Loading...
Agenda 09/24/2019 Item #16D11 (Award Contract #17-7646 to Chris-Tel Company of Southwest, FL, Inc., d/b/a Chris-Tel Construction, Capital Contractors, LLC Waypoint Contracting, Inc and NR Contractors, Inc. )09/24/2019 EXECUTIVE SUMMARY Recommendation to award an Agreement for Request for Qualifications No. 19-7646, “General Contractors for Public Transit Construction Projects,” to Chris-Tel Company of Southwest, FL, Inc., d/b/a Chris-Tel Construction, Capital Contractors, LLC, Waypoint Contracting, Inc., and NR Contractors, Inc. OBJECTIVE: To qualify a pool of contractors to design and construct bus stop shelters with amenities and/or improve existing stops to become Americans with Disabilities Act (“ADA”) compliant. This agreement will also be utilized for retrofit and vertical construction of existing Collier Area Transit facilities. CONSIDERATIONS: On July 16, 2019, the Procurement Services Division sent out 24,959 email notices for Request for Qualifications (“RFQ”) No. 19-7646, “General Contractors for Public Transit Construction Projects,” and interested contractors downloaded one hundred and three (103) solicitations. Staff specifically drafted RFQ No. 19-7646 with the goal of obtaining a pool of qualified contractors to design and construct bus stops with shelters and amenities and/or to bring existing stops into ADA Compliance, and for vertical construction, retrofitting, and repairs of existing facilities to better serve our passengers and staff. The County received four (4) proposals by the August 6, 2019 deadline. After reviewing the proposals, staff determined that all four (4) firms were responsive and responsible. The Selection Committee met on August 12, 2019 and scored each proposal resulting in the following ranking: Company Name Ranking Chris-Tel Construction 1 Capital Contractors, LLC 2 Waypoint Contracting, Inc. 3 NR Contractors, Inc 4 The attached agreement provides that quotes will be requested from all four (4) contractors on all public transit construction projects. All work over $200,000 will be subject to prior approval by the Board of County Commissioners (Board). The term of this agreement is five (5) years, with one (1) five (5) year renewal. FISCAL IMPACT: Funding is currently available within the following, grant awards; FTA 5339 FY14; 5339 FY15; 5339 FY16; 5307 FY15; 5307 FY17/18 XU; 5307 FY17; 5339 FY17. Additional funding will be allocated as future grants are awarded. This solicitation will also be used for pending IRMA repairs that will be partially paid with insurance funds. Additional funding will be allocated as future grants are awarded. LEGAL CONSIDERATIONS: This item is approved as to form and legality, and requires majority vote for Board approval. -SRT GROWTH MANAGEMENT IMPACT: There is no Growth Management impact. RECOMMENDATION: To award an Agreement for Request for Qualifications No. 19-7646, “General Contractors for Public Transit Construction Projects,” to Chris-Tel Company of Southwest, FL, Inc. d/b/a Chris-Tel Construction, Capital Contractors, LLC, Waypoint Contracting, Inc., and NR Contractors, Inc., and authorize the Chairman to sign the attached agreements. 16.D.11 Packet Pg. 1673 09/24/2019 Prepared By: Liz Soriano, Project Manager, Public Transit & Neighborhood Enhancement Division ATTACHMENT(S) 1. [linked] 19-7646 Chris-Tel Construction Contract (PDF) 2. [linked] 19-7646 CapitalContractors_Contract_VendorSigned (PDF) 3. [linked] 19-7646 WayPoint Contracting_Contract (PDF) 4. [linked] 19-7646 NR Contractors Contract (PDF) 5. 19-7646 Solicitation (DOCX) 6. 19-7646 NORA (PDF) 7. [linked] Capitals Proposal (PDF) 8. [linked] Chris Tel's Proposal (PDF) 9. NR Contractors Proposal (PDF) 10. [linked] Waypoints Proposal (PDF) 11. 19-7646 Final Ranking (PDF) 12. 19-7646 Chris-Tel Construction_Contract (PDF) 13. 19-7646 CapitalContractors_Contract_VendorSigned (PDF) 14. 19-7646 WayPoint Contracting_Contract (PDF) 15. 19-7646 NR Contractors_Contract (PDF) 16.D.11 Packet Pg. 1674 09/24/2019 COLLIER COUNTY Board of County Commissioners Item Number: 16.D.11 Doc ID: 9939 Item Summary: Recommendation to award an Agreement for Request for Qualifications No. 19- 7646, “General Contractors for Public Transit Construction Projects,” to Chris -Tel Company of Southwest, FL, Inc., d/b/a Chris-Tel Construction, Capital Contractors, LLC, Waypoint Contracting, Inc., and NR Contractors, Inc. Meeting Date: 09/24/2019 Prepared by: Title: Project Manager – Growth Management Department Name: Liz Soriano 08/28/2019 9:44 AM Submitted by: Title: Division Director - Pub Tran & Nbrhd Enh – Public Transit & Neighborhood Enhancement Name: Michelle Arnold 08/28/2019 9:44 AM Approved By: Review: Public Transit & Neighborhood Enhancement Michelle Arnold Additional Reviewer Completed 08/28/2019 2:30 PM Public Transit & Neighborhood Enhancement Omar Deleon Additional Reviewer Completed 08/29/2019 7:17 AM Public Transit & Neighborhood Enhancement Caroline Soto Additional Reviewer Completed 08/29/2019 9:02 AM Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 09/04/2019 8:40 AM County Attorney's Office Sandra Herrera Additional Reviewer Completed 09/05/2019 8:48 AM Public Services Department Kimberley Grant Level 1 Reviewer Completed 09/05/2019 10:21 AM Procurement Services Evelyn Colon Additional Reviewer Completed 09/05/2019 12:10 PM Procurement Services Ted Coyman Additional Reviewer Completed 09/05/2019 2:50 PM Public Services Department Todd Henry Level 1 Division Reviewer Completed 09/06/2019 9:21 AM Grants Erica Robinson Level 2 Grants Review Completed 09/06/2019 1:13 PM Grants Carrie Kurutz Additional Reviewer Completed 09/06/2019 4:20 PM Public Services Department Steve Carnell Level 2 Division Administrator Review Completed 09/10/2019 9:36 AM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 09/10/2019 10:52 AM Office of Management and Budget Laura Wells Level 3 OMB Gatekeeper Review Completed 09/10/2019 12:01 PM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 09/12/2019 9:00 AM Grants Therese Stanley Additional Reviewer Completed 09/18/2019 10:19 AM 16.D.11 Packet Pg. 1675 09/24/2019 County Manager's Office Leo E. Ochs Level 4 County Manager Review Completed 09/18/2019 11:33 AM Board of County Commissioners MaryJo Brock Meeting Pending 09/24/2019 9:00 AM 16.D.11 Packet Pg. 1676 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS REQUEST FOR QUALIFICATION (RFQ) FOR GENERAL CONTRACTORS FOR PUBLIC TRANSIT CONSTRUCTION PROJECTS SOLICITATION NO.: 19-7646 EVELYN COLON, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-2667 evelyn.colon@colliercountyfl.gov (Email) This solicitation document is prepared in a Microsoft Word format (Rev 8/7/2017). Any alterations to this document made by the Vendor may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. 16.D.11.e Packet Pg. 1677 Attachment: 19-7646 Solicitation (9939 : 19-7646 GC Contract) SOLICITATION PUBLIC NOTICE REQUEST FOR QUALIFICATION (RFQ) NUMBER: 19-7646 PROJECT TITLE: General Contractors for Public Transit Construction Projects RFQ OPENING DAY/DATE/TIME: August 6, 2019 at 3:00PM PLACE OF RFQ OPENING: PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FL 34112 All proposals shall be submitted online via the Collier County Procurement Services Division Online Bidding System: https://www.bidsync.com/bidsync-cas/ INTRODUCTION As requested by the Public Transit and Neighborhood Enhancement Division (hereinafter, the “Division”), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, “County”) has issued this Request for Qualification (hereinafter, “RFQ”) with the intent of obtaining proposals from interested and qualified vendors in accordance with the terms, conditions and specifications stated or attached. The vendor, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated. The selected General Contractor(s) will be responsible for providing complete construction services for a wide range of projects and is responsible for the overall coordination of a project. The General Contractor (GC) provides material, labor, equipment, t ools and services necessary for the project. The GC may hire specialized subcontractors to perform all, or some porti on of the construction work. The work under this solicitation will be for projects with a value up to $750,000. All Work over $200,000 will be subject to approval by the Board of County Commissioners. BACKGROUND The intent of this solicitation is to establish a pool of qualified General Contractors that can provide general public transit related construction and construction related services, with all associated and required design and engineering provided by the awarded General Contractors. Scope of work to include, but not be limited to; general construction activity related to the Public Transit and Neighborhood Enhancement Division; including bus shelters, structures, enclosures, improvements, buildings, ramps , roadway, walkway, parking areas and related work, landscaping, utility and drainage, illumination, electrical, plumbing, HVAC, fire suppression, carpen try, roofing, and signage, etc. The overall project includes the associated breakdown of funding sources. It is anticipated that all design and construction aspects associated with public transit construction projects will be primarily funded with Federal Transit Administration funds, Fede ral Transit Administration Emergency Relief funds, and Federal Emergency Management Agency (FEMA) as well as State (FDOT) and local County dollars, as depicted in the scope of work and exhibits. Therefore, services associated with each funding source shall be clearly identified and delineated throughout the life of the pro ject. TERM OF CONTRACT The contract term, if awards are made, is intended to be for five (5) years with one (1) five (5) year renewal option. The County Manager, or designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred eighty (180) days. The County Manager, or designee, shall give the Contractor written not ice of the County's intention to extend the Agreement term not less than ten (10) days prior to the end of the Agreement term the n in effect. It is the intent to award this RFQ to multiple awardees with County staff requesting quotes from all vendors per project. All awardees are expected to submit quotes for each project that will be issued under this contract, for the durati on of the contract. Repeatedly failing to submit a quote, when requested, may result in the removal of the awardee from the contract pool. 16.D.11.e Packet Pg. 1678 Attachment: 19-7646 Solicitation (9939 : 19-7646 GC Contract) DETAILED SCOPE OF WORK 1. Scope of Work 1.1. The selected General Contractors will be responsible for providing complete construction services for a wide range of projects and also responsible for the overall coordination of a project. The General Contractor will provide material, labor, equipment, tools and services necessary for all projects assigned. When necessary, the General Contractor may hire specialized subcontractors to perform all, or some portion of the construction work. 1.2. The General Contractor must be qualified and is directly responsible for 100% of the contracted work including all work performed by the in-house personnel or any subcontractors. In t he event the General Contractor does not “self-perform” any or all tasks within the specifications, and utilizes subcontractors, the General Contractor is directly responsible for all supervision, monitoring and compliance with one hundred percent (100%) of meeting schedule, cost, work scope plans and specification quality in the performance of a p roject for the County. 1.3. The selected General Contractors may be involved in: 1.3.1. Construction supervision/administration; 1.3.2. New construction; 1.3.3. Renovations/retrofits/remediation; 1.3.4. Site or utility improvements; 1.3.5. Complete or selective demolition; 1.3.6. Estimating cost of future projects; 1.3.7. Coordinating with project consultants; and, 1.3.8. Scheduling work and subcontractors in harmony with the County’s operations; 1.3.9. Coordination of design and engineering services per F.S. 287.017 Category 5 good faith estimate of construction cost of $325,000.00. 1.4. The selected General Contractors’ responsibilities may include, but are not limited to: 1.4.1. Hiring various trades to complete a project; 1.4.2. Applying for building permits; 1.4.3. Securing the property; 1.4.4. Providing temporary utilities on site; 1.4.5. Managing personnel on site; and 1.4.6. Disposing and/or recycling of construction waste, monitoring schedules and cash flows, a nd maintaining accurate records; 1.4.7. Subcontracting design and/or engineering services relative to the work required per F.S. 287.017 Category 5 good faith estimate of construction cost of $325,000.00. The above list is not intended to represent the entire GC portfolio, but rather, a sample of the v arious responsibilities that a GC may be requested to participate in for a Collier County project. 2. Procedures for Obtaining Work Assignments 2.1. For all projects, the County’s Project Manager will follow the procedure outlined below to receive quotes from the selected General Contractors. 2.1.1. A Summary of Work, Project Plans, Technical Specifications, etc. will be provided to all of the selected contractors, along with a quote schedule for providing price. The County’s Project Manager may assess Liquidated Damages per work assignment. 2.1.2. The County Project Manager will set the required response time for each project, but contractors will be given a minimum of ten (10) business days to provide a quote. Other projects may require longer quoting period to allow for proper coordination. Some projects, urgent in nature, may require a shorter response schedule at the Project Manager’s discretion. This period may also include a pre-bid meeting. 