plate 35. Miscellaneous 2. Air Conditioning 36. Paint Exterior 3. Aisle Width 37. Placard 4. Alignment 38. PA Radio 5. Alternator 39. Radio 6. Battery System 40. Roof numbers 7. Bike Rack 41. Rust proofing-Alternate 8. Body Design 42. Seat -Driver 9. Braking System 43. Seats- Passengers 10. Bumpers 44. Seats- Fold-a-ways 11. Chassis 45. Seating Diagram 12. Destination Signs 46. Suspension 13. Drive Shaft 47. SWAT Switch 14. Engine 48. Tires and Wheels 15. Engine Compartment 49. Transmission 16. Entrance Door 50. Web Cutter 17. Emergency Exit Windows 51. Wheelchair Ramp 18. Exhaust System 52. Wheelchair Securement System 19. Fare Box 53. Windows 20. Fast Idle-Alternate 54. Wipers and Washers 21. Floor Cover 55. Wiring 22. Floor Material 56. Yield to Bus Sign 23. Fuel Capacity 57. Electronic ITS -Alternate 24. Grab Rails Stepwell ALTERNATES 25. Grab Rails Ceiling • Diesel Power Engine 26. Heater and Defroster • Propane Fuel System 27. Insulation • Electric Drive Engine 28. Interior Finish • Fare Box Switch 29. Lights, Exterior • Fast Idle 30. Lights,Interior • Rust Proofing 31. Manual • Tires and Wheels 32. Metal and Metal Fasteners • Wheel Chair Securement System 33. Mirrors,External • Electronic ITS-Clever Device 34. Mirrors, Internal END OF SECTION 32 ' RFP170058LAC, Lee County Public Transit Trolleys 1609 Ver 11/07/2016 SUBMITTAL REQUIREMENTS& EVALUATION CRITERIA For RFP170058LAC,LEE COUNTY PUBLIC TRANSIT TROLLEYS 1. SUBMITTAL REQUIREMENTS& EVALUATION CRITERIA 1.1 Interested firms shall include the following information in their submittal responses to this solicitation. The following format and sequence should be followed in order to provide consistency in the firm's responses and to ensure each proposal receives full consideration. Use 8 V2 x 11 single-sided sheet pages only with tabs or section dividers/indicators to separate sections as defined below. Dividers should be included as part of digital copy to maintain organization and consistency. Undesignated information shall be inserted at the rear of each package. Place page numbers at the bottom of every page,excluding dividers. 1.2 Submittal package may not exceed 15 pages printed single-sided, excluding required forms found herein and dividers. PLEASE INCLUDE PAGE TABS/SECTION DIVIDERS IN ORIGINAL AND DIGITAL FORM so that those evaluating your submittal can easily compare each section with others that are submitted. If any of the information provided by the Proposer is found to be, in the sole opinion of the Evaluation Committee and Procurement Management Director, substantially unreliable their proposal may be rejected. 1.3 Proposers shall submit one (1) original hard copy (clearly marked as such) and six (6) electronic CD ROM or flash drive (USB) sets containing the proposal submittal in PDF format. In case of any discrepancies, the original will be considered by the County in evaluating the Proposal, and the electronic version is provided for the County's administrative convenience only. TAB 1: Introduction ➢ Project RFP Number&Name ➢ Firm's Name&Address ➢ Firm's Contact Person& Information(phone,fax and email address) TAB 2: Description of Firm ➢ How many years has proposer been in business under present name? ➢ Under what other former names has your organization operated? ➢ Proposed manufacturing location. TAB 3: Qualifications of Firm Provide a concise description, of your Firm's experience in manufacturing and providing Trolley vehicles as described herein. Description should include details such as: manufacturing volume, annual orders completed, customer satisfaction ratings/reviews, locations of customers served, facility description,etc... Provide list of the nearest factory parts and service location(s)of firm. ➢ Proposer must provide a letter of bond-ability from a Surety company, on their letterhead or equivalent, specifying and confirming your firm's bonding capability. TAB 4: Company Experience&Reference ➢ Provide order and customer details of a maximum of three (3) recent orders completed through the proposed facility within the last 24 month period. Details shall include: o Customer Name o Customer Contact Information ■ Point of contact Name,Phone,Email o Brief description of order o Quantity of order o Amount of order o Date order requested o Date order delivered 11) 33 RFP170058LAC, Lee County Public Transit Trolleys 1609 Ver 11/07/2016 TAB 5: Price Scoring: ➢ The Proposer with the lowest Base Bid Price as indicated on the Proposal Form contained herein will be awarded the maximum score as listed in the scoring criteria section. All other proposals will be scored according to the following formula: (Lowest Price Proposal/ Proposer's Price Proposal) x Maximum points. Bidders must provide pricing for Base Bid item(s),however bidders are not required to provide pricing for all Alternate item(s)listed. ➢ For example, the maximum score available for price is 25. If the lowest proposed Price Proposal is $150,000.00 that Proposer will receive the full 25 points. Another Proposer with a Price Proposal of $160,000.00 will receive points calculated as follows: $ 150,000.00/ $160,000.00 = .9375; .9375 x 25 =23.4375 ➢ Base Bid Pricing is the only pricing to be utilized for evaluation purposes, however pricing provided for alternate items as listed with the Proposal Form shall be considered contracted pricing and shall remain available for purchase by the County or assigned entity for the duration of the contract,inclusive of any renewals. TAB 6:Technical Proposal ➢ Provided a detailed technical proposal on Proposer letterhead that includes all Minimum Vehicle Specification items. Use the checklist found herein as a guide. Total pricing shall match that provided on the pricing schedule contained herein. o Technical proposal shall also include details such as: Year, Make, Model, Body/Conversion, etc... for at minimum the Base Bid unit requested. o County reserves the right to request Technical Proposal for alternate models as necessary and applicable for contracting purposes. Technical Proposals for alternate models shall not be considered in evaluation of proposer. ➢ Provide evidence of completed FTA Bus Testing for proposed vehicle. TAB 7: Required Forms • Forms 1- 10 Notice: Florida has very broad public records laws and records submitted with this RFP may be made available for public records requests following applicable Florida Public Records laws and processes. 1.4 Proposals will be evaluated negotiated, selected and any award made in accordance with the criteria and procedures described herein. The approach and procedures are those applicable to a competitive negotiated procurement whereby Proposals are evaluated to determine which Proposals are within a Competitive Range. Discussions and negotiations may then be carried out with Proposers within the Competitive Range, after which Best and Final Offers(BAFOs)may be requested. 1.5 The Proposers whose Proposals are found by the County to be within the Competitive Range, or that may be reasonably made to be within the Competitive Range,will be notified and any questions or requests for clarifications provided to them in writing. Each such Proposer may be invited for an interview and discussions with the County to discuss answers to written or oral questions, clarifications and any facet of its Proposal. 1.6 Best and final offers (BAFOs): Proposers considered in the Competitive Range may be afforded the opportunity to amend their Proposals and make their BAFOs. The Request for BAFOs may include the following: • A common date and time for submission of written BAFOs, allowing a reasonable opportunity for preparation of the written BAFOs. • Notice that if any modification to a BAFO is submitted, it must be received by the date and time specified for the receipt of BAFOs. di01 34 RFP170058LAC, Lee County Public Transit Trolleys 1609 Ver 11,07/2016 • Notice to Proposers that do not submit a notice of withdrawal or a BAFO that their immediately previous Proposal will be construed as their BAFO. 1.7 Any modification to the initial Proposal made by a Proposer in its BAFO shall be identified in its BAFO. BAFOs will be evaluated by the County according to the same requirements,process, and criteria as the initial Proposals. The County will make appropriate adjustments to the initial scores for any criteria and criteria that have been affected by any Proposal modifications made by the BAFOs. 1.8 The County will then choose the Proposal that it finds to be most advantageous to the County,based upon the evaluation criteria. The results of the evaluations and the selection of a Proposal for any award will be documented. 1.9 The County reserves the right to select a Proposal for award without any discussions or negotiations or request for any BAFOs. The Proposer whose Proposal is found to be most advantageous to the County may be selected, based upon consideration of the criteria of described herein(Best Value). 1.10 If only one Proposal is received in response to this RFP and it is found by the County to be acceptable, then a price or cost analysis, or both, possibly including an audit, may be performed by or for the County. The Proposer has agreed to such analysis by submitting a Proposal in response to this RFP. The County reserves the right to evaluate and award in the event of only one Proposal received as is in the best interest of the County. 2. SCORING CRITERIA& WEIGHT CRITERIA CRITERIA DESCRIPTION MAX.POINTS AVAILABLE 1 QUALIFICATIONS OF FIRM (TAB 3) 30 2 COMPANY EXPERIENCE&REFERENCE(TAB 4) 30 3 PRICE SCORING (TAB 5) 25 4 TECHNICAL PROPOSAL(TAB 6) 15 TOTAL POINTS 100 *Additional details and documents found within submittal package,although not located within tabs as listed above,may be reviewed and considered by evaluation committee when scoring proposers. 3. RFP SUBMISSION SCHEDULE Submission Description Date(s) Time Advertise Request for Proposal (RFP) Friday,January 27, 2017 N/A Pre-Proposal Meeting N/A N/A Proposal Question Deadline 8 Calendar days prior to Prior to 5:00 PM submission deadline Submission Deadline Wednesday, March 1, Prior to 2:30 PM 2017 First Committee Meeting&Discussion TBD TBD Notify Shortlist Selection via e-mail (If applicable) TBD N/A Final Scoring/Selection Meeting(If applicable) TBD TBD 35 RFP170058LAC, Lee County Public Transit Trolleys 0201 16 0 9 Ver 11/07/2016 Additional notes on Submission Schedule: • Submission Schedule is provided as a guideline only and is subject to change at the discretion of Lee County authorized personnel. • Changes in closing date or other parameters may occur and will be posted to the Lee County Procurement website. It shall be the responsibility of Contractor to verify all dates through County website. • Unless otherwise stated, location of all openings and meetings will take place at 1500 Monroe Street,Fort Myers,FL 33901—4th Floor Procurement Management. END OF SECTION 36 RFP170058LAC, Lee County Public Transit Trolleys 1609 Ver 02/04/2016 Lee County Procurement Management 4 & lee cocounty nty 1500 Monroe Stree400r Fort Myers,FL 33901 SoarMwest `Rtor1dd BOARD OF COUNTY COMMISSIONERS (239) 533-8881 www.leegov.com/procurement 1- John E.Manning DATE: February 1, 2017 District Ono SOLICITATION NO.: RFP17005$LAC Cecil L Pendergrass District Two SUBJECT: ADDENDUM NUMBER 1 Larry Kiker District Three REFERENCE: Lee County Public Transit Trolleys Brian Hamman 1e District Four The following changes shall become a part of the Bid Documents and shall be as 1; Frank Mann binding as if contained therein: i District Five Roger Desjarlais 1. CORRECTION TO PROCUREMENT CONTACT EMAIL ADDRESS: t County Manager 1.1 The email address for the Procurement Contact in the solicitation package is Richard Wm.Wesch County Attorney incorrect. The CORRECT email address is: LCeperoOleegov.com. Donna Marie Collins Hearing Examiner Please ensure ALL questions and inquiries are sent to LCeperot teegov.com. Failure to do so will result in your questions or inquiries going unanswered. 2. ATTACHMENTS r 2.1 Solicitation pages containing corrected email. i. BUDDER IS ADVISED, YOU ARE REQUIRED TO ACKNOWLEDGE RECEIPT OF THIS ADDENDUM WHEN SUBMITTING A BID. FAILURE TO COMPLY WITH THIS REQUIREMENT MAY RESULT IN THE BIDDER ,. BEING CONSIDERED NON-RESPONSIVE. €' ALL OTHER TERMS AND CONDITIONS OF THE BIDDING DOCUMENTS AR AND SHALL REMAIN THE SAME. Pocureme n101(0 fl i Lee Coun— 040 rocent Management I`` 4 I. ' r; t' G 6. i t: i I P.O. Box 398,Fort Myers,Florida 33902-0398 (239)533-2111 I` Internet address http://www.lee-county.com 49 : AN EQUAL OPPORTUNITYAFFIRMATIVEACTION EMPLOYER is ADDENDUM 1 1609 Ver 02/042016 Lee County Procurement j Management ee Count 1500 Monroe Street,4 Floor j� Fort Myers,FL 33901 SSor,Mwest FIUrida (239) 533-8881 BOARD OF COUNTY COMMISSIONERS www.leegov.com/procurement DATE: February 15, 2017 John E.Manning SOLICITATION NO.: RFP170058LAC District One GecrlLPendergrass SUBJECT: ADDENDUM NUMBER 2 • District Two Larry Klker REFERENCE: Lee County Public Transit Trolleys District Three Brian Hamman The following changes shall become a part of the Bid Documents and shall be as District Four binding as if contained therein: Frank Mann • District Five 1. QUESTION/ANSWER Roger Desiarlais Approved alternate request to change floor specifications to a more County Manager b performance standard the will ensure uniformity within LeeTran fleet. Richard Wm.Wesch County Attorney Requested Approved Alternate Details: Donna Marie Collins 3.21 Floor Cover: Hearing Examiner Floor covering shall be slip resistant vinyl flooring,constructed with aluminum oxide,silicon carbide,quartz and optional multiple colored PVC chip blended throughout a high quality vinyl wear surface for better depth • perception for sight impaired(top coating is not acceptable). Bacteriostats will be incorporated providing all exposed surfaces with excellent anti-bacterial properties. Minimum floor thickness of 2.2 millimeters (combination of flooring and backing material will not be accepted)or approved equal will be acceptable. 1 The whole floor will be a uniform thickness through out the vehicle,eliminating the need for ribbed surfaces, while exceeding the ADA minimum slip resistance standard rating of.06 static coefficient of friction under dry or wet conditions. Coving material is to be installed to support floor when rolling floor covering up the sidewall of vehicle to the seat track. Seams are to be heat welded to provide a permanent waterproof seal against water penetration leading to premature sub-floor failure or curling leading to possible tripping hazards. Landing area and step edgings are to be yellow safety vinyl edging. Edging is to heat welded to the main floor and step tread to provide for a long lasting seam. Step tread and riser are to be a one continuous piece construction eliminating seam at the back of the step. Tread to be supported at the upward bend at the back of the step and up the riser by coving material. Alternate acceptable and approved. Ensure technical proposal provided with submission clearly states proposed vehicle Answer specifications. Note: Proposers may utilize the original specifications or approved alternate(s) as listed, however technical ro osals must clearly denote specifications selected. Page 17 #5 5.1 Is there any requirement for a performance bond before 2. or after award? AIso states that a response on proposer letterhead stating the proposer has the ability to provide a bond is that required? A Performance Bond is required as stated in section 5 of page 17. This will be required to be recorded and recorded original • submitted to the Procurement Management staff prior to execution of a contract or issuance of a Purchase Order. Answer Proposers are additionally required to submit with their proposals a letter of bond-ability from a Surety company as stated within Tab 3 of the Submittal Requirements, page 33. Letter must be provided on Sure corn anv's letterhead or equivalent stationary. P.O. Box 398,Fort Myers, Florida 33902-0398 (239)533-2111 Internet address http:/lwww.lee-county.com AN EQUAL OPPORTUNITY AFFIRMATIVE ACTION EMPLOYER 16 D 9,. Page 20 2.1 Approval the chassis is modified is required to be able to 3. provide a low floor design, The design is tested as required at Altoona for 7 years and 200,000 miles is this acceptable? I` t. I Alternate acceptable and approved. The chassis for the trolley from the vehicle manufacturer cannot be modified AFTER the trolley has i r completed the FTA Bus Testing process, but may be modified prior t and is acceptable as long as the modified chassis clears FTA Bus Testing process. The trolley chassis provided must be the identical r Answer chassis used on the trolley that completed the FTA Bus Testing. The 1 1 chassis must additionally meet all other applicable FTA grant t provisions and certifications as provided within the solicitation i' i package. Ensure technical proposal provided with submission clearly states proposed vehicle specifications. k 1 4. Page 25 3.48 Approval to provide Goodyear Tires in Lieu of Michelin. C 1 Alternate acceptable and approved. Ensure technical proposal �' i provided with submission clearly states proposed vehicle Answer specifications. Note: Proposers may utilize the original specifications or approved alternate(s) as listed, however technical { proposals must clearly denote specifications selected. i' f Page 26 3.57 Clever Device/Voice Annunciation system. Do you need t 5, the APC included? What farebox are you using so I make sure theg: i' correct integration is available? , Answer APC must be included. Farebox is GFI Centsabill. 1. s 6 Page 26#4 4.1.3 Are the two Factory trips to be paid for by the proposer ti t if so how many Lee County people will be going. Answer Trips will be paid by LeeTran. rPage 27 4.5.2 Components please find listed warranties for approval The chassis has a starting warranty bumper to bumper 3 years 36,000 , i ; mile '' 1. Engine Power Train 5 Year 60,000 Miles from GM no extended warranty is available from GM v 2. Engine Accessories 3 years 36,000 miles from GM no extended i 7. warranty is available from GM A 3. Transmission Power Train 5 year 60,000 miles from GM no t extended warranty is available from GM 4. Part of the Power Train 5 years 60,000 mile from GM no extended is available from GM 5. Brake System Part of the Bumper to Bumper GM warranty 3 years 36,000 mile no extended is available from GM The chassis shall have a minimum bumper to bumper warranty of 3 years 36,000 miles. Warranties 1 through 5 are acceptable and Answer approved. Proposers technical specifications submitted shall clearly indicate warranty details. i Page 27 4.6 Body Structure Warranty from Manufacture Home Town , 8. Trolley is 3 years 36,000 miles Answer Alternate acceptable and approved. Ensure technical proposal . 1§) , P.O.Box 398,Fort Myers,Florida 33902-0398 (239)533-2111 Internet address http.//www.Iee-county.com AN EQUAL OPPORTUNITY AFFIRMATIVE ACTION EMPLOYER 1609 provided with submission clearly states proposed vehicle specifications. Note: Proposers may utilize the original specifications or approved alternate(s) as listed, however technical proposals must dearly denote specifications selected. Our company would like to become qualified for working on Lee Tran jobs. 9. Could you send me information on how to get federally vetted and apply for this? Currently there is not a "pre-qualification process" of vendors available through the County. In order to participate in the majority of solicitations for LeeTran that are federally funded • through the Federal Transit Administration (ETA) vendors must understand and comply with the FTA Grant Provisions, as well as complete the applicable certifications; both found within the solicitation package. In regards to this particular solicitation for Trolley purchase, vendors looking to submit a proposal must be listed on the FTA's list of Eligible Transit Vehicle Manufacturers (TVM) "at the time of solicitation". "At the time of solicitation", as stated within article 1.4 of page 16, shall be further clarified through this inquiry and addendum to be by the closing date of this solicitation package, Answerwhich at the time of issuance of this Addendum is by March 1, 2017. Vendors looking to begin the TVM qualification process to become an eligible TVM for future solicitations are encourage to contact the FTA for further guidance and requirements. The contact information listed for the FTA is: Office of the Administrator ` Federal Transit Administration 1200 New Jersey Avenue,SE Washington,DC 20590 United States Phone: 202-366-4040 Business Hours: sa 9:OOam-5:00pm ET,M-F 2. ATTACHMENTS • NONE BUDDER IS ADVISED, YOU ARE REQUIRED TO ACKNOWLEDGE RECEIPT OF THIS ADDENDUM WHEN SUBMITTING A BID. FAILURE TO COMPLY WITH THIS REQUIREMENT MAY RESULT IN THE BIDDER BEING CONSIDERED NON-RESPONSIVE. ALL OTHER TERMS AND CONDITIONS OF THE BIDDING DOCUMENTS ARE AND SHALL REMAIN THE SAME. (--7.064/y,-1-( u c ( Procuret Anilyst Lee County Procurement Management P.O. Box 398,Fort Myers, Florida 33902-0398 (239)533-2111 (1111 Internet address http:Ilwww.lee-county.com AN EQUAL OPPORTUNITY AFFIRMATIVE ACTION EMPLOYER • Creative Bus Sales RFP170058LAC Lee `Fran Public Transit Trolleys Proposer: Creative Bus Sales Inc. 8600 Atlantic Blvd. Jacksonville, Florida 32211 Contact: Ray Cullers Office: 904-241-6004 Fax: 904-241-0507 Cell: 813-335-9052 l_cuitcysk0cregtivOuslojeseAro • Manufacture: Hometown Trolley 750 Industrial Parkway Crandon, WL 54520 Contact: Joey Dunow Office: 715-478-5090 Fax: 715-478-5095 joeyhometowntrolley.com /4 ,;// • 4IF IF WWIIWV VIUUIIV/o//!? PIIWF Creative Bus Sales I 800.326.2877 I CreativeBusSales.com 8600 Atlantic Blvd, Jacksonville, FL 32211 I Creative Bus Sales RFP170058LAC Lee Tran Public Transit Trolleys Proposer: Creative Bus Sales Inc. 8600 Atlantic Blvd. Jacksonville, Florida 32211 Contact: Ray Cullers Office: 904-241-6004 Fax: 904-241-0507 Cell: 813-335-9052 retillersOcre;itivebussales.c • 25 Years in Business Manufacture: Hometown Trolley 750 Industrial Parkway Crandon, WI. 54520 Contact: Joey Dunow Office: 715-478-5090 Fax: 715-478-5095 j!)eyei)hon,lett;twritrolley.ccfrm * Over 30 Years in Business • Vehicles will be manufactured in WI. * 701 North Railroad Ave. Crandon WI. 54520 Creative Bus Sales l 800,326,2817 l CreativeBusSales.com 8600 Atlantic Blvd. Jacksonville. Fl. 32211 11110/ SI . Creative Bus Sales Service and Warranty Creative Bus Sales - People The following section presents a brief overview of the organizational structural of Creative Bus Sales, Florida and individuals that will be responsible for assisting our customers. Creative Bus Sales,Florida- General Manager-Jeff Shank Jeff is responsible for all management activities of Creative Bus Sales, Florida. Jeff has over thirty years of experience in the commercial bus industry including Service, Sales and Marketing positions with Eldorado/National,Thomas Built Buses, Daimler Bus, International Truck and Bus. Creative Bus Sales-Transit Contract Manager- Ray Cullers Ray has worked with Creative Bus Sales for the past five years in Sales and has over thirty years of experience in the bus industry. Ray has worked with the FDOT contract for over 10 years. He is responsible for sales, pilot bus inspections, customer satisfaction, order processing, new vehicle orientation, and supplier communication of contractual requirements. Creative Bus Sales, Florida-Service and Warranty Manager-Robert Arndt Robert is a new addition to the Creative team and has overall service, warranty