2.1.3. Contractors shall provide a lump sum quote, based on the quote schedule provided. The following is an example of a quote schedule that may be required: 16.D.11.e Packet Pg. 1679 Attachment: 19-7646 Solicitation (9939 : 19-7646 GC Contract) Item Number Description Unit Amount Item Cost 1 Mobilization Lump Sum 1 $0.00 2 Sitework Lump Sum 1 $0.00 3 Masonry Lump Sum 1 $0.00 4 Structural Lump Sum 1 $0.00 5 Roofing Lump Sum 1 $0.00 6 Plumbing Lump Sum 1 $0.00 7 HVAC Lump Sum 1 $0.00 8 Electrical Lump Sum 1 $0.00 $0.00 9 Owner’s Allowance T&M $0.00 Lump Sum Total $0.00 2.1.4. Ancillary charges may be transferred to the County in the actual amount; however, mark -ups will not be allowed. Mark-ups will not be allowed on sales tax, consumer fees or taxes, use and other similar taxes, or fees associated with any work under this Agreement. 2.1.5. The Project Manager will review all of the quotes and may negotiate with the Contractor who submits the lowest quote, if outside of the budget. 2.1.6. All work assignments that exceed $200,000 for any one project, will require Board approval. 2.1.7. Performance and Payment Bonds will be required for projects over $200,000 . 2.1.8. Once a contractor is selected for a work assignment, the County’s Project Manager will issue a Purchase Order. 2.1.9. The contractor may not begin work until a written Notice to Proceed is issued from the County’s Project Manager or designee. 3. General Requirements 3.1. Performance and Payment Bonds: When a work assignment is in excess of $200,000.00, the Contractor(s) shall be required to provide Performance and Payment Bonds, in the amount of 100% of the quoted work assignment amount; the costs of which is to be paid by Contractor. If the work assignment will be more than thirty (30) days in duration and less than $200,000.00, the County’s project manager may request Payment and Performance Bonds. All performance security under the subsequent work assignment shall be continued for a six (6) month period beyond the final completion of the project. 3.2. Progress Payments: For work that will not be completed within a thirty (30) day period, the Contractor may wish to receive Progress Payments. Subsequent to the first Application for Payment, the Contractor shall submit to the County, for their review and approval, a schedule of values based upon the total amount to be paid to the Contractor. The Schedule of Values will be formatted by the Contractor to provide for necessary cost breakdowns of the Work by trade category. After its approval by the Owner, that schedule of values shall be used as the basis for the Contractor’s monthly Applications for Payment. The first Application for Payment shall be submitted no earlier than thirty (30) days after the issuance of the purchase order and Notice to Proceed. 3.3. Insurance/Disaster Related Repairs: For insurance related repairs/work, the Contractor may be asked to provide an itemized breakdown of materials, labor and associated costs necessary for submittal to Risk Management. For disaster related repairs/work, the Contractor may be asked to provide an itemized breakdown of materials, labor and associated costs necessary for submittal to Risk Management. If FEMA related, the Contract will be required to comply with the term and condition in the attached provisions (i.e. Lump Sum Only) and will be defined within the work assignment issued by the County as applicable. 3.4. Equipment Inventory: 16.D.11.e Packet Pg. 1680 Attachment: 19-7646 Solicitation (9939 : 19-7646 GC Contract) The Contractor(s) shall, under no circumstances, remove any equipment containing a County asset sticker, without written authorization from the County staff. The Contractor(s) shall request that, when replacing equipment, the asset sticker be removed by an appropriate County staff member authorized to adjust equipment inventory records. 3.5. Facility Safety, Security and Standards: The contractor and their subcontractors are required to comply with County Ordinance 2004 -52, as amended and all future changes. Background checks are valid for five (5) years and the vendor / subcontra ctor shall be responsible for all associated costs. The cost is $40.00 per person . At all times, the contractor and their subcontractors must wear the assigned Contractor badge while conducting work on County property. Work assignments must be performed in accordance with standards and guidelines set by the County’s Project Manager. The Contractor(s) will comply with all applicable federal, state and local laws, ordinances, rules and regulations pertaining to the performance of the services requested herein. Any fines levied due to inadequacies, or failure to comply with any requirements, will be the sole responsibility of the Contractor(s). Any employee or representative of the Contractor(s) found not in conformance with any laws, statutes, rules or regulations will not be allowed on job sites. Violations by a Contractor may constitute cause for immediate termination of the Agreement. The Contractor(s) shall replace or repair any loss at their cost. The County may withhold payment or make such ded uctions as it may deem necessary to insure reimbursement for loss or damage to property or persons through negligence of the Contractor and its employees. Contractor is expected to understand and comply with all applicable laws and regulations of any applicable governmental entity and Collier County CMA’s, Standard Operating Procedures (SOP’s) or Job Safety Analysis (JSA’s) that that pertain to environmental, health and safety standards and/or work practices applicable to the activities they perfo rm. Contractor must agree that all work must meet or exceed the standards set forth in the Collier County Vertical Construction Standards and Collier County IT Construction Standards (if applicable) unless specifically exempted in writing by Facilities Management Division Representative or designee. The Contractor(s) must comply with Federal and State right-to-know laws if hazardous materials are used. Material Safety Data Sheets (MSDS) will be made available and provided to the County per the County Representative’s direction. The Contractor is required to immediately report to the County Representative or designee any spillage or dumping of hazardous material on County property. The Contractor shall bear all costs associated with the cleanup of any such incidents. 3.6. High Security Environments: The successful Contractor(s) will be asked to work in the Collier County Sheriff Office Correctional Facilities and other areas considered “high security”, which require thorough background checks of personnel and tools taken into such Facilities. Additional access and logistical requirements for high security sites may be set at the Project Manager’s discretion in the Summary of Work during work assignments. 3.7. Warranty: All new equipment/parts warranty work shall be provided by the original warranty supplier. All warranty responsibility for parts or equipment previously purchased, but still under warranty will continue to be provided by the original warranty supplier until expiration of the warranty period. 3.8. Trouble Calls: All trouble calls are initially reported to Facilities Management. If the trouble call involves a warranty item, the County Project Manager shall notify the Contractor, who will then have the responsibility of placing the warranty trouble call with the warranty supplier and tracking the problem until it has been fully remedied. Maintenance of a warranty inventory list for each completed project through the warranty period and the tracking of warranty trouble calls shall be provided by the Contractor at no additional cost to the County. 3.9. Parts and Fixtures: Parts and fixtures shall be new and warranted for a minimum of one (1) year or the standard offered by the manufacturer, whichever is greater, after acceptance of the Project. All labor for repairs shall have a minimum of ninety (90) day warranty. All call backs will be free of charge. No labor will be billed or allowable in the event defective parts were used. An extended warranty and/or service agreement may be purchased through the Contractor from the manufacturer without any markup being charged to the County. 3.10. Express Warranties: 16.D.11.e Packet Pg. 1681 Attachment: 19-7646 Solicitation (9939 : 19-7646 GC Contract) Contractor shall obtain and assign to the County all express warran ties given to Contractor or any subcontractors by any subcontractor or material men supplying materials, equipment or fixtures to be incorporated into the Project. Contractor warrants to the County that any materials and equipment furnished under the Contr act shall be new unless otherwise specified, and that all Work shall be of good quality, free from all defects and in conformance with the Contract. Contractor further warrants to the County that all materials and equipment furnished under the Contract sha ll 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. If, within one (1) year after Substantial Completion, any Work is found to be defective or not in conformance with the Contract, 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. Further, in the event of an emergency, the County may commence to correct any defective Work, without prior notice to Contractor, at Contractor’s expense. These warranties are in addition to those implied warranties to which the County is entitled as a matter of law. 3.11. Changes in the Work Contractor shall provide Owner with a Time and Material Not to Exceed (T&M NTE) proposal for any changes in the work. The proposal shall include breakdown of Contractor’s time, materials and any proposed subcontractor quotes. Invoicing for all T&M NTE work shall include backup documentation of Contractor’s time, purchased materials and subcontractor invoices. General Contractor(s) selected for this contract agree to the following , as pertains to markups on Change Order Work: The mark-up on rental equipment shall not exceed 10% and equipment owned by the contractor utilized on a project will not be charged back to the owner. The mark-up on subcontractors shall not exceed 15%. The mark-up on materials shall not exceed 20%. The Labor rates provided by the Contractor as a part of a change order, relative to labor rates pertaining to changes in the work, are to be fully burdened to include overhead, insurance, profit and use of company o wned small tools and equipment. Some work assignments will utilize a fee schedule for labor categories and parts unit pricing. Fee schedule rates, which are subject to additions or deletions, will be negotiated with the selected vendors and will be added to the work assignment in the form of a fee schedule for utilization. 3.12. Compliance with County Risk Management Requirements Contractors will be expected to understand and comply with all applicable laws and regulations of any governmental entity having jurisdiction and Collier County CMA’s, Standard Operating Procedures (SOP’s) or Job Safety Analysis (JSA’s) that that pertain to environmental, health and safety standards and/or work practices applicable to the activities they perform. These include but are not limited to: • Storage, handling, and use of flammable liquids and hazardous materials. • Storage, handling, and use of compressed gas cylinders. • Periodic safety inspections of equipment and work-site housekeeping. • Use of fall protection while working at heights above 6 feet. • Following electrical safety practices and lock out / tag out procedures. • Proper use of personal protective equipment. • Proper maintenance and use of ladders and other equipment. • Guarding of wall and floor openings, open trenches, and excavations. REQUEST FOR QUALIFICATION (RFQ) PROCESS 1.1 The Proposers will submit a qualifications proposal which will be scored base d on the criteria in Grading Criteria for Development of Shortlist, which will be the basis for short -listing firms. The Proposers will need to meet the minimum requirements outlined herein in order for their proposal to be evaluated and scored by the COUNTY. The COUNTY will then grade and rank the firms and recommend multiple firms to establish a library for services needed. The COUNTY reserves the right to issue an invitation for oral presentations to obtain additional 16.D.11.e Packet Pg. 1682 Attachment: 19-7646 Solicitation (9939 : 19-7646 GC Contract) information after grading and before the final ranking. A contract will be developed with the selected firms, based on their qualifications and scope of services and submitted for approval by the Board of County Commissioners. 1.2 The COUNTY will use a Selection Committee in the Request for Qualification selection process. 1.3 The intent of the scoring of the proposal is for respondents to indicate their interest, relevant experience, financial capability, staffing and organizational structure. 