and training responsibility for the FDOT contract. Robert has over 20 years of military experience.He is adept at handling multiple priorities and has committed to ensuring FDOT customers are satisfied with the warranty and service we provide. Robert will be the main point of contact for FDOT service or warranty issues. He will Creative Bus Sales I 904-241-6004 CreativeBusSaIes.com Atak 8600 Atlantic Blvd. Jacksonville,FL 32211 %)1/ I a At Mb, I/---\ Creative Bus Sales utilize his staff to be sure we are providing the level of service you expect from Creative Bus Sales. Creative Bus Sales, Florida-Shop Supervisor-Emanuel Dean-fax Facility The Jacksonville Shop Supervisor is Emanuel Dean. Dean is responsible for managing the service facility, technicians, drivers and the service writers. Dean monitors the completion of all internal work required. Dean's staff is responsible for completing all warranty work requests and ensuring the customer is satisfied with the vehicle at time of delivery. If any fleet field service issues arise Dean will dispatch the mobile service truck and monitor the repairs to be sure the customer is satisfied. Creative Bus Sales, Florida-Service Manager- Damian LeDonne-Davie Facility The Davie shop Service Manager is Damian LeDonne. Damian is responsible for managing the service facility and ensuring customers in the southern region are taken care of quickly. Damian also has a mobile service truck and monitors the repairs to be sure the customer is satisfied. Creative Bus Sales,Florida- Service Writer- Mirella Garcia Mirella Garcia is the Florida Service Writer. Mirella is responsible for reviewing the work order requests, opening and printing repair orders for the Shop Supervisor and closing repair orders when the work has been completed. Mirella is responsible for ensuring all repairs completed and communicated to the customer. She also maintains our internal database and can easily identify trends or alert the service department to repeat failures. Creative Bus Sales I 904-241.6004 I CreativeBusSales.com 8600 Atlantic Blvd.Jacksonville, EL 32211 • 9 Creative Bus Sales "C'41* Creative Bus Sales, Florida-Warranty Administrator Karen Bolduc Karen Bolduc is the Florida Warranty Administrator. Karen is the key contact for our customer's that are looking for warranty coverage and repair locations.She has full authority to approve warranty locations and secure vendor approval to expedite repairs.She also tracks all open warranty issues until they are completed. Creative Bus Sales,Florida- Parts Sales- Don Morrill Don Morrill is the Florida parts sales representative. Don is responsible for maintaining an adequate inventory of parts in Florida and shipping those parts on a daily basis to satisfy customer needs, Creative Bus Sales is also able to ship parts direct from our five PD C's or direct from the manufacturer to expedite a vehicle down situation. Don frequently visits customers and alerts staff to open issues that may not have been discovered during normal sales calls. Creative Bus Sales - Company Resources Creative Bus Sales has built the largest nationwide local service network in the industry. Our goal is to provide the highest quality vehicles,service and support to the customers in Florida, I have highlighted below some of our services that we have provided in the past and plan to launch in the future. • Mobile Service Trucks available from all facilities * Certified alternative fuel technicians at all facilities • ASE certified technicians * DOT inspections • Parts available from 8:00AM to 7:00PM • Parts Order fulfillment- On line ordering launch 4th quarter 2016 Atik Creative Bus Sales I 904-241-6004 I CreativeE5usSales.corn %CP 8600 Atlantic Blvd. Jacksonville, FL 32211 , • Creative Bus Sales • Maintain list of authorized repair locations in Florida to expedite service • Willing to set-up new suppliers as needed to expedite repair Creative Bus Sales * Supplier Meetings Creative Bus Sales staff hold weekly meetings with our prime suppliers (Champion, MV1, Transit Works Hometown Trolley) to discuss open issues and ensure we are working toward a timely solution. We bring in representatives from component suppliers as required and have felt these meeting to be very effective in resolving issues in the past. Creative Bus Sales - Customer Survey Creative Bus Sales uses our internal resources in California to randomly call customers and ask about the delivery experience. This feedback is sent to our sales and service staff and we react to these surveys with a phone call and or follow-up email to resolve any issue that may have occurred.We also utilize our Florida sales staff during each delivery to be sure that the customer receives the proper orientation and training for the vehicle. The following documents are included with every delivery to help the customer understand who to call if they have any issues. Creative Bus Sales l 904-241-6004 I CreativeBusSales.corn 8600 Atlantic Blvd.Jacksonville, FL 32211 I , 41,--, . u 1 Creative Bus Sales \\7_4400 '40 1 Creative Bus Sales Thank you for the purchase of your new bus. To ensure you receive the proper and most efficient service and support from Creative Bus Sales of Florida we would like to introduce our Support Staff to make sure you have the correct contact information if any issues arise that require our attention. Service Manager- Robert Arndt. All activities within the service department fall under his direct supervision. While his primary function is oversight of our technical staff, he can also address any questions of a technical nature involving your vehicle. Warranty Administrator- Karen Bolduc. She is responsible for addressing any warranty concerns you have with the bus or bus systems. Karen is the primary contact for the scheduling of all warranty repairs and is the main contact during the warranty period. Service Writer- Mirella Garcia. She is responsible for addressing any and all service needs. Mirella can assist in achieving an accurate diagnosis and estimation of repair costs. Mirella is the primary contact for the scheduling of all repairs and is the main contact during the period of time the unit is at Creative Bus Sales for that work. Parts Outside Sales - Don Morrill, He is responsible for parts sales for the Florida Office. Corporate Parts Manager- Keith Grube. We stock a large supply of parts to insure you have what you need to keep these vehicles operational. The parts department staff includes sales associates, shipping and receiving, and a parts delivery driver for your convenience. Creative Bus Sales I 904.241-6004 I CreativeBusSales.eam 8600 Atlantic Blvd. Jacksonville, FL 32211 iio I . 4 11111100. rta,U Creative Bus Sales Aro Contact Information Creative Bus Sales, FL Jacksonville Office EMaiL Main ......904-241-6004 Fax...-.,.................904-241-0507 Website: ..... www. e. I -s pavie FL Office Main.....................904-241-6004 .....904-241-0507 Website: wvewsAr atlyeAlltssales,eeln Service and Warranty(directl 904-241-6004 Toll 800-373-2143 Fax number_........... 904-241-0507 Robert Arndt/Service Manager rot)erta@creativebussales,corti Karen Bolduc/Warranty Administrator I eb -al. co ft Mirella Garcia /Service Writer mirellag(ocr "v-0 . 0.1 Parts Department Don Morrill/ Parts Outside Sales donm )creativebussales,corri Kevin Tiller/ Parts - t s rbuss 1.4 Sales Department Jeff Shank/ General Manager Leffs@creatii/etilissaleS.cOtri Debbie Ebeling/Office Administrator thbhi e cre, ive . Ray Cullers /Transit Sales r I r I Corporate Customer Service Department Toll Free..............844-374-8915 Jeff Johnson /Customer Service Manager '-ff s -a iv .1- .10 Sandro Ramirez/ Corporate Warranty Manager _sandror@creativebusj s.corn. Bill Anderson/ Corporate Service Manager biilacre ' sti5sales,com Keith Grube / Corporate Parts Manager ' 0 -,t'v 10u Creative Bus Sates 904-241-6004 I CreativeBusSciles,com qii‘!1 8600 Atlantic Blvd. icicksonviiie, FL 32211 �.r { fir.��' k gra 11 �fi ' i a I " - .,-„,iit s • e I '': 44— rho Ai _ W. 1 woos PI k£`.r 11.... t.. �,g^ .`i Ko W Vit,M Mr' k. nit x. G" M # ltt I' .�adl _�.� aI— = ` Wtrirt . g ! 4?-4 '` xz r 4+ y ti # �.jfillef fe y n J li y C:7k =1 C) C/3=I- ..., „,,, CO *0 ........• ,„,„,,,i 4....• ...= Ct3 = *= 111.1 4..4 C) ..G2 03 CD = ' '' i`m..- E a) +al cL) cz to a..) c.) -- a3 Ca' .r.Z,,: E E =as. co -- c:` Cl) cwi5 4ez - a) = C13 C..„, ,. 7131 )--- CL) EEa3t1) t C) a, co c- tZtO CD ei,c- = C=3 - CD = _9 C-1(23 m(443 4E--a, rIE .8-c,5 —s, c- c5 Cr' E c2. = ..4....„— ....=•--- " +91 cz ., .. 1=) = ,,,_.• ctS 1— CI) ....." 4,.. E' . rsin m CL. = .....tso . . •. .. .,,, tzs ''....7.1 c) 2 --- c,..D .......... =:1 ... . ., rs .f3I --i (tr...J ..,. •.:: I= ict j a.) .; 4, 03 [Lim = ...„.,,,....... ,r7„77,„:-:.---r- = =.--.. *---' ijt:i „,:,„.„,,,.,... ..-.%'...--"-..-•..-"'”- ....„,v.r.: :!..triz!-44T:,.';•-..-,-r.- . .,it,ti .,,,.:,,„:,„:--.:.-.-•-",„", :,;„,,,,1!i:::,14 ..,,,,,,,,;,,„,,....,,,,,,. it„Ittelifti,,.„...r-r,k_:,- • '.:;;;Et;-iii$0,-:,.•;.• . '",•,• •:.••, ,,,.„, 7.,,;Hr.:r ..,:•'-'•-::••••••t7‘3,,ilittiFS -:':•-•.- -,,,Y,'..••:•t,..,:: :.,:1!.',-.11it''''S.:V.. ,.;,,,ii. -.:-'..• -•rrr,..,„.e,,t,:VO4'''''••1!..1g.,415ai.7.-1(1g.', '.f4- .ir, ..-",",, ,?:4::::1:fAitii.,,z;r:::::..r:,.1111, :::!,'-r.r.':.' :rr ,_#,',..ei,ti.: ./1,..„.e-....• - .-:-.. .!;,!,--.,!.:.-., re.!..r..,.,.,rf:.!::?;.',-„ct-,.,...-:.'t1.);.?-::-,.;Ii,it: r8t.41%,0!!:...:..'-,,i,: .r...:.".!,-, mi:,..,,7i-",-,..;' '•• ..-.':J,- ..-,,,,47,:..1::,..1 ., :.::::;•,:-;.:,-;•4::',!:.::: .:E::,,r;;:-.•';',-,1.,;li,:l'L.. .:.4- bilorigriorr4i:tt.fii,,,..; titti-`..a.'....,...---:s- . :..:;..f."':,:r!-.. 1 ,.;:•.;:,2,.,q.q,.,,!:.r,,rr.i-e-,.,.,f:' --air . oavi.g1.1;1,:i. 4. ::,•,-k :....:,.._ ..::"'..:'.' .:••• _..-Hiiiil$,V.''.•:.:,ri4.;,fiit,r,,4:,:r:,':.'r..-::::::.t.r.rjili!::''ii.....,:,.:,...1pw:c!.7.,4•:.:-.,ri,.,.,:.;.,,i,:.•4!.:00. 110.,ivil,,,„--r:, :.-:4,..!..'•,„:,., .:, ,A :.r.i,y- --'''„ S',:..; :ii,-„tah.':,,,,,k.J.:r4,1';;:-•:,--,:::•;,kto„. •:IiilliF,:;',fit„.]:.01:Vii44.•Irr-rir ,,Ik.;•.-!, ,,•-••••- r42.-[•;4:ii .,i:i,-,--4-,.-.• ,. ,, i r'iti.i4P-4tr.tilr.'-:'::*'.H111':;4•1'141ri'il•-•i:r:lhitligNii--t,•-•tViiiteliig'!11:'•,,a'A';,,,,":1:41 ''--:,':.4: \r • 4:- ,...:-Jt•:.-.)....::- kr :::.;:fi':..'..„:::,:!.,!,!.-:-•.Hg.-::•-;r:J.„.-,.,:*4•::..e1.4r.:..r..,:.;;::•-•.,•:.,:i.z..:4;:::1,.i!,?4.i,„-.J1',..0:::.,'.A1. 1,7,,,:q:'4,-..1:1. :•?•44:',.4,-yel;E:::;.ii::: :::.,.....sk. . .,.i:.-,-,,,-•-•!;•7:,•,•-,--.--- ,.,:,,,1:;„..::..,:v.,...:.::.:.„......,..,..,,,.„.r:,:dt..:-. ...:...,:,:,,,,!;-:.41,:,,,,,,,,,,,,,,,„::.,...,:41,,,H.,11,,,,t.;111,„,:.,,,,,:r,,,,,,,,...117:.,:.,..,..-r.::.,.-.,...• .4... .t,„,•• .. ,, „p--,,, • - i,..,y,:::-,1',,,..:„,:A1,4;:::,:::4,N,. .,'ri.,..:.k:ii.:-..:1!!!,:.-.:.:....,.-.--..,',.,::i:,..,.:,6i,..i,,,,,„,;:,..got.-r: ::.,,,.::., .,,,:,..,.:4,,:q:,1„,.."":'7...,,;,•, kr.,-,,-;..z, . ,,,:),:ri.:„:„..-....-- ,.. ---.:--„, 1114.4,..t7!„.,..„.::',:1,[5:;-„,..i.'„;z..4i4.ii!.::.-„,4,1.•,.,..:ri,.,..r.,,,,,-::::,,. .4, 4t:. --;•• •••::::4E6i.gr::;.4-,"..:•,.,....... .• -„,r.::rylforli::::.,1.?,": ---,7'.,i.:::.r.r.!,,:,..-,:l.)-4--:...41.10.f:.'.:'':.,,-:.•,. ....,,,,,,i;..dr111:::!:„:.,ii*.:N,,,:! .,„„4,;111,0:1;). . ,....,.4-1,..„-,. . ,;•,,,,/:,,ii.l.i:.,:,. ...-:--:::..:4!0............,..c.:: rAtirl.;...,,4,4iiiiI.4cir,;iiiirii77:0-:;•7,i,..;71.0.!!"•.'..-.#4,4riz:,:.,„'..i.:''..:Lrr'...-. ,. ;-..-,!'',rolAirtt ,,;-4.',•::-E-*E-,:i,t,....,,,,.';..:J.g -:iri„.E:=,.,-,1,1„::,,g,:i,g111:1!; I.,,:.:.--.H..,,,,,,-,,,,•,.::„.:..::ht,..,....„.......•,'-':4:4:ix,:,:i,,....'-•:71%-:': ..• '--- -. plizt-11.i„,:4 ,fi.-„:=,.:!.::..,-,:,,,:#4„5"":.,E1,,iii,Aiii:iii !!1%,.-g„„AugLff.:11,5,;.-:•::,-:,.:.• „,-..--i.,.!•:7-fi--:"!,..'.4..•..,, \.--,ii: •• ."•..........• i of --..11111g1p5:01,i:!,,I.,15.,•,7arl,ili;p2-t:414;,,obli?1,,f'!tT7••• -Ailmaikw"..;4i-r:i:!ri„,. :,..4 l----..i..,:..:..::-:z:, ,.-,•-•/' --.-;--- :::.-- :,„....::!,:i 1.1.10,0:i.r ::1•-,1,-.1.#!:;14.--;,:;•:?:,•,..,;;•-•:,„!-,11.0.11,',,:.!-: vrg.;:if.,..4!!..:,..,.,:::-..„.i:! .f.i.i,• ., ,I:,. ---,„---;:-.)/ ..-- :,„,•..,.•..:•,:.::,. !i-ii,,,,-4:gre4,,i.,..,..• . ,..,!,!;:ikiikA16-,i„),•:,ii.,-102.:;',:.::::40.,F...3Qie..:•,.!.0,:::i.IF-::r:17..7:7.',:,:.:°-,-..,.: :;:,..,.,.•...i, ,4,...:::-0/4 . ,;;;;;,,., . , 14.111te':!:, :;:.:' ik ./.----ii'4. •,iii.iitSilraf:1-1?-.1--1.117t!.."',14illit-r47,.%:: ::1;:;12E:i.:i:,:,.::ilitili,lairlii.:;:i.:i5i:ifi f*,--7::',' - ..r71,/. '' •,,,,,,t,;;;',..!;.•:7„.,:::•:7 l'''' . .' '-'-'71ri:Iliii•'-.L%':. ..,,;'i.i.-:::i .-.''',-.:0',,t;t7;,rtr,:-.,••:•-,P].„,„"g:-":4.:,„,,,,,116:1,..,i j.,.,.::, ,. ,4 . . , ,,, ,,_, . .....„....:. r:,,.,lgj:r:!..[i,9:1.q.,,,i.N,,,,t1,56:i.;-fituH,jvjitij4g*f,4.,r:f!.i...,',.i,AR:,;c,.i.::""l.!Hik.tiait.-it..;z-lg„„49:;,:rr.l..-,•,,,,,,,-•:,::,;,!,.,., .,,,,-,:orp,,,:.:;.„•. . . ,,..r...,:.:::. CI.) iiiii-,,:-.16,14,,,,i,!:4,4,zit,thi.*„71tri,v :„,:.,,...;t:.3•:::4„.,.,,z,,110,;4.„0.3.40.,.,„;1,4,-„,,r,..,•72.-41.4.!,-.„'•• .,(,'1- ii-' i* hi:ii:::•4:,117,:itial!IA01:11i•-•"."`k• .1ilitrii,.-"'"":''.:;T.4 40,0111,ilirMtriii!::. ":'-:it••-,.*:',•-• -"•l• •4', 4. '' . ANt,Illit , •,. '"""ll':'Itl::1'iiii ":-741013'":'..i41. lk 1!.'''7‘.7-1!;,'''•,::.,.:-ii Wgb6i1V4111111'.7,ragtit!;:.C1'])er:':rk 11? 'A kt' '.':'-:'''' :''''• r'l '-:'10'-.. .'';' %*".•."""""%11.'3:iii°11:".""',.'1115N*.',11F.':::1...,,i;,Y':',,,: :'7V;.::'''''':tl.'13',.'W„„:Mittg r',41,14'-'40' 1'''...- .. trird:11101114;11c1'..7'': ':I'll0.!;:ifil'J:Irlielligiif:41$1:°!h*L'a:- 1 I tilltk3i.,.,1•;,,rmii,,,,,;,,.,,::_,--- Itzusi41,4::. .,.z„. ,!,..,..,,„%o..tirt,:i.;..,,,E.i.;11:,,,,i‘iriii.141.4.0„..., :......4.,,,.. ,c2 'lgat 1 , 1,1Ea . zif,3 2 -fbui - '1" 't FiRi.-11 .116 ilk t a - - 'a t §„..z .l • t'e g ,-, ; II c " 7 ' ko2 !I tg!fit ar • :,40 ci-it .t Fil -,,,-I6i-6.4 ::4, 8 t .E t 1 L m i 4,-.,!'% P' " 8 .., " cl% m rt w ...,7 • rii ',11-: .',,,• 154k ..p cn 4 )-> ','..', § ' :,--, . ,-.' - ,gc ,,svg , 'z'',7 .' wm2 .g.0 -• . EEEE ... ,,l ''',". . ..N, . zg.s.cg ,R ,...., g - 0 . gatv --Lsf- -c t sof ,, - '.,•:- 7.1 4-, xl « « g , - . t-a*gg ii .. :.-q E tu .. ..EEt-' 48- EtE ,,,. E 0-° c-; ti E ,'e 10-6 =3 ,Et mil,,, ,,----ar '...; g 2 ,- 0 '2 g ? F. g . szec'' Eg tl . m 11 -.7'4.0E31,1, r ,,,, arg OlgEMi :. g tz, g - ,, , 5 gi' . S a ' t-- 4.* wA0 ..9. E , mBlta .• g12 g 8 2 c i f, ,.0.,44, 822; 1.1, E al.,. . - Itgl. ;) ,t. , g .., ,....„-, 82z 8 .. a 1.. 2 3 >.... g"c g 1., g nr. i ,i, a,ta•F--x' .. - .„,'-... g E g 4'I-8 . 1 ,S, , ccrs :cy ,c_lt r r 1 e .-c 1 A ' ,.., tak 118itg 1,....„..or4 iii fe § • 4) lii,X,"'I I t2et 3 H c, , 0 -.- 4 •,.., ,:. , ri : - eu 'ug " ft;171ir''„,, •'..4 "*"'' ; C'j ''''-;''''' ,,,,,q1F.--„„..,i- ..,--,-.:70.-, ,;.,•;.„0-4 ,-- -.z uatL5 , igg 1-....ag la, f4' 0 p7 ,... ggz -ki, -g, t ccz-t `4',4-t ,i'llk4i.-"*.;" . '". • . p„. ,..,,,,,,,„ ,,,,-..."4:4,-cq:,-.--.•:,, '4,,,,,-,- --„„.. il.3, ..,,,lit, 4[1 . E! gii '. Ill - i I :1,4411 -g g t'z... 10,1 _f,s.! .:,«-•ii ie;-"*",'.' --:,'';'''''''''':•.:,:"- ':...,"1,.,' Q.f.",,;m544,1",i,,-, ,,, . , . lisnl 4. te- 1...... z2 'EgT. -!11 t „., i•12 5 5 . g ..e - e ? E112 vt '.,, *"-' ,,,,,,,!,i-,;,,',7::"P`'s,:' ,!I'''.It,,,t,,:,,,,,7,'.0.,,.. fiii=tfis.,:it ;...-...-,,t• :.9,..:::, E2 , . E . '. s,.ER . . . uw -.'''':-- t;.'.-,,,,,--,:40,,!'-,Z ' itf.-,;•'''1';a:..,'±%;i'' '5. 4 ,--k',1,84-3,':-. t `_ti, 4.5a.s. :411t. ,,, ,,,, - ,. .5 „1,-Eig 041..3 E t ,s s .2... , @, . • .. 41 ki.. -r,„,',„:::.7.:,:,, 4,44::,:!:!,. :,:,ntii, , ,,,,,‘,.. ,,,,,,,,,'..,f—,;,,,., ,,,t 41 g t 2 o_t 43 c . ,.E .•' 'pti.g ,. .,,:: .. ,...,,,,,,,,.-,,,,,,'„;:::i...;Tx. ..,k•-.:::„..,,-,-,i ',,,.=,-- 4.-t-t':''''!;.17,:-, „z '.1''. ' zi , g'-''' . -7 ` i '''6 ' 0 it 1 „.,,...,...7.,,,,„f.. „,.....,,,,,,,,„„,.. ...,:. 4.,_b ',.,:•-:,„ ;'-,-;,,ak?"',,,,,!„-4,',i.,-,..', .,,-' a, ' ' , r' . ,t g„,- 4,- gf. - .-li ,,, , • Wit4,jt•'t' .i**,':,;.” ', -,-frik,-,:,,,,;,- , I'''a;'',.;',,IIT'`,,..r`i,' ,,,', ' ,,,-, ''''' 3i 2 1 441 . .= ........:,,,,. ,,.... ...,,,,,,,,,,,,.,...,04..„;:..7!„..,,,,,,,,,,,,,,,z, VHe.,..1.1 ,,,,,......, 8- ,, i . . '''.. ."'"2, :".:13'..•,'.i,:'''',";:',',:::",:::1--fl',`7`,,, 1:,*;k4v,;:ii:;:, t,":1":"'...::'i: ':-:::::1' F,i 2 ? ''' .:':'2,::4;'::', "': 4k '. '';;::::! -4--- rit,-!.i:-,-:„.:,..,,,'• -:--*'--z-A."':::';;:' '''-';'97-- O ` 0 I t ops 1-s $ , t f., _ ! i 1 ! . u V � g t l v s m I m aEa filSi 12 ! a� u ''E m R V « E 2 0 a.ro a _ 2c"' H F1 1 a i c.c'pper ;ti E - g,Vtitr,7,t „ ale q e t3. t o Ili z .375 i s 1 ttli u o a i 2 .81 iL/58 m4" 02 .5 22 uaE g. 1 " t8e -5. sFeg al Ea e ` t > ac ZE cG" llri 40 ! E22 mg"2,404 , � u 8 2M v' s , t� , EcI ille it/ lili;1! 11 II; 7 v ' v '. as baa cae a: 2 0 ® ° a W re c C u fit+ m y. Pi l' .4 $ ` ufi ' � w II' t., #' S or 4=, o ,0 8 , , ' . 3 r . gy m li 11 1 . r, t 1 V) k4,..! aJ r t yrs 1 !' It 1 #r r.y z.,,,,, .0 41 4-" 1 .g .giLti i itgl u ) , ., ..1' , , ' ' ; r i .2 , 0 11 i ..,. In C Ft-q,LA -,..'t,a: X53,.. i, ?-° ,„, .'u $ a v vs, aL 2 �iF ri - . 0;13 § 6 Ate 'gg+ am ` s u a il ag23c6 I 1 gneA a _ gtili , .c 1 #44* , C z, c m- y a m : '*1/ w / d i 1a 6 o a gg++ ° g `^ we a e 4 s E E m % t i s F3 E a * " 8 4 e3 8 t 4 30...... E" 4 C,C o `Su is' a n ° °" Ell) u. � ;- i-,1 CT. .0 ?r, 144C .i *g 442 -. '''' •- al.' ,.g 1)4 0 '0 C .1g M es 4...0 "g 30 t: s Tog -cf. t ''' 6 •") ,. i u i 1 nz 0 u i ,.. 3' ' ''' v 3 fi,, g Di v g 7,-4 1 Q I In 4 8 #..) tZ R 8 Frlit' ..g ,,,t ,,,,., t al8'...* so, n g' tl.gi 1 el - z 8 - to 8 8 i i''''"0 4 t" g .,.. ' -,i atS te 0 * lg. i 11 ;14 lgtt, Q.. 4: 2ac - .8 -5, ghga 2 i f` Mit 21t2V9 .f.,Pz1v .1? . Eq" al i ' Ei' i i ,,,,,: ;;, •6„, :; i t Re 3 ' ' ! K37 Iict A t ,,f44 g . g to g t a -g '5 . r‘owgi 8 -.. 2 C -3 ‘"'` E ..., . a - • '1 Ol ' 2762i 6 5. z .qii2 (3 -1 a ; ,,,,* (414 i N4.1 i 6 ,":111 8 .,IaN %Ig .F, L 2igtigl kl- - sc . .2 to li 1, 1: , ' i ..., c ..., tt. . s Ev 'iq 6 it. .. , c99 g AC a.S . g109. g9G00.5 .9E- 1 8E .Itoa t .5.. al E Z Z !" Itejgj8 21". " 1 a • w $2isk t>i B 8 E 5 5 gwl2g M 0 0 C a ! VIII. 97:49 '2J• 91.91t toig - e . „R . . wticft.z 2 E rt,E 139 - MI .-.• 3 WI 0 F.,--3. .11 ,% Fal g egE a e I ilk A . t ;:ittgi.', g tr-tr! igts, 1 g , co ;II 8 >C.'? 42 i gag." 0 1 ,..... a ta „e "32 ili7,- I ;„•5( ,.,,. ....1 4, 8 i .. „2 ,, ,&,, g 9 ,,, 01 2 ..144i ,, '1 i .:.?"i' 1 1 ‘,, 'el ,,-1 2 ,,„, i- ... ,,, 0 ' ..-, ... . . E ' sd. , e , mu - 0, 'E a c a 8 mt •' ... 0. 11 f- rs--- f-,,, g f,LI .8..i 2 „ At - t'' R' ‹ ztaula ,„, ,m, a;r ; 4'. C • CD NO towil ,, _.,, '. .c .......ice,' s $ ark < - I�. ',1 ;� Via. ." . • i ,.„ i 1 „. 1ii F" .4„..„,....77.,,,,,r„ , ",.:,,,,,,,—.=5;,...%... . 4 `,,,,, a �§ �_ LN t x ,-,,,!--.0- - _ §8,,:ti ewn , c= 0., :„. O: % 0'''''''*t ''' .,,,„ .s PitillgirT tE s tL v7 �, CC „fls` > .� .... rt" 0 D} (Li 4J L.l 1 CO03 • v, V1 ,. Ln C7 q - W � +r+_ V ' Qi ys co i b 4 VC v n til dX , . �...� s `T 4 tp m, , ,...s , ,.z ..: r,t tD "" ,,,..-D �, Cn co CTI U, . 9 1 '*�rl„ q N7 t7 t, Ql ' Kms`^, to do -.n G.."3 1609 Executive Summary 4wit, 1' 10 IL& Mission Statement We are committed to preserving the hand craftsmanship of the turn of the century in all our trolley products without compromising quality for quantity We are committed to providing a positive working environment to ensure teamwork for success with our manufacturing process resulting in long term job security We are committed to meet the changing needs of our customers by continually seeking the best in new technology to improve our trolley products We are committed to incorporating sustainable practices in our manufacturing process and providing green energy solutions for our trolley products to actively participate in our share of protecting and restoring the environment Our Goal is to meet our customer's specifications and exceed their expectations by delivering the best quality trolley and providing continued customer service for the life of the trolley Spiritual Statement We strive to provide a manufacturing work environment that will show by example our trust and strong belief in Jesus Christ our Lord.This will hopefully lead to a personal one on one relationship with Jesus Christ our Lord for every one of our team members, customers, and other contacts. We strive to support an attitude where family takes top priority and where involvement in church and local community service activities are encouraged. Our goal is to give back and tithe 10%of our annual corporate profits to the glory of God for the work of His Kingdom and the support of His will throughout the world. ilometown Trolley \61 � ^� �� �� � �� �� � Executive ��m000��� Summary Quality Policy Hometown Trolley is committed to continually improving the quality of our products to exceed our customer expectations and provide a positive atmosphere for our employees. This will be achieved by our total assurance to: • Produce and deliver our quality trolley buses to our customers on time • Preserve the integrity of the turn of the century ambiance and maintain the historical appearance of our trolley buses • Continuing improvements of the latest transit technology and manufacturing process ° Keep our team updated with continuing education and training • Company History • Current Corporate Structure • Qualifications, Capabilities & Skills • Products, Features & Options History^� 1976 Louis Bruce Pence designed and built his first trolley bus at Lazy N, Inc. a manufacturing company he and his wife Louella Pence owned and operated. The trolley buses were designed in replica of the nostalgic streetcars of the early 1900's. Bruce created a trolley bus for modern mass transit use,with the quality of old fashioned craftsmanship, using red oak, vintage styled cast aluminum seats ends, brass railings and other ornate detailing. 9 1991 Bruce and Louella retired from the manufacturing business. At this time second-generation Pence-family owners stepped into the business leadership role and Double K, Inc.was incorporated by Kevin and Kristina Pence. 9 1996-1997 Double K, Inc. sends a rear engine trolley using a Freightliner X8 chassis in for Altoona testing. 9 1998 Kevin Pence left the company to pursue his now successful racing career. Kristina Pence-Dunow continues to own and operate Double K, Inc. 9 2000 Double K, Inc. sends the front engine model trolley using a Freightliner MBS5 in for Altoona testing. Joey Dunow joins the company and begins perfecting the electrical systems and cosmetics of the trolleys to stay competitive with the evolving transit market. Hometown Trolley � ^� K��� � �� �� � Executive Summary ^� 2002 Double K, Inc. began an extensive marketing plan targeted to bring a new image to the trolleys branding the product as "Hometown Trolleys". The two available models are 1) the front engine Villager and 2)the rear engine Moknstreet. <> 2003 Double K, Inc became certified as a WBE/DBE enterprise through Wi 001 Unified Certification Program recognized nationwide for FTA funded projects. • 2003 Double K, Inc. sends a front engine trolley with a Hybrid conversion designed by SK International to Altoona for testing. • 2005 A dealer network was strategically set in place across the country to increase sales and provide local service to established customers. `:* 2005 Hometown Trolley website was launched. f> 2007 Double K, Inc. completes ISO 9000 quality manual, required training and implementation for upcoming certification process. ^:* Dustin Pence joins Hometown Trolley as production manager making the company a 3R)generation family business. • 2009`2810 Designs and manufactures the low floor chassis for the Hometown trolleys, • 2011 Hometown Trolley develops 2 new product lines the models Streetcar and Carriage completing in the fall of 2012 for nationwide marketing through dealer network. • 2012 Hometown Trolley launches the Carriage on a nationwide tour and begins production of the second Carriage model to send to Altoona Testing in January of 2013. Hometown Trolley is nominated for Wisconsin Manufacture of the Year awards. Hometown Trolley moves into a new facility providing 28,000 square feet of production space. <> 2014 the Streetcar has completed engineering and touring, heading to Altoona Testing facility. Hometown Trolley delivers four(4) full electric low floor trolleys for Alpena Michigan. Current Corporate Structure Our firm continues to manufacture trolley buses with the same design principles, work ethics and commitment to quality established by the first generation Pence's. Operating as a third generation,certified DBE &WBE manufacturing company, Hometownno|ley is the 2w oldest trolley manufacturer operating to date. As the President and CEO, Kristina Pcucr' Dunow'and husband Joey Dunow, along with son Dustin Pence, lead Hometown Trolley's 30 highly qualified employees in all elements of trolley manufacturing including engineering, inventory control, purchasing,fabrication, painting,woodworking, electrical, finishing, anci inspections/testing. In order to accommodate our increased sales volume, Hometown Trolley has recently moved into a larger retrofitted manufacturing facility with supporting equipment. Hometown Trolley e � � �� �� � �� �� �� Executive Summary -'-Qualifications pabilities & Skills Hometown Trolley buses are"American-Made" and custom built by skilled craftsmen,to the specifications of our customers. Hometown Trolley can produce a trolley to accommodate all levels of transportation re,from small private touring companies to major city transportation needs. Hometown Trolleys combine the nostalgic past of a 1900's era streetcar with today's most advanced transit technology.We produce trolleys on a choice of chassis equipped with alternative fuel systems such as propane or CNG fuel, Hybrid Electric and Full Electric. Hometown trolleys have completed Altoona testing on all models available for transit use and Canada Transport Approved.Our design team has spent many years perfecting the Hometown Trolley line by listening to the drivers and maintenance personnel in various transit agencies across the Nation. This feedback has provided the direction for aligning our trolley line with the most advanced technology, maintenance friendly accesses and ergonomic features available in the transit industry today,while at the same time preserving the handcrafted features of the trolleys. Customer ��ti9fac�~��K� __- Hometown Trolley stands firm with staying true to the integrity of the handcrafted streetcars of the turn of the century by never compromising the quality of our trolleys known as an iconic American symbol for transportation around the world providing unmatched quality, beauty and reliability. Hometown Trolley has gained the reputation of having outstanding customer service as our repeat custnnme, base is evidence of our commitment to our customer's satisfaction. We are a family business that has an emotional connection with each trolley that leaves our factory. When you purchase a Hometown Trolley you become a member of the"Hometown Trolley Family" Trolleys Have Proven to iricv easeRidership Case studies have proven the public prefer to ride on a trolley versus a standard form of transportation. Transit Agencies that have implemented a trolley service with Hometown Trolleys have increased their ridership 30%. Gatlinburg Tennessee,a known trolley "mecca", completely replaced their transit system with Hometown Trolleys, increasing their ridership into the millions per year. Visitors as well as locals not only expect to see the trolleys operating as their standard transportation but also consider it a fun and exciting experience to ride on the trolleys! Trolley \C ` � � � �� �� � �� �� �� tium ��o����'@ry The ������xat��h� raU fnznten�ne mod� bour �r��a| tnd�vdeo�o which was intro mer34 ��rs a0o. From pdv�� �mrope��mUu fixed routes � downtown �r�a��heN|�Q�r1ssummtobhn0damoic�ykatoony|wna�|on.Th�V1U�0�r�anb�p,oduced with e|e�mntv|nt�@e features such as spire, braa� ma Ile and �eathnr8rab strap or finishedproduc with mass transit features to create a more durable trolley for the work|oad of interoity fixed nz�tex. The VIII nan accommodate capacities ranging from 2O-4O pmso�n0�rx. Th� VU|aQ�risa|noevai��W� in b�o'dieae|, sedeaby�r1d �|e�tr|� LPG and CNG o|�ernabv�fue|s. 7 11 � _� The Aia instr ee t s t,aeht mU rearengine mode| bo rnedhum duty rearengine tro|ey with the same mechaocfdendkylow mmintenoncefeatonsasthe Vl|agurThe Mainstreet ioadurab|ehandmmrkin8tans|ttypetmnUeywithcomponentsequo|toany|argemetrobus operatingondmman6inQpassengertransbroutes.TheK1a|notreettroUeycanbeequipped with boa|cstundard heatureaur |omdedw,thtransb features such aoducted HVACnystem and L1ftU{| instep ADA pmcka0esmuitab|efor|age trmnstogenc\es This classic rearengine, mtrmi8htreUtro|leybvcmati|eformanytrano|tapp1|caMons. li ;44:0,4".4.4);," C � ����i��� ������ �`�,,,��'~~"�°��:�" ����`.~ 1609 Executive Summary The Carriage low floor front engine modeloffers equipment such as GPS route tracking, flat screen DVD systems, LED destination signs, full electric propulsion, and many more optional equipment features. This light duty trolley is available in standard straight rail chassis or the unique and innovative low floor design. The Carriage can be used in any paratransit application and is available in CNG, LPG,or other alternative fuel options. ifilallialgalaill19.11116. oriosigswawv ' - i '.- - . - *'• it tel., ... 1 t , . to , ... e ,./ The Streetcar low floor rear engine model combines the nostalgic features of the turn of the century passenger cable car with the modern technology of today's transit advancements.The Streetcar Trolley is a powerhouse heavy duty trolley capable of running in any mass transit, high passenger capacity applications. The Streetcar is a full stainless steel low floor monocoque chassis design, exceeding the required 1:6 ratio for the ADA loading with the fold out ADA ramp.The Streetcar model is available in full electric i - t -. 1 i - k i tr . ---,... ...,„...,,,O...writ..k. Hometown Trolley ID \\optt \ � � � �n � �� �� � Q7xectit^ve Sk0riiN0:trY �����e� ������ �����se |sour mobile vendingmodeiPeop� arenatura|� drownto the charisma this caboose p,ovbdwu. The Trolley Treat Caboose allows the owner the �reedomtox�U�heirpnmductxvher�vertheywanttose||,hnmpedes�r}anmo||s,faic� parks and fest|vabtoth� local main street. TheTnxU*yTxuato Caboose can be cugom built with equ|pmentforfoodservines, d|sp|aycab|netsformmtai| itemm, ordcket�a|esforourt�mn:it trolleys. iI : 'ri'l'0'4.4.'*4 tk*' ' ' ' 4 ) , :, ' ' ' 4 =„4, I zeltrifffeltirli: ;oi ' — r ) ..-, - 'iik't y �� the tend �r�� wered���otheme, ���� a�a���up. des�n� aobrpo | ca|~�U� Continuing1� �oetc�hhnQw�hmcroUa� p|a�e���pto provide o�x �� next tm|�bhp�anyonWndmws oQe� stops are also a �reauthent|mcupo� vThe tro ������ a|iQdhvtei�nQisianngd, trolley bench seating. .iiii 4. + , fit, a,t4 44, .4 4- 44 .. - „4, f 4 ;a ' 144 ) ,. # :!* '' iP' ''41 or 1 ' .1 ,,,;.**7' U����*��ww� ^���l8�� ~^'`= M�8�� �hA|K|��� ~�N�' 1609 GREATAmERICAN INSURANCE COMPANIES February 16th,2017 Lee County Board of County Commissioners PO Box 398 For Meyers,FL 33902 RE: Creative Bus Sales, Inc. - REP I 70058LAC,Lee County Public Transit Trolleys To Whom it may concern: It is our pleasure to provide this certified statement of bonding capacity for Creative Bus Sales, Inc. Great American Insurance Company, licensed to do business in all 50 states, currently enjoys an AM Best rating of A+XIV with a Treasury Listing of$147,628,000. This letter is to advise you that Great American Insurance is favorably disposed to issue bid, payment & performance bonds as needed for Creative Bus Sales,Inc. This letter is provided as reference only and is not intended to guarantee issuance of any bond. As is customary, final approval of bonds is predicated on the most current financials and job information available to the underwriter at the time. Sincerely, Great American Insurance Company ( tit Christine A. Baird Attorney-in-Fact 1609 GREAT AMERICAN INSURANCE COMPANY® Administrative Office: 301 E 4TH STREET • CINCINNATI,OHIO 45202 • 513-360-5000 a FAX 513-723-2'40 The number of persons authorized by this power or nuorney is iml more than THREE No.1) 14661 POWER OF ATTORNEY KNOW ALL NIEN fly TilESE PRI SI That the GRENTAMERICAN INSUMNCECONIPANY,u cowl-Mimi oigintind and existing under and by virtue nf he laws of the State if Ohio,does herehy nominate,constitute and appoint the person or persons named helow,each individually if more limn one is mimed,its nue anti lowful attorncy-iii Mo.for it and in Us twine,place and stem)to execute on behalf of the said Compoily, is surety,any and all bowls, 'Welt-things and conlowis of suretyship,or other written obligations in the mimic thercoP,movided that the liability or the said Company on any such bond, midertnking or contract or suretyship executed under this authority shall nutt exceed Ihr hut II stated Intim. Name Address Limit of Power I HICK FAQIR' ALL OF ALL CHRISTINE A.BAIRD FOSTER CITY, UNLIMITED KRISTIF PAOLOZZI CALIFORNIA This Power of Attorney revokes all previous powers issued on behalf of Ihe otturney(s)-in-fact limed idiom I IN WITNESS WI IEREOF the UREATAMERICAN INSURANCE COMPANY hos cruised these presents In he signed and attested by its appropriate officers and its collimate seal hereunto nOixed this 2ND day of MARCH , 2010 Attest oKFAT AMERICAN INSURANCE COMPANY c. 3 ,,-,•...:-I':- , (6,,,,,e Ai... 44.... .............. .,...0thmi Nocrokuy tilaitiumi&Wm'[Icy hemikur , li STATE OF OHIO,COUNTY OF HAMILTON-ss: DAVID C,KITCHIN P377-3174405) i Ott this 2ND day of MARCH , 2016 before inc personally appeared DAVID C. KITCHIN,to me known,being duly swam,deposes and says that he resides in Cincinnati,Ohio,that he Is n DivIsiontil Senior Vice President of the Bond Division of Cant Americon Insurance Company,the Company described In and 4th Is executed the shove instniment;that he kno‘ss Ilic scot of the said Company;that the seal nllixed to the said instrument is such corporate sent;that it was so(Mixed by authority of his office under the By-Laws of said Company,and That he signed his name thereto by like oulliority. ,•,:.‘ 2,1 Num A,Vol t,-,- Num Pilik Nide* i .. ,...... .., . .::: At .,,rnslittopkos014114110 This Power of-Attorney Is'Jointed by authority of the Ibllowing resolutions adopted by the Board of Directors oh'Great American!matinee Comptmy by unnitimons%%tit i en consent dated June 9,2008. I RESOLVED; Thal(lie Divisional President,the several Divisional Senior rice Pivsklents,Divisional lice Presidents and Divisonal Assistant lire Pivsidems,or am,ane of them,be am!hereby Is andiorized,from lime in time,In appoint one or more elfiarneys-in•Eact In execute on behall'of the Compaint ax sonvtv,any wit/all bonds,undertakings and contracts of siowowitip,or other written obligations in iia'none therent to prescribe their respective dudes and the respective limits of their authority;and to revoke any such appointment al nity rime, RESOLVED FOR'INER: ?hat the Company Xeal and the signatm0 th e of mo, e afinvsaid alfivers and any Seetway iiit ,ASSki(1111 Seereini oyf Ilw (.0mPottv nun'he(trwil hy facsimile in nip ninthaney 110'0/< t no certificate al either given for the execution(?/any hand, undertaking,cataract 0/sroviychip, I ni'other written ob!gallon in the Ilflillre iht'll'q,inch sigma tire tutu Stal when so used being here/y(0)0W by the Company as the original signattne(Ouch officer and the original seal of the Company,in he valid and hiouliag wan lift'Company with the same fairy and 4:Elect as though manually afiised, CERTIFICATION 1 I I,STEPHEN C,13ERATIA,Assistant Secretary ofOrrat American Insurance Company,do hereby certify dint the foregoing Plover of Morin and E Illt Resolutions of the Board of Directors ofJunc 9,2008 hove not been revoked and are now In full force and effect. I . Signed and scaled this 1 ( 1 ), t C day of 1 ,- - 1", I i I )1)1 11 !if ktyi 4c. e -0 , .., „,„,,,„„.,..„„,i. 6 s I029AF(06/1b) 1609 ie awe e„- .- , - iiz, ..„,/-,,-.--- .1...i A i - . .. „.,:::, ,,,, Hampton R oads T r a 6n sit 1.k 1 •_t,„l'„ ....' 4-. •..-.,-•-:-•-;_-i-r-4t-.-..eit •,r, -i- I:t.1 -- ,••..•,',-An:•,-".1'.'••.•-'-•.'--. „t•i1.1':--,.:.i•'.t,,,i1,', I. .„,',,',4,,,.,.'I,'e'.'.',,!...”_„-,„4,„,.,,'„4 11„..:,„',--.,-.4—,-p•.,---,',i'--r_'.-#1i,',:,.k:;.-_' Mike Perez 7572 260°° ext69i 509 E- 18thstreet, Bldg. 4 4L- Norfolk, VA 23504 , • 14) Buses Manufactured (2015 LowFloor, Rear-Engine Streetcar pictured) City of Gatlinburg BuddyParton r \ „•:-•.;.--••i.i--4--' ,0•.-,...,,4,i1i.,,-. 865-436- r, • irIl, .., , 9 2 97 Gatlinburg, N1230 Parkway E .' 20) Buses Manufactured ! (2016 ow-Floor' Front-Engine , 1 t• -ii,• •al Carriage pictured) Coral Gables John KowaIchik - •, .• ,,,.,i1,'-•,.;.•...,,,;',,:,f.1,..,','41'1.i,,t..,7,t,, ,,Ai'•i,,•7,,-..,,,.i,,.4„--,.-,-t,,,-l.,,m,.,,i.°1,,,. r,• ;•::,.-i'''ai't7I 305-4655330 2801Saizedo St. 2nd Floor 2) Buses Manufactured I , i —,.'.,„a'-.''....,i..',_''„'''.''-';1'1'•i,-.1 il,-).-i_-,l/,''t,, 1fi.,, I ,1 Coral Gables, FL 33134 (2015 Low-Floor, Rear-Engine ,,'-„,itf•.., IStreetcar pictured) Hometown Trolley Performance References Page 1 ' '. clif, 1609 ... „ . , _, _., 1 i 1, Eureka Springs aims Ken smith 479-253-9572 t W Van Buren I 13,"7 • Eureka Springs, AR 72632 5) Buses ManufacturedFront-Eng in e (2015 Low-Floor,, ; '.„, pictured) I , . I I V lilt ,..iw 'la 4 Carnage ,.. . g 0 °*' -,i,,i1 11 ' 10. = '- .r.- 'I I, -41 1 Greater Roanoke john .rh Thompson Transitpson1A28utnority 520-482-0305 ext ..,_- .1.1 n, , , .. , 1 i 1 1 •___.- — n Box 13247 II • Mai 1 I ID_ . 24013 i Roankoke, VA , 4) Buses Manufactured , - (2009 Rear-Engine, ed) ,.,-:1/4,,,,;*;;;;;,'• - Mainstreet pictured) City of Miami r Maria Carballeira 305-416-1902 444 SWn ..,,, „... , ...,.....---.7•-• ,7 2 d Ave, 6th FL Miami, FL33130 0 — 1 10) Buses es Manufactured I” Villager pictured)Front-Engine it City of Durango sow* ; Tom Kramer A , 970-375-490`' P _ ,,,,g,.. e 141h, Street ; ; a ‘. .........-.... fr 105 Sawyer„, 81301 , , 1 -- 4 ..,._.,__ --,-.. Durango, C081301 d Manufacture Page 61 8) Buses (2015 Front-Engined) References Performance Villager picture Trolley Hometown 1609 Ver.111074016 Form hi—Proposal Flinn Proposal Fonts: Page I of 3 t LEE COUNTY Lee County Procurement Management PROPOSAL FORM SOUTHWEST FLORIDA Company Name: Solicitation#: RFP170058LAC Solicitation Name: Lee County Public Transit Trolleys Haying carefully examined the"Terms and Conditions",and the"Detailed Specifications",all of which are contained herein, propose to furnish the following which meet these specifications. PROJECT TERM rho successful Proposer shall be responsible for furnishing and delivering to the Lee County requesting Department(s)the commodity or services on an "as needed basis" for a two-year (2) period. There may be an option to extend this contract as specified in the Scope of Work or specifications upon the approval of both the County and the successful Proposer at the time of extension or renewal for three(3),additional one (1)year periods. Proposer must provide in addition to this proposal form,with project submittal,a technical proposal as described in Tab 6: Technical Proposal of Submittal Requirements&Evaluation Criteria. Failure to provide a detailed technical proposal may deem Proposer as Non-Responsive and ineligible for award, Base Bid Pricing is the only pricing to be utilized for evaluation purposes,however pricing provided for alternate items as listed with the Proposal Form shall be considered contracted pricing and shall remain available for purchase by the County or assigned entity for the duration of the contract,inclusive of any renewals. Bidders must provide pricing for Base Bid item(s),however bidders are not required to provide pricing fur all Alternate item(s)listed Lee County Public Transit Trolleys ITEM# DESCRIPTION UNIT QUANTITY UNIT COST AMOUNT LEE COUNTY PUBLIC IRANSIT TROLLEYS RASE 1) Manufacture and deliver Gasoline Powered Engine Small Low Floor Trolley Transit Vehicle following all details and EA 1 specifications as contained in RFP170058LAC, Lee County Public Transit Trolleys. l' %(•el") sir).cZiS," "t3.1.01) BASE BID SPECS 'Provide spec*requested below.* Length: Must be between 20 and 25 feet in length s„ Width: Must be a minimum 95 inches and a maximum 99 inches 810 SUMMARY BASE BID TOTAL: a p • 3St •00 **Quantmes arc not guaranteed. Final payment will he based on actual quantities BASE BIDa IL TOTAL:+v)o6N9- 4t 4-1...0 4_ t a ti ai‘t 1-5 (Use Words to Write Total) 1111 RFP170058LAC, Lee County Public Transit Trolleys 1609 ve,11,07,20,6 Praparal Vona. Page 2 of 3 17.,:kA'A1 ' ITEM# DESCRIPTION UNIT QUANTITY UNIT COST AMOUNT Diesel Power Engine: Manufacture and deliver Diesel Power Engine Small Low Floor Trolley Transit Vehicle following all details and specifications as contained in RFP170058LAC, Lee County Public 1EA Transit Trolleys. Length, Must be between 20 and 25 feet in length Width: Must be a minimum 95 inches in width and a maximum 99 inches Propane Fuel System: Manufacture and deliver Propane Fuel System Small Low Floor Trolley Transit Vehicle following all details and specifications as contained in 2 RFP170058LAC, Lee County Public EA 1\) Transit Trolleys. Length: Must be between 20 and 25 feet in length Width; Must be a minimum 95 inches in width sad a maximum 99 inches Electric Drive: Manufacture and deliver Electric Drive Small Low Floor Trolley Transit Vehicle following all details and specifications as contained in 3 RFP170058LAC, Lee County Public EA Transit Trolleys. Length. Must he between 20 and 25 feel in length t Width. Must be a minimum 95 inches in width and a maximum 99 inches Fare Box Switch: Switch accessible to the driver from the seat that willoperate EAciL overhead light to illuminate the fare box area. Fast Idle: Engine fast idle control shall be provided to permit the driver to increase engine idle RPM to a preset RPM when the transmission is in PARK or NEUTRAL 5 position and the parking brake is set on for EAall diesel model trolleys. Idle speed should automatically return to normal when the parking brake is released or transmission is put in gear. Rust Proofing: Rust proofing shall be applied to the entire underbody, including 6 wheel housing. Undercoating shall be EA Kendall Seal N' Sound or approved alternate. 11111 RFP170058LAC, Lee County Public Transit Trolleys 1609 V&11107/2016 Propond Form: Page J 4'3 Tires and Wheels: Alcoa brushed or LA 4 1\") Dura-Brite aluminum wheels. Wheel Chair Securement System: Q'Pod 8 EA VO rti. wheelchair restraint system. Electronic ITS: Clever Device INV4 AVL- w/Voice Annunciation, Wireless LAN, Ride check plus with connectivity to EA the fare box, destination sign, inside passenger information sign, ride check plus and the internal/external speakers. 310qa.00 141111„00 END OF SECTION RFPI70058LAC,Lee County Public Transit Trolleys 4.0 1609 1Creative Bus Sales CAGMLFG-Carriage 178-GM 4500 6.0L GASOLINE LOW FLOOR DRIVER AREA *DRIVER'S FAN *LEXAN TINTED SUN VISOR *DRIVER DEFROST W/HEAT *AM/FM/CD PLAYER 4 SPEAKERS *ADJUSTABLE DRIVER SEAT W/SEAT BELT *6"X 24"RECTANGULAR REAR VIEW MIRROR *DRIVER FRIENDLY LIGHTED CONTROL PANELS/SWITCHES *DRIVER STORAGE BOX *OAK PULL HANDLE FOR GONG BELL INTERIOR *YELLOW STEP NOSING *TRANSIT FLOORING *PAINTED ALUMINUM 12"UP WALL FROM FLOOR LINE *5/8"MARINE PLYWOOD FLOOR *STANCHION,ENTRY DOOR *INTERIOR DOME LIGHTS *VINTAGE SEATING WITH OAK SLATS *BRASS OR STAINLESS STEEL HAND RAILINGS *52 btu's FRONT DEFROSTER/AC FOR DRIVER'S AREA *WALLS AND ROOF FINISHED IN RED OAK PANELS *SOLID RED OAK TRIM INTERIOR *ROOF AND SIDE WALL 1 1/2"DOW INSULATION *All LED LIGHTING INTERIOR AND EXTERIOR *FUEL SENDER ACCESS PLATE EXTERIOR *TOTALLY ENCLOSED OR 1/2 OPEN W/VINYL ROLL UP CURTAINS BLACK STEEL NONSTEP REAR BUMPER *BLACK STEEL FRONT BUMPER *STEEL WELDED AND PRIMED FRAMING *34" ELECTRIC PUSHOUT ENTRANCE DOOR *14 GUAGE STAINLESS STEEL WHEEL WELLS/STEP WELL *PERIMETER RAIN GUTTER *1800'S ONE PIECE LANTERN STYLE ALUMINUM ROOF Creative Bus Sales 800.326.2877 I CreativeBusSales.com 8600 Atlantic Blvd.,Jacksonville.Fl.32211 1609 a 1 Creative Bus Sales *GALVANEALED BODY PANELS EXTERIOR PANELS PRIMED/PAINTED *RUB RAILS ENTIRE LOWER SKIRT LINE *ALUMINUM WHEEL COVERS *FRONT AND REAR MUD FLAPS *VINYS SASH VINTAGE ARCH TOP WINDOWS *3 WINDSHIELD ANGLES FRONT AND BACK *3 WINDSHIELD WIPER SYSTEM *TOW HOOKS FRONT AND REAR *2 TONE PPG PAINT SCHEME(METALIC COLORS OPTIONAL) *STANDARD PIN STRIPE PACKAGE *RUSTPROOF UNDERCOATING LINER *CALIFORNIA STYLE MIRRORS *EXTERIOR STAINLESS STEEL SEALED FUSE PANEL *STAINLESS STEEL BATTER TRAY *DUAL STEPWELL LIGHT 4 *3 ACCESS DOORS IN FRONT ENGINE AREA *FUNCTIONING GONG BELL WITH OAK HANDLE CHASSIS GM 4500 178"Wheel Base GM 6.0L VORTEC V8 FLEX FUEL MYD 6 SPEED AUTOMATIC TRANSMISSION 12V 255 AMP ALTERNATOR FRONT SUSPENSION#4600 FRONT SUSPENSION INDEPENDENT TIRES LT 225/75R16 16 X 6.5 GM ABS SYSTEM DISC FRONT/DRUM REAR ry FULL FLOATING MULTI LEAD SUSPENSION 9600#REAR CAGMLFG-Carriage 178-GM 4500 6.OL GASOLINE LOW FLOOR CHASSIS OPTIONS CH0481-WHEEL ALIGNMENT CH0220-SPARE TIRE/WHEEL 16.5"SHIP LOOSE Electrical Options: EL0180-KEI ALTERNATOR 255 AMP ALTERNATOR AUDIO VIDEO OPTIONS: AV0160-REI FLEX NECK GOOSENECK MIC AV0120- PAGE SYSTEM REI W/4 SPEAKERS AV0350-ANGEL TRAX 8 CAMERA SYSTEM WITH DVR Creative Bus Sales 1800.326.2877 I CreativeBusSales.cam 8600 Atlantic Blvd.Jacksonville. Fl.32211 1609 Air db. Q Creative Bus Sales AV0020-LUMINATOR INFOTRANSIT,21"LCD FLAT ADVERTISING SCREEN Flooring Options: Standard-FLOORING,ALTRO TRANSIT to meet specification HVAC OPTIONS: HC0020-95,000 BTU MAX ACC with OBD HC0120-HEAT CIRCULATION PUMP HC0160-PASSENGER AREA HEATER 45,000 BTU Exterior Options: EX0040-FRONT BUMPER COW CATCHER WOVEN WIRE- BLACK EX0250-RAMCO HEATED REMOTE MIRRORS EX0225 -BYK-RAK 2 POSITION BIKE RACK STAINLESS STEEL Paratransit Options: ADA040-LIFT,PACKAGE BRAUN RA 300 RAMP ADA260-3 POSITION FLIP SEAT PERIMETER FOLD UP WITH WOOD SLATS ADA200-Q'STRAINT SLIDE-N-CLICK ADA221 -DUAL CHIME SIGNAL,PASSENGER STOP REQUEST BULKHEAD MOUNTED 0, Safety Options: SA0200-DECELLERATION LIGHTING IN REAR SA0070-2"YELLOW REFLECTIVE TAPE ON REAR BUMPER SA0075 -YIELD TO BUS SIGNS SA0072-SWAT SWITCH-RELEASE DOORS,INTERLOCK AND LIGHTS ON SA0110-FOGMAKER FIRE SUPPRESION SYSTEM Interior Options: IN0180-SPIRAL BRASS UPGRADE IN0240-LEATHER GRAP STRAPS Graphics Options: Standard-2 Tone PPG Paint and HT Stripe Package GRO90-24"ROOF NUMBERS SIGN Options: FCD120-TWINVISION SILVER SERIES LED DESTINATION SIGN W/SOFTWARE AND CONTROL (SYSTEM INCLUDED FRONT LED SIGN,PROGRAMING CONTROLLER PAD,SOFTWARE) FCD140-TWINVISION SILVER SERIES LED SIDE DESTINATION SIGN Passenger Seating Options: SE0020-TRAM STYLE SEATS WITH OAK SLATS SE0100-VINYL SEAT CUSHIONS BOTTOMS ONLY Driver Seating Options: DRS080-USSC 9100 AIR SUSPENSION SEAT-BLACK VINYL Creative Bus Sales 1800.326.2877 I CreativeBusSales.com 8600 Atlantic Blvd. Jacksonville. Fl,32211 16 09 Q If Creative Bus Sales WARRANTY GM Chassis 36 Months or 36,000 Miles Bumper to Bumper Chassis 60 Month or 60,000 Miles Power Train WARRANTY HOMETOWN TROLLEY BODY STRUCTURE fE 36 Month or 36,000 Miles OPTION WARRANTY A&M Entrance Door 12 Month Unlimited Miles BRAUN ADA RANP 24 Month Unlimited Miles ACC Air Conditioning 24 Month Unlimited Miles PRO Air Defrost and Heating 12 Month Unlimited Miles Luminator LED Signs 12 Month Unlimited Miles l x3 A Creative Bus Sales 800.326.2877 I CreativeBusSales.com c: 8600 Atlantic Blvd. Jacksonville. Fl. 32211 1609 REQUIRED FORMS CREATIVE BUS SALES t � Ftt aa. } I k3 p'. } 6 yL 1609 S'e+1lArdolM ,�,.,,, t — Solicitation ReSputrar NMI! LEE COUNTY PROCUREMENT MANAGEMENT LEE COUNTY SOLICITATION RESPONSE FORM vO l 1.11 W)iAT FLC)IC 11) A Date Submitted: Deadline Date: 3/1!2017 SOLICITATION IDl NnI71CATION: RFPI70058LAC SOLICITATION NAME: Lee Count Public Transit Troll s ComPANYNAML: Creative Bus Sales, Inc. NAME&TITLE:(TYPED ORPttnrrtn)) BUSINESS ADDRESS:(PHYSICAL) 8600 Atlantic Blvd„ Jacksonville, FL 32211 CORPORATE OR MAILING ADDRESS: 11 SAME AS PHYSICAL 14740 Ramona Ave., Chino, CA 91710 ha)DR}.SSMUST MAICI I SIINRI7.A�y E-MAIL ADDRESS: cornplianc ,creativebuseales.com PIIONENUMHEIt; 909-465-5528 FAXNUMBER: 909-465-5529 NOTE REQUIREMENT: IT IS THE SOLE RESPONSIBILITY OF THE VENDOR TO CHECK LEE COUNTY PROCUREMENT MANAGEMENT WEB SITE FOR ANY ADDENDA ISSUED FOR 1 HIS PROJECT.THE COUNTY WILL POST ADDENDA TO THIS WEB PAGE,BUT WILL p4OT NOTIFY. in submitting this proposal,Proposer makes all representations required by the Instructions to Proposer and further warrants and represents that: Proposer has examined copies of all the solicitation documents and the following addenda: No. I Dated: . {•Cl No. Dated: No. Dated: No. .1 Dated: a-11c.