1.4 The intent of the oral presentations, if deemed necessary, is to provide the vendors with a venue where they can conduct discussions with the Selection Committee to clarify questions and concerns before providing a final rank. 1.5 Based upon a review of these proposals, the COUNTY will rank the Proposers based on the qualifications, discussion, and clarifying questions, and recommend multiple firms in a library for quoting services. GRADING CRITERIA FOR DEVELOPMENT OF SHORTLIST: 1.6 For the development of a shortlist, this evaluation criterion will be utilized by the COUNTY’S Selection Committee to score each proposal. Proposers are encouraged to keep their submittals concise and to include a minimum of marketing materials. Proposals must address the following criteria: Evaluation Criteria Maximum Points 1. Cover Letter / Management Summary 10 Points 2. Certified Minority Business Enterprise 5 Points 3. Business Plan 25 Points 4. Experience and Capacity of the Firm 30 Points 5. Specialized Expertise of Team Members 30 Points TOTAL POSSIBLE POINTS 100 Points Tie Breaker: In the event of a tie at final ranking, award shall be made to the proposer with the lower volume of work previously awarded. Volume of work shall be calculated based upon total dollars paid to the proposer in the twenty -four (24) months prior to the RFQ submittal deadline. Payment information will be retrieved from the County’s financial system of record. The tie breaking procedure is only applied in the final ranking step of the selection process and is invoked by the Procurement Services Division Director or designee. In the event a tie still exists, selection will be determined based on random selection by the Procurement Services Director before at least three (3) witnesses. ---------------------------------------------------------------------------------------------------------------------------------------------------------- Each criterion and methodology for scoring is further described below. ***Proposals must be assembled, at minimum, in the order of the Evaluation Criteria listed or your proposal may be deemed non-responsive*** EVALUATION CRITERIA NO. 1: COVER LETTER/MANAGEMENT SUMMARY (10 Total Points Available) Provide a cover letter, signed by an authorized officer of the firm, indicating the underlying philosophy of the firm in providing the services stated herein. Include the name(s), telephone number(s) and email(s) of the authorized contact person(s) concerning proposal. Submission of a signed Proposal is Vendor's certification that the Vendor will accept an y awards as a result of this RFQ. • Provide the following information which does not exceed two (2) pages: • Acknowledge the scope of work and how the proposer will complete that scope of work, using a sample project. • List proposed subcontractors who may participate on the General Contractors team. EVALUATION CRITERIA NO. 2: CERTIFIED MINORITY BUSINESS ENTERPRISE (5 Total Points Available) Submit certification with the Florida Dep artment of Management Service, Office of Supplier Diversity as a Certified Minority Business Enterprise. EVALUATION CRITERIA NO. 3: BUSINESS PLAN (25 Total Points Available) In this tab, provide the following information: 16.D.11.e Packet Pg. 1683 Attachment: 19-7646 Solicitation (9939 : 19-7646 GC Contract) • Please describe how your company typically prioritizes projects when multiple requests are coming in at the same time. • Describe how your company typically manages project workloads when demand exceeds current staffing levels. • Provide your approach in coordinating a project that exceeds fifty thousand dollars ($50,000) • Provide a sample schedule, with milestones for a project that exceeds fifty thousand dollars ($50,000). EVALUATION CRITERIA NO. 4: EXPERIENCE AND CAPACITY OF THE FIRM (30 Total Points Available) In this tab, include but not limited to: • Provide information that outlines the process that the GC uses to assess subcontractor’s qualifications to produce the required deliverables, including abilities, capacity, skill, and financial strength, and number of years of experience in providing the required services. • Describe the GC’s various team members who deliver successful projects on time and on budget. Provid e at least one (1) example. • Please provide proof that your company is licensed and insured as a General Contractor in the State of Florida • Identify the number of “industry awards and/or recognitions” that the company has received from peer groups (Associated General Contractors of America of one of its affiliates) • Identify annual construction volume in dollars for each year over the past 5 years • Identify number of projects completed for each year over the past 5 years • Identify personnel currently employed - number of project managers, number of superintendents, number of estimators, number of principals, and number of support staff - that make up the local office and the entire organization. The County requires that the vendor submits no fewer than three (3) and no more than ten (10) completed reference forms from clients during the past 5 years whose projects are of a similar nature to this solicitation as a part of their proposal. Provide information on the projects completed by the vendor that best represent projects of similar size, scope and complexity of this project using the reference form provided. Vendors may include two (2) additional pages for each project to illustrate aspects of the completed project that provides the information to assess the experience of the Proposer on relevant project work. The County also requests the following information of a sample project with a minimum value of $200,000.00 : • Project Summary • Total cost and estimated calendar day duration (including projected hours) • Include a schedule of values and deliverables • Provide proposed fee schedule of principals and staff (including sub -vendors, and equipment rental) per attached • Position Schedule EVALUATION CRITERIA NO. 5: SPECIALIZED EXPERTISE OF TEAM MEMBERS (30 Total Points Available) In this tab, include but not limited to: • Description of the proposed contract team and the role to be played by each member of the team. • Attach brief resumes of all proposed project team members who will be involved in the management of the total package of services, as well as the delivery of specific services. • Attach resumes of any sub-vendors and attach letters of intent from stated sub-vendors must be included with proposal submission. VENDOR CHECKLIST ***Vendor should check off each of the following items as the necessary action is completed (please see, Form 2: Vendor Check List): The Solicitation Submittal has been signed. The Solicitation Pricing Document (Bid Schedule/Quote Schedule/Proposal Pricing/etc.) has been completed and attached . All applicable forms have been signed and included, along with licenses to complete the requirements of the project. Any addenda have been signed and included. 16.D.11.e Packet Pg. 1684 Attachment: 19-7646 Solicitation (9939 : 19-7646 GC Contract) Affidavit for Claiming Status as a Local Business, if applicable. Division of Corporations - Florida Department of State – http://dos.myflorida.com/sunbiz/ (If work performed in the State). E-Verify/Immigration Affidavit (Memorandum of Understanding). 16.D.11.e Packet Pg. 1685 Attachment: 19-7646 Solicitation (9939 : 19-7646 GC Contract) 16.D.11.f Packet Pg. 1686 Attachment: 19-7646 NORA (9939 : 19-7646 GC Contract) SOLICITATION 19-7646 - Qualifications Proposal Prepared for: Collier County Department of Purchasing July 26, 2019 NR CONTRACTORS, INC. 16.D.11.i Packet Pg. 1687 Attachment: NR Contractors Proposal (9939 : 19-7646 GC Contract) SECTION 1 - COVER LETTER & MANAGEMENT SUMMARY SECTION 2 - CERTIFIED MINORITY BUSINESS ENTERPRISE NR Contractors, Inc. is not a Certified Minority Business Enterprise. This section has been omitted from our proposal as it is not applicable. SECTION 3 - BUSINESS PLAN Our approach to an unparalleled building experience. APPENDIX A - CONCEPTUAL SCHEDULE (OVER 50K CONTRACT) SECTION 4 - EXPERIENCE AND CAPACITY OF THE FIRM APPENDIX B - ESSENTIAL TEAM MEMBERS APPENDIX C - LICENSE COPY & PROOF OF INSURANCE SECTION 5 - SPECIALIZED EXPERTISE OF TEAM MEMBERS A look into the team responsible for over 25 years of Construction Excellence. APPENDIX D - TEAM PERSONNEL RESUMES APPENDIX E - POSITION SCHEDULE (MIN. 200K CONTRACT) NR CONTRACTORS, INC. 16.D.11.i Packet Pg. 1688 Attachment: NR Contractors Proposal (9939 : 19-7646 GC Contract) SECTION 1: COVER LETTER & MANAGEMENT SUMMARY July 26, 2019 Collier county Department of Purchasing RE: Solicitation 19-7646 - NR Contractors Cover Letter We are pleased to provide a comprehensive Qualifications Proposal in interest of participating in the General Contractors for Public Transit Construction Solicitation 19-7646. Underlying philosophy: Our philosophy of approach towards this contract’s scope of work, and any project’s scope of work is to provide a premium construction service centered around clear communication, proactive planning, and optimized quality. We believe there are many ways to complete a project and there are many companies to work with in the construction industry, but our service and ability to deliver quality, makes NR Contractors an exception. Authorized Contacts: Ray Muslimani, CBC - President and Operations Director (239) 272-5384 raymus@comcast.net Christina Muslimani - Project Coordinator and Accounts Manager (239) 272-4258 chrisymus88@gmail.com Thank-you for receiving and reviewing our proposal. We look forward to discussing further. Sincerely, Ray Muslimani, CBC# 056022 NR CONTRACTORS, INC. 16.D.11.i Packet Pg. 1689 Attachment: NR Contractors Proposal (9939 : 19-7646 GC Contract) Scope Acknowledgement: We understand the scope of work for this annual contract (Solicitation 19-7646) includes the responsibility of providing complete construction services for a wide range of projects and overall coordination for these projects. Further, we understand the conditions of the detailed scope of work per Solicitation 19-7646 pg. 28 Sections 1.0 through 1.4 Process to Complete Scope of Work Our process for completing the scope of work for the projects of varying magnitude per Solicitation 19-7646 pg. 28 Section 1.3 is as follows: Thorough review of project documentation, plans, and specifications. Evaluate available resources internally and externally to confirm performance with respect to timing and project schedule. Request quotations from required subcontractors/ vendors as needed for scope; including qualification interviews to confirm ability to perform on the project. Provide qualified, competitive pricing to Collier County Responsible Project Manager Proceed with material released and mobilization upon written Notice to Proceed from CC PM. Daily and weekly NR Staff management allocation to ensure quality and schedule compliance. Notification to CC PM of any deviation or potential cost impacts for immediate resolution. Upon completion, perform walkthrough with CC PM to confirm satisfactory performance of work and determine punch- list, if applicable List of Proposed Subcontractors (Pending Specific Project Scope) Subcontractor Firm Scope/Trade Earthwork Vendor Laser Grading Inc. Address: 10972 Enterprise Ave, Bonita Springs, FL 34135 Phone: (239) 949-3000 Concrete Vendor Allen Concrete & Masonry Address: 6301 Shirley St, Naples, FL 34109 Phone: (239) 566-1661 Electrician TBI Electric Address: 10542 Winterview Dr, Naples, FL 34109 Phone: (239) 571-9483 Plumbing COASTAL PLUMBING & FIRE PROTECTION 950 Commercial Blvd Naples, FL 34104 Phone: 239.643.3278 Mechanical Vendor Conditioned Air Address: 3786 Mercantile Ave, Naples, FL 34104 NR CONTRACTORS, INC. 16.D.11.i Packet Pg. 1690 Attachment: NR Contractors Proposal (9939 : 19-7646 GC Contract) Subcontractor Firm Scope/Trade Phone: (239) 643-2445 Framing Vendor Upright Drywall Inc Address: 6027 Taylor Rd # 1, Naples, FL 34109 Phone: (239) 591-3090 Drywall Vendor Upright Drywall Inc Address: 6027 Taylor Rd # 1, Naples, FL 34109 Phone: (239) 591-3090 Paint Sub Fenton Davis Painting Inc Address: 5900 Taylor Rd, Naples, FL 34109 Phone: (239) 597-6485 Flooring Vendor ProFloors & Cabinets Address: 2033 Trade Center Way, Naples, FL 34109 Phone: (239) 597-0077 16.D.11.i Packet Pg. 1691 Attachment: NR Contractors Proposal (9939 : 19-7646 GC Contract) SECTION 2: CERTIFIED MINORITY BUSINESS ENTERPRISE Certified Minority Business Enterprise NR Contractors, Inc. is not a Certified Minority Business Enterprise. This section has been omitted from our proposal as it is not applicable. NR CONTRACTORS, INC. 16.D.11.i Packet Pg. 1692 Attachment: NR Contractors Proposal (9939 : 19-7646 GC Contract) SECTION 3: BUSINESS PLAN Prioritizing Multiple Project Requests Our approach to managing multiple project requests is to focus priority to projects that are active in production over projects that are in pre-construction phase. We find it of upmost importance to ensure the integrity of the project is maintained in terms of product quality and overall schedule. We would prefer to coordinate delaying a mobilization or milestone start to ensure delivery of another active project that could be impacted. Typically our approach is as follows: 1 - Determine what NR PM/Super team member can address the request based on their active workload. 