{-1 No. Dated: No. Dated Tax Payer Identification Number: 33-0388707 (I) Employer Identlffeadon Number -Or- (2) Social Security Number •1 Lee County collects your social security number for tax reporting purposes only Please submit a copy of your registration front the website wmv.sllnbiz.ar,,Lg establishing the Proposer/firm as authorized (including authorized representatives)to conduct business in the State of Florida,as provided by the Florida Department of Slate, Division of Corporations. I Collusion Statement: Lee County,Fort Myers,Florida The undersigned,as Proposer,hereby declares that no person or other persons,other than the undersigned,are interested in this solicitation as Principal,and that this solicitation is submitted without collusion with others;and that we have carefully read and examined the specifications or scope of work,and with full knowledge of all conditions under which the services herein is contemplated must be furnished, hereby propose and agree to furnish this service according to the requirements set out in the solicitation documents, specifications or scope of work for said service tar the prices as listed on the county provided price sheet or(CCNA) agree to negotiate prices in good faith if a contract is awarded. 2 S to/rI; dComxa es ;� ip lore: Section 287,135,Florida Statutes,prohibits agencies from contracting with companies,for goods or services over $1,000,000,that are on either the Scrutinized Companies with Activities in Sudan List,the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List,the Scrutinized Companies that Boycott Israel List or engaged in a Boycott of Israel(Beginning October I,2016),or been engaged in business operations in Cuba or Syria, Lists are created pursuant to section 215.473,Florida Statutes. As the person authorized to sign on behalf of Respondent,I hereby certify that the company identified above not listed on either the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List. I understand that pursuant to section 287.135,i,1orida Statutes,the submission of a false certification may subject company to civil penalties,attorney's foes,and/or cows. miRFP I7005RLAC,Lee County Public Transit Trolleys 1609 V,.uI1I3l forints) Soliatation I arm.Page 3 Pusiness Relationship Disclosure Requirement: Sections 112.313(3) and 112.313(7), Florida Statutes, prohibit certain business relationships on the part of public officers and employees,their spouses,and their children. See Part Chapter 112, Florida Statutes and/or the brochure entitled "A Ouide to the Sunshine Amendment and Code of Ethics for Public Officers, Candidates and Employees" for more details on these prohibitions. However, Section 112.313(12), Florida Statutes (1983), provides certain limited exemptions to the above-referenced prohibitions, including one where the business is awarded under a system of sealed,competitive bidding; the public official has exerted no influence on bid negotiations or specifications;and where disclosure Is made,prior to or at the time of the submission of the hid,of the official's or his spouse's or child's interest and the nature of the intended business. The Commission on Ethics has promulgated this form for such disclosure, if and when applicable to a public officer or employee. If this aisclosure Is applicable request form "INTEREST 1N COMPETITIVE BID FOR PUBLIC BUSINESS" (Required by 112,313(12)(b),Florida Statute(1983))lu be completed and returned with solicitation response. Ills the proposer's responsibWty to disclose this relationship, failure to do so could result In being declared non- responsive. Illuslness Relationship Applicable(request form) —1Rnsittesc Relationship NOT A,pplieuble 4 Disadvantaged Business Enterprise(DBE)proposer?If yes,please attach a current certificate. Yes No X . 9 le /"'i r5 / off tr ' i9 h•O WITNESSED AND SFALED tit APPLICARLEL 1 Creative Bus Sdleo, Inc. Comps.y Nam,(Mn.pragml earip,p4) c•-er Authorized Items five Plume(Pouf&or 1.,A14) (AM,( bcd •rploothl.) A kit AO!lug lie elves Title .nmod inlert •...kVA by. 1,11.11 111%1 0111,,,, halltirullik Authorised leoprosoolatly I Signallift? Wiliirisigw—ro WWI Any blank spaces on thc form(s),qualifying notes or exceptions,counter offers,lack of required submittals.or signatures,on County's Form may result in the submission being declared non-responsive by the County, RFP I 70058LAC,Lee County Public Transit Trolleys 1609 Detail by Entity Name Page 1 of 2 oand.ommintut othioN OrvistotiOFGoolPopm-ioNs 2144 - .corg t * iia et Owl(VA41.1 InI Detail by Entity Name Foreign Profit Corporation CREATIVE BUS SALES, INC F lin. luf.r rat' Document Number F10000003245 FEI/EIN Number 33-0388707 Date Filed 07/19/2010 State CA Status ACTIVE P Iflcinal Addre 14740 RAMONA AVE CHINO,CA 91710 Changed: 04/07/2016 Meiling Address 14740 RAMONA AVE CHINO, CA 91710 Changed:04/07/2016 Registered Agent Name&Address CORPORATION SERVICE COMPANY 1201 HAYS STREET TALLAHASSEE,FL 32301 Name Changed: 12/05/2013 Address Changed 12/05/2013 tlicer/DiriNtor Peti Name&Address Title Secretary MATIJEVICH,VICTORIA E 14740 RAMONA AVE CHINO,CA 91710 Title Treasurer MCCREA, TERYL W 0 hap://seareh,su nbiz*org/Inquiry/Corpora ti an Seareh/Seareh Resul tDetail? nq uityty pe=Entity... 2/16/2017 p16D9 Detail by Entity Name Page 2 of 2 14740 RAMONA AVE, CHINO,CA 91710 Title President, Director MATIJEVICH,ANTHONY,JR 14740 RAMONA AVE CHINO,CA 91710 Annual Reports Report Year Filed Date 2014 04/27/2014 2015 04/17/2015 2016 04/07/2016 Document imanes 0 15-AA °EINIRT Vitro image in PDF teepee 1 ¶4l:174015 JEW-1 Vaaw Imago at PDF 1(1;11161 Mint2,1114 .00,ARDA LEQaI VfeW Mage a Paf kirrflak 1392.,6011.1 Cho, vww image in POF format 0.015,119-14,,, ANNWM.B.EPQRT Vf*Af1 rn1flcJ PD1 Or04.1 u p P r alomçea C)f. furnmi 'la* al 1 AN A R6PoR1 \Dow amigo is PDF format # UN,REPORT Vitra atiatta PDF flat-oat 119 1L ernetge er1L View .ii1,194, I D format maa.OV0410.10i+4'&WV,NvillOtt w CA,10,10tort http://seare sunbi z.org/Inquiry/CorporationSeareh/SearchResultDetail?inquirytype—Eritity— 2/16/2017 1609 Vtr 11W/2016 Form 1 t -Proposal Form Proposal Form; Page!of 3 LEE COUNTY Lee County Procurement Management PROPOSAL FORM souTtiwEs r FLORIDA Company Name: Solicitation#: RPM 70058LAC Solicitation Name: Lee County Public Transit Trolleys Having carefully examined the"Terms and Conditions",and the"Detailed Specifications",all of which arc contained herein, propose to furnish the following which meet these specifications. PROJEC'T TERM The successful Proposer shall be responsible for furnishing and delivering to the Lee County requesting Department(s)the commodity or services on an "us needed basis" for a two-year (2) period. There may be an option to extend this contract as specified in the Scope of Work or specifications upon the approval of both the County and the successful Proposer at the time of extension or renewal for three(3), additional one (1)year periods, Proposer must provide in addition to this proposal form,with project submittal,a technical proposal as described in Tab 6: Technical Proposal of Submittal Requirements&Evaluation Criteria. Failure to provide a detailed technical proposal may deem Proposer as Non-Responsive and ineligible for award. Base Bid Pricing is the only pricing to be utilized for evaluation purposes,however pricing provided for alternate items as listed with the Proposal Form shall be considered contracted pricing and shall remain available for purchase by the County or assigned entity for the duration of the contract,inclusive of any renewals. 13idders must .mvide rricin:for Base Bid item s,however bidders are not reluired to rovide ricin for all Alternate item(s)listed. Lee County Public Transit Trolleys ITEM# DESCRIPTION UNIT QUANTITY UNIT COST AMOUNT 1 LEE COUNT) PUBLIC TRANSIT TROLLEYS' BASE BID Manufacture and deliver Gasoline Powered Engine Small Low Floor Trolley Transit Vehicle following all details and 1 EA specifications as contained in KFPI70058LAC, Lee County Public '1'ransit Trolleys O ,W BASE BID SPECS *Provide specs requested below.* )(•,t .— I p3.s . 6 4i ih,A,z1, Length: Must be between 20 and 25 feet in length C\ 1, Af,p. Width: Must be a minimum 95 inches and a maximum 99 inches 81D StItMA RI 7 BASE BID TOTAL: ,/ os sst .00 ...Quantities are not guaranteed Fatal payment will be based on actual quantities BASE BID TOTAL: +00L04-itianA t‘,1-Q, koo,s..), fL & LrJJ J. °At ttoLrj -> 1 I (Use Words to Write total) I I RFP170058LAC, Lee County Public Transit Trolleys 1609 Ver 11/07/2016 Proposal Form: Page 2 of 3 Tom: TE/TEA'S ITEM# DESCRIPTION ItNIT QUANTITY UNIT COST AMOUNT Diesel Power Engine: Manufacture arid deliver Diesel Power Engine Small Low Floor Trolley Transit Vehicle following all details and specifications as contained in REP 1 70058LAC, Lee County Public EA 1 Transit Trolleys. Length. Must be between 20 and 25 feet in length _ Width,. Must he a minimum 95 inches in width and a maximum 99 inches Propane Fuel System: Manufacture and deliver Propane Fuel System Small Low Floor Trolley Transit Vehicle following all details and specifications as contained in RFP170058LAC, Lee County Public 2 EA Transit Trolleys. Length Must be between 20 and 25 feet in length WidthMust be a minimum 95 inches in width and a maximum 99 mulles Electric Drive: Manufacture and deliver Electric Drive Small Low Floor Trolley Transit Vehicle following all details and specifications as contained in 3 RFP170058LAC, Lee County Public EA 1 Transit Trolleys. Length: Must be between 20 and 25 feet in length Width Must be a minimum 95 inches in width and a maximum 99 inches Fare Box Switch: Switch accessible to the driver from the seat that will operate ez_ EA 1 overhead light to illuminate the fare box area. Fast Idle: Engine fast idle control shall be provided to permit the driver to increase engine idle RPM to a preset RPM when the transmission is in PARK or NEUTRAL 5 position and the parking brake is set on for EA all diesel model trolleys. Idle speed should automatically return to normal when the parking brake is released or transmission is put in gear. Rust Proofing: Rust proofing shall be applied to the entire underbody, including 6 wheel housing. Undercoating shall be EA Kendall Kendall Seal N' Sound or approved alternate. 1111 RFP170058LAC, Lee County Public Transit Trolleys 1609 Vf mom Proposal Form: Page 3 gr3 Tires and Wheels: Alcoa brushed or 7 P Dura-Brite aluminum wheels. EA 4 Wheel Chair Securement System: OsPod 8 EA 1 1\‘s wheelchair restraint system. Electronic ITS: Clever Device INV4 AVE- w/Voice Annunciation, Wireless LAN, Ride check plus with connectivity to 9 EA the fare box, destination sign, inside passenger information sign, ride check plus and the internal/external speakers. i3L,412 00 kato042_ END OF SECTION I " '45, RFP170058LAC, Lee County Public Transit Trolleys 1609 Vat 1141/1465 Pima 2- 1fliSid,Ceelifieathm 0./Thttnigreihm Laws LEE COUNTY AFPITIAVIT CERTIFICATION IMMIGRATION LAWS sOuTtIwcsi FLORIDA SOLICITATION NO.:RFP170058LAC SOLICITATION NAME: Lee County Public Transit Trollcya LEE COUNTY WILL NOT INTENTIONALLY AWARD COUNTY CONTRACTS TO ANY CONTRACTOR WHO KNOWINGLY EMPLOYS UNAUTHORIZED ALIEN WORKERS,CONSTITUTING A VIOLATION OF THE EMPLOYMENT PROVISIONS CONTAINED IN 8 U.S.C.SECTION 1324 a(e){SECTION 274A(e)OF THE IMMIGRATION AND NATIONALITY ACT("INA"). LEE COUNTY MAY CONSIDER THE EMPLOYMENT BY ANY CONTRACTOR OF UNAUTHORIZED ALIENS A VIOLATION OF SECTION 274A(e)OF THE INA, SUCH VIOLATION BY THE RECIPIENT OF TIIE EMPLOYMENT PROVISIONS CONTAINED IN SECTION 274A(e) OF THE INA SHALL BE GROUNDS FOR UNILATERAL CANCELLATION OF THE CONTRACT BY LEE COUNTY. PROPOSER ATTESTS THAT THEY ARE FULLY COMPLIANT WITH ALL APPLICABLE IMMIGRATION LAWS(SPECIFICALLY TO THE 1986 IMMIGRATION ACT AND SUBSEQUENT AMENDMENTS). youty..Name,Creative Bus Sal es Inc '2- Ill 1 I 7 Signature Title Date STATE OF Cdi ritg.‘Alk„..1 COUNTY OF rI Af-ell el 0 The fe.goin instrument was aimed and acknowledged before me this,11412clay of F.X.A.--) tAavve- 20 i byiivA kAciA,z who has produced (Print orTypefir )et (.50 (Type of Identification and • ber) 41.1" .v..Nteko 101 CRISTINA BARSOSA t Notary Public Signature commission #2143922 Notary Public-California •• San Bernardino County ?! Printed Name of Notary Public It Comm.Eaves Feb 25,2020 OirWilfo.C1Ce1 2ILLm2.2 64), Notary Commission Number/Expiration The signee of this Affidavit guarantee,as evidenced by the sworn affidavit required herein,the truth and accuracy of this affidavit to interrogatories hereinafter made. LEE MONTT RESERVES THE RIGHT TO REOVEST YUPPORTING DOCUMENT/1 ION,eiS EVIDENCE OF SERVICtS PROVIDED.A r Amy TIVE. RFP170058LAC,Lee County Public Transit Trolleys . 1609 w,,1113741116 I ;lehltIVIlet.St1/NT Lee Colony Procurement Management LEE COUNTY RE'FERENCE SURVEY R.FP110058LAC,LEE COUNTY PUBLIC TRANSIT TROLLEYS 4,00iliwnsr if L 11 ft I r3 A tr(IPPI 'tefen PM Seet 1011 I '''' '49t"*" " 'awl" "' ille*0 I I'tili(i IIIIIIIIIVI VII itit tin(Ii' i FROM: • „„..„10, ,ta, tleA 43X441, Bidder/Proposer: CI c a4tilj(. 16u s s...4c. -1.-Ki.4.4 4 COMPANYIP : 'Nk,..._ ' *16 1 i..,„&,—.4., Due Date: p-V>. 1'1 11 PHONE Zi V I ,-7 - r7 Total It Pages: I , 4,4k . 1 FAX ti: `",. Phone It: ct r,y4-- t4 L.to tyeal Fax tit 90 ...agi sosoi ...„,„, EMAIL: r2:. , 1, 40t4gA '4 4,- * ' 4 .., ,V144,16.11Proposer E-Mail:r otters k.c,it e.1,N 01,(,,,46 (Jo, qion Z ,„ ,, ,,,g,,,,,,—.. .44444'w .4 404. .4 4-.4--4.-4-• , - 4.-. 4.iii.;A.-T..4pr 47., ,..,tt ie.PperiPPopipp, — *.-. SVP ' 1 Pi oposer-Name. tult..01 a. PipArIM, 1 —riPlepicPAP ."" SpPilipapperetere i p P You as an littlividual or your company has been given as a reference on flue project identified above. Please Orn.thle_vottr responses in section 3 below. — 1 awriti,..?'4",-t, ori"lifer- 1 5*.tiel— I. t)id this company have the proper resources and persormel by which to get the job done? -- *-- . 2. Were any problems encountered with the conmaiirs wink perfoi nuance? E 31 3. Were any change orders or contiact amendments issued,oilier than owner initiated? ... m 4. Was the job completed on time? 5, Was the job completed within budget? 11 6, Quit scale of one to ten,ten being hest,how would you rate the overall work perfortnance,considering professionalism;final product;persormel;resources. Itste(tom 1 le tit,tie neinablotnin , t , 7, If the opportimity were to present itself,would you rehire this conmany? 8. Please piovidc any additional conuttents pertMent to this company and the work performed for you: k 4114 l —iv •..... "s -ths., ; See + 0 1 ise, e rap p'Omit kl.'ow Please submit tent-Lee County ctaployecs its references t at* l I 1 1 RFP170058LAC,Lee County Public Transit Trolleys k 1 1 I I i P Ir I 0 1609 Y<,II 01,5.{6 Lee(ounfy Procurement Management LEFT COUNTY IWPI700S8LAC,LEE COUNTY PUBLIC TRANSIT'TROLLEYS 50t Ittwc s r IL'I KIon. eeilan l lirto-mottiktyrorttlot in tmnatian » .r. l ."•+» ,. -- .a 4 -1.-- r `` _ bidder/Proposer: C�rc.x. Olt (6u5 S. -eJr.i. COMPANY: t, - .6'lk:, �tE. it C '.,— Due Date: ,_t s.l' PHONE#: . Z `_ _ Total#Pages: l FAX#: (' S"z. ;S-5:1 - . q t Phone#: ts =-Ll.{l.L cio t. Fax#: ate-t-a+4t'oco-»i'' , EMAIL: ,.4 4 ', v./ . Bidder/Proposer FMail:fiGut: st f„it tito.. *xi(ic3it 3 - ' ..�. r*, »sy r""'"'" -... rn't.a.I i""a`— tr. t -- "�.:, Proposer Name. You as an individual or your company has been given as a reference on the project identified above. Please Droyitt DLIL stases in seetiinl..6 Xa a u: a tor—1, ! Did this company have the proper resources and personnel by which to get the job done? , s. t Seva3 2. Were any problems encountered with the com.-ny's work performance? 3. Were any change orders or contract amendments issued,other than owner initiated? , ,1 4. Was the job completed on time? ', 5. Was the job completed within budget? t-gI 6. (in a scale of one to ten,ten being best,how would you rate the overall work i performance,considering professionalism,final product;personnel;resources. i- Rate noat 1 to t0. t10 being highest) 7, lithe opportunity were to present itself,would you rehire this company? s?' 8. Please provide any additional comments pertinent to this company and the work performed far you: 1 Section 4 ,;. ,t_t `' .. wa«W�Ira ..tI 01. OW iPlease submit non-Lee County employees as references A i irvrcry .iixut rs, ! i IiIP I7(1(lS 11.AC,Lee County Public Transit"trolleys I i 0 1609 l.,ee County Procurement Management REFERENCE Stilttrw1 1 .1 .1 (.( }1 N TV ttF'I'170II58t1;1tu'.LEE COUNTY PIIfiLl 'TRANSIT TROLLEYS tri,� =tv,.t.; t€tni13m,aaa .', *�T.S . , a€ `. dy i het tit+tt I ' !ROM:OM: Paul Strobis Bidder/Proposer: ,rtnigt uS allet, a<.- ' Steward County Transit 0. 4 _ ,__,,, t ('(till AI' : 13ut pate, PRONETh Total � m 854.357.8321 Pages: I t t' '04 ;,r: 954-357-8345 Phoned: q L.�$I l�6acd Inc r: ' Lk4i-mai t,ivI:4II- pstrobis:broward.arq RttldbrIt'Itipeser -Mail;eta ibis keit► ;t late ,t- attixna? Proposer':,tnic: 1 I 4 'on as an individual or your company has been gisaar as ft reference on theproject identified iiia c Please attto e su)uuu ct'eSetatzeti an xeditrilibeitia,,_ m.. k*. 'iu* - gyri+ . -_ I. I/41 fres euntla<nt\a have-the wetter resources anti personnel h' which to get the job done? Yes 2. Were trap problems encountered 4vith thecompany`S work perfe *lace? No 1. Were any ehmtge orders or taatttaect amendments issued,rather than nether initiated? No 1 Wim the iub cctmpletccl on timet Yes it,f,,the Joh t-orrlplcis°d withal Midget'? Yes CS, t?it a‘iliic(if IMO tai ten,Ion heinF hest,how r%uultl you rate the overall work perkormttnrc ,iimidiaria t,t.tt'essitntalisiri final product:poisoned:resources, 9 Rate leoe1 i to t{} [la i i,l 3f 1 ,,:..,�., 7 II the imam'tin rute mere to present itself,%vouhl}'uu rehire this company!! Yea 8 Please pew tiler troy ndditiunel cnnaanents pertinent to this company aridity work perl,uiied liar you: 8' I i3raward has purchased 184 vehicles from Creative in the last 3 years. rho Company has been t extremely responsive to our needs, t Paul ,--,Jr, t reuse submit nue-t,cc County employ t1.4 as ceteren 011111 i RIP ,it I ec t-utnaty public Imesia Irultetm i 0 C7'• 0 al a) :c le ra T.i 4) ... %C) W i 4'13 C t0 * 4., 4.4 AJ 0. c % 5 t.) 0 AS t0 0 ,*.. -.. 00 o o — 0 i.. t.4 To' 0 a) 0 c 0 - 4— ,..., v, yr. E..... 6. t4 a) :t ,-, 0 •-, Ta: E tu a. m N 0. 0 VI 0 . tei .0 U., CS 0 0 C ,,, 4.. (;) 4 o o 0 a) V w 0 E on m (0 Al LJ >, Q. O. e 0 c hi c C— eu 75 c 2 a) „o ,0 .c a) (t) g 4... ..- c a.) (J SU 1.4 t§ zE” ...., V ..0 c E (--, > ra ot ,8 _o = Z o a. -0 ‘" to (0 E C0 >. ›- ,)g) 0 0 0 a 2 To '0 1•5` -z-,1 ca. >1 40' L.. f 0 '''' '13 it ...., o 0 0 E tn U .,7 .4.., = X 0 C 0 4. 0 C 4.. 0 8. co) c4 0 rti ro 0,- .0 X M 0 m n 0 -. . 0 ,."' '0 .0 >,. t a) t3J ra to f ....• = t 0 {...) CA (1) vi a Ti C A) 0.4 3 -0 CL LO 0 .';..1 u. .... m (.) ....) C -....• 41) 5' '1 E Z L.' 0 ' t 44 U ,4** iv +.' 0 •4.0 x 4.. ,.... M. U.) 44. 0 i k Q. (V .4 -5 E ..„ LI m .... 4.1 E 73 E to O. , .,,, .c. .: - CU 4- CI . .....' i'. = 0 t 0 taa 5 -0 0 a, c c S4') c..5 8 1g t. at XI ?..'1 CS 4.1 C r°. .„,,,,,..1 Z % 0 c CI E ...a a) 43 8 ' ,o4 ,.... , CO = C3 4 cl: .--..i 4'`'' ..... 4., .tt .... , AI R 03 A) C 40 ' '...''' ZIAj Ot4 co .0.. . --m 4.. C CLI GO 11 2 e„---) -0 0 a. , '5 V} 4' ,...4 fai i E 0 u. a a) a) to o. 3 4›.,,,,-,* a. v) t_. t.- to c. $4. - to 44 E., a.) C Z 2 p 8 a) ta. -tc tl ° t.- ----) , , co M a) 0 C I ..01Q) lei ••C E 46 a) -c ,.. AS .4,4 ,... U 10 t ,," 5 la (A — OD ...., .., fo m ... ( .\:) an 1A ›., C (1, 4,-,,,' 3 o. 41 ' E = 0 .1) g ,—.) v., c 4,,,, . , „, E g CE 3 oi t . a) :0 ., 1,- a) c ,..._ c Ci tv 0. a r t‘.. ,c E .. N ...., 0 - 4- n3 4.4 40 0 - rj ›1 <6 8C E — 0 il! < ,.-1 '-,.. co 4., 0 In ),),) 0 4., 4) 11, 4., 0 ilt..:1 0 c—..) :6 -9-' -4F) E ,.. 4 8 E 40 m ‘.., 0- 0,, .., a) c). o t---, 44 e -0 ro ,.... 0 / o E CL c CI( 4.4 ...., C iz 3 .c c C " ° t' o .• .1t 0 To 3 1 g 0 t0 0 m 40 LS 0.4 us .. (t4 4"..3:1. L. E .›. .›. -ow 3 1?... (....) ,i) E -?.3) .1.4 to:16 0 Z E 44 = > C 44 tn. 0 cI) 0 aj at c >,.. 7,9 C -9' 0 sw .- 0 -0 , ..c. c 130 0, -- d T.-. 1 t .... kt. ..c tv (1) . --- 1 4S 1 — t.... u ,..E ON Ca 42 , VINO - 1., V CZ Ott tt CO E ' ' c4 .,.S ‘....." !E, ill 1 H"a" 1% al , c... -• cyc (1.).— ..... c 0 4.1 . 0 _ = ... E 0 al 1,.. -8 .0 .it = g to 0 41 o at 4 et) *.•-`4 0 CI ...o , 04 cli 0 .0 1, X 0., 0 c '' 2 "'", O cl U g0 Cr i** 0 4 g ' .4 C 6 1. 0 0 14.1 aa* I. 'E 44.1 CI 4) 0 0. mtu . 4. tal ....r C 0 11 CD 4.,, ..., ,... - . .. ,.. :.....:D t 0 . , .. . ..„ . ..„ [.... 5 .8 ..... E.--, ..,..k $.... 1., 0 ..... ›.. --- ,...2 (.... C4 6 C ^IP 0 tZ ''''' 0.4 = 8 04 03 o 0 47: ..,4... / .E 5 tr) 0 3 .z. 0 . . 4.4 4.. 4.. .., (41? .....3 a 0 0 In - L Q ''''1-.-,,,. 0 = a ,,•,,,i 0- 11,064 .— g = u - — z . •'. ,..,...) -''' o c..) ""ai .2 •...• •„:„. _ O 4 1 ,,. 7. z 1 IA° t2.4 *0 0 0 1609 t t,',ti nosu 'a€ ate a ' iiia 3 ,v=•, ,-:_�: PUBLIC ENTITY CRIME FORM Page t oft This form must be signed and sworn to in the presence of a notary+ublic or other officer authorized to administer oalht I . i''1. This sworn statement is submitted to 1 I' _- "`\i tl,, .1 (Prim name the public entity) f by_ \,,k, � — (Pr i Indrvldual a name and tole) for Creative Bus Sales, Inc. (Print nate of entity.submIWt sworn slatemtnl) whom business addrassis 8600 Atlantic Blvd. , Jacksonville, FL 32211 (If applicable)its Federal Employer Identification Number(FEIN)is 3 3-0 3 88 7 0 7 (If the entity has no FEIN,include the Social Security Number of the individual signing this swam statement:On the attached steel.)Required as per IRS Poem W-9, 2. i understand that a"public entity crime"as defined in Paragraph 287,133(1)(g).[loride Statutes.means a violation of any state or federal law by a person with respect to and directly related to the traneactiun of business with any public entity or with an agency or political subdivision of any other state or with the United States,including but not limited to, and bid or contract for goods or services to be provided to any public entity or agency or political subdivision or any other state or of the Unites States,and involving antitrust.fraud,theft,bribery,collusion,reeketeering,conspiracy,or material misrepresentation. 3. I understate that"convicted"or"conviction"as defined in Paragraph 287,133(1)(b) ' ;i,, i,n,, means a finding of guilt or a conviction of a public entity crime,with or without an adjudication of guilt,In any federal or state trial court of record relating to charges brought by indictment or infbrmutton after July I, 1989,as a result of a jury verdict,nogitiry trial,or entry of a plea of guilty or nolo contendere. d. I understand that"afiiliate"as defined in Paragraph 287,133(I)(a),Florida$,Jolles,means: I. A predecessor or successor of a person convicted of s public entity crime: or: 2. An entity under the control of any natural person who is active in the management of the entity and who has been convicted of u public entity crime, The teen"affiliate"Includes those offices, directors, executives,punnets,shareholders,employees,members and agents who are active In the management of the affiliate. The ownership by one person of shores constituting a controlling interest in another person,or a pooling of equipment or income ontong persons when not fair market value under an arm's length agreement, shall be a facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding le months shall be considered an affiliate. 5. I understand that a"person"as defined in Paragraph 287.133(1)(c),Elouida Statutek means any natural person or entity organized under the lows of any state or of the United States with the legal power to enter a binding contract and which bids or applies to bid on contracts fur the provision of goods or services let by a public entity,or which otherwise a' transacts or applies to transact business with a public entity. The tens "person" Includes those officers, directors, executives,partners,shareholders,employees,members,and agents who are active in management of the entity. ii, Based on information and belief,the statement which i have marked below is tate in relation to the entity submitting those sworn statement.(Please Indicate which statement applies.) Neither the entity submined trill sworn statement,nor any officers,directors,executives,partners,shareholders, employees,members,and agents who are active in management of an entity nor affiliate of the entity have been charged with and convicted of.public entity crime subsequent to July I,1989. ( RFP 170058LAC,Lee(county Public Transit Trolleys i 1 1 i I I l r i 1 i 0 16139 var'#mato t sa rtr t r i rap,.{`<:,, Page 2 of 2 The entity submitting this sworn statement, or one or more of the officers,directors,exeetitives, partners, shareholders,employees,member,or agents who are active in management of the entity,or en affiliate of the entity have been charged with and convicted of a public entity crime subsequent to July 1,1139, The entity submitting this sworn statement,or one or more of its officers, directors, executives, potters, shareholders,employees,member,or agents who are active in management of the entity,or an affiliate of the entity has been charged with and convicted of public entity crime subsequent to July I,1989. However,there has been subsequent proceeding before a Hearing Officer of the State of Florida, Division of Administrative Hearing and the Final Order entered by the Hearing Officer determined that it was not In the public interest to place the entity submitting this sworn <: statement on the convicted vendor list,(Attach a copy of the final order) I UNDERSTAND THAT THE SUBMISSION OF THIS PORM TO THE CONTRACTING OFFICER FORTHE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1(ONE)ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND,THAT TI11$FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IS FILED. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ErrrcrY PRIOR TO ENTERING INTO A CONTRACT T IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SUCTION 28T.4)17,FLORIDA STI UTES,FOR CATEGORY TWO OR ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM, rgnature) (Date) COUNTY OF 1.111rXii yTaf:,.8.1 PERSONALLY APPEARED BEFORE ME,the undersigned authority, -roil. 441A-,, (Name of individual signMrt ) who , er first being sworn by ma affixed hisiher signature in the space provided above on this 1-74, day of 1 1 ItlrAge CRISTINA BARBOSA (NOTARY PIIILIC) Commission#2143822 tvg pfliy Pttwlililttlttts�W... _.._ en '- San Bernardino County M Comm,Ex kites Feb 25,2420 , fi RI'P17OUSSLAC,Lee County Public Transit Trolleys 1 6 D LOBBYING For coral-acts over$100,000 31 U.S.C. 1352 49 CFR Part 19 49 CFR Part 20 The Lobbying requirements apply to Construction/Architectural and Engineering/Acquisition of Rolling Stock/Professional Service Contract/Operational Service Contracif fumkey contracts, The Lobbying requirements mandate the maximum flow down,pursuant to Byrd Anti-Lobbying Amendment, 31 U.S.C.§ 1352(b)(5)and 49 C.F.R.Part 19,Appendix A,Section 7. This certification is a material representation of tact 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$10,000 and not more than$100,000 for each such failure. [Note:Pursuant to 31 U.S.C.§ 1352(c)(1)-(2)(A),any person who makes a prohibited expenditure or fails to file or amend a required certification or disclosure form shall be subject to a civil penalty of not less than $10,000 and not more than$100,000 for each such expenditure or failure.] The Contractor, Creat ive Bus Sales, Inc. ,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.A 3801,et seq.,apply to this certification and disclosure,if any. Date 24 1112-0 1 Print Name of Authorized Official ! i'r-1 Title &F° Signature ofAuthorized Official Company Name Creative Bus Sales, Inc. Company AddressS600 Atlantic Blvd. , Jacksonville, FL 32211 3 16D9 DEBARMENT,SUSPENSION,INELIGIBILTY,AND VOLUNTARY EXCLUSION REQUIREMENTS for Contracts over$25.000 This contract is a covered transaction for purposes of 49 CFR Part 29. As such,the contractor is required to verify that none of the contractor,its principals,as defined at 49 CFR 29.995,or affiliates,as defined at 49 CFR 29.905,are excluded or disqualified as defined at 49 CFR 29,940 and 29.945. The contractor is required to comply with 49 CFR 29,Subpart C and must include the requirement to comply with 49 CFR 29,Subpart C in any lower tier covered transaction it enters into. The bidder or proposer certifies as follows: I.The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into.If it is later determined that the prospective lower tier participant knowntgly rendered an ciroueous certification,in addition to other remedies available to the Federal Government,Lee County may pursue available remedies,including suspension and/or debarment 2.The prospective lower tier participant shall provide immediate written notice to Lee County if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 3. The terms "covered transaction," "debarred," "suspended," "ineligible," "lower tier covered transaction: ::"participant,""persons,""lower tier covered transaction,""principal,""proposal,"and"voluntarily excluded,"as used in this clause,have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549 149 CFR Part 291. You may contact l.ce County for assistance in obtaining a copy of those regulations. 4."Phe prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into,it shall not knowingly enter into any lower tier covered transaction with a person who it is debarred,suspended,declared ineligible,or voluntarily excluded from participation in this covered transaction, unless authorized in writing by Lee County. 5.The prospective lower tier participant further agrees by submitting this proposal that it will uuchide the clause titled "Certificanon Regarding Debarment, Suspension, Ineligibility and Volwntary Exclusion - Lower Tier Covered Transaction",without modification,in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 6. A participann in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction,unless it knows that the certification is erroneous,A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the Nonprocurement List issued by U.S.General Service Administration. 7.Nothing contained in the foregoing shall be construed to require establishment of system of records in order to render in good faith the certification required by this clause,The knowledge.wcl information of a participant is j= not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings 8. Except for transactions authorized under Paragraph 5 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended,debarred, ineligible,or voluntarily excluded from participation in this transaction,in addition to all remedies available to the Federal Government,Lee County may pursue available remedies including suspension and/or debarment. 4 ii e j-' 1609 ,.......„... t.,. ',...D. ......,,i,...and Other Responsibility ML. (Contractsover$2.5,000), The contractor certifies,that'wither it nor its"mini-Mak"as defined in CFR 29,995,or affiliates,as defined at 49 CFR 29,9(15, are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from panicipation in this transaction by any governmental department or agency. f Date 1 —1 211 11 E • {ti tre Print Name of Authorized Official / - e., , Title C-E0 i , i Signature of Authorized Official 1 • I Creative Bus Sales, no. Company Name 1 Company Address 8600 Atlantic Blvd. , Jacksonville, FL 32211 r 1 ; i L. 1 1 -!, I. 1 I 0 i 1 5 1CiP) 1609 Immigration Law Affidavit Certification 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. The Employment Eligibility Verification E` 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 Lee County formal Invitations to Bid(ITS) and Request for Proposals (RFP) including professional services and construction services. Exceptions to the program: • Commodity based procurement where no services are provided. Vendors / Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment,at the time of the submission of the vendor's/bidder's proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Vendors are also required to provide the Lee County Purchasing Department an executed affidavit certifying they shall comply with the E-Verify Program. The affidavit is attached to the solicitation documents. If the Bidder/Vendor does not comply with providing both the acceptable E-Verify evidence and the executed affidavit the bidder's/vendor's proposal may be deemed non-responsive. 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. 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. 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. Required submittals: Contractors shall be required to provide the County a copy of the memorandum of Understanding required by Department of Homeland Security(DHS)when signing up for the program and an executed affidavit vowing they will comply with the E-Verify program for each service/project.An affidavit must be executed each time a 7 proposer submits a proposal. 'i 6 6 is li 1 6 a 9 Attachment Irnniigration Law Affidavit Certification Solicitation#and Title This Affidavit Is required and should be signed, notarized by en authorized principal of the firm and submitted with formal Invitations to Bid(ITB's)and Request for Proposals(RFP)submittals. Further,Vendors/Bidders are required to enroll In the E-Verify program,and provide acceptable evidence of their enrollment,at the time of the submission of the vendor's/bidder's proposal, Acceptable evidence consists of a copy of the properly completed[-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Eallure to include this Affidavit and acceptable evidence of enrollment In the€Verify program,.may deem the Vendor 1 Bidder's Proposal al non Ies.pDrtsivg, Lee 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 USC Section 1324 a(e)Section 274A(e)of the Immigration and Nationality Act("INA"). Lee 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 Lee 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/Bidder's proposal. Company Name Creative Bus Sales, Inc. Print Name I- IC`'t G� Title.:. _C) Signature / Date -�j' ) I ( I state of L I 0,I --) County of The ( r The foregoing Instrument was signed and acknowledged before me this •ay of T ,2017,. by A A _ .' .'; .a who has produced:, t, f .+ ' ,wk. C.*lrs Identification. •rint or Type Name) (Type of Identification and Number) ...►�""�" —� ,� CRISTINA BARBOSA Notary Public Signature (1'4'. 4d Commission #2143922 G Notary Public -California z Printed Name of Notary Public San Bernardino County M Comm.Expires Feb 25,2020 'Gtr Vl iC,C0► 1 Z ) c.=' Notary Commission Number/Expiration The signee of these Affidavit guarantees,as evidenced by the sworn affidavit required herein,the truth and accuracy of this affidavit to interrogatories hereinafter made. 7 16tJ9 E-Ver Company ID Number:23043 Client Company ID Number:663390 THE E-VERIFY PROGRAM FOR EMPLOYMENT VERIFICATION MEMORANDUM OF UNDERSTANDING FOR EMPLOYERS USING A E-VERIFY EMPLOYER AGENT ARTICLE PURPOSE AND AUTHORITY This Memorandum of Understanding (MOU) sets forth the points of agreement between the Department of Homeland Security(DHS), Creative Bus Sales.Inc. (Employer), and Lookout ervices (E Verify Employer Agent) regarding the Employers and E-Verify Employer Agent's participation in the Employment Eligibility Verification Program (E Verity) This MOU explains certain features of the 6-Verify program and enumerates specific responsibilities of DHS, the Social Security Administration (SSA), the Employer, and the E-Verify Employer Agent. References to the Employer include the E-Verify Employer Agent when acting on behalf of the Employer. E-Verify is a program that electronically confimis an employee's eligibility to work in the United States after completion of the Employment Eligibility Verification Form (Form 1-9), For covered government Contractors, E-Verify is used to verity the employment eligibility of all newly hired employees and all existing employees assigned to Federal contracts or to verify the entire workforce If the contractor so chooses. Authority for the E-Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and Immigrant Responsibility Act of 1998(IIRIRA),Pub.L. 104-208, 110 Stat. 3009,as amended (8 U S.C. § 1324a note). Authority for use of the E-Verify program by Federal contractors and subcontractors covered by the terms of Subpart 22.18, "Employment Eligibility Verification",of the Federal Acquisition Regulation(FAR)(hereinafter referred to in this MOU as a 'Federal contractor with the FAR E-Verify clause") to verify the employment eligibility of certain employees working on Federal contracts is also found in Subpart 22.18 and in Executive Order 12989,as amended ARTICLE It FUNCTIONS TO BE PERFORMED A.RESPONSIBILITIES OF SSA 1, SSA agrees to provide the Employer (through the E-Verify Employer Agent) with available information that will allow the Employer to confirm the accuracy of Social Security Numbers provided by all employees verified under this MOU and the employment authorization of U.S.citizens. 2. SSA agrees to provide the Employer and E-Verlfy Employer Agent appropriate assistance with operational problems that may arise during the Employer's participation in E-Verify.SSA agrees to provide the E-Verify Employer Agent with names,titles,addresses, and telephone numbers of SSA representatives to be contacted during the E-Verify process. Page I of IS E-Verlry mou 10,Employe((Omni)LAIN VerJ Employer Nicol IRevlawn Delo OLVOI/OU www.dhs.govIE-Verlfy 1609 Everiry ,,„..Company ID Number:23043 Client Company ID Number:663390 p; 3.SSA agrees to safeguard the information provided by the Employer through the E-Verify program procedures, and to limit access to such information, as is appropriate by law, to Individuals responsible for the verification of Social Security Numbers and for evaluation of E-Verify or such other persons or entitles who may be authorized by 5SA 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), 4,SSA agrees to provide a means of automated verification that is designed(in conjunction with DHS's automated system if necessary) to provide confirmation or tentative nonconfirmution of U.S.citizens'employment eligibility within 3 Federal Government work days of the initial Inquiry. 5, SSA agrees to provide a means of secondary verification (Including updating SSA records as may be necessary)for employees who contest SSA tentative nonconfirmations that is designed to provide final confirmation or nonconfirmation of U.S, citizens' employment eligibility and accuracy of SSA records for both citizens and non-citizens within 10 Federal Government work days of the date of referral to SSA, unless SSA determines that more than 10 days may be necessary. In such cases, SSA will provide additional verification instruction. B,RESPONSIBILITIES OF OHS 'I. After SSA verifies the accuracy of SSA records for employees through E-Verify, OHS agrees to provide the Employer (through the E•Verify Employer Agent) access to selected data from DHS's database to enable the Employer (through the E-Verify Employer Agent)to conduct,to the extent authorized by this MDU. •Automated verification checks on employees by electronic means,and •Photo verification checks(when available)on employees. 2, OHS agrees to provide to the Employer and E-Verify Employer Agent appropriate assistance with operational problems that may arise during the Employers participation In E-Verify. OHS agrees to provide the E-Verify Employer Agent names, titles, addresses, and telephone numbers of OHS representatives to be contacted during the E-Verity process. 3. DI-IS agrees to make available to the Employer(through the E-Verify Employer Agent), at the E-Verify Web site and on the E-Verify Web browser, instructional materials on E- Verify policies, procedures and requirements for both SSA arid OHS, including restrictions on the use of E-Verify,OHS agrees to provide training materials on E-Verify. 4. OHS agrees to provide to the Employer(through the E-Verify Employer Agent)a notice, which indicates the Employer's participation in the E-Verify program.OHS also agrees to provide to the Employer(through the E-Verify Employer Agent)anti-discrimination Rale 2 al It i E-Verily MQW tai 0 r'oycr(Client!toms a EA/miry Employer A[ree%I Rgvialon Date RUMMY www,dhs.govlE-Verify 1609 E-WriIy rr► Company ID Number.23043 Client Company ID Number:663390 notices issued by the Office of Special Counsel for Immigration-Related Unfair Employment Practices(OSC),Civil Rights Division, U.S.Department of Justice. 5. OHS agrees to Issue the F-Verify Employer Agent a user identification number and password that will be used exclusively by the E-Verify Employer Agent,on behalf of the Employer,to verify information provided by employees with DHS's databases. 6. DHS agrees to safeguard the information provided to DHS by the Employer(through the E-Verify Employer Agent), and to limit access to such information to Individuals responsible for the verification of employees'employment eligibility and for evaluation of the E-Verify program, or to such other persons or entitles as may be authorized by applicable law. Information will be used only to verify the accuracy of Social Security Numbers and employment eligibility,to enforce the Immigration and Nationality Act(INA) and Federal criminal laws,and to administer Federal contracting requirements. 7. OHS agrees to provide a means of automated verification that is designed (in 1 conjunction with SSA verification procedures) to provide confirmation or tentative nonconfirrnation of employees' employment eligibility within 3 Federal Government workdays of the initial inquiry. B. DHS agrees to provide a means of secondary verification (including updating OHS records as may be necessary) for employees who contest OHS tentative nonconlirmations and photo non-match tentative nonconfim)ations that Is designed to provide final confirmation or nonconfirination of the employees' employment eligibility within 10 Federal Government work days of the date of referral to DHS, unless OHS determines that more than 10 days may be necessary_ In such cases, DHS will provide additional verification instructions. C. RESPONSIBILITIES OF THE EMPLOYER 1, The Employer agrees to display the notices supplied by DHS (through the E-Verify Employer Agent) in a prominent place that is clearly visible to prospective employees and all employees who are to be verified through the system. 2. The Employer agrees to provide to the SSA and OHS the names, titles,addresses,and telephone numbers of the Employer representatives to he contacted regarding E-Verify. 3. The Employer agrees to become familiar with and comply with the most recent version of the F-Verify User Manual.The Employer will obtain the F-Verify User Manual from the E-Verify Employer Agent. 4, The Employer agrees to comply with current Form 1-9 procedures,with two exceptions: 6 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)(8))can be presented during the Form 1-9 process to establish ryapa 3 of 15 I E.-verily MOO no Employer(Cline!)LAIN)n E Vmiry Employer Agan)I Revisfwl Dale 091q IMO www.dhs.gov/E-Verify 1 6 9 EVenly ilutt Company ID Number:23043 Client Company ID Number:G63390 identity.) If an employee objects to the photo requirement for religious reasons,the Employer should contact E-Verify at 1-885-464-4218. • it an employee presents a OHS Form 1-551 (Permanent Resident Card) or Form I- 760 (Employment Authorization Document) to complete the Form 1-9,the Employer agrees to make a photocopy of the document and to retain the photocopy with the employees Form 1-9. The photocopy must he of sufficient quality to allow for verification of the photo and written Information. The employer will use the photocopy to verify the photo and to assist DHS with its review of photo non-matches that are contested by employees. Note that employees retain the right to present any List A,or List B and List C,documentation to complete the Form 1-9. DHS may in the future designate other documents that activate the photo screening tool. 5. The Employer understands that participation in E-Verify does not exempt the Employer from the 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 antldIsc,rimination requirements of section 274B of the INA with respect to Form 1-9 procedures, except for the following modified requirements applicable by reason of the Employer's participation in E-Verify:(1)identity documents must have photos, as described in paragraph 4 above; (2) a rebuttable presumption is established that the Employer has not violated section 274A(a)(1)(A) of the Immigration and Nationality Act(INA)with respect to the hiring of any individual If tt obtains confirmation of the identity and employment eligibility of the individual in good faith compliance with the terms and conditions of E-Verify;(3)the Employer must notify OHS If It continues to employ any employee after receiving a final nonconfirrnation, and is subject to a civil money penalty between $550 and $1,100 for each failure to notify DHS of continued employment following a final nonconfirrnation; (4) the Employer is subject to a rebuttable presumption that it has knowingly employed an unauthorized alien In violation of section 274A(a)(1)(A) If the Employer continues to employ an employee after receiving a final nonconfirmation;and(5)no person or entity participating in E-Verify is civilly or criminally liable under any law for any action taken in good faith based on Information provided through the confirmation system.OHS reserves the right to conduct Form 1-9 and E-Verify system compliance inspections during the course of E- Verify,as well as to conduct any other enforcement activity authorized by law. 6. The Employer agrees to initiate E-Verify verification procedures (through the E-Verify Employer Agent), for new employees within 3 Employer business days after each employee has been hired (but after both sections 1 and 2 of the Form 1-9 have been completed), and to complete as many(but only as many)steps of the E-Verify process as are necessary according to the E-Verify User Manual, or in the case of Federal contractors with the FAR E-Verify clause, the E-Verify User Manual for Federal Contractors.The Employer is prohibited from initiating verification procedures before the employee has been hired and the Form 1-9 completed. If the automated system to be queried is temporarily unavailable, the 3-day time period is extended until Ills again operational in order to accommodate the Employer's attempting, In good faith, to make inquiries during the period of unavailability. Employers may Initiate verificalion, through the F-Verify Employer Agent, by notating the Form 1-9 in circumstances where the page,.4 al lb I -veuly MOU lor Employer iciletigusing e E-Veory employer Agent!Reosion Dale MO lit)0 www.dhs.govIE-Verify 1609 E-V.ri Company ID Number:23043 Client Company ID Number:663390 employee has applied for a Social Security Number(SSN)from the SSA and is waiting to receive the SSN, provided that the Employer(through the E-Verify Employer Agent) performs an E-Verify employment verification query using the employee's SSN as soon as the SSN becomes available. 