2 - Determine if reassigning workload is possible to alleviate a Senior team member, based on the projects progress towards completion. In the right circumstance, we may find it possible to switch our management members if a project is performing well to be able to address any other project that needs additional support 3 - In the event of a performance conflict, we would decline to accept or start a new project, should our workload and projects’ demand need further support beyond reasonable management capacity. High-Volume Work Periods We typically do not accept work to put our operating capacity under strain; affecting our service for clients. In the event of high-demand periods, we have daily internal evaluations of active project needs to ensure our staffing allocation is being utilized efficiently. Should hiring be required during these peak periods, we will leverage our senior employees to train and supervise new team members, rather than have these experienced people directly involved with day-to-day project needs. This allows us to extend our operating outreach. Further, we have and will exercise utilizing past- employees to help on a temporary basis. During our 25+ ye ars in business, we have formed many relationships with talented individuals that allow us to expand our staff during high work volume periods. Project Coordination Our coordination of construction for projects focus on the frameworks of Project Delivery (Internal coordination) and Client Service (External coordination): Internal (Amongst NR Management Team & Hired Vendors/Subcontractors) Review of active workload and staffing responsibility Assign appropriate NR management & site-supervision based on project complexity and member workload Release subcontractors/vendors to complete submittals and pre-mobilization administration process. Kick-off meeting to set project expectations internally and externally, including key milestones, schedule goals, and QA/QC measurement priorities. Daily and weekly communication both onsite and offsite to review progress again established expectations “Exit Meeting” upon project completion to plan completion and anticipate punchiest items prior to demobilization. External (CC PM & NR Management Team) NR CONTRACTORS, INC. 16.D.11.i Packet Pg. 1693 Attachment: NR Contractors Proposal (9939 : 19-7646 GC Contract) Meet any pre-mobilization requirements (meetings, administrative deliverables, logistics coordination, etc.) upon issuance of Notice to Proceed by CC-PM. Coordinate mobilization as desired by CC-PM and project schedule. Daily and weekly communication and coordination with CC-PM, as needed by milestone or active issues, if applicable. Upon substantial completion, coordinate walkthrough for punch-list items to prepare for demobilization process. Final walk-through upon completion of punch-list to confirm acceptance of project delivery for final project close-out & payment. NR CONTRACTORS, INC. 16.D.11.i Packet Pg. 1694 Attachment: NR Contractors Proposal (9939 : 19-7646 GC Contract) SECTION 4: EXPERIENCE AND CAPACITY OF THE FIRM A Reputation Committed to Quality Our reputation is among the best in the business and is complemented by our many longstanding relationships with vendors and City representatives in the Naples Area. This is all a product of the commitment and hard-work from our passionate team. We invite you to explore the depth of our team’s talent and knowledge, further expanded in APPENDIX A. Subcontractor Qualification Procedure We go through great lengths to ensure that any vendor we bring into our projects meet our expectations for unparalleled construction service and quality. Our process of selecting subcontractors is as follows: • Initial interview of subcontractor with project details to determine capacity to price and perform • Qualified pricing and scope review via detailed proposal request • Request and review of subcontractors marketing materials including project history and contract scope for at least 5 years past performance. • Depending on project scope and complexity, request subcontractor to provide client references for extended interview. • If necessary, coordinate past project site visit to see quality of work and meet with previous clients to ensure demonstration of performance. NR CONTRACTORS, INC. 16.D.11.i Packet Pg. 1695 Attachment: NR Contractors Proposal (9939 : 19-7646 GC Contract) APPENDIX A ESSENTIAL TEAM MEMBERS NR CONTRACTORS, INC. 16.D.11.i Packet Pg. 1696 Attachment: NR Contractors Proposal (9939 : 19-7646 GC Contract) Essential Team Members Ray Muslimani, CBC – Superintendent/Operations Manager As the founder and creator behind NR Contractors, Ray has been involved with all levels of success acquired during the growth of NR. From project planning and development through the topping-off and close-out, Ray’s passion for building and enthusiasm for skilled craftsmanship has shown through NR’s impressive track record. Ray has developed and maintained relationships with the Collier County Government by demonstrating quality work and reliable delivery time and time again. Successful Projects: Golden Gate Side Walk, Collier County Jail Sound-barrier Wall, Collier County Bus Stop Repairs, Gilchrist Single-Family Duplexes, Bus Shelter: Recreational Lane, Main Campus of Collier County Museum: Sidewalk Pavers, Natural Resource Building Repairs, Building H. of Collier County: Remodel/Repairs, Clam Pass Boardwalk Repairs, Sun-N-Fun Boardwalk Repairs, CCSO Jail Doors Rasheed K. Muslimani, P.E. - Project Manager Working in capacity to support the active lifecycle of select projects, Rasheed has been involved with the planning and coordination of many important milestones during NR’s expansion. Holding a PE license has proven valuable not only from the design perspective but in the practice of reviewing challenging obstructions to create wonderful solutions resulting in project savings and client retention. Successful Projects: Golden Gate Side Walk, Collier County Jail Sound-barrier Wall Christina Muslimani - Office Manager/Project Manager In our industry, vendor relationships and quality materials are direct factors of success for any project. With Christina’s commitment to quality and project delivery, we have been able to capture some of the best subcontractors and suppliers our community has to offer. Further, her ability to manifest our clients’ vision, has led to an unmatched fulfillment for our project commitments. Successful Projects: Collier County Bus Stop Repairs, Gilchrist Single-Family Duplexes Denise Muslimani – Office Manager In our industry, vendor relationships and quality materials are direct factors of success for any project. With Denise’s commitment to quality and product delivery, we have been able to capture some of the best designers and suppliers our community has to offer. Further, her ability to manifest our clients’ vision, has led to an unmatched fulfillment for our project commitments. Successful Projects: BayFront Remodel/Renovations NR CONTRACTORS, INC. 16.D.11.i Packet Pg. 1697 Attachment: NR Contractors Proposal (9939 : 19-7646 GC Contract) Adam Fowler - Project Manager Working in capacity to support the active lifecycle of select projects, Adam has been involved with the planning and coordination of many important accomplishments at NR Contractors. From project logistics, cost-evaluation and client coordination, Adam has been extremely effective in all construction management capacity. Successful Projects: Collier County Bus Stop Repairs, Main Campus of Collier County Museum: Sidewalk Pavers, Natural Resource Building Repairs, Building H. of Collier County: Remodel/Repairs, Clam Pass Boardwalk Repairs Cory Hogue - Operations Manager Experience will demonstrate that construction is not always easy and does not have an obvious solution. Cory’s ability to lead our field operations and drive team performance has displayed in all forms. Road reconstruction, hurricane damage rebuilds, or residential renovations have proven a favorable challenge for Cory and his skill for driving results in production and QA-QC. Successful Projects: Golden Gate Side Walk, Collier County Jail Sound-barrier Wall, Collier County Bus Stop Repairs, Main Campus of Collier County Museum: Sidewalk Pavers, Natural Resource Building Repairs, Building H. of Collier County: Remodel/Repairs, Clam Pass Boardwalk Repairs, Sun-N-Fun Boardwalk Repairs, CCSO Jail Doors Industry Recognition We have been certified with an A+ rating by the Better Business Bureau. Past 5-Year Construction Summary YEAR PROJECT COMPLETED CONSTRUCTION VOLUME ($USD) 2019 to date 45 $1,070,000 2018 25 $1,900,000 2017 22 $1,600,000 2016 20 $1,400,000 2015 17 $1,300,000 NR CONTRACTORS, INC. 16.D.11.i Packet Pg. 1698 Attachment: NR Contractors Proposal (9939 : 19-7646 GC Contract) Current Staff ROLE QUANTITY Project Manager 2 Estimator 2 Superintendents 3 Construction Admin. 2 NR Contractors, Inc. - Licensed & Insured See APPENDIX B. for our License copy and proof of insurance. 16.D.11.i Packet Pg. 1699 Attachment: NR Contractors Proposal (9939 : 19-7646 GC Contract) APPENDIX B GC LICENSE & PROOF OF INSURANCE NR CONTRACTORS, INC. 16.D.11.i Packet Pg. 1700 Attachment: NR Contractors Proposal (9939 : 19-7646 GC Contract) NR CONTRACTORS, INC. 16.D.11.i Packet Pg. 1701 Attachment: NR Contractors Proposal (9939 : 19-7646 GC Contract) NR CONTRACTORS, INC. 16.D.11.i Packet Pg. 1702 Attachment: NR Contractors Proposal (9939 : 19-7646 GC Contract) SECTION 5: SPECIALIZED EXPERTISE OF TEAM MEMBERS Construction Management Team See APPENDIX C. for team member individual resumes. Ray Muslimani, CBC – President/Superintendent/Project Manager/Operations Manager Project Role: Overall supervision of company and project performance, ensuring support to team members. Adam Fowler - Project Manager Project Role: Daily coordination with NR site-supervision and client communication to oversee project progress and metrics. Rasheed K. Muslimani, P.E. - Project Manager Project Role: Daily coordination with NR site-supervision and client communication to oversee project progress and metrics. Christina Muslimani - Project Manager/Office Manager Project Role: Assists with daily project management as well as responsible for construction administration, reporting, and cost evaluation. Cory Hogue - Operations Manager Project Role: Oversee daily onsite activity and coordinate vendor/subcontractor efforts and focus to drive project delivery. NR CONTRACTORS, INC. 16.D.11.i Packet Pg. 1703 Attachment: NR Contractors Proposal (9939 : 19-7646 GC Contract) APPENDIX C TEAM PERSONNEL RESUMES 16.D.11.i Packet Pg. 1704 Attachment: NR Contractors Proposal (9939 : 19-7646 GC Contract) TEAM PERSONNEL RESUMES Ray Muslimani – President of NR Contractors Inc. P.O. Box 110127 Naples, Fl. 34108 Company History Ray is a General Contractor who established NR Contractors Inc. in 1992. NR Contractors Inc. is licensed and insured here in the state of Florida, a vendor with Collier County, and accredited with the Better Business Bureau with an A+ approval rating. Project Experience Rock Job - Golden Gate Estates, FL •(3) Roadways in Golden Gate with new aluminum culverts and concrete driveway end replacement. •Coordinated the official partitioning and select shutdown of traffic lanes to ensure safety to residents in the area. •Excavated and replaced material with #3 stone to reinforce the bedding for new pipe installation. •Completed pipe installation and re-formed, poured and secured residential driveways with minimal impact. •Completed project ahead of schedule by 2 weeks and met the project budget. Naples Efficiency - Naples, FL - (Active) •Update (15) single-single-family residential units to current HOA regulation. •Maintain and manage tenants in compliance with Collier County low-income standards. •Completed project ahead of schedule by 2 weeks and met the project budget. Collier Jail Wall-Job – Naples, FL •Install (20) 20-ft wide pre-cast sound barrier panels with augured foundations •Coordinated work during active use of grounds by Government employees and detained inmates. •Completed project ahead of schedule by 2 weeks and met the project budget. Significant Projects Collier County Bus Stop Repairs Main Campus of Collier County Museum: Sidewalk Pavers Natural Resource Building Repairs Building H. of Collier County: Remodel/Repairs Clam Pass Boardwalk Repairs Sun-N-Fun Boardwalk Repairs CCSO Jail Doors NR CONTRACTORS, INC. 16.D.11.i Packet Pg. 1705 Attachment: NR Contractors Proposal (9939 : 19-7646 GC Contract) Technical Skills - General Construction •Remodels, Renovations & Demolition •Minor Electrical, & Plumbing •Excavation, Rebar framing, Formwork – pouring and finishing concrete slabs. •Drywall, Framing, & Plaster/Stucco •Roofing repairs – Tile & Shingles •Installation of: Doors, Windows, Cabinetry/Counter tops, and Flooring – Carpet and Tile •Word, Excel, QuickBooks, AUTOCAD 16.D.11.i Packet Pg. 1706 Attachment: NR Contractors Proposal (9939 : 19-7646 GC Contract) Cory Hogue – Operations Manager P.O. Box 110127 Naples, Fl. 34108 Company History Cory is the company’s Operations Manager. He was hired by the company in 2005 as a crew member and took on the role of Operations Manager in 2014. He has been an asset to the company by overseeing progress of ordering and delivering of materials, permitting processes, as needed, and assisting with timeliness of job completion. Cory has assisted on site, as a crew member, for the following jobs under NR Contractors President/Superintendent. Project Experience Collier Jail Wall-Job— Naples, FL •Install (20) 20-ft wide pre-cast sound barrier panels with augured foundations •Coordinated work during active use of grounds by Government employees and detained inmates. •Completed project ahead of schedule by 2 weeks and met the project budget. Screen Repairs – Post IRMA •Order & Deliver Advertising Signs & Shirts •Delivering Materials to jobsites •Transcribing and delivering letters to Collier Residents – Informing residents of our Repair Services Significant Projects Collier County Bus Stop Repairs Main Campus of Collier County Museum: Sidewalk Pavers Natural Resource Building Repairs Building H. of Collier County: Remodel/Repairs Clam Pass Boardwalk Repairs Sun-N-Fun Boardwalk Repairs CCSO Jail Doors Technical Skills •Word, Excel, PowerPoint •Minor Construction, Carpentry, Painting •Operating Machinery – Pressure washer, bobcat, electrical tools NR CONTRACTORS, INC. 16.D.11.i Packet Pg. 1707 Attachment: NR Contractors Proposal (9939 : 19-7646 GC Contract) Adam Fowler - Project Manager P.O. Box 110127 Naples, Fl. 34108 Adam is the companies Project Manager; he was hired December 27th 2018. His addition to the company allows for timeliness of job completion and client coordination for upcoming projects. He assists in the permitting process as well as all necessary cost evaluations. Adam has been an asset