7. The Employer agrees not to use E-Verify procedures for pre-employment screening of job applicants,In support of any unlawful employment practice,or for any other use not authorized by this MOU. Employers must use E-Verify (through Its E-Verify Employer Agent)for all new employees, unless an Employer Is a Federal contractor that qualities for the exceptions described in Article IL©,1.c, Except as provided in Article ILD,the Employer will not verify selectively and will not verify employees hired before the effective date of this MOO, The Employer understands that If the Employer uses the E- Verify system for any purpose other than as authorized by this MOU the Employer may be subject to appropriate legal action and termination of Its access to SSA and DIS information pursuant to this MOU. 5. the Employer (through its E-1/enfy Employer Agent) agrees to follow appropriate procedures (see Article III. below) regarding tentative noncontirmatlons, including notifying employees In private of the finding and providing them written notice of the findings, providing written referral instructions to employees, allowing employees to contest the finding, and not taking adverse action against employees if they choose to contest the finding, Further,when employees contest a tentative nonconfirmation based upon a photo non-match, the Employer is required to hake affirmative steps (see Article 111,8.below)to contact OHS with Information necessary to resolve the challenge. 9, 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.§ 274 a.1(1))that the employee Is not work authorized. The Employer understands that an initial inability of the SSA or OHS automated verification system to verify work authorization,a tentative nonconfirmation,a case In continuance(Indicating the need for additional lime for the government to resolve a case), or the finding of a photo non- match,does not establish,and should not be interpreted as evidence,that the employee is not work authorized, In any of the cases listed above,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 uny 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, refusing to assign the employee to a Federal contract or other assignment, or otherwise subjecting an employee to any assumption that he or she is unauthorized to work,or otherwise mistreating an employee)until and un •s secondary verification by SSA or DHS has been completed and a final nonconfirmation has been issued, It the employee does not choose to contest a tentative nonconfirmation or a photo non-match or it a secondary verification is completed and a final nonconfirmation is Issued,then the Employer can find the employee is not work authorized and lei narrate the employee's employment. Employers or employees with questions about a final Page G of 15 I E-Vnrlry Mau for Emir(Client)using u F-Veiny Fmpioyer.Apeni I Revision Gare OslO rr05 www dhs,govtE-Verify { 16a9 Vwigir Company ID Number:23043 Client Company ID Number:663390 tt nonconflrmatlon may call E-Verify at 1-888-464-4218 or OSC at 1-800-255-8155 or 1- 800-237-2515(TOD). 10.The Employer agrees to comply with Title VII of the Civil Rights Act ot 1964 and section 2748 of the INA, as applicable, by not discriminating unlawfully against any individual in hiring, firing, or recruitment or referral practices because of his or her national origin or, In the case of a protected individual as defined in section 2748(a)(3)ot the INA,because of his or her citizenship status, The Employer understands that such Illegal practices can include selective verification or use of E-Verity except as provided In part D below, or discharging or refusing to hire employees because they appear or sound"foreign"or have received tentative noncunfumations. The Employer further understands that any violation of the unfair immigration-related employment practices provisions in section 2748 of the INA could subject the Employer to civil penalties, back pay awards, and other sanctions, and violations ot Title VII could subject the Employer to back pay awards, compensatory and punitive damages. Violations of either section 2748 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(TOD), 11.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, 12 The Employer agrees that it will use the information it receives from SSA or DHS (through the E-Verify Employer Agent)pursuant to E-Verify and this MOW only to confirm the employment eligibility of employees as authorized by this MOW. 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 riot 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, 13.The Employer acknowledges that the Information which 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)), and that any person who obtains this information under false pretenses or uses It for any purpose other than as provided for in this MOW may be subject to criminal penalties. 14.The Employer agrees to cooperate with DHS and SSA in their compliance monitoring and evaluation of E-Verify, including by permitting L)HS and SSA, 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 timely and accurate manner to DHS requests for Information relating to their participation in E- Verify. Pegg a of 18 I E-Verity MOU rot Leploye/(GBent)uolny d E Verity Employer Agent I Hammel Curve 00701109 www.rihs.gov/E-Vert fy 1609 i i 1 I i i LB Verum t . 4°/°. ?' Company ID Number. i' Client Company ID Number:23043 853390 i t Q.RESPONSIBILITIES OF FEDERAL CONTRACTORS WITH THE FAR E-VERIFY CLAUSE 1. The Employer understands that it it is a Federal contractor subject to the employment I. verification terms in Subpart 22,18 of the FAR it must verify the employment eligibility of t any existing employee assigned to the contract and all new hires, as discussed in the Supplemental Guide for Federal Contractors. Once an employee has been verified r through E-Verlfy by the Employer, the Employer may not reverify the employee through . E-Verify. a Federal contractors with the FAR E-Verify clause agree to become familiar with and comply with the most recent versions of the E-Verify User Manual for , Federal Contractors and the E-Verify Supplemental Guide for Federal Contractors. b. Federal contractors with the FAR E-Verify clause agree to complete a tutorial for Federal contractors wile the FAR E-Verify clause c, Federal contractors with the FAR E-Verlfy clause not enrolled at the time of contract award' 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 with the FAR E-Verify clause In E-Verify within 30 calendar days of contract award s and, within 90 days of enrollment, begin to use E-Verity to initiate verification of employment eligibility of new hires of the Employer who are working in the United States, whether or not assigned to the contract. Once the Employer begins verifying new hires, such verification of new hires must be initialed within 3 d business days after the date of hire, Once enrolled In E-Verify as a Federal contractor with the FAR E-Verlfy clause,the Employer must Initiate verification of employees assigned to the contract within 90 calendar days from the time of i' enrollment in the system and then selecting which employees will be verified In i' E-Verify or within 30 days of en employees assignment to the contract, whichever date is later. d. Employer that are already enrolled In E-Verifyal the lime of a contract award but t are not enrolled in the system as a Federal contractor with the FAR E-Verify ,. clause: 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 Initiate verification of employment eligibility for new hires of the Employer who are working in the F United States, whether or not assigned to the contract, within 3 business days after the date of hire. Employers enrolled in E-Verify as other than a Federal !' contractor with the FAR E-Verify clause, roust update E-Verify to Indicate that they are a Federal contractor with the FAR E-Verify clause within 30 days after assignment to the contract. If the Employer is enrolled In E-Verify for 90 calendar days or less at the time of contract award,the Fmployer must,within 90 days of enrollment, begin to use E-Verify to initiate verification of new hires of the i' contractor who are working in the United States,whether or not assigned to the contract. Such verification of new hires must be Initiated within 3 business days i Pape T SI 15 1 E-Velfy MOO for Employe'ICkenf)uun0 S I Verify Enlpklyer April I Ravivinn Dale.owores www,dhs.govlE-Verlfy , 1 , , i 0 16 D0' ' ID rwrii_........ Company ID Number:23043 Client Company ID Number:663390 after the date of hire.An Employer enrolled as a Federal contractor with the FAR E-Verify Clause in E-Verify must initiate verification of each employee assigned to the contract within 90 calendar days after date of contract award or within 30 days atter assignment to the contract,whichever is later. i. e. Institutions of higher education, Siete,local and tribal governments and sureties: I Federal contractors with the FAR E-Verify clause that are institutions of higher 1 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 pursuant to a performance bond may choose to only verify new and existing employees assigned to the Federal contract. Such Federal contractors with the FAR E Verify clause may, however, elect to verify all new hires, and/or all existing employees hired after November 6, 1986_ The provisions of Article Il, part D, paragraphs 1,0 and 1,13 of this MOU providing timeframes for Initiating employment verification of employ s assigned to a contract apply to such institutions of higher education,State,local,tribal governments,and sureties. I. Verification of all employees- Upon enrollment, Employers who are Federal contractors with the FAR E-Verify clause may elect to verify employment 3 eligibility of all existing employees working in the United States who were hired N after November 6, 1986, instead of verifying only new employees and these existing employees assigned to a covered Federal contract. After enrollment, t Employers must elect to do so only in the manner designated by DHS and initiate E-Verify verification of all existing employees within 180 days after the election, g. Form 1-9 procedures for existing employees of Federal contractors with the FAR i E-Verify clause: Federal contractors with the FAR E-Verify clause(through their E•Verify Employer Agent)may choose to complete new Forms 1-9 for all existing employees other than those that are completely exempt from this process, '" Federal contractors with the FAR E-Verify clause may also update previously completed Forms 1-9 to initiate E-Verify verification of existing employees who are not completely exempt as long as that Form 1-9 is complete (including the SSN), complies with Article 11.C,4, the employee's work authorization has not expired,and the Employer has reviewed the information reflected in the Form 1-9 either in person or in communications with the employee to ensure that the employee's stated basis in section 1 of the Form 1-9 for work authorization has t not changed (including, but not limited to, a lawful permanent resident alien having become a naturalized U.S. citizen), If the Employer Is unable to determine that the Form 1 9 coma=4 with Article II,C.4, if the employee's basis Mr work authorization as attested In section 1 has expired or changed, or If the Form 1-9 contains no SSN or is otherwise Incomplete, the Employer shall complete a new 1-9 consistent with Article It,C,4, or update the previous 1-9 to provide the necessary information. If section 1 of the Form 1-9 is otherwise valid i and up-to-date and the form otherwise complies with Article II.CA, but reflects documentation (such as a U.S.passport or Form 1-551)that expired subsequent Page a el 15 i e-veriry Moo lot Employer(Client)using a E-Vetry Employ/5 Noll I Iimision Dole(55.01rOo www.dhs.gov/E-Verlfy { 2 ! 6 D Company 10 Number:23043 Client Company ID Number:663390 to completion of the Form 1-9, the Employer shall not require the production of additional documentation, or use the photo screening tool described In Article II.C.4,subject to any additional or superseding instructions that may be provided on this subject in the Supplemental Guide for Federal Contractors. Nothing in [his section shall be construed 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 nota Federal contractor with the FAR E-Verify clause. 2. The Employer understands that If it is a Federal contractor with the FAR E-Verify clause, 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. E. RESPONSIBILITIES OF THE E-VERIFY EMPLOYER AGENT The E-Verify Employer Agent agrees to provide to the SSA and OHS the names, titles, addresses, and telephone numbers of the E-Verify Employer Agent representatives who will be accessing Information under E-Verify. 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 manual to the Employer so that the Employer can become familiar with and comply with E-Verify policy and procedures, 3 The E--Verify Employer Agent agrees that any E-Verify Employer Agent Representative who will perform employment verification queries will complete the E-Verify Tutorial before that individual initiates any queries. a The E-Verify Employer Agent agrees that all F-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 the Employer is a Federal contractor, b. Failure to complete a refresher tutorial will prevent the E-Verify Employer Agent and Employer from continued use of the program. 4. The E-Verify Employer Agent agrees to obtain the necessary equipment to utilize E- Verify, 5. The E-Verify Employer Agent agrees to provide the Employer with the notices described in Article 11.8.4 above, 6. The E-Verify Employer Agent agrees to Initiate E-Verity procedures on behalf of the Employer in accordance with the E-Verify Manual end E-Verify Web-Based Tutorial. The E-Verify Employer Agent will query the automated system using information provided by the Employer and will immediately communicate the response back to the Employer. If the automated system to he queried is temporarily unavailable,the 3-day Page a at 1 i L-Verity MA)for Employer(cilenl)Using a E-Veiiry ci iv ei Nicol I Rcwiseil Oa1e 09101/09 www.dhs.govlE-Verify 1609 E-WrI L . Company ID Number 23043 Client Company ID Number:663350 time period is extended until it is again operational in order to accommodate the E-Verify Employer Agent's attempting, in good faith, to make inquiries on behalf of the Employer during the period of unavailability. In all cases,the E-Verify Employer Agent will use the SSA verification procedures first, and will use OHS verification procedures only as directed by the SSA verification response. 7. The E-Verity Employer Agent agrees to cooperate with OHS and SSA in their compliance monitoring and evaluation of E-Verlfy,including by permitting OHS and SSA, upon reasonable notice, to review Forms k9 and other employment records 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. r ARTICLE III t REFERRAL OF INDIVIDUALS TO SSA AND OHS t A. REFERRAL TO SSA 1. If the Employer receives a tentative nonoonfirmation issued by SSA, the Employer must print the tentative nonconfirmation notice as directed by the automated system and provide it to the employee so that the employee may determine whether he or she will contest the tentative nanconfirmatian. 2. The Employer will refer employees to SSA field offices only as directed by the automated system based on a tentative nonoonfirmation, and only after the Employer records the case verification number, reviews the Input to detect any transection errors, end determines that the employee contests the tentative nonconfirmation.The Employer (through the E-Verify Employer Agent), will transmit the Social Security Number to SSA for verification again if this review indicates a need to do so. The Employer will determine whether the employee contests the tentative nonconfirmation as soon as possible after the Employer receives it. 3„ If the employee contests an SSA tentative nonconfirmation, the Employer will provide the employee with a system-generated referral cotter and instruct the employee to visit an SSA office within 8 Federal f.overnmenl work days. SM 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 The Employer agrees to check the E-Verify system regularly for case updates. ii t 4. The Employer agrees not to ask the employee to obtain a printout from the Social Security Number database (the Numident) or other written verification of the Social Security Number from the SSA. B. REFERRAL TO OHS l'agc 10 al 15 I r venry Mou 10 taploya(Gaeta)asmg.a&Val),ernploytr Agora I Heaasaai rea OM Itis www.d hs.govlE-Vert fy 16 D9 ,d Verify ,„$,, ,. . :,,-, ' ,,, .. Company ID Number::23043 Client Company Ip Number:663390 I' I r 1. If the Employer receives a tentative nonconfirmatiort issued by OHS,the Employer must i print the tentative nonconfirmation notice as directed by the automated system and provide it to the employee so that the employee may determine whether he or she will 1 contest the tentative nonconfirmation l 2. If the Employer finds a photo non-match for en employee who provides a document for which the automated system has transmitted a photo,the employer must print the photo non-match tentative nonconfirmation notice as directed by the automated system and provide it to the employee so that the employee may determine whether he or she will contest the finding. 1 3. The Employer agrees to refer individuals to OHS only when the employee chooses to contest a tentative nonconfirmation received from OHS automated verification process or when the Employer issues a tentative nonconfirmation based upon a photo non-match. The Employer will determine whether the employee contests the tentative nonconfirmation as soon as possible after the Employer receives it, 4. If the employee contests a tentative nonconfirmation Issued by OHS, the Employer will provide the employee with a referral letter and instruct the employee to contact DHS through Its toll-free hotline(as found on the referral letter)within 8 Federal Government work days. 5. If the employee contests a tentative nonconfirmation based upon a photo non-match,the Employer will provide the employee with a referral letter to OHS. OHS 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. The Employer agrees to check the E-Verify system regularly for case updates. e 8. The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo non-match, the Employer (or the E-Verify Employer Agent) will send a i. copy of the employee's Form 1-551 or Form 1-766 to DHS for review by: • Scanning and uploading the document,or • Sending a photocopy of the document by and express mail account(pain for ii at employer expense), i t 7. If the Employer(through the E-Verify Employer Agent)determines that there is a photo non-match when comparing the photocopied Last 0 document described In Article II.C,4 I with the image generated In E-Verify, the Employer (through the E-Verify Employer P Agent) must forward the employee's documentation to OHS using one of the means r described in the preceding paragraph,and allow OHS to resolve the case. ARTICLE IV SERVICE PROVISIONS Page 11 or I I I E-Vaulty MOO tot Employer(CWoril)uolrlg a L,-Vorrry Lroyloyai Meer I Swathe Data OV101tai www.dhs.govlE•Verify 1 1 i t 1!1.1•5' 111 I I 1609 Evenly * yr. Company ID Number:23043 Client Company ID Number:663390 The SSA and OHS will not charge the Employer or the E-Verify Employer Agent for services performed under this MOU.OHS is not responsible for providing the equipment needed to make inquiries. A personal computer with Internet access is needed to access the E-Verlfy System. ARTICLE V PARTIES A. This MOU is effective upon the signature of all parties, and shall continue in effect for as long as the SSA and DHS conduct the E-Verify program unless modified in writing by the mutual consent of all parties,or terminated by any party upon 30 days prior written notice to the others. Any and all system enhancements to the E-Verify program by OHS or SSA, Including but not limited to the E-Verify checking against additional data sources and Instituting new verification procedures, will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. OHS agrees to train employers on all changes made to E-Verify through the use of mandatory refresher tutorials and updates to the E-Verify User Manual,the E-Verify User Manual for Federal Contractors, or the E-Verify Supplemental Guide tor Federal Contractors. Even without changes to E- Verify, DHS reserves the right to require employers to take mandatory refresher tutorials, An Employer that is a Federal contractor with the FAR E-Verify clause may terminate this MOU when the Federal contract that requires its participation In E-Verify is terminated or completed. In such a circumstance, the Federal contractor with the FAR E,Verify clause must provide written notice to DHS. If an Employer that is a Federal contractor with the FAR E-Venfy clause fails to provide such notice,that Employer will remain a participant In the E- Verify program, will remain bound by the terms of this MOU that apply to participants that are not Federal contractors with the FAR E-Verify clause,and will be required to use the E- Verify procedures to verify the employment eligibility of all newly hired employees. B. Notwithstanding Article V, part A of this MOU, DHS may terminate acceas to E-Verity If it is deemed necessary because of the requirements of law or policy,or upon a determination by SSA or OHS 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 to comply with established procedures or legal requirements. The Employer understands that if it is a Federal contractor with the FAR F-Verify clause,termination of this MOU by any party for any reason may negatively affect the Employer's performance of its contractual responsibilities. C. Some or all SSA and DHS responsibilities under this MOU may be performed by contractor(s),and SSA and OHS may adjust verification responsibilities between each other as they may determine necessary. By separate agreement with DHS, SSA has agreed to perform its responsibilities as described In this Will 0. 