to the company and continues to grow in the field. Select Significant Projects BayFront Renovations Wallace Renovations Collier County Bus Stop Repairs Main Campus of Collier County Museum: Sidewalk Pavers Natural Resource Building Repairs Building H. of Collier County: Remodel/Repairs Clam Pass Boardwalk Repairs Technical Skills •Word, Excel, & PowerPoint •Transcribing Job Proposals & Invoices •Selecting Samples, Placing Orders, & Overseeing Deliveries NR CONTRACTORS, INC. 16.D.11.i Packet Pg. 1708 Attachment: NR Contractors Proposal (9939 : 19-7646 GC Contract) Christina Muslimani – Project Manager/Office Manger P.O. Box 110127 Naples, Fl. 34108 Company History Christina is the company’s project manager and office manager. She was hired by the company in 2009 as the Office Manager and took on the role of Project Manager in 2014. She has been an asset to the company by maintaining organized files, both digital and paper copies, ordering and delivering of materials, and conducting permitting processes & hiring processes of crewmembers, as needed. Project Experience Naples Efficiency - Naples, FL - (Active) •Produce Program Manuals, Advertising Brochures, & Work Order forms •Maintain and manage tenants in compliance with Collier County low-income standards. •Transcribe Rental applications, Lease Agreements, Tenant Rules and Regulations flyers. •Conduct Background checks, Credit Reports, Income Qualifications for Prospective Tenants. Screen Repairs – Post IRMA •Order & Deliver materials to jobsites •Draw up Proposals & Invoices •Recruit & hire crewmembers Technical Skills •Word, Excel, PowerPoint, QuickBooks •Brochures, Program Manuals, Work Order Forms, Proposals & Invoices •Subcontractor Applications & Crew Applications •Rental Applications, Background checks & Credit Reports, & Lease Agreements. NR CONTRACTORS, INC. 16.D.11.i Packet Pg. 1709 Attachment: NR Contractors Proposal (9939 : 19-7646 GC Contract) Rasheed Muslimani – Project Manager P.O. Box 110127 Naples, Fl. 34108 Company History Rasheed is the company’s Project Manager. He was hired by the company in 2005 as a crew member and took on the role of Project Manager in 2014. He has been an asset to the company by overseeing progress of hiring of crewmembers, as needed, and assisting with timeliness of job completion. Rasheed has assisted on site, as a crew member, for the following jobs under NR Contractors President/Superintendent. Project Experience Sound Barrier Wall – Collier Road Maintenance Building – Naples, FL •Install (65) 20-ft by 14ft pre-cast sound barrier panels with augured foundations •Coordinated work during active use of grounds by Government employees and detained inmates. •Completed project on time and met the project budget. Bentley Village Parking Garages – Bonita Springs, FL •Construct new Parking garages for residents •Completed project ahead of schedule by 2 weeks and met the project budget. Technical Skills •Word, Excel, PowerPoint, AUTOCAD •Minor Construction, Carpentry, Painting •Operating Machinery – Pressure washer & electrical tools NR CONTRACTORS, INC. 16.D.11.i Packet Pg. 1710 Attachment: NR Contractors Proposal (9939 : 19-7646 GC Contract) Denise Muslimani – Office Manager / Interior Decorator P.O. Box 110127 Naples, Fl. 34108 Company History Denise is the company’s office manager. She was hired by the company in 1992 as the Office Manager and assisted the company with her excellent taste in Interior Design since 2007. She has been an asset to the company by maintaining organized files, ordering and delivering of materials, and designing advertising material for the company: Business Cards, Shirts, Signs, Etc. Project Experience Bob Hord Jr. Project Description: Interior & Exterior Renovations/Addition Contact #: 708-349-4445 Sam & Mary Geraci Project Description: Interior & Exterior Renovations/Addition Contact #: 905-839-7212 Nick & Marie Gentile Project Description: Interior Renovations Contact #: 561-241-7196 Technical Skills •Word, Excel, & PowerPoint •Transcribing Job Proposals & Invoices •Selecting Samples, Placing Orders, & Overseeing Deliveries NR CONTRACTORS, INC. 16.D.11.i Packet Pg. 1711 Attachment: NR Contractors Proposal (9939 : 19-7646 GC Contract) Sample Project - Case Study (Over 350k Contract Value) Collier County Jail Noise Barrier Wall PROJECT SUMMARY NR Contractors was hired to coordinate the construction of a new 300-FT noise barrier wall at the West property boundary of the Collier County Jail at Santa Barbara. This project involved installation of angered-foundations, concrete posts and pre-cast wall panels, along with grading for site drainage. The project’s total cost was $380,000 and took (60) calendar days. Estimated duration was (75) calendar days or (600) work hours. SCHEDULE OF VALUES Item No. Activity Scheduled Values 1 Permitting $3,500 2 Submittals $4,000 3 Material Procurement $12,000 4 Mobilization $10,000 5 Site Clearing and Grading $2,000 6 Site Survey and Layout $6,500 7 Auger-cast Pile Installation $145,000 8 Pre-cast Panel Installation $175,000 9 Paint Wall Panels $10,000 10 Final Site Grading & Drainage $2,500 11 Demobilization $7,500 12 Final As-built Survey $2,000 NR CONTRACTORS, INC. 16.D.11.i Packet Pg. 1712 Attachment: NR Contractors Proposal (9939 : 19-7646 GC Contract) NR CONTRACTORS FEE SCHEDULE Role / Item Rate Principal $80 / hr Project Manager $65 / hr Estimator $45 / hr Superintendent $50 / hr Equipment - Work Truck $50 / day Equipment - Hand Tools $75 / day Equipment - Grading (Rental) $100 / day Survey (Sub-vendor) $120 / hour Pile Installation $8,000 / day Pre-cast Installation $5,000 / day POSITION SCHEDULE (MIN. 350K CONTRACT VALUE) - SEE APPENDIX D NR CONTRACTORS, INC. 16.D.11.i Packet Pg. 1713 Attachment: NR Contractors Proposal (9939 : 19-7646 GC Contract) APPENDIX D POSITION SCHEDULE (MIN. 350K CONTRACT) NR CONTRACTORS, INC. 16.D.11.i Packet Pg. 1714 Attachment: NR Contractors Proposal (9939 : 19-7646 GC Contract) POSITION SCHEDULE (MIN. 350K CONTRACT VALUE) NR CONTRACTORS, INC. 16.D.11.i Packet Pg. 1715 Attachment: NR Contractors Proposal (9939 : 19-7646 GC Contract) Selection Committee Scoring Sheet (STEP 1) RPS #: 19-7646 Title: General Contractors for Public Transit Construction Name of Firm Dan Schumacher Omar Deleon Melissa Pearson Wayne Karlovich Liz Soriano Total Scores Final Ranking Chris Tel Construction 88 85 95 81 78 427.00 1.00 Capital Contractors 92 82 88 49 86 397.00 2.00 Waypoint Contracting, Inc.84 58 82 76 62 362.00 3.00 NR Contractors, Inc.71 62 56 47 72 308.00 4.00 Procurement Professional Evelyn Colon Step 1: Upon direction by the Procurement professional, the individual selection committee member should provide their scoring of the proposals. Step 2: The procurement professional will review the mathematically tabulated scores. Step 3: The Committee will determine the number of proposers to bring back for oral presentations. Page 1 of 1 16.D.11.k Packet Pg. 1716 Attachment: 19-7646 Final Ranking (9939 : 19-7646 GC Contract) 16.D.11.lPacket Pg. 1717Attachment: 19-7646 Chris-Tel Construction_Contract (9939 : 19-7646 GC Contract) 16.D.11.lPacket Pg. 1718Attachment: 19-7646 Chris-Tel Construction_Contract (9939 : 19-7646 GC Contract) 16.D.11.lPacket Pg. 1719Attachment: 19-7646 Chris-Tel Construction_Contract (9939 : 19-7646 GC Contract) 16.D.11.lPacket Pg. 1720Attachment: 19-7646 Chris-Tel Construction_Contract (9939 : 19-7646 GC Contract) 16.D.11.l Packet Pg. 1721 Attachment: 19-7646 Chris-Tel Construction_Contract (9939 : 19-7646 GC Contract) 16.D.11.lPacket Pg. 1722Attachment: 19-7646 Chris-Tel Construction_Contract (9939 : 19-7646 GC Contract) 16.D.11.lPacket Pg. 1723Attachment: 19-7646 Chris-Tel Construction_Contract (9939 : 19-7646 GC Contract) 16.D.11.lPacket Pg. 1724Attachment: 19-7646 Chris-Tel Construction_Contract (9939 : 19-7646 GC Contract) 16.D.11.lPacket Pg. 1725Attachment: 19-7646 Chris-Tel Construction_Contract (9939 : 19-7646 GC Contract) 16.D.11.lPacket Pg. 1726Attachment: 19-7646 Chris-Tel Construction_Contract (9939 : 19-7646 GC Contract) 16.D.11.lPacket Pg. 1727Attachment: 19-7646 Chris-Tel Construction_Contract (9939 : 19-7646 GC Contract) 16.D.11.lPacket Pg. 1728Attachment: 19-7646 Chris-Tel Construction_Contract (9939 : 19-7646 GC Contract) 16.D.11.lPacket Pg. 1729Attachment: 19-7646 Chris-Tel Construction_Contract (9939 : 19-7646 GC Contract) 16.D.11.lPacket Pg. 1730Attachment: 19-7646 Chris-Tel Construction_Contract (9939 : 19-7646 GC Contract) 16.D.11.lPacket Pg. 1731Attachment: 19-7646 Chris-Tel Construction_Contract (9939 : 19-7646 GC Contract) 16.D.11.lPacket Pg. 1732Attachment: 19-7646 Chris-Tel Construction_Contract (9939 : 19-7646 GC Contract) 16.D.11.lPacket Pg. 1733Attachment: 19-7646 Chris-Tel Construction_Contract (9939 : 19-7646 GC Contract) 16.D.11.lPacket Pg. 1734Attachment: 19-7646 Chris-Tel Construction_Contract (9939 : 19-7646 GC Contract) 16.D.11.lPacket Pg. 1735Attachment: 19-7646 Chris-Tel Construction_Contract (9939 : 19-7646 GC Contract) 16.D.11.lPacket Pg. 1736Attachment: 19-7646 Chris-Tel Construction_Contract (9939 : 19-7646 GC Contract) 16.D.11.lPacket Pg. 1737Attachment: 19-7646 Chris-Tel Construction_Contract (9939 : 19-7646 GC Contract) 16.D.11.lPacket Pg. 1738Attachment: 19-7646 Chris-Tel Construction_Contract (9939 : 19-7646 GC Contract) 16.D.11.lPacket Pg. 1739Attachment: 19-7646 Chris-Tel Construction_Contract (9939 : 19-7646 GC Contract) 16.D.11.lPacket Pg. 1740Attachment: 19-7646 Chris-Tel Construction_Contract (9939 : 19-7646 GC Contract) 16.D.11.lPacket Pg. 1741Attachment: 19-7646 Chris-Tel Construction_Contract (9939 : 19-7646 GC Contract) 16.D.11.lPacket Pg. 1742Attachment: 19-7646 Chris-Tel Construction_Contract (9939 : 19-7646 GC Contract) 16.D.11.lPacket Pg. 1743Attachment: 19-7646 Chris-Tel Construction_Contract (9939 : 19-7646 GC Contract) 16.D.11.lPacket Pg. 1744Attachment: 19-7646 Chris-Tel Construction_Contract (9939 : 19-7646 GC Contract) 16.D.11.lPacket Pg. 1745Attachment: 19-7646 Chris-Tel Construction_Contract (9939 : 19-7646 GC Contract) 16.D.11.lPacket Pg. 1746Attachment: 19-7646 Chris-Tel Construction_Contract (9939 : 19-7646 GC Contract) 16.D.11.lPacket Pg. 1747Attachment: 19-7646 Chris-Tel Construction_Contract (9939 : 19-7646 GC Contract) 16.D.11.lPacket Pg. 1748Attachment: 19-7646 Chris-Tel Construction_Contract (9939 : 19-7646 GC Contract) 16.D.11.lPacket Pg. 1749Attachment: 19-7646 Chris-Tel Construction_Contract (9939 : 19-7646 GC Contract) 16.D.11.lPacket Pg. 1750Attachment: 19-7646 Chris-Tel Construction_Contract (9939 : 19-7646 GC Contract) 16.D.11.lPacket Pg. 1751Attachment: 19-7646 Chris-Tel Construction_Contract (9939 : 19-7646 GC Contract) 16.D.11.lPacket Pg. 1752Attachment: 19-7646 Chris-Tel Construction_Contract (9939 : 19-7646 GC Contract) 16.D.11.lPacket Pg. 1753Attachment: 19-7646 Chris-Tel Construction_Contract (9939 : 19-7646 GC Contract) 16.D.11.lPacket Pg. 1754Attachment: 19-7646 Chris-Tel Construction_Contract (9939 : 19-7646 GC Contract) 16.D.11.lPacket Pg. 1755Attachment: 19-7646 Chris-Tel Construction_Contract (9939 : 19-7646 GC Contract) 16.D.11.lPacket Pg. 1756Attachment: 19-7646 Chris-Tel Construction_Contract (9939 : 19-7646 GC Contract) 16.D.11.lPacket Pg. 1757Attachment: 19-7646 Chris-Tel Construction_Contract (9939 : 19-7646 GC Contract) 16.D.11.lPacket Pg. 1758Attachment: 19-7646 Chris-Tel Construction_Contract (9939 : 19-7646 GC Contract) 16.D.11.lPacket Pg. 1759Attachment: 19-7646 Chris-Tel Construction_Contract (9939 : 19-7646 GC Contract) 16.D.11.lPacket Pg. 1760Attachment: 19-7646 Chris-Tel Construction_Contract (9939 : 19-7646 GC Contract) 16.D.11.lPacket Pg. 1761Attachment: 19-7646 Chris-Tel Construction_Contract (9939 : 19-7646 GC Contract) 16.D.11.lPacket Pg. 1762Attachment: 19-7646 Chris-Tel Construction_Contract (9939 : 19-7646 GC Contract) 16.D.11.lPacket Pg. 1763Attachment: 19-7646 Chris-Tel Construction_Contract (9939 : 19-7646 GC Contract) 16.D.11.lPacket Pg. 1764Attachment: 19-7646 Chris-Tel Construction_Contract (9939 : 19-7646 GC Contract) 16.D.11.lPacket Pg. 1765Attachment: 19-7646 Chris-Tel Construction_Contract (9939 : 19-7646 GC Contract) 16.D.11.lPacket Pg. 1766Attachment: 19-7646 Chris-Tel Construction_Contract (9939 : 19-7646 GC Contract) 16.D.11.lPacket Pg. 1767Attachment: 19-7646 Chris-Tel Construction_Contract (9939 : 19-7646 GC Contract) 16.D.11.lPacket Pg. 1768Attachment: 19-7646 Chris-Tel Construction_Contract (9939 : 19-7646 GC Contract) 16.D.11.lPacket Pg. 1769Attachment: 19-7646 Chris-Tel Construction_Contract (9939 : 19-7646 GC Contract) 16.D.11.lPacket Pg. 1770Attachment: 19-7646 Chris-Tel Construction_Contract (9939 : 19-7646 GC Contract) 16.D.11.lPacket Pg. 1771Attachment: 19-7646 Chris-Tel Construction_Contract (9939 : 19-7646 GC Contract) 16.D.11.lPacket Pg. 1772Attachment: 19-7646 Chris-Tel Construction_Contract (9939 : 19-7646 GC Contract) 16.D.11.lPacket Pg. 1773Attachment: 19-7646 Chris-Tel Construction_Contract (9939 : 19-7646 GC Contract) 16.D.11.lPacket Pg. 1774Attachment: 19-7646 Chris-Tel Construction_Contract (9939 : 19-7646 GC Contract) 16.D.11.lPacket Pg. 1775Attachment: 19-7646 Chris-Tel Construction_Contract (9939 : 19-7646 GC Contract) 16.D.11.lPacket Pg. 1776Attachment: 19-7646 Chris-Tel Construction_Contract (9939 : 19-7646 GC Contract) 16.D.11.lPacket Pg. 1777Attachment: 19-7646 Chris-Tel Construction_Contract (9939 : 19-7646 GC Contract) 16.D.11.lPacket Pg. 1778Attachment: 19-7646 Chris-Tel Construction_Contract (9939 : 19-7646 GC Contract) 16.D.11.lPacket Pg. 1779Attachment: 19-7646 Chris-Tel Construction_Contract (9939 : 19-7646 GC Contract) 16.D.11.lPacket Pg. 1780Attachment: 19-7646 Chris-Tel Construction_Contract (9939 : 19-7646 GC Contract) 16.D.11.lPacket Pg. 1781Attachment: 19-7646 Chris-Tel Construction_Contract (9939 : 19-7646 GC Contract) 16.D.11.lPacket Pg. 1782Attachment: 19-7646 Chris-Tel Construction_Contract (9939 : 19-7646 GC Contract) 16.D.11.lPacket Pg. 1783Attachment: 19-7646 Chris-Tel Construction_Contract (9939 : 19-7646 GC Contract) 16.D.11.lPacket Pg. 1784Attachment: 19-7646 Chris-Tel Construction_Contract (9939 : 19-7646 GC Contract) 16.D.11.lPacket Pg. 1785Attachment: 19-7646 Chris-Tel Construction_Contract (9939 : 19-7646 GC Contract) 16.D.11.lPacket Pg. 1786Attachment: 19-7646 Chris-Tel Construction_Contract (9939 : 19-7646 GC Contract) 16.D.11.lPacket Pg. 1787Attachment: 19-7646 Chris-Tel Construction_Contract (9939 : 19-7646 GC Contract) 16.D.11.lPacket Pg. 1788Attachment: 19-7646 Chris-Tel Construction_Contract (9939 : 19-7646 GC Contract) 16.D.11.lPacket Pg. 1789Attachment: 19-7646 Chris-Tel Construction_Contract (9939 : 19-7646 GC Contract) 16.D.11.lPacket Pg. 1790Attachment: 19-7646 Chris-Tel Construction_Contract (9939 : 19-7646 GC Contract) 16.D.11.lPacket Pg. 1791Attachment: 19-7646 Chris-Tel Construction_Contract (9939 : 19-7646 GC Contract) 16.D.11.lPacket Pg. 1792Attachment: 19-7646 Chris-Tel Construction_Contract (9939 : 19-7646 GC Contract) 16.D.11.lPacket Pg. 1793Attachment: 19-7646 Chris-Tel Construction_Contract (9939 : 19-7646 GC Contract) 16.D.11.lPacket Pg. 1794Attachment: 19-7646 Chris-Tel Construction_Contract (9939 : 19-7646 GC Contract) 16.D.11.lPacket Pg. 1795Attachment: 19-7646 Chris-Tel Construction_Contract (9939 : 19-7646 GC Contract) 16.D.11.lPacket Pg. 1796Attachment: 19-7646 Chris-Tel Construction_Contract (9939 : 19-7646 GC Contract) 16.D.11.lPacket Pg. 1797Attachment: 19-7646 Chris-Tel Construction_Contract (9939 : 19-7646 GC Contract) 16.D.11.lPacket Pg. 1798Attachment: 19-7646 Chris-Tel Construction_Contract (9939 : 19-7646 GC Contract) 16.D.11.lPacket Pg. 1799Attachment: 19-7646 Chris-Tel Construction_Contract (9939 : 19-7646 GC Contract) 16.D.11.lPacket Pg. 1800Attachment: 19-7646 Chris-Tel Construction_Contract (9939 : 19-7646 GC Contract) 16.D.11.lPacket Pg. 1801Attachment: 19-7646 Chris-Tel Construction_Contract (9939 : 19-7646 GC Contract) 16.D.11.lPacket Pg. 1802Attachment: 19-7646 Chris-Tel Construction_Contract (9939 : 19-7646 GC Contract) 16.D.11.lPacket Pg. 1803Attachment: 19-7646 Chris-Tel Construction_Contract (9939 : 19-7646 GC Contract) 16.D.11.mPacket Pg. 1804Attachment: 19-7646 CapitalContractors_Contract_VendorSigned (9939 : 19-7646 GC Contract) 16.D.11.mPacket Pg. 1805Attachment: 19-7646 CapitalContractors_Contract_VendorSigned (9939 : 19-7646 GC Contract) 16.D.11.mPacket Pg. 1806Attachment: 19-7646 CapitalContractors_Contract_VendorSigned (9939 : 19-7646 GC Contract) 16.D.11.mPacket Pg. 1807Attachment: 19-7646 CapitalContractors_Contract_VendorSigned (9939 : 19-7646 GC Contract) 16.D.11.m Packet Pg. 1808 Attachment: 19-7646 CapitalContractors_Contract_VendorSigned (9939 : 19-7646 GC Contract) 16.D.11.mPacket Pg. 1809Attachment: 19-7646 CapitalContractors_Contract_VendorSigned (9939 : 19-7646 GC Contract) 16.D.11.mPacket Pg. 1810Attachment: 19-7646 CapitalContractors_Contract_VendorSigned (9939 : 19-7646 GC Contract) 16.D.11.mPacket Pg. 1811Attachment: 19-7646 CapitalContractors_Contract_VendorSigned (9939 : 19-7646 GC Contract) 16.D.11.mPacket Pg. 1812Attachment: 19-7646 CapitalContractors_Contract_VendorSigned (9939 : 19-7646 GC Contract) 16.D.11.mPacket Pg. 1813Attachment: 19-7646 CapitalContractors_Contract_VendorSigned (9939 : 19-7646 GC Contract) 16.D.11.mPacket Pg. 1814Attachment: 19-7646 CapitalContractors_Contract_VendorSigned (9939 : 19-7646 GC Contract) 16.D.11.mPacket Pg. 1815Attachment: 19-7646 CapitalContractors_Contract_VendorSigned (9939 : 19-7646 GC Contract) 16.D.11.mPacket Pg. 1816Attachment: 19-7646 CapitalContractors_Contract_VendorSigned (9939 : 19-7646 GC Contract) 16.D.11.mPacket Pg. 1817Attachment: 19-7646 CapitalContractors_Contract_VendorSigned (9939 : 19-7646 GC Contract) 16.D.11.mPacket Pg. 1818Attachment: 19-7646 CapitalContractors_Contract_VendorSigned (9939 : 19-7646 GC Contract) 16.D.11.mPacket Pg. 1819Attachment: 19-7646 CapitalContractors_Contract_VendorSigned (9939 : 19-7646 GC Contract) 16.D.11.mPacket Pg. 1820Attachment: 19-7646 CapitalContractors_Contract_VendorSigned (9939 : 19-7646 GC Contract) 16.D.11.mPacket Pg. 1821Attachment: 19-7646 CapitalContractors_Contract_VendorSigned (9939 : 19-7646 GC Contract) 16.D.11.mPacket Pg. 1822Attachment: 19-7646 CapitalContractors_Contract_VendorSigned (9939 : 19-7646 GC Contract) 16.D.11.mPacket Pg. 1823Attachment: 19-7646 CapitalContractors_Contract_VendorSigned (9939 : 19-7646 GC Contract) 16.D.11.mPacket Pg. 1824Attachment: 19-7646 CapitalContractors_Contract_VendorSigned (9939 : 19-7646 GC Contract) 16.D.11.mPacket Pg. 1825Attachment: 19-7646 CapitalContractors_Contract_VendorSigned (9939 : 19-7646 GC Contract) 16.D.11.mPacket Pg. 1826Attachment: 19-7646 CapitalContractors_Contract_VendorSigned (9939 : 19-7646 GC Contract) 16.D.11.mPacket Pg. 1827Attachment: 19-7646 CapitalContractors_Contract_VendorSigned (9939 : 19-7646 GC Contract) 16.D.11.mPacket Pg. 1828Attachment: 19-7646 CapitalContractors_Contract_VendorSigned (9939 : 19-7646 GC Contract) 16.D.11.mPacket Pg. 1829Attachment: 19-7646 CapitalContractors_Contract_VendorSigned (9939 : 19-7646 GC Contract) 16.D.11.mPacket Pg. 1830Attachment: 19-7646 CapitalContractors_Contract_VendorSigned (9939 : 19-7646 GC Contract) 16.D.11.mPacket Pg. 1831Attachment: 19-7646 CapitalContractors_Contract_VendorSigned (9939 : 19-7646 GC Contract) 16.D.11.mPacket Pg. 1832Attachment: 19-7646 CapitalContractors_Contract_VendorSigned (9939 : 19-7646 GC Contract) 16.D.11.mPacket Pg. 1833Attachment: 19-7646 CapitalContractors_Contract_VendorSigned (9939 : 19-7646 GC Contract) 16.D.11.mPacket Pg. 1834Attachment: 19-7646 CapitalContractors_Contract_VendorSigned (9939 : 19-7646 GC Contract) 16.D.11.mPacket Pg. 1835Attachment: 19-7646 CapitalContractors_Contract_VendorSigned (9939 : 19-7646 GC Contract) 16.D.11.mPacket Pg. 1836Attachment: 19-7646 CapitalContractors_Contract_VendorSigned (9939 : 19-7646 GC Contract) 16.D.11.mPacket Pg. 1837Attachment: 19-7646 CapitalContractors_Contract_VendorSigned (9939 : 19-7646 GC Contract) 16.D.11.mPacket Pg. 1838Attachment: 19-7646 CapitalContractors_Contract_VendorSigned (9939 : 19-7646 GC Contract) 16.D.11.mPacket Pg. 1839Attachment: 19-7646 CapitalContractors_Contract_VendorSigned (9939 : 19-7646 GC Contract) 16.D.11.mPacket Pg. 1840Attachment: 19-7646 CapitalContractors_Contract_VendorSigned (9939 : 19-7646 GC Contract) 16.D.11.mPacket Pg. 1841Attachment: 19-7646 CapitalContractors_Contract_VendorSigned (9939 : 19-7646 GC Contract) 16.D.11.mPacket Pg. 1842Attachment: 19-7646 CapitalContractors_Contract_VendorSigned (9939 : 19-7646 GC Contract) 16.D.11.mPacket Pg. 1843Attachment: 19-7646 CapitalContractors_Contract_VendorSigned (9939 : 19-7646 GC Contract) 16.D.11.mPacket Pg. 1844Attachment: 19-7646 CapitalContractors_Contract_VendorSigned (9939 : 19-7646 GC Contract) 16.D.11.mPacket Pg. 1845Attachment: 19-7646 CapitalContractors_Contract_VendorSigned (9939 : 19-7646 GC Contract) 16.D.11.mPacket Pg. 1846Attachment: 19-7646 CapitalContractors_Contract_VendorSigned (9939 : 19-7646 GC Contract) 16.D.11.mPacket Pg. 1847Attachment: 19-7646 CapitalContractors_Contract_VendorSigned (9939 : 19-7646 GC Contract) 16.D.11.mPacket Pg. 1848Attachment: 19-7646 CapitalContractors_Contract_VendorSigned (9939 : 19-7646 GC Contract) 16.D.11.mPacket Pg. 1849Attachment: 19-7646 CapitalContractors_Contract_VendorSigned (9939 : 19-7646 GC Contract) 16.D.11.mPacket Pg. 1850Attachment: 19-7646 CapitalContractors_Contract_VendorSigned (9939 : 19-7646 GC Contract) 16.D.11.mPacket Pg. 1851Attachment: 19-7646 CapitalContractors_Contract_VendorSigned (9939 : 19-7646 GC Contract) 16.D.11.mPacket Pg. 1852Attachment: 19-7646 CapitalContractors_Contract_VendorSigned (9939 : 19-7646 GC Contract) 16.D.11.mPacket Pg. 1853Attachment: 19-7646 CapitalContractors_Contract_VendorSigned (9939 : 19-7646 GC Contract) 16.D.11.mPacket Pg. 1854Attachment: 19-7646 CapitalContractors_Contract_VendorSigned (9939 : 19-7646 GC Contract) 16.D.11.mPacket Pg. 1855Attachment: 19-7646 CapitalContractors_Contract_VendorSigned (9939 : 19-7646 GC Contract) 16.D.11.mPacket Pg. 1856Attachment: 19-7646 CapitalContractors_Contract_VendorSigned (9939 : 19-7646 GC Contract) 16.D.11.mPacket Pg. 1857Attachment: 19-7646 CapitalContractors_Contract_VendorSigned (9939 : 19-7646 GC Contract) 16.D.11.mPacket Pg. 1858Attachment: 19-7646 CapitalContractors_Contract_VendorSigned (9939 : 19-7646 GC Contract) 16.D.11.mPacket Pg. 1859Attachment: 19-7646 CapitalContractors_Contract_VendorSigned (9939 : 19-7646 GC Contract) 16.D.11.mPacket Pg. 1860Attachment: 19-7646 CapitalContractors_Contract_VendorSigned (9939 : 19-7646 GC Contract) 16.D.11.mPacket Pg. 1861Attachment: 19-7646 CapitalContractors_Contract_VendorSigned (9939 : 19-7646 GC Contract) 16.D.11.mPacket Pg. 1862Attachment: 19-7646 CapitalContractors_Contract_VendorSigned (9939 : 19-7646 GC Contract) 16.D.11.mPacket Pg. 1863Attachment: 19-7646 CapitalContractors_Contract_VendorSigned (9939 : 19-7646 GC Contract) 16.D.11.mPacket Pg. 1864Attachment: 19-7646 CapitalContractors_Contract_VendorSigned (9939 : 19-7646 GC Contract) 16.D.11.mPacket Pg. 1865Attachment: 19-7646 CapitalContractors_Contract_VendorSigned (9939 : 19-7646 GC Contract) 16.D.11.mPacket Pg. 1866Attachment: 19-7646 CapitalContractors_Contract_VendorSigned (9939 : 19-7646 GC Contract) 16.D.11.mPacket Pg. 1867Attachment: 19-7646 CapitalContractors_Contract_VendorSigned (9939 : 19-7646 GC Contract) 16.D.11.mPacket Pg. 1868Attachment: 19-7646 CapitalContractors_Contract_VendorSigned (9939 : 19-7646 GC Contract) 16.D.11.mPacket Pg. 1869Attachment: 19-7646 CapitalContractors_Contract_VendorSigned (9939 : 19-7646 GC Contract) 16.D.11.mPacket Pg. 1870Attachment: 19-7646 CapitalContractors_Contract_VendorSigned (9939 : 19-7646 GC Contract) 16.D.11.mPacket Pg. 1871Attachment: 19-7646 CapitalContractors_Contract_VendorSigned (9939 : 19-7646 GC Contract) 16.D.11.mPacket Pg. 1872Attachment: 19-7646 CapitalContractors_Contract_VendorSigned (9939 : 19-7646 GC Contract) 16.D.11.mPacket Pg. 1873Attachment: 19-7646 CapitalContractors_Contract_VendorSigned (9939 : 19-7646 GC Contract) 16.D.11.mPacket Pg. 1874Attachment: 19-7646 CapitalContractors_Contract_VendorSigned (9939 : 19-7646 GC Contract) 16.D.11.mPacket Pg. 1875Attachment: 19-7646 CapitalContractors_Contract_VendorSigned (9939 : 19-7646 GC Contract) 16.D.11.mPacket Pg. 1876Attachment: 19-7646 CapitalContractors_Contract_VendorSigned (9939 : 19-7646 GC Contract) 16.D.11.mPacket Pg. 1877Attachment: 19-7646 CapitalContractors_Contract_VendorSigned (9939 : 19-7646 GC Contract) 16.D.11.mPacket Pg. 1878Attachment: 19-7646 CapitalContractors_Contract_VendorSigned (9939 : 19-7646 GC Contract) 16.D.11.mPacket Pg. 1879Attachment: 19-7646 CapitalContractors_Contract_VendorSigned (9939 : 19-7646 GC Contract) 16.D.11.mPacket Pg. 1880Attachment: 19-7646 CapitalContractors_Contract_VendorSigned (9939 : 19-7646 GC Contract) 16.D.11.mPacket Pg. 1881Attachment: 19-7646 CapitalContractors_Contract_VendorSigned (9939 : 19-7646 GC Contract) 16.D.11.mPacket Pg. 1882Attachment: 19-7646 CapitalContractors_Contract_VendorSigned (9939 : 19-7646 GC Contract) 16.D.11.mPacket Pg. 1883Attachment: 19-7646 CapitalContractors_Contract_VendorSigned (9939 : 19-7646 GC Contract) 16.D.11.mPacket Pg. 1884Attachment: 19-7646 CapitalContractors_Contract_VendorSigned (9939 : 19-7646 GC Contract) 16.D.11.mPacket Pg. 1885Attachment: 19-7646 CapitalContractors_Contract_VendorSigned (9939 : 19-7646 GC Contract) 16.D.11.mPacket Pg. 1886Attachment: 19-7646 CapitalContractors_Contract_VendorSigned (9939 : 19-7646 GC Contract) 16.D.11.mPacket Pg. 1887Attachment: 19-7646 CapitalContractors_Contract_VendorSigned (9939 : 19-7646 GC Contract) 16.D.11.mPacket Pg. 1888Attachment: 19-7646 CapitalContractors_Contract_VendorSigned (9939 : 19-7646 GC Contract) 16.D.11.nPacket Pg. 1889Attachment: 19-7646 WayPoint Contracting_Contract (9939 : 19-7646 GC Contract) 16.D.11.nPacket Pg. 1890Attachment: 19-7646 WayPoint Contracting_Contract (9939 : 19-7646 GC Contract) 16.D.11.nPacket Pg. 1891Attachment: 19-7646 WayPoint Contracting_Contract (9939 : 19-7646 GC Contract) 16.D.11.nPacket Pg. 1892Attachment: 19-7646 WayPoint Contracting_Contract (9939 : 19-7646 GC Contract) 16.D.11.n Packet Pg. 1893 Attachment: 19-7646 WayPoint Contracting_Contract (9939 : 19-7646 GC Contract) 16.D.11.nPacket Pg. 1894Attachment: 19-7646 WayPoint Contracting_Contract (9939 : 19-7646 GC Contract) 16.D.11.nPacket Pg. 1895Attachment: 19-7646 WayPoint Contracting_Contract (9939 : 19-7646 GC Contract) 16.D.11.nPacket Pg. 1896Attachment: 19-7646 WayPoint Contracting_Contract (9939 : 19-7646 GC Contract) 16.D.11.nPacket Pg. 1897Attachment: 19-7646 WayPoint Contracting_Contract (9939 : 19-7646 GC Contract) 16.D.11.nPacket Pg. 1898Attachment: 19-7646 WayPoint Contracting_Contract (9939 : 19-7646 GC Contract) 16.D.11.nPacket Pg. 1899Attachment: 19-7646 WayPoint Contracting_Contract (9939 : 19-7646 GC Contract) 16.D.11.nPacket Pg. 1900Attachment: 19-7646 WayPoint Contracting_Contract (9939 : 19-7646 GC Contract) 16.D.11.nPacket Pg. 1901Attachment: 19-7646 WayPoint Contracting_Contract (9939 : 19-7646 GC Contract) 16.D.11.nPacket Pg. 1902Attachment: 19-7646 WayPoint Contracting_Contract (9939 : 19-7646 GC Contract) 16.D.11.nPacket Pg. 1903Attachment: 19-7646 WayPoint Contracting_Contract (9939 : 19-7646 GC Contract) 16.D.11.n Packet Pg. 1904 Attachment: 19-7646 WayPoint Contracting_Contract (9939 : 19-7646 GC Contract) 16.D.11.nPacket Pg. 1905Attachment: 19-7646 WayPoint Contracting_Contract (9939 : 19-7646 GC Contract) 16.D.11.nPacket Pg. 1906Attachment: 19-7646 WayPoint