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,the Employer, or their agents,officers,or employees. Pepe 11 al 151 E.-verity MOU Ico Employer(Chew)usliqj tiL-Verily Employer Afton I RevIstoa Dale MOMS www.dhs.gov/E-Verify 1609 Company ID Number:23043 Client Company ID Number:663390 E. Each party shall be solely responsible for defending any claim or action against ft arising out of or related to BVerify or this MOU, whether civil or criminal, and for any liability wherefrom, including (but not limited to) any dispute between the E-Verify Employer At nt or the Employer and any other person or entity regarding the applicability of Section 4O3(d) of IIRIRA to any action taken or allegedly taken by the E-Verify Employer Agent or the Employer. F 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 nol 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). G. The foregoing constitutes the full agreement on this subject between DHS, the Employer and the E-Verify Employer Agent. Creative 8u$Sales,Inc.(Employer)hereby designates and appoints Lookout Services(E- Verify Employer Agent),including Its officers and employees,as the E-Verify Employer Agent for the purpose of carrying out Creative Bus Sales,Inc.(Employer)responsibllilies under the MOU between the Employer, the E-Verify Employee Agent,and DHS. { ruga 13 of 151 E-Ventry MOU lor LIN-Oyer((Alen°wing a L-Verily Employer Agent I Novitaon Dela 05101109 www.dhs.gov/ENorify 4 1609 E-Verir .41k, Company ID Number:23043 Client Company ID Number:663390 The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the Employer,the&Verify Employer Agent and DHS respectively, If you have any questions,contact E-Verify at 14884644218 Approved by: Employer Creative Bus Sales,Inc. Name)Pleasetper of PM) Title Siiinatifro Date EVerlly Employer Agent Loolcout Services Patricia Cuellar Name(Please Type es l'Oet) Electronically Signed 04111/2013 Signature DOA Department of Homeland Security—Verification Division sarrielProliii-tyr:4 of Piing Title %vulture Date Information Required For the E-Verify E-Verify Employer Agent Program information relating to your Company. company Name:creative Bac Lulea,inc. lfage 14 of ifi INorny piell if Employer(Clainti acing a ENerofty Employer Again I itoulalOrt ONO Onin1100 www.dhs.goviEVerify 1609 1.,,,,, .. ..4.„.. ..: 1E-Verill*._____ Company ID Number l 23043 Client Company ID Number:663390 — -- , Company Facility Address:13501 Benson Ave. Chine,CA 91710 County or Parish:SAN BERNARDINO ; —— , t Employer Identification Number:330388707 I North American Industry Classification Systems . f Code:441 Administrator: 1 1 Number of Employees:100 to 403 I 1 i I 1 i I Pno 15 of 15 I e-Verity MOO for eropIoyert(Cilanli using 5 EAlutify Fmployor Agent I Roolgion Onto MO MO www.dhs.govIENerify 0 16 Q9 t pDATE(MMlDD/YYYY) 4� �` CERTIFICATE OF LIABILITY INSURANCE 2/15/2017 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 NAMEACT Christie Geiger First Niagara Risk Management, Inc ra/cDNro Ext„- (716)819-5500 FAX Nol.(716)819-5140 726 Exchange Street Suite 900 VIDIss:Christie.Geiger@fnrm.com g INSURER(S)AFFORDING COVERAGE NAIL 1/ Buffalo NY 14210 INSURERA:Zurich American Insurance 16535 i; INSURED INSURER B National Union Fire Ins Co 19445 s 9 INSURERC:Charter Oak Fire Insurance Co 25615 Creative Bus Sales, Inc. INSURERD: Y 14740 Ramona Avenue INSURERE: s Chino CA 91710 INSURER F: COVERAGES CERTIFICATE NUMBER:16-17 CBS 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 AWL SUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSR VD, POLICY NUMBER IMMIDDJYYYY) IMMIDDIYYYY) UMITS ► W GENERAL UABILITY EACH OCCURRENCE $ 1,000,000 a X COMMERCIAL GENERAL LIABILITY DAMAGE TO REN I PREMISES DAMAGE occurrence) $ 1,000,000 A CLAIMS-MADE X OCCUR X X GLO 0381874-01 7/1/2016 7/1/2017 MED EXP(Any one person) $ 10,000 I. PERSONAL 8 ADV INJURY $ 1,000,000 >? GENERAL AGGREGATE $ 2,000,000 I GE 'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 2,000,000 POLICY PRO- X LOC $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 X ANY AUTO BODILY INJURY(Per person) $ A ALLOWNED - SCHEDULEDGP 0381803-01 7/1/2016 7/1/2017 AUTOS AUTOS x x BODILY INJURY(Per accident) $ NON-OWNED PROPERTY DAMAGE it HIRED AUTOS . AUTOS (Per accident) $ A X Garage Liability $ - B X UMBRELLA UAB X OCCUR BE 80693962 7/1/2016 7/1/2017 EACH OCCURRENCE $ 20,000,000 EXCESS LIA8 CLAIMS-MADE AGGREGATE $ 20,000,000 DEO X RETENTION$ 10,000 $ '3 WORKERS COMPENSATION X WC 0380954 01 7/1/2016 7/1/2017 x TORYLITUs Oat AND EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE NN N 1 A E.L.EACH ACCIDENT $ 1,000,000 A OFFICER/MEMBER EXCLUDED? (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 It yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 is C Dealers Inventory QT 660- 88190126 7/1/2016 7/1/2017 54,400,000 A Garagekeepers Legal Liab GP 0381803-01 /1/2016 7/1/2017 1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS 1 VEHICLES(Attach ACORD 101,Additional Remarks Schedule,it more space Is required) Lee County, a political subdivision and Charter County of the State of Florida, its agents, employees, and public officials are listed as a primary additional insured with respect to the above liability limit as required by written contract. A waiver of subrogation is included as required by written contract. Per location aggregate applies when required by contract. CERTIFICATE HOLDER CANCELLATION t SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Lee County Board of ACCORDANCE WITH THE POLICY PROVISIONS. County Commissioners P.O. Box 398 AUTHORIZED REPRESENTATIVE Fort Myers, FL 33902 =r — ---- _-= M Bonetto/CGEIGE 4 ACORD 25(2010/05) ©1988-2010 ACORD CORPORATION. All rightsrase INS025 rminrtol ni The,GRr)Rrl nam.and Inn.,ara r.ni*t.rarl mark*of S( Prt Ilt` ) I i 16D9 fi REQUIRED FORMS HOMETOWN TROLLEY fi F } 0 1609 BUY AMERICA REOUIREMENTS For contracts over$100,000 49 U.S.C. 5323(j) 49 CFR Part 661 The Buy America requirements apply to the following types of contracts: Construction Contracts and Acquisition of Goods or Rolling Stock(valued at more than $100,000), The contractor agrees to comply with 49 U.S.C. 5323(j) and 49 C.F.R. Part 661, which provide that Federal funds may not be obligated unless steel, iron, and manufactured products used in FTA-funded projects are produced in the United States, unless a waiver has been granted by FTA or the product is subject to a general waiver. General waivers are listed in 49 C.F.R. 661.7, and include final assembly in the United States for 15 passenger vans and 15 passenger wagons produced by Chrysler Corporation, and microcomputer equipment and software. Separate requirements for rolling stock are set out at 49 U.S.C. 5323(j)(2)(C) and 49 C.F.R. 661.11. Rolling stock must be assembled in the United States and have a 60 percent domestic content. A bidder or offeror must submit the appropriate Buy America certification (below) with all bids or offers on FTA-funded contracts, except those subject to a general waiver. Bids or offers that are not accompanied by a completed Buy America certification must be rejected as nonresponsive. Buy America Certification requirement for procurement of steel, iron, or manufactured products. Certificate of Compliance with 49 U.S.C. 5323&)(1) The bidder or offeror hereby certifies that it will meet the requirements of 49 U.S.C. 5323(j)(I)and the applicable regulations in 49 C.F.R. Part 661.5. Date I — 11 Print Name of Authorized Officialkr ch— ? Title Signature of Authorized Official Company Name Iotb1 4(JJAC, tA134 444114,k4j1)1A Company Address 75 0 r '915 20 2 119 1609 LOBBYING For contracts over$100,000 31 U.S.C. 1352 49 CFR Part 19 49 CFR Part 20 The Lobbying requirements apply to Construction/Architectural and Engineering/Acquisition of Rolling Stock/Professional Service Contract/Operational Service Contract/Turnkey contracts. The Lobbying requirements mandate the maximum flow down,pursuant to Byrd Anti-Lobbying Amendment, 31 U.S.C. § 1352(b)(5)and 49 C.F.R. Part 19, Appendix A, Section 7. 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$10,000 and not more than $100,000 for each such failure. [Note: Pursuant to 31 § 1352(c)(1)-(2)(A), any person who makes a prohibited expenditure or fails to file or amend a required certification or disclosure form shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such expenditure or failure.] The Contractor, bo 40 I. „4 1k2c . tior -ibiAn-Fre 1€4.1 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. A 3801,et seq., apply to this certification and disclosure, if any. Date az_ a I —fl Print Name of Authorized Official .4 - ac, 4-n6e- no LA.) Title re Signature of Authorized Official , Company Name 4/ 4V • rile—11144-41 c ley Company Address r7 5 0 ..-4:-acku5i-t 6LP ciA.X LALki A • 04) SS 20 3 ! 6pg DEBARMENT,SUSPENSION,INELIGIBILTY,AND VOLUNTARY EXCLUSION REQUIREMENTS for Contracts over$25,000 This contract is a covered transaction for purposes of 49 CFR Part 29. As such,the contractor is required to verify that none of the contractor, its principals, as defined at 49 CFR 29.995,or affiliates,as defined at 49 CFR 29.905,are excluded or disqualified as defined at 49 CFR 29.940 and 29.945. The contractor is required to comply with 49 CFR 29, Subpart C and must include the requirement to comply with 49 CFR 29, Subpart C in any lower tier covered transaction it enters into. The bidder or proposer certifies as follows: 1.The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, Lee County may pursue available remedies, including suspension and/or debarment. 2. The prospective lower tier participant shall provide immediate written notice to Lee County if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 3. The terms "covered transaction," "debarred," "suspended," "ineligible," "lower tier covered transaction," :"participant," "persons,""lower tier covered transaction,"'principal," "proposal,"and "voluntarily excluded,"as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549 149 CFR Part 291. You may contact Lee County for assistance in obtaining a copy of those regulations. 4. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction witha person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized in writing by Lee County. 5. The prospective lower tier participant further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier Covered Transaction", without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 6. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction,unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the Nonprocurement List issued by U.S. General Service Administration. 7. Nothing contained in the foregoing shall be construed to require establishment of system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 8. Except for transactions authorized under Paragraph 5 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to all remedies available to the Federal Government, Lee County may pursue available remedies including suspension and/or debarment. 4 1609 Certification Regarding Debarment.Suspension,and Other Responsibility Mailers (Contracts over$25,000). The contractor certifies, that neither it nor its "principals" as defined in CFR 29.995, or affiliates, as defined at 49 CFR 29.905, are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any governmental department or agency. Date Print Name of Authorized Official 41_5-4*I 111 ct. Pe-fl ce Title Pre6 / EO 6 10‘c N Signature of Authorized Official C .01‘ bi -2 RCit. — bc-Lte0 Company Name ______ k db4_, 71-1 0 rn,e u-)trr—ro 1 Lej Company Address ? ,...1--p4u6iy- 6,A) 4 ait,11._L,oeui Gittv\A 0 54 SAD 5 � ��� � � � � � Immigration Law AffidavIt Certification 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. The Employment Eligibility Verification System (E-Verify) operated by the Department of Homeland Security (OHS) 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 riot a substitute for any other employment eligibility verification requirements. The program wilt be used for Lee County formal Invitations to Bid (ITB) and Request for Proposals (RFP) including professional services and construction services. Exceptions to the program: ° Commodity based procurement where no services are provided. Vendors / Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor's/bidders proposal, Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Vendors are also required to provide the Lee County Purchasing Department an executed affidavit certifying they shall comply with the E-Verity Program. The affidavit is attached to the solicitation documents. If the Bidder/Vendor does not comply with providing both the acceptable E-Verify evidence and the executed affidavit the bidder's/vendor's proposal malbe deemed non-responsive. 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. For additional information regarding the Employment Eligibility Verification System (E-Verify) program visit the following website: http://www.dhs.gov/E'Verifv. It shall be the vendor's responsibility to familiarize themselves with all rules and regulations governing this program. 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. Required submittals: Contractors shall be required to provide the County a copy of the memorandum of Understanding required by Department of Homeland Security(OHS)when signing up for the program and an executed affidavit vowing they will comply with the E-Verify program for each service/project. An affidavit must be executed each time a proposer submits a proposal. 8 � � �� �� � � � � � Attachment:Immigration Law Affidavit Certification Solicitation t#and Title : This Affidavit is required and should be signed, notarized by an authorized principal of the firm and submitted with formal Invitations to Bid (|TB's) and Request for Proposals(RFP) submittals. Further, Vendors/ Bidders are required to enroll in the E-Verify program,and provide acceptable evidence of their enrollment, at the time of the submission of the vendor's/b|dder'y proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Failure to include this Affidavit and socestable evidence of enrollment ine E-Veri .ra:ra'm ma deem the VendQr Bi.der"s&ro•cisa|aw non-responsive. Lee County will not intentionally award County contracts to any vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained(nOU.S.C-Section 1324o(e)Section 274A(e) of the Immigration and Nationality Act(INA"). Lee 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 Lee 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 ([-VerUy), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor's/Bidder's proposal. � Company Name � \r)" b i« u/ /x\^�, Jk�� 14-0r1V�� ��/i � / cat,/ Print Name [� �L y��, ��- /`l~~`0x_) Title Pr e6 / /~ k_ - Date ^J -Al- Signature �k L��4��~�� »~.^�~�ac�/ ^°~ ~-~� -�� State of /^}1- County /_mf �0[e-� — \ � � l��. The foregoing instrument xxassigned and acknowledged before methis ~- . day of�" � ,2.nJ.7,6V 6:96."-r0.- / �~� ���|-?���' ����|- # �-7�� ' :bun*�� whohmopnoduced �� - as identification. (Print or Type Name) (Type of Identification and Number) 1NI., ��_ Notary Public Signature " w8� - y0 � ~� _ ' -�M~ar=t Notary Printed Name of Notary Public Sta/P. »1Wmw*no/n 0 ca- /-1-�� Notary Commission Number/Expiration The signee of these Affidavit guarantees, as evidenced by the sworn affidavit required herein,the truth and accuracy of 16D9 ' V pw - ?t tsr 51a COYYIy S�utrls-4f(mc K�Y6r'(t2 r. CAS@5- C#0ifr•.@ GftAA#ANY• Gpp61k1S- RE5t5Uf1C.'5. L#OUT Nw °/�,€C tln= QUICK LINKS $ 7i Message Curter ,J r� ID get the It3teSt L' E-Verify News and Information #, ! c € r : ' 'rr .�T f ' f� s Lasxt�9r 03�'971'baft�%MN � sre warww�amaunncvearsctu.ei ars��+at�arb= - g t iG%trna^w„t o-ac.,:asmw.^Artcec+-t Glx.<[as,4t*s�'us w+.btA�;:`+§>+'.+ P-w:ca+a�'eree e.k e. ,s, i-€s.wa:�ty tansR^ +vewrwxx [[I 1 6 D 9 CERTIFICATE OF COMPLIANCE WITH BUS TESTING REQUIREMENT The undersigned certifies that the vehicle offered in this procurement complies and will, when delivered, comply with 49 U.S.C. § 5323(c)and PTA's implementing regulation at 49 CFR Part 665 according to the indicated one of the following three alternatives. (Mark one and only one of the three blank spaces with an "x") 1. Y, The buses offered herewith have been tested in accordance with 49 CFR Part 665 on ...,12..pfefrikleA '24)1'4 (date). The vehicles being sold should have the identical configuration and major components as the vehicle in the test report, which must be submitted with this Offer. If the configuration or components are not identical,the manufacturer shall provide with its Offer a description of the change and the manufacturer's basis for concluding that it is not a major change requiring additional testing. 2. The manufacturer represents that the vehicle is"grandfathered"(has been used in mass transit service in the United states before October 1, 1988,and is currently being produced without a major change in configuration or components),and submits with this Offer the name and address of the recipient of such a vehicle and the details of that vehicle's configuration and major components. The undersigned understands that misrepresenting the testing status of a vehicle acquired with Federal financial assistance may subject the undersigned to civil penalties as outlined in the Department of , Transportation's regulation on Program Fraud Civil Remedies,49 CFR Part 31. In addition,the undersigned understands that FTA may suspend or debar a manufacturer under the procedures in 49 CFR Part 29. Date: Signature: <-14.17 re.i.• i . -f\-LA -- - 7.--- .A.".0 to-) 4 -i- Company Name: DiL.k)ic k ....12,ft.0 . Abgt.t4 002_4'OtAi\--lioil 61 Title: 0 1 6 13 9 FEDERAL TRANSIT BUS TEST Performed for the Federal Transit Administration U.S. DOT in accordance with CFR 49, Volume 7, Part 666 Manufacturer: Double K Inc. dba Hometown Trolley Model: 2014 Submitted for Testing in Service-Life Category 7 Year /2001000 Miles SEPTEMBER 2014 Report Number: LTI-BT-R1316 PLNINSTATE j The Thomas D. Larson Pennsylvania Transportation Institute 201 Transportation Research Building The Pennsylvania State University University Park, PA 16802 THE (814)866-1891 LARSON 11 I , 1 Bus Testing and Research Center 2237 Old Route 220 North Duncansville, PA 16635 (814)695-3404 1316 Page 1 of 121 1 6 0 9 FEDERAL TRANSIT BUS TEST Performed for the Federal Transit Administration U.S, DOT 1200 New Jersey Avenue, SE Washington, DC 20590 In accordance with CFR 49, Volume 7, Part 665 Manufacturer: Double K Inc. dba Hometown Trolley 750 Industrial Parkway Crandon, WI 54520 Model: 2014 Submitted for Testing in Service-Life Category 7 Year /200,000 Miles Report Number: LTI-BT-R1316 Ip4 6.7 diimmi ' ACCRE • ItED, N4.11anititi Uttitsj VW'WM..317V 01 I . ' \ Director, Bus Research and Testing Center C112,7-1/9 -- unfits/Atilhoriralinn 7 We Oates 1316 Page 2 of 121 60 1609 DBE APPROVAL CERTIFICATION I HEREBY CERTIFY THAT THE OFFEROR HAS COMPLIED WITH TILE REQUIREMENTS OF 49 CFR 23.67,PARTICIPATION BY DISADVANTAGED BUSINESS ENTERPRISES IN DOT PROGRAMS,AND THAT ITS GOALS HAVE NOT BEEN DISAPPROVED BY THE FEDERAL TRANSIT ADMINISTRATION. OF THE OFFEROR'S AUTHORIZED OFFICIAL #_. e„-- —iLt40104 Prec NAME AND TITLE OF THE OFFEROR'S AUTHORIZED OFFICIAL DATE s 16 09 c 1;' scow WALKER 1. GOVERNOR SCOTT A.NEITZEL SECRETARY 9 Wisconsin Supplier Diversity Program 1 • WISCONSIN DEPARTMENT OF P.O.Box 7970 =_ ADMINISTRATION Mace(n,W 5370 . 970 267-9550 Fax(608)267-0600 E ( s August 17,2016 F • h Ms.Kristina Pence-Dunow Double K,Inc.,d/b/a Hometown Trolley 4 750 Industrial Parkway Crandon,Wisconsin 54520 1 Dear Ms.Pence-Dunow: Congratulations!After reviewing the information that you supplied with the WBE Recertification Affidavit,I am pleased to inform you that your firm has been granted continued WBE certification by the State of Wisconsin.Your firm's name will remain r in the Department of Administration's Directory as a certified woman-owned business enterprise and your enclosed certificate l will attest to your ownership status. r This WBE certification is valid until July 16,2019.Your firm is required to continue to revalidate your eligibility annually.The t' department will provide you with your annual renewal affidavit notification 30 days prior to the annual renewal date,In addition, 1, a WBE is required to notify the Department in writing within 30 calendar days of any WBE status changes.It's important to r provide the department with any phone number,e-mail,address or web site changes so that suppliers can locate your firm when they search the WBE directory.The WBE directory is located at:http://www.dsoa wi,goy(left side of homepage under State of Wisconsin Supplier Diversity Programs).Please be sure to keep the department updated on any e-mail address changes as both h certification renewal and recertification notifications will be sent to you electronically. 1 While state government does not have a legislative requirement that implements a state WBE goal,the federal government has 1 implemented the federal woman-owned business procurement rule and its 5%goal.The program will serve as a powerful i mechanism to increase the flow of federal dollars to woman-owned firms.Wisconsin's women-owned firms will want to be 0. positioned to take advantage of the federal 5%goal and the program expansions that will be established for women-owned firms. 1 Wisconsin WBE's who are not already involved in federal procurement may wish to consider attending a federal procurement training offered by either the Wisconsin Procurement Institute(WPI).You'll find information on both organizations and the referenced federal procurement rule from the WBE certification website. 1 I wish you continued success in promoting the value of your service and/or supply as a Woman-Owned Business to the many firms that recognize the importance of having a diverse supplier base.For further information about your state WBE certification or if you have any other questions,please contact me at 608-267.0297 or hannah.trudeau@wi.gov. I ' E Sincerely, _ ii ! 40 i I Corrine Wiesmueller Equal Opportunity Specialist Enclosure ri t WISCONSIN IS OPEN FOR BUSINESS 414 Knots sin.gov I 1 6 D 9 1. It o. �"+` ° i,,lilt Y,,,,,...m.. e FTd "1ii„.,,,,,,.1.- b., ,. .-_ r.' ,j,f"j11 :; �r (hp t t• 'r1tt' s \!/ ' l 41:4\'%/y.�� 1 I/A<•� ( .ice X14 , . ( f a. „ a1.il k. ii., r . . • SCOTT WALKER • 3y GOVERNOR �• ��} SCOTT A.NF.rrZEL ,, VII1SC0US111 DEPARTMENT OF SECRETARY .��.i`, .> ADMINISTRATION :i Jp a f x r5 i , ( '�:401 RECERTIFICATION WI-4482-WBE � The Department of Administration • ----• \?-41 1 �� Division of Enterprise Operations '. having determined that L � c -- ii�� i ' Double K, Inc., d/b/a Hometown Trolley :A j}} y t'x f . K' ' lkiri • Has successfully met the certification requirements as outlined in �' �, t. Wisconsin Administrative Code Adm. 83 and the policies adopted thereunder, ' ' P P .tt,t� ,;t� 1 ' hereby grants the designation of Y�t , 4 i i ° Woman-Owned Business Enterprise ; t=, .\ M and is recognized as such until the expiration of registration and certification on i 14" Expiration:July 16,2019 ) "11,111 e 1 1flY1 NIGP Codesgt• ' F ' _ 55685 Trolley,Transit,Rubber Tired(Compressed Natural Gas) ' ,€ ; t7-•c LS, tf 10 e 55686 • frolley,Transit,Rubber Tired(Diesel Powered) .VP$-.,-.N. 55687 Trolley,Transit,Rubber Tired (Electric) (i�4 NAICS Codes: E See online business directoryat, ht s/hvisd wi, ov :':::lc i F • ' Product: s Manufacture trackless trolley busses. Sold nationwide to transit agencies and private tour f.).'''l '-' II-, companies. lty tf!( AedBy.. I ', tilvii 7 ' �h ��';YA et, Corrine Wiesmueller,Equal Opportunity Sp cialistVW,: a5`r,;+, � ,..( . Nm llsyl (0,-.:;r7-..;-::;::::;:-... ".1iii;;igi- StiiurLW4h019 f1 ,.. . � t A � , . tb1/'h ' ��) � .. � ?k j} 4 �nT,N.Y�tx0MdY !� \. F . " kSSpo � l( WF 0 1 6 D 9 WISCONSIN UNIFIED CERTIFICATION PROGRAM DISADVANTAGED BUSINESS ENTERPRISE 1 4"i , T'n 44xScoNs/ 0... 02 -:::00%--,.4,,,, k r roF nor- 8/05/2016 Kristina Pence-Dunow DOUBLE K,INC. 701 NORTH RAILROAD AVENUE Crandon,WI 54520 RE: Approval of 2016 Annual No-Change Affidavit Dear Ms. Pence-Dunow: On behalf of the Wisconsin Unified Certification Program, WisDOT has approved your No-Change Affidavit and has determined that your firm continues to meet DBE eligibility standards contained in 49 CFR Part 26 to perform work towards DBE goals. This determination is based on information provided to WisDOT on your current application and Personal Financial Statement for certification as a DBE. Should this information change, you must notify this office within 30 days of the change. WisDOT reserves the right to rescind this certification of eligibility, should the information provided by you on the Annual No-Change Affidavit form and the supporting documentation prove to be false, inaccurate, or misleading. Please note that you are required to submit an Annual No-Change Affidavit next year by your firm's anniversary date. WisDOT will send you an Annual No-Change Affidavit email in advance of your due date. r If you need assistance or have any questions regarding your certification,please contact WisDOT at 608- 266-8216. Sincerely, Vincent Fisher Equal Opportunities Specialist City of Madison Dane County Milwaukee County Wisconsin Dept Of Transportation Department of Civil Rights Dane County Executive Office Office of the County Board DBE Office 210 Martin Luther King Jr.Blvd.,Rm.523 Office of Equal Opportunity Community Business Development Partners 4802 Sheboygan Avenue Madison,WI 53703 210 Martin Luther King Jr.Blvd.,Rm.421 Milwaukee County-City Campus Room 451 (608)266.4910 Madison,WI 53703 2711 West Wells Street P O Box 7965 (608)267-1142 FAX (608)266-4114 Room 830 Madison,WI 53707-7965 j (866)703-2314 TTY/Textnet (608)266-2643 FAX Milwaukee,WI 53208 (608)266-6961 (i) (414)278-5248 (608)267-3641 FAX (414)223-1958 FAX 1609 PRE-AWARD FMVSS COMPLIANCE CERTIFICATION I As required by Title 49 of the CFR, Part 663—Subpart D, 1,fe 004.4.1-44i .5 W Flol)oict certifies that it received, at the pre-award stage,a copy of N p 14,41/ 4/ .PI, e,.4tioilkarivarA . (the ma ufacturer)self-certification information stating that the buses, ( 00.11 e_ci k ) Ca"111 1 ', -rt.,"i lei ettz,ces ? I (number and description of vehicles),will comply with the relevant Federal Motor Vehicle i Safety Standards issued by the National Highway Traffic Safety Administration in Title 49 of the t Code of Federal Regulations, Part 571. ,-, i ( Date: (7--- i— Signature: , .4 , _ itirot , N-.- A-) Title: i 49 1 6 D Hometown Trolleys by Double K lnc FMVSS Certification SELF-CERTIFYING FMVSS COMPLIANCE CERTIFICA`HON As required by Title 49 of the CFR, Part 663 —Subpart 1), Double K, Inc. (the mmufacturer), certifies that the proposed Trolley buses(number and description of buses),will comply with the relevant FederalMotor,Vehicle Safety Standards issued by the National Highway Traffic Safety Administration in Title 49 of the Code of Federal Regulations, Part 571. Date: e"?..47,2 F Signature Title: President 1 6 13 9 POST-DELIVERY FMVSS COMPLIANCE CERTIFICATION As required by Title 49 of the CFR, Part 663—Subpart D, certifies that it received, at the post-delivery stage,a copy_ (the manufacturer)self-certification information stating that the vehicles, (number and description of vehicles), comply with the relevant Federal Motor Vehicle Safety Standards issued by the National Highway Traffic Safety Administration in Title 49 Code of Federal Regulations, Part 571. Date: Signature: Title: 1609 PRE-AWARD BUY AMERICA COMPLIANCE CERTIFICATION As required by Title 49 of the CFR, Part 663-Subpart B, Lae-ezu-nti-kt St...) FL certifies that the vehicles to be purchased, S. Oevvw T ll-141 I 3 S (number and description of vehicles), from (the contractor), meet the requirements of Section 165(b)(3)of the Surface Transportation Assistance Act of 1982, as amended. The recipient 0, has reviewed documentation provided by the manufacturer,which lists(1)the proposed component and subcomponent parts of the vehicles identified by manufacturer,country of origin, and cost: and (2) the proposed location of the final assembly point for the vehicles, including a description of the activities that will take place at the final assembly point and the cost of final assembly. Date: - Signature: / ,k4-41401--) Title: 1609 , Hometown Trolleys by Double K Inc. Buy America Certification x f IV i t i t 1 4. t I PRE-AWARD BUY AMERICA COMPLIANCE CERTIFICATION As required by Title 49 of the CFR, Part 663 —Subpart B, Lee County (the recipient) is i satisfied that the buses to be purchased, TBD Trolley Buses VIN#'S: TBD (number and description of buses) from Double K,Inc. dba Hometown Trolley, (the manufacturer), meet the requirements of Section 165(b)(3) of the Surface Transportation Assistance Act of 1982, as amended. The Lee County,or its appointed analyst the analyst—not the manufacturer or its agent), has reviewed documentation provided by the manufacturer, which lists(1)the proposed component and subcomponent parts of the buses identified by manufacturer, country of origin, and cost; and (2)the proposed location of the final assembly point for the buses, including a description of the activities that will take place at the final Date: 2.21.17 Double K,Inc. 411.4 ti-ria- snf='rc��' ux�� r' Signature: '' Title: President i t i i 4. 1 i ya N i 1 1 1 J , 6 0 1609 Hometown Trolleys by Double K Inc Buy America Certification Lee Countv CARIIAGE -- FRONT ENGINE CASLONE TROLLEY" BUY AMERICA AUDIT , i Double K, Inc. dba Hometown Trolley is a family owned business of 35+ years and is 100% U.S. owned and operated, as well as certified WI Dot, W13E and DBE 100%owned and operated. Our facility is located in the USA. Our policy is to strive for use of products produced in the USA in our trolley buses. Pursuant to 49CRF Part 661, no funds shall be originated under the Federal Transit Act of 1992, as amended, unless steel, iron and manufacturer's products used in such products are produced in the United States. Component Sumner Manufacturer Co-utitn•of Origin Percentage of total Installer Material Cost Chassis and Drive Train FORD/OM I iomelown Trolley (Chassis and Drive Train) USA 32% Steel Framing/Fabrication Steel Londerville Hometown Trolley USA 2% Aluminum/Stainless Braatz Hometown Trolley USA 2% Aluminum Sheets Londerville Hometown Trolley USA 3% Trim Work AMC Hometown Trolley USA I% Mooring Transit Rubber AIIm I lomelown Trolley USA .5% Sub Floor Space Age I lomeiown Trolley USA 1% Paint and Finish Paint Paul's Paint Hometown Trolley USA 2.5% Windows FPI Hometown'I'rolley USA 2% Oak Panels&Trim Argonne Lumber hometown Trolley USA 1.5% Beating Systems Pro Air Hometown Trolley USA 1.5% [ Sound Systems Radio Engineering Inc Hometown Trolley USA .7% Wiper System Illinois Auto Electric Hometown Trolley USA .7% Mirrors Romeo Hometown Trolley USA I% All Lighting Imperial hometown Trolley USA 1.5% 1 0 1609 Hometown Trolleys by Double K Inc. Buy America Certification BIDDER'S CERTIFICATE BUY AMERICA Pursuant to 49CRF Part 661,no funds shall be originated under the Federal Transit Act of 1992, as amended, unless steel, iron and manufacturer's products used in such products are produced in the United States. Component Supplier Manufacturer Country of Origin Percentage of total Material Cost Electrical RC Tronics Hometown Trolley USA .5% Apex Apex USA 2% Terminal Supply Hometown Trolley USA 3% Doors A&M Hometown Trolley USA .5% Actuator/Bearings A&M Hometown Trolley USA .5% Vapor Hometown Trolley USA 2% Seating Freedman Seating Hometown Trolley USA 1% Gong Bell WL Jenkins Hometown Trolley USA .2% Wheel Chair Lift Ricon Hometown Trolley USA 2.5% ADA Restraints Q Straint Hometown Trolley USA 1% Bike Rack Sportsworks Hometown Trolley USA .25% Air Conditioning MCC Hometown Trolley USA 2% LED Destination Signs Luminator Hometown Trolley USA 1% APC,AVL,APU Trapeze OR TSO Hometown Trolley USA 2% Fare Box Gen Fare Hometown Trolley USA 2% Cameras Safety Vision Hometown Trolley USA 1% Fire Suppression Afex Hometown Trolley USA .5% Total 76.85% Final Assembly,Shipping and Delivery Costs 23.15% 2 0 1 6 a 9 Hometown Trolleys by Double K Inc. Buy America Certification The following is a description of the actual location of the final assembly point including a description of the activities that will take place at the final assembly point and the cost of the final assembly: All assembly takes place at the factory of Double K, Inc. at 750 Industrial Parkway Crandon, WI 54520. All components are shipped to factory or fabricated by Double K, Inc. Assembly is as follows: Upon Receiving Chassis and all components and supplies fabrication begins by 1. Prep work to chassis, chassis low floor modification. 2. Fabrication of walls, floor,roof and small parts 3. Assembly all parts on chassis, fabricate supports and bushings, wheel tubs etc. 4. When all fabrication is complete, framing is washed and primed with 670 HS Azko Nobel Bridge Primer 5. Sika Flex 552 adhesive is applied to all tubes and sheeting is installed 6. All trim work is installed 7. Prep for paint 8. Paint process(see specifications) 9. Trolley is then brought to finishing 10. Flooring is prepped for RCA transit rubber flooring 11.All oak panels and trim work is installed 12. Windows installed 13. Heating, A/C,Electrical,Sound,and Wiper systems are installed. 14. All seating is installed 15. Pin striping and detail work is completed E: *All stages of work are inspected and signed off on a detailed inspection sheet before moving on to the next stage. A 2-day final inspection and drive test will take place before Trolley is released for delivery. *See attached specification for a further detailed building process of our Double K, Inc, trolley buses. 3 o 16139 Hometown Trolleys by Double K Inc. Buy America Certification pp. G i t. i DOUBLE K, INC. /HOMETOWN TROLLEY APPROVED VENDOR LIST I ZIP VENDOR NAME ADDRESS CITY,STATE CODE g AMERHART P.O. BOX 10097 GREEN BAY,WI 54307 I A& M P.O. BOX 89 ELKHART, IN 46517 s CHAMBERSBURG, I AMC 440 RAMSEY AVE PA 17201 I. 1735 TECHNOLOGY ALTRO DR, SUITE 720 SAN JOSE, CA 95110 AFEX. 5808 LEASE LN RALEIGH, NC 27617 APEX N2812 ALPHORN LN APPLETON,WI 54913 1 i BRAATZ P.O. BOX 208 SHAWANO,WI 54166 1495 E. GREEN BAY SHAWANO, DEARCO STREET WISCONSIN 54166 li FREEDMAN 4545W. AUGUSTA SEATING BLVD CHICAGO, IL 60651 .3 FREIGHTLINER 552 HYATT ST GAFFNEY, SC 29341 751 PRATT ELK GROVE GENFARE BOULEVARD VILLAGE, IL 60007 ILLINOIS AUTO 700 ENTERPRISE i ELECTRIC STREET AURORA, IL 60504 IMPERIAL P.O. BOX 23910 GREEN BAY, WI 54305 i KINGS RIVER 1 CASTINGS 1350 NORTH AVE, SANGER, CA 93657 t LONDERVILLE 12402 WOODLAND DR WAUSAU,WI 54401 i q 25969 NETWORK LUMINATOR HOLDING LP CHICAGO, IL 60673 SCHOFIELD, WI 54476 t 4 0 16139 Hometown Trolleys by Double K Inc. Buy America Certification PAUL'S PAINT 4710 CAMP PHILLIPS RD APPROVED VENDOR LIST (continued) ZIP I' VENDOR NAME ADDRESS CITY,STATE CODE PRO AIR 28731 C.R.6 ELKHART, IN 46514 RAMCO 52965 FREDRIC DR ELKHART, IN 46514 2573 EAST KERCHER RCTRONICS RD. GOSHEN, IN 46528 OPANORAMA CITY, RICON 7900 NELSON RD CA 91402 SPACEAGE 1402 39TH ST N.W FARGO, ND 58102 15540 WOOD RED RD SPORTWORKS NEI#A-200 WOODINVILLE, WA 98072 TPI P.O. BOX 586 EVERGREEN,AL 36401 TERMINAL SUPPLY 1800 THUNDERBIRD TROY, MI 48084 TRAPEZE 280 GOLDEN OAK VIRGINIA BEACH, GROUP COUT SUITE 250 VA 23452 WL JENKINS 1445 WIPPLE AVE SW CANTON, OH 44710 5 0 Y• 1 6 9 PRE-AWARD MANUFACTURER'S REOUIREMENTS CERTIFICATION As required by Title 49 of the CFR,Part 663—Subpart B, Leel4iCto F certifies that the buses to be purchased, I-is' (number and description of vehicles) from Dsc, dba,Aptici-44/1-Tiotio#(the contractor), are the same product described in the recipient's solicitation specificatiori and that the proposed manufacturer is a responsible manufacturer with the capability to produce a vehicle that meets the specifications. Date: e:%.2-421" 7 Signature: ft . .^.)444--4A-- Title: Pd°,4 1609 roM104.emse Ma'am..trvenne. Transit Vehicle Manufacturer Certification Certification of Disadvantaged Business Enterprises(DBE) Compliance I The responder, a Primary Transit Vehicle Manufacturer, herby certifies that that it has complied with the requirements of 40 CFR Section 26.49,as amended,by submitting an annual DBE goal,as amended,to the Federal Transit Administration(FTA). The goal has either been approved or not been disapproved by the FTA. Date: -4. .-- 1 --6-1) Signature: 400, 4/41 reAt/Zst—,6,-- / trkc,e Title: "/fro . 0 Company: ''SoLi_iii,I i titi 4,.., titt-flt91 td re ti „ .. 1 1 i i 1 1 , I 1 4 i t ' I 0 1609 , U.S. Department Headquarters East Building,5"Floor—TCR Of Transportation 1200 New Jersey Avenue,SE . Federal Transit Washington,DC 20590 Administration i October 28,2016 Talia Walerko Hometown Trolley 701 North Railroad Ave. Crandon, WI 54520 Re: TVM DBE Goal Concurrence/Certification Letter—Fiscal Year 2017 Dear Ms. Walerko: "l'his letter is to inform you that the Federal Transit Administration's(FTA)Office of Civil Rights has received Hometown Trolley's Disadvantaged Business Enterprise (DBE)goal and methodology for FY 2017 for the period of October 1,2016-September 30,2017. This goal submission is required by the U.S. Department of Transportation's DBE regulations at 49 CFR Part 26 and must be implemented in good faith. We have reviewed your FY 2017 DBE goal and determined that it is compliant with DOT's DBE regulations. You are eligible to bid on FTA-funded transit contracts.This letter or a copy of the TVM listing on FTA's website may be used to demonstrate your compliance with DBE requirements when bidding on federally funded vehicle procurements. FTA reserves the right to remove/suspend this concurrence if your DBE program or FY 2017 DBE goal is not implemented in good faith. In accordance with this good faith requirement,you must submit your DBE Uniform Report to FTA by December 1,2016. This report should reflect all FTA- funded contracting activity for the second period of FY 2016(i.e., from April 1 to September 30). Please also he mindful that your FY 2018.DBE goal methodology must be submitted to FTA by August 1,2017. Any updates to the program plan must be submitted to FTA as they occur. Thank you for your cooperation. If you have any questions regarding this approval, please contact the FTA DBE Team via e-mail at FTATVMSubmissions@dot.gov. Sincerely, ! YN S45-7 Dawn Sweet Program Manager l Office of Civil Rights 3 1 s 1609 Hometown Trolleys by Double K Inc. TVM DUE Certification TRANSIT VEHICLE MANUFACTURER/TVM) DBE CERTIFICATION [ hereby certify that the Offeror has complied with the requirements of 49 CFI 26.49, Participation by Disadvantaged Business Enterprise in DO'r Programs,and that our goals have not been disapproved by the Federal Transit Administration. The bidder/offeror is committed to a minimum of 29%DBE utilization on this contract. Double K,Inc. a certified TVM is also certified DBE and contributes to its own participation percentage of 100% DBE manufactured trolley bus. Signature of the Offeror's Authorized Official: Name and Title of the Offeror's Authorized Official: Kristina Pence-Dunow Date: Signature: Tip 4 rs,01 1609 Exhibit B Fee Schedule ❑■ following this page (pages 1 through 1 ) ❑ this exhibit is not applicable Page 16 of 17 General Service Agreement Non-Solicitation#2017-004(Ver.l) 1609 EXHIBIT B- FEE SCHEDULE Purchases must be made at the same prices, terms and conditions for the project known as RFP170058LAC, Lee County Public Transit Trolleys Item# Description Unit Qty Unit Cost Amount Base Bid 1 Manufacture and deliver Gasoline EA 2 $205,381.00 $410,762.00 Powered Engine Small Low Floor Trolley Transit Vehicle following all details and specifications as contained in RFP170058LAC, Lee County Transit Trolleys. TOTAL $410,762.00 Four Hundred Ten Thousand Seven Hundred and Sixty-Two Dollars BASE BID SPECS. Length: Must be between 20 and 25 feet in length: 282 Inches/23.5ft Width: Must be a minimum 95 inches and a maximum 99 inches: 96 Inches ALTERNATIVE ITEMS Description Unit Qty Unit Cost Amount Electronics ITS: Clever Device INV4 AVL- EA 1 $36,992.00 $36,992.00 w/Voice Annunciation, Wireless LAN, Ride check plus with connectivity to the fare box, destination sign, inside passenger information sign, ride check plus, and the internal/external speakers. 0 1609 Other Exhibit/Attachment Description: Notice of Assignment of Option (� following this page (pages 1 through 1 ) Ti this exhibit is not applicable Page 17 of 17 General Service Agreement Non-Solicitation#2017-004(Ver.l) • 1609 Procurement Lee CoU 1 L y Management Division 1500 Monroe Street,4'"Floor <r jj / / Fort Myers,FL 33901 % OUt WeS('Florida (239)533-8881 BOARD OF COUNTY COMM1:SS1ON1 RS NOTICE OF ASSIGNMENT OF OPTION Lee County Transit Department(LeeTranl,hereby assigns two(2)available option for the purchase of a Transit Trolley to Collier County Transit(CAT)(Assignee). Options are awarded and made available via Lee County's agreement with Creative Bus Sales,inc.(Contractor)for the project known as RFP170058LAC,Lee County Public Transit Trolleys. LeeTran understands that the amount of available product to be purchased under this contract is reduced by the assigned quantity stated above. The Contractor and Assignee understand and agree they must enter into their own contract for purchase of any assigned products,that the Contractor is solely responsible for the obligations of the assigned goods, and that all assignment purchases must be made at the same prices,terms and conditions of the aforementioned project. LeeTran shall incur no financial responsibility in connection with contracts issued by the Assignee and the Assignee accepts sole responsibility for placing orders or payments to the Contractor. LeeTran provides no guarantee to Assignee that assigned purchase meets all funding regulations. It is the sole responsibility of the Assignee to ensure option purchase meets their funding regulations and complete any additional required administrative tasks. Execution of this document is required by all parties prior to release of option(s)to Assignee. OPTION ASSIGNMENT SUMMARY Minimum Contract Quantity 1 Maximum Contract Quantity(Options) 8 LeeTran Quantity Purchased to Date 3 LeeTran Quantity Assigned to Date 0 Requested Assignment Amount Remaining Quantity(Options) 3 Lee County Contractor As ' nee j�cCv it 'M4,4 I .•. is [f,/%; ir Depsrmrent Company Agency / S4-c 'op) L res Colter s . • Nome of A+onxd Personnel Name ot�4uthorirsd Personnel N +".ri gnxtu n vPAutNvrized Per al Signature a adronred Personnel Signature of Auttarixed Pna-oanel Date Dote Date ATTEST A r ed as fo le ality DWIGHT E. BRBCK, CLERK BY: .3. ` " Scott-R.Teach,Deputy Co my Attorney PAttest as to C til atl signature only. ualuu V A.#.1....1,#.03#!...........!Muc vwcu Lit 10:-/V v41.1 4U tSUU LUC,SZUSNI 'paMasaI s1116l-1 IIV 'NOI1V230d210O 021OOV 01.0Z-886 I.OO (90/01,0Z)SZ aeoav aziaDo/044.uos pi 3Au-v1N3s3ad3a OBzla0Hlnv ZTT'£ 'I3 'SeIdeN 4s"e5 TTez.1 To einre,L 56 Z5' uotssivnuo0 &q.unoO go p.z-eog �.uno0 satTToD •SNOISIAONd A011Od 3H1 H11M 30NV0210OOV NI 03H3A1130 38 11IM 30110N `dO3L13H1 31~10 NOI1VHIdX3 al-1.1. 3H10d38 03"1130NVO 39 SIOI10d Q381H0S30 3A08V 3141 dO ANV Q1nOHS NOI1Vl13ONV0 213010H 3IV01d112130 •urnTu aad go quaui&ed-uou ao3 gdeoxa sa•rtddu uo?q eTTeouSO go eo-gou asa Ds -gosaguoo Aq paiTnbaa ueuM saTTdda agebaabbs uoTnsooT Sad •gosaquoa uaggTabl Eq paaznba,u ss papnTouT sr uoTnsboagns go aasLzsea V •goesa_uoo uaggTs& Kg pe Tnbea se gTurcT AATTzgBTT e oqe auq oq goadsaa 1.11.-Fm speansuT Tsuozq-pps Xasw-r d ss pepnTout sap queutuaeAo0 Aiquno5 go p.xsog dgunoo aaTTT03 (pa+lnbai sl ads avow 4.1`alnpayas sjJewall Ieuol)lppy'WI.QNOOV 4°4Av)S3131H3A 1 SNOLLV001/SN0LLVaad0 dO NOLLdINOS30 000'000'T BTOZ/I/L LTOZ/t/L ZO-E08T8E0 d0 qsz' isbea saadaaxabsasO v OS6'SSE'99 BtOZ/T/L LTOZ/T/L LT-'IIS-60L2LOr9-0E9-0 Aaoquanui sae-Lusa 0 000'000'T $ 5511 A3110d-3SVSIQ1'3 MOleS SNOI1Va9d0 dO NOIldINOS30 spun equosap'sant J1 000'000'T $ 33AOldS3 V3-3SVESIS'1'3 (HN ul tiolepueiN) w 500'000'T s 1N30100v HOV3 7 3 V/N N L030N Vd/ OJ adaki ANY 3A1in03X3RJ3NlaVdlaOLfadDad ANY N3 susi I Aa01 N/A AIF 1BVii,Sa3A01dW3 ONv -H10 -n1VISOM X 8T0Z/T/L LTOZ/T/L ZD 6E608E0 D1( A N011VSN3dWOO Sa3)iaOM $ A x 000'OT $NOi1N313e1 x 030 000'000'0Z $ 31V93a9OV 3GVIN-swIV13 syn ss3ox3 000'00010Z $ 33N32M11330 HOV3 stow/I/L LTOz/T/L 001689990 Ma a1.1300 X ayn V113a8Wn X g $ I4!llgeil a6ale0 X V $ livaPlDeJad) S0111V — same03NIH 30VWVQ A1NSd021d 03NMO-NON same SOInv $ (1uap;0oeJed)AanrNIA11009 8I0Z/T/L LIOZ/T/L ZO-E08TEE0 at: A X 031n03HOS 03NMO11V $ (uosJad gad)AanMi A11008 OInv Ave x 000'000`T $ (lueppoe e3) ALl-119vn 31180WOlnv 111111 31ONIS 03NIHWO0 g _ 001 X 13d1' AOnOdI 000'000'Z $ Deb'dO/dSOO-S10 nOOad :aid S31ddV IIWf 31V02/,105V 1,NS 000'00O`Z $ 31V'J3aS9VIVN3N35 000'000'T $ ANnrNIA0V21VNOsa3d 000'0T $ (uo $d euo Auy)dX3 OEN BTOZ/t/L Lt0Z/t/L ZO-5L81850 O'IO A X an000 X 30V11-S111V13 lit 000'000'T $ (aoueAinauO e3)sasliN3Nd AJ n18Vn 1Va3N3 J 1VI0a3 NW00 X 031N3a 013SVWVO 000'000'T $ 30N3aN11030 1-101/3 A1111ay1111: 3NDO S5111/1111 (AAAAfO01WW _) (AAAA/oa/WW) N38WRN A3I10d aft NSNI 33NVafSNI dO3dAl all dX3 A01104 dd3 A3I10d Isns loav aSNI 'SVVIV1O OlVd AS OSOn032i N338 3AVH AVIV NMOHS S11IN11'S31O110d HOnS dO SNOIIIONOO ONV SNOISn1OX3 'SVV2131 31-11 11V 01 1O3f 8f1S SI NISHSH 0351HOSSO S3IOIlOd 3H1 AS GSQH0ddV SONVNOSNl 3H1 'NIVIH3d AVN HO 090551 38 AVSD 31VOIJI1H3O SIHI HO1HM 01 103dS3H HJIM INSVVn000 a3H10 HO IOVH1NOO ANV JO NOIIIONOO HO INH31 'IN3WSHIOOSH ANV ONIONVISH1IMION '031VOIONI OOIN3d A0I10d 3H1 HOd 3A08V G3VVVN 03HIISNI SHI 01 0311551 N335 3AVH M0135 031511 3ONVHnSNI d0 S31OI10d 3Hl 1VH1 Ad11H3O 01 SI SIHI :233S1NfN NOISIA32I S50 8T-LT:213SINf1N 31VOId1.0330 S3SV233A00 :da3anSNl OTLT6 'J ouTI3 :aSaanSN1 anueAV Vu03zE1 0bL'T :a NEE0SN1 ST9SZ oo aotreartsui eiTa x2() aeq.a-Ei0:3a3ansN1 'Dui 'sates SUE aAT4.Eaap Si7b61 00 suI asig uozun ZEuo-rgEm:a a3ansNl mansNl S£S9T aoumansui uso-Fsan1V T.OTsn'G':vssensul OTZTiT AN oTeggng #OIVN 3S1Pa3AO0 9N1aaOddV(S)N32InSNi aorreansuT'Aa (osno•roo.ag•Tiueugag•sS11yVp3 006 agtns gaealS abueTloxg 9 Z L. DT/TG-6T8(SIL)•(°N'3/Vi 0055-6T8(9TG) dix3•63NfJ•O3/Vi Xtl3 Hd sOOIAaa5 S1 J auag 5. aouEansul .ZaA snOTooag q ag 100.1n a33RO0ad '(s);uewasiopua yons;o nal[ul iaploy a;eoji ao - ay;o;s3y61.1 aa;uoo Joy seop a;e3l;i;.Ja3 sly;uo;uawa;e;s v ';uawaslopue us a.11nbai Aew sa[o(lod u[e;.ieo`iCollod ay;;o suoi4ipuoo pue scala;ay; o;;3afgns `O3AIVM SI NOIIVS0218fS II •paslopue aq ;sow (sal)Aollod ay;`O323nSN['1VN011100V us Si aapioy a;e3l;l1se3 NT II :INV1210d1Al1 '213010H 31VOIHI1213O 3HI aNtl 1330f100l3d 21O 3NIV!NaS3Nd323 O3ZIIOHIf1V `(S)2132iflSNl SNIfSSI OHI N33MI39 10V231NO0 V 31f1!I!SNOO ION 5000 3ONVHOSNl d0 31VOHII2130 SIHI •M0338 S310110d OH! A9 O313230d1V 3SVN3AO3 OHI 23317V NO aN91X3 `aN3WV A33AIIVS3N NO A13AIIVWHIddV ION S30a 3IVOId11a3O SIHI '213O1OH 31VOIdIIH33 OH! NOdfl SIHD[H ON SH3dN00 (INV A1NO NOIIVWHOdNI dO H311VW V SV 000551 SI 31VO1dI.LH3O SIHI $TOz/5/IVO 33Nd2inSNl 9b� All�ll1 JO 3lt/OlAll?�30 ®a d (AAAA aa ‘.......---- 60 9 ;