Contracting_Contract (9939 : 19-7646 GC Contract) 16.D.11.nPacket Pg. 1907Attachment: 19-7646 WayPoint Contracting_Contract (9939 : 19-7646 GC Contract) 16.D.11.nPacket Pg. 1908Attachment: 19-7646 WayPoint Contracting_Contract (9939 : 19-7646 GC Contract) 16.D.11.nPacket Pg. 1909Attachment: 19-7646 WayPoint Contracting_Contract (9939 : 19-7646 GC Contract) 16.D.11.nPacket Pg. 1910Attachment: 19-7646 WayPoint Contracting_Contract (9939 : 19-7646 GC Contract) 16.D.11.nPacket Pg. 1911Attachment: 19-7646 WayPoint Contracting_Contract (9939 : 19-7646 GC Contract) 16.D.11.nPacket Pg. 1912Attachment: 19-7646 WayPoint Contracting_Contract (9939 : 19-7646 GC Contract) 16.D.11.nPacket Pg. 1913Attachment: 19-7646 WayPoint Contracting_Contract (9939 : 19-7646 GC Contract) 16.D.11.nPacket Pg. 1914Attachment: 19-7646 WayPoint Contracting_Contract (9939 : 19-7646 GC Contract) 16.D.11.nPacket Pg. 1915Attachment: 19-7646 WayPoint Contracting_Contract (9939 : 19-7646 GC Contract) 16.D.11.nPacket Pg. 1916Attachment: 19-7646 WayPoint Contracting_Contract (9939 : 19-7646 GC Contract) 16.D.11.nPacket Pg. 1917Attachment: 19-7646 WayPoint Contracting_Contract (9939 : 19-7646 GC Contract) 16.D.11.nPacket Pg. 1918Attachment: 19-7646 WayPoint Contracting_Contract (9939 : 19-7646 GC Contract) 16.D.11.nPacket Pg. 1919Attachment: 19-7646 WayPoint Contracting_Contract (9939 : 19-7646 GC Contract) 16.D.11.nPacket Pg. 1920Attachment: 19-7646 WayPoint Contracting_Contract (9939 : 19-7646 GC Contract) 16.D.11.nPacket Pg. 1921Attachment: 19-7646 WayPoint Contracting_Contract (9939 : 19-7646 GC Contract) 16.D.11.nPacket Pg. 1922Attachment: 19-7646 WayPoint Contracting_Contract (9939 : 19-7646 GC Contract) 16.D.11.nPacket Pg. 1923Attachment: 19-7646 WayPoint Contracting_Contract (9939 : 19-7646 GC Contract) 16.D.11.nPacket Pg. 1924Attachment: 19-7646 WayPoint Contracting_Contract (9939 : 19-7646 GC Contract) 16.D.11.nPacket Pg. 1925Attachment: 19-7646 WayPoint Contracting_Contract (9939 : 19-7646 GC Contract) 16.D.11.nPacket Pg. 1926Attachment: 19-7646 WayPoint Contracting_Contract (9939 : 19-7646 GC Contract) 16.D.11.nPacket Pg. 1927Attachment: 19-7646 WayPoint Contracting_Contract (9939 : 19-7646 GC Contract) 16.D.11.nPacket Pg. 1928Attachment: 19-7646 WayPoint Contracting_Contract (9939 : 19-7646 GC Contract) 16.D.11.nPacket Pg. 1929Attachment: 19-7646 WayPoint Contracting_Contract (9939 : 19-7646 GC Contract) 16.D.11.nPacket Pg. 1930Attachment: 19-7646 WayPoint Contracting_Contract (9939 : 19-7646 GC Contract) 16.D.11.nPacket Pg. 1931Attachment: 19-7646 WayPoint Contracting_Contract (9939 : 19-7646 GC Contract) 16.D.11.nPacket Pg. 1932Attachment: 19-7646 WayPoint Contracting_Contract (9939 : 19-7646 GC Contract) 16.D.11.nPacket Pg. 1933Attachment: 19-7646 WayPoint Contracting_Contract (9939 : 19-7646 GC Contract) 16.D.11.nPacket Pg. 1934Attachment: 19-7646 WayPoint Contracting_Contract (9939 : 19-7646 GC Contract) 16.D.11.nPacket Pg. 1935Attachment: 19-7646 WayPoint Contracting_Contract (9939 : 19-7646 GC Contract) 16.D.11.nPacket Pg. 1936Attachment: 19-7646 WayPoint Contracting_Contract (9939 : 19-7646 GC Contract) 16.D.11.nPacket Pg. 1937Attachment: 19-7646 WayPoint Contracting_Contract (9939 : 19-7646 GC Contract) 16.D.11.nPacket Pg. 1938Attachment: 19-7646 WayPoint Contracting_Contract (9939 : 19-7646 GC Contract) 16.D.11.nPacket Pg. 1939Attachment: 19-7646 WayPoint Contracting_Contract (9939 : 19-7646 GC Contract) 16.D.11.nPacket Pg. 1940Attachment: 19-7646 WayPoint Contracting_Contract (9939 : 19-7646 GC Contract) 16.D.11.nPacket Pg. 1941Attachment: 19-7646 WayPoint Contracting_Contract (9939 : 19-7646 GC Contract) 16.D.11.nPacket Pg. 1942Attachment: 19-7646 WayPoint Contracting_Contract (9939 : 19-7646 GC Contract) 16.D.11.nPacket Pg. 1943Attachment: 19-7646 WayPoint Contracting_Contract (9939 : 19-7646 GC Contract) 16.D.11.nPacket Pg. 1944Attachment: 19-7646 WayPoint Contracting_Contract (9939 : 19-7646 GC Contract) 16.D.11.nPacket Pg. 1945Attachment: 19-7646 WayPoint Contracting_Contract (9939 : 19-7646 GC Contract) 16.D.11.nPacket Pg. 1946Attachment: 19-7646 WayPoint Contracting_Contract (9939 : 19-7646 GC Contract) 16.D.11.nPacket Pg. 1947Attachment: 19-7646 WayPoint Contracting_Contract (9939 : 19-7646 GC Contract) 16.D.11.nPacket Pg. 1948Attachment: 19-7646 WayPoint Contracting_Contract (9939 : 19-7646 GC Contract) 16.D.11.nPacket Pg. 1949Attachment: 19-7646 WayPoint Contracting_Contract (9939 : 19-7646 GC Contract) 16.D.11.nPacket Pg. 1950Attachment: 19-7646 WayPoint Contracting_Contract (9939 : 19-7646 GC Contract) 16.D.11.nPacket Pg. 1951Attachment: 19-7646 WayPoint Contracting_Contract (9939 : 19-7646 GC Contract) 16.D.11.nPacket Pg. 1952Attachment: 19-7646 WayPoint Contracting_Contract (9939 : 19-7646 GC Contract) 16.D.11.nPacket Pg. 1953Attachment: 19-7646 WayPoint Contracting_Contract (9939 : 19-7646 GC Contract) 16.D.11.nPacket Pg. 1954Attachment: 19-7646 WayPoint Contracting_Contract (9939 : 19-7646 GC Contract) 16.D.11.nPacket Pg. 1955Attachment: 19-7646 WayPoint Contracting_Contract (9939 : 19-7646 GC Contract) 16.D.11.nPacket Pg. 1956Attachment: 19-7646 WayPoint Contracting_Contract (9939 : 19-7646 GC Contract) 16.D.11.nPacket Pg. 1957Attachment: 19-7646 WayPoint Contracting_Contract (9939 : 19-7646 GC Contract) 16.D.11.nPacket Pg. 1958Attachment: 19-7646 WayPoint Contracting_Contract (9939 : 19-7646 GC Contract) 16.D.11.nPacket Pg. 1959Attachment: 19-7646 WayPoint Contracting_Contract (9939 : 19-7646 GC Contract) 16.D.11.nPacket Pg. 1960Attachment: 19-7646 WayPoint Contracting_Contract (9939 : 19-7646 GC Contract) 16.D.11.nPacket Pg. 1961Attachment: 19-7646 WayPoint Contracting_Contract (9939 : 19-7646 GC Contract) 16.D.11.nPacket Pg. 1962Attachment: 19-7646 WayPoint Contracting_Contract (9939 : 19-7646 GC Contract) 16.D.11.nPacket Pg. 1963Attachment: 19-7646 WayPoint Contracting_Contract (9939 : 19-7646 GC Contract) 16.D.11.nPacket Pg. 1964Attachment: 19-7646 WayPoint Contracting_Contract (9939 : 19-7646 GC Contract) 16.D.11.nPacket Pg. 1965Attachment: 19-7646 WayPoint Contracting_Contract (9939 : 19-7646 GC Contract) 16.D.11.nPacket Pg. 1966Attachment: 19-7646 WayPoint Contracting_Contract (9939 : 19-7646 GC Contract) 16.D.11.nPacket Pg. 1967Attachment: 19-7646 WayPoint Contracting_Contract (9939 : 19-7646 GC Contract) 16.D.11.nPacket Pg. 1968Attachment: 19-7646 WayPoint Contracting_Contract (9939 : 19-7646 GC Contract) 16.D.11.nPacket Pg. 1969Attachment: 19-7646 WayPoint Contracting_Contract (9939 : 19-7646 GC Contract) 16.D.11.nPacket Pg. 1970Attachment: 19-7646 WayPoint Contracting_Contract (9939 : 19-7646 GC Contract) 16.D.11.nPacket Pg. 1971Attachment: 19-7646 WayPoint Contracting_Contract (9939 : 19-7646 GC Contract) 16.D.11.nPacket Pg. 1972Attachment: 19-7646 WayPoint Contracting_Contract (9939 : 19-7646 GC Contract) 16.D.11.nPacket Pg. 1973Attachment: 19-7646 WayPoint Contracting_Contract (9939 : 19-7646 GC Contract) 16.D.11.oPacket Pg. 1974Attachment: 19-7646 NR Contractors_Contract (9939 : 19-7646 GC Contract) 16.D.11.oPacket Pg. 1975Attachment: 19-7646 NR Contractors_Contract (9939 : 19-7646 GC Contract) 16.D.11.oPacket Pg. 1976Attachment: 19-7646 NR Contractors_Contract (9939 : 19-7646 GC Contract) 16.D.11.oPacket Pg. 1977Attachment: 19-7646 NR Contractors_Contract (9939 : 19-7646 GC Contract) 16.D.11.o Packet Pg. 1978 Attachment: 19-7646 NR Contractors_Contract (9939 : 19-7646 GC Contract) 16.D.11.oPacket Pg. 1979Attachment: 19-7646 NR Contractors_Contract (9939 : 19-7646 GC Contract) 16.D.11.oPacket Pg. 1980Attachment: 19-7646 NR Contractors_Contract (9939 : 19-7646 GC Contract) 16.D.11.oPacket Pg. 1981Attachment: 19-7646 NR Contractors_Contract (9939 : 19-7646 GC Contract) 16.D.11.oPacket Pg. 1982Attachment: 19-7646 NR Contractors_Contract (9939 : 19-7646 GC Contract) 16.D.11.oPacket Pg. 1983Attachment: 19-7646 NR Contractors_Contract (9939 : 19-7646 GC Contract) 16.D.11.oPacket Pg. 1984Attachment: 19-7646 NR Contractors_Contract (9939 : 19-7646 GC Contract) 16.D.11.oPacket Pg. 1985Attachment: 19-7646 NR Contractors_Contract (9939 : 19-7646 GC Contract) 16.D.11.oPacket Pg. 1986Attachment: 19-7646 NR Contractors_Contract (9939 : 19-7646 GC Contract) 16.D.11.oPacket Pg. 1987Attachment: 19-7646 NR Contractors_Contract (9939 : 19-7646 GC Contract) 16.D.11.oPacket Pg. 1988Attachment: 19-7646 NR Contractors_Contract (9939 : 19-7646 GC Contract) 16.D.11.o Packet Pg. 1989 Attachment: 19-7646 NR Contractors_Contract (9939 : 19-7646 GC Contract) 16.D.11.oPacket Pg. 1990Attachment: 19-7646 NR Contractors_Contract (9939 : 19-7646 GC Contract) 16.D.11.oPacket Pg. 1991Attachment: 19-7646 NR Contractors_Contract (9939 : 19-7646 GC Contract) 16.D.11.oPacket Pg. 1992Attachment: 19-7646 NR Contractors_Contract (9939 : 19-7646 GC Contract) 16.D.11.oPacket Pg. 1993Attachment: 19-7646 NR Contractors_Contract (9939 : 19-7646 GC Contract) 16.D.11.oPacket Pg. 1994Attachment: 19-7646 NR Contractors_Contract (9939 : 19-7646 GC Contract) 16.D.11.oPacket Pg. 1995Attachment: 19-7646 NR Contractors_Contract (9939 : 19-7646 GC Contract) 16.D.11.oPacket Pg. 1996Attachment: 19-7646 NR Contractors_Contract (9939 : 19-7646 GC Contract) 16.D.11.oPacket Pg. 1997Attachment: 19-7646 NR Contractors_Contract (9939 : 19-7646 GC Contract) 16.D.11.oPacket Pg. 1998Attachment: 19-7646 NR Contractors_Contract (9939 : 19-7646 GC Contract) 16.D.11.oPacket Pg. 1999Attachment: 19-7646 NR Contractors_Contract (9939 : 19-7646 GC Contract) 16.D.11.oPacket Pg. 2000Attachment: 19-7646 NR Contractors_Contract (9939 : 19-7646 GC Contract) 16.D.11.oPacket Pg. 2001Attachment: 19-7646 NR Contractors_Contract (9939 : 19-7646 GC Contract) 16.D.11.oPacket Pg. 2002Attachment: 19-7646 NR Contractors_Contract (9939 : 19-7646 GC Contract) 16.D.11.oPacket Pg. 2003Attachment: 19-7646 NR Contractors_Contract (9939 : 19-7646 GC Contract) 16.D.11.oPacket Pg. 2004Attachment: 19-7646 NR Contractors_Contract (9939 : 19-7646 GC Contract) 16.D.11.oPacket Pg. 2005Attachment: 19-7646 NR Contractors_Contract (9939 : 19-7646 GC Contract) 16.D.11.oPacket Pg. 2006Attachment: 19-7646 NR Contractors_Contract (9939 : 19-7646 GC Contract) 16.D.11.oPacket Pg. 2007Attachment: 19-7646 NR Contractors_Contract (9939 : 19-7646 GC Contract) 16.D.11.oPacket Pg. 2008Attachment: 19-7646 NR Contractors_Contract (9939 : 19-7646 GC Contract) 16.D.11.oPacket Pg. 2009Attachment: 19-7646 NR Contractors_Contract (9939 : 19-7646 GC Contract) 16.D.11.oPacket Pg. 2010Attachment: 19-7646 NR Contractors_Contract (9939 : 19-7646 GC Contract) 16.D.11.oPacket Pg. 2011Attachment: 19-7646 NR Contractors_Contract (9939 : 19-7646 GC Contract) 16.D.11.oPacket Pg. 2012Attachment: 19-7646 NR Contractors_Contract (9939 : 19-7646 GC Contract) 16.D.11.oPacket Pg. 2013Attachment: 19-7646 NR Contractors_Contract (9939 : 19-7646 GC Contract) 16.D.11.oPacket Pg. 2014Attachment: 19-7646 NR Contractors_Contract (9939 : 19-7646 GC Contract) 16.D.11.oPacket Pg. 2015Attachment: 19-7646 NR Contractors_Contract (9939 : 19-7646 GC Contract) 16.D.11.oPacket Pg. 2016Attachment: 19-7646 NR Contractors_Contract (9939 : 19-7646 GC Contract) 16.D.11.oPacket Pg. 2017Attachment: 19-7646 NR Contractors_Contract (9939 : 19-7646 GC Contract) 16.D.11.oPacket Pg. 2018Attachment: 19-7646 NR Contractors_Contract (9939 : 19-7646 GC Contract) 16.D.11.oPacket Pg. 2019Attachment: 19-7646 NR Contractors_Contract (9939 : 19-7646 GC Contract) 16.D.11.oPacket Pg. 2020Attachment: 19-7646 NR Contractors_Contract (9939 : 19-7646 GC Contract) 16.D.11.oPacket Pg. 2021Attachment: 19-7646 NR Contractors_Contract (9939 : 19-7646 GC Contract) 16.D.11.oPacket Pg. 2022Attachment: 19-7646 NR Contractors_Contract (9939 : 19-7646 GC Contract) 16.D.11.oPacket Pg. 2023Attachment: 19-7646 NR Contractors_Contract (9939 : 19-7646 GC Contract) 16.D.11.oPacket Pg. 2024Attachment: 19-7646 NR Contractors_Contract (9939 : 19-7646 GC Contract) 16.D.11.oPacket Pg. 2025Attachment: 19-7646 NR Contractors_Contract (9939 : 19-7646 GC Contract) 16.D.11.oPacket Pg. 2026Attachment: 19-7646 NR Contractors_Contract (9939 : 19-7646 GC Contract) 16.D.11.oPacket Pg. 2027Attachment: 19-7646 NR Contractors_Contract (9939 : 19-7646 GC Contract) 16.D.11.oPacket Pg. 2028Attachment: 19-7646 NR Contractors_Contract (9939 : 19-7646 GC Contract) 16.D.11.oPacket Pg. 2029Attachment: 19-7646 NR Contractors_Contract (9939 : 19-7646 GC Contract) 16.D.11.oPacket Pg. 2030Attachment: 19-7646 NR Contractors_Contract (9939 : 19-7646 GC Contract) 16.D.11.oPacket Pg. 2031Attachment: 19-7646 NR Contractors_Contract (9939 : 19-7646 GC Contract) 16.D.11.oPacket Pg. 2032Attachment: 19-7646 NR Contractors_Contract (9939 : 19-7646 GC Contract) 16.D.11.oPacket Pg. 2033Attachment: 19-7646 NR Contractors_Contract (9939 : 19-7646 GC Contract) 16.D.11.oPacket Pg. 2034Attachment: 19-7646 NR Contractors_Contract (9939 : 19-7646 GC Contract) 16.D.11.oPacket Pg. 2035Attachment: 19-7646 NR Contractors_Contract (9939 : 19-7646 GC Contract) 16.D.11.oPacket Pg. 2036Attachment: 19-7646 NR Contractors_Contract (9939 : 19-7646 GC Contract) 16.D.11.oPacket Pg. 2037Attachment: 19-7646 NR Contractors_Contract (9939 : 19-7646 GC Contract) 16.D.11.oPacket Pg. 2038Attachment: 19-7646 NR Contractors_Contract (9939 : 19-7646 GC Contract) 16.D.11.oPacket Pg. 2039Attachment: 19-7646 NR Contractors_Contract (9939 : 19-7646 GC Contract) 16.D.11.oPacket Pg. 2040Attachment: 19-7646 NR Contractors_Contract (9939 : 19-7646 GC Contract) 16.D.11.oPacket Pg. 2041Attachment: 19-7646 NR Contractors_Contract (9939 : 19-7646 GC Contract) 16.D.11.oPacket Pg. 2042Attachment: 19-7646 NR Contractors_Contract (9939 : 19-7646 GC Contract) 16.D.11.oPacket Pg. 2043Attachment: 19-7646 NR Contractors_Contract (9939 : 19-7646 GC Contract) 16.D.11.oPacket Pg. 2044Attachment: 19-7646 NR Contractors_Contract (9939 : 19-7646 GC Contract) 16.D.11.oPacket Pg. 2045Attachment: 19-7646 NR Contractors_Contract (9939 : 19-7646 GC Contract) 16.D.11.oPacket Pg. 2046Attachment: 19-7646 NR Contractors_Contract (9939 : 19-7646 GC Contract) 16.D.11.oPacket Pg. 2047Attachment: 19-7646 NR Contractors_Contract (9939 : 19-7646 GC Contract) 16.D.11.oPacket Pg. 2048Attachment: 19-7646 NR Contractors_Contract (9939 : 19-7646 GC Contract) 16.D.11.oPacket Pg. 2049Attachment: 19-7646 NR Contractors_Contract (9939 : 19-7646 GC Contract) 16.D.11.oPacket Pg. 2050Attachment: 19-7646 NR Contractors_Contract (9939 : 19-7646 GC Contract) 16.D.11.oPacket Pg. 2051Attachment: 19-7646 NR Contractors_Contract (9939 : 19-7646 GC Contract) 16.D.11.oPacket Pg. 2052Attachment: 19-7646 NR Contractors_Contract (9939 : 19-7646 GC Contract) 16.D.11.oPacket Pg. 2053Attachment: 19-7646 NR Contractors_Contract (9939 : 19-7646 GC Contract) 16.D.11.oPacket Pg. 2054Attachment: 19-7646 NR Contractors_Contract (9939 : 19-7646 GC Contract) 16.D.11.oPacket Pg. 2055Attachment: 19-7646 NR Contractors_Contract (9939 : 19-7646 GC Contract) 16.D.11.oPacket Pg. 2056Attachment: 19-7646 NR Contractors_Contract (9939 : 19-7646 GC Contract) 16.D.11.oPacket Pg. 2057Attachment: 19-7646 NR Contractors_Contract (9939 : 19-7646 GC Contract) 16.D.11.oPacket Pg. 2058Attachment: 19-7646 NR Contractors_Contract (9939 : 19-7646 GC Contract) 12 RFQ No. 19-7646 General Contractors for Public Transit Constructfon EXPERIENCE & CAPACITY OF THE FIRM– Insurance & Bonding Requirements 13 RFQ No. 19-7646 General Contractors for Public Transit Constructfon EXPERIENCE & CAPACITY OF THE FIRM– Insurance & Bonding Requirements 14 RFQ No. 19-7646 General Contractors for Public Transit Constructfon EXPERIENCE & CAPACITY OF THE FIRM– Insurance & Bonding Requirements MULTI -CONTRACTOR AWARD AGREEMENT # 19-7646 for General Contractors for Public Transit Construction Projects THIS AGREEMENT, made and entered into on this day of 20_, by and between Capital Contractors, LLC , authorized to do business in the State of Florida, whose business address is 8225 Laurel Lakes Blvd, Naples, Florida 34119 , (the "Contractor") and Collier County, a political subdivision of the State of Florida, (the "County" or "Owner"): WITNESSETH: AGREEMENT TERM. The Agreement shall be for a five (5_) year period, commencing 0 upon the date of Board approval ❑ , and terminating five (_�j year(s) from that date or until all outstanding ❑■ Purchase Order(s) ❑ .ter- Ordsr(�) 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 one U additional 5) five (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 FM -]Purchase Order FN -]Notice to Proceed. 3. STATEMENT OF WORK. The Contractor shall provide services in accordance with the terms and conditions of ❑ (�oMlloct e��rnpncol (p GD) ❑ Invito4inr� #n Miri (ITR) R 1 \V tAVV IV VVtAI 1 IIIYIItA tIV 11 lV ✓IV 1 1 ✓ Other Request for QualificationR( FQ ) # 19-7646 including all Attachment(s), Exhibit(s) and Addenda and the Contractor's proposal referred to herein and made an integral part of this Agreement. Al The Contractor shall also provide services in accordance with Exhibit A — Scope of Services attached hereto. 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. Page 1 of 33 Multi -Contractor Award Agreement 2017.006 Ver.1 a 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. 3.3 ❑ The procedure for obtaining Work under this Agreement is outlined in Exhibit A — Scope of Services attached hereto. ❑ ❑ 3-4 the e Methed 4. THE AGREEMENT SUM. ❑■ The County shall pay the Contractor for the performance of this Agreement based on Work performed pursuant to the quoted price offered by the Contractor in response to a specific Request for Quotations and pursuant to the 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): FE -1 Lump Sum (Fixed Price): A firm fixed total price offering for a project; the risks are transferred from the County to the contractor; and, as a business practice there are no hourly or material invoices presented, rather, the contractor must perform to the satisfaction of the County's project manager before payment for the fixed price contract is authorized. 0 Time and Materials: The County agrees to pay the contractor for the amount of labor time spent by the contractor's employees and subcontractors to perform the work (number of hours times hourly rate), and for materials and equipment used in the project (cost of materials plus the contractor's markup). This methodology is generally used in projects in which it is not possible to accurately estimate the size of the project, or when it is expected that the project requirements would most likely change. As a general business practice, these contracts include back-up documentation of costs; invoices would include number of hours worked and billing rate by position (and not company (or subcontractor) timekeeping or payroll records), material or equipment invoices, and other reimbursable documentation for the project. Page 2 of 33 Multi -Contractor Award Agreement 2017.006 Ver.1 ■ w. - 1_0IIIIA - . . - . w . • w w w w w w w-•- w w. . - - - - • - w w • _t!!- INN •• -. w . - ww. . w.w • - - w . • w w. - w w - w • w - - .. ..• • - 1 w - • w - 1. / . • • • . M•• • • - - - .-r.. - . w • w- r w - • r.. .. •.-• 4.1 Price Methodology (as selected below): FE -1 Lump Sum (Fixed Price): A firm fixed total price offering for a project; the risks are transferred from the County to the contractor; and, as a business practice there are no hourly or material invoices presented, rather, the contractor must perform to the satisfaction of the County's project manager before payment for the fixed price contract is authorized. 0 Time and Materials: The County agrees to pay the contractor for the amount of labor time spent by the contractor's employees and subcontractors to perform the work (number of hours times hourly rate), and for materials and equipment used in the project (cost of materials plus the contractor's markup). This methodology is generally used in projects in which it is not possible to accurately estimate the size of the project, or when it is expected that the project requirements would most likely change. As a general business practice, these contracts include back-up documentation of costs; invoices would include number of hours worked and billing rate by position (and not company (or subcontractor) timekeeping or payroll records), material or equipment invoices, and other reimbursable documentation for the project. Page 2 of 33 Multi -Contractor Award Agreement 2017.006 Ver.1 ■ - = --- - - - IN • - - 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. 5. SALES TAX. Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. Collier County, Florida as a political subdivision of the State of Florida, is exempt from the payment of Florida sales tax to its vendors under Chapter 212, Florida Statutes, Certificate of Exemption # 85-8015966531 C. Page 3 of 33 Multi -Contractor Award Agreement 2017.006 Ver.1 N 6. NOTICES. All notices from the County to the Contractor shall be deemed duly served if mailed or emailed to the Contractor at the following: Company Name: Address: Authorized Agent: Attention Name & Title: Telephone: E-Mail(s): Capital Contractors, LLC 8225 Laurel Lakes Blvd Naples, Florida 34119 Adam Ahmad. Owner (239) 273-8894 info@capitalengr.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 Address: 3299 East Tamiami Trail, #103 34112 Administrative Agent/PM: Liz Soriano, Project Manager Telephone: (239) 252-6081 E-Mail(s): Liz. Soriano colliercountyfl.gov The Contractor and the County may change the above mailing address at any time upon giving the other party written notification. All notices under this Agreement must be in writing. 7. NO PARTNERSHIP. Nothing herein contained shall create or be construed as creating a partnership between the County and the Contractor or to constitute the Contractor as an agent of the County. 8. PERMITS: LICENSES: TAXES. In compliance with Section 218.80, F.S., all permits necessary for the prosecution of the Work shall be obtained by the Contractor. The County will not be obligated to pay for any permits obtained by Subcontractors. Payment for all such permits issued by the County shall be processed internally by the County. All non -County permits necessary for the prosecution of the Work shall be procured and paid for by the Contractor. The Contractor shall also be solely responsible for payment of any and all taxes levied on the Contractor. In addition, the Contractor shall comply with all rules, regulations and laws of Collier County, the State of Florida, or the U. S. Government now in force or hereafter adopted. The Contractor agrees to comply with all laws governing the responsibility of an employer with respect to persons employed by the Contractor. 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, Page 4 of 33 Multi -Contractor Award Agreement 2017.006 Ver.1 a or of any governmental rule or regulation now in effect or hereafter enacted or adopted. In the event of such violation by the Contractor or if the County or its authorized representative shall deem any conduct on the part of the Contractor to be objectionable or improper, the County shall have the right to suspend the Agreement of the Contractor. Should the Contractor fail to correct any such violation, conduct, or practice to the satisfaction of the County within twenty-four (24) hours after receiving notice of such violation, conduct, or practice, such suspension to continue until the violation is cured. The Contractor further agrees not to commence operation during the suspension period until the violation has been corrected to the satisfaction of the County. 10. TERMINATION. Should the Contractor be found to have failed to perform his services in a manner satisfactory to the County as per this Agreement, the County may terminate said Agreement for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be the sole judge of non-performance. In the event that the County terminates this Agreement, Contractor's recovery against the County shall be limited to that portion of the Agreement Amount earned through the date of termination. The Contractor shall not be entitled to any other or further recovery against the County, including, but not limited to, any damages or any anticipated profit on portions of the services not performed. 11. NO DISCRIMINATION. The Contractor agrees that there shall be no discrimination as to race, sex, color, creed or national origin. 12. INSURANCE. The Contractor shall provide insurance as follows: A. Fol 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. n Business Auto Liability: Coverage shall have minimum limits of $1,000,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include: Owned Vehicles, Hired and Non -Owned Vehicles and Employee Non -Ownership. C. n 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 $1,000,000 for each accident. D. no 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 $1,000,000 each claim and aggregate. -hall have mininiurn limits of $ 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 Page 5 of 33 Multi -Contractor Award Agreement 2017.006 Ver.1 Holder and included as an "Additional Insured" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Contractor's policy shall be endorsed accordingly. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. The Contractor shall provide County with certificates of insurance meeting the required insurance provisions. Renewal certificates shall be sent to the County thirty (30) days prior to any expiration date. Coverage afforded under the policies will not be canceled or allowed to expire until the greater of: thirty (30) days prior written notice, or in accordance with policy provisions. Contractor shall also notify County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non- renewal or material change in coverage or limits received by Contractor from its insurer, and nothing contained herein shall relieve Contractor of this requirement to provide notice. Contractor shall ensure that all subcontractors comply with the same insurance requirements that the Contractor is required to meet. 13. INDEMNIFICATION. To the maximum extent permitted by Florida law, the Contractor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, whether resulting from any claimed breach of this Agreement by Contractor, any statutory or regulatory violations, or from personal injury, property damage, direct or consequential damages, or economic loss, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor or anyone employed or utilized by the Contractor in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 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. Page 6 of 33 Multi -Contractor Award Agreement 2017.006 Ver.1 0 16, COMPONENT PARTS OF THIS AGREEMENT. This Agreement consists of the following component parts, all of which are as fully a part of the Agreement as if herein set out verbatim: Contractor's Proposal, Insurance Certificate(s), n Exhibit A Scope of Services, ❑ Exhibit B Fee Sshedule; ❑ t F=Pi ❑ IT/* Other Request for Qualification # 19-7646 , including Exhibits, Attachments and Addenda/Addendum, ❑ d0GlJFAeRt6T n Exhibit C-1 Public Payment Bond, ❑ Exhibit C-2 Public Performance Bond, Exhibit D - Release and Affidavit Form, 0 Exhibit E — Form of Contract Application for Payment, X Exhibit F - Change Order, n Exhibit G - Certificate of Substantial Completion, 0 Exhibit H - Certificate of Final Completion, 0 Exhibit I - Warranty, and n Other Exhibit/Attachment: Grant Provisions, Certifications and Assurances 17, APPLICABILITY. Sections corresponding to any checked box (❑) expressly apply to the terms of this Agreement. 18. SUBJECT TO APPROPRIATION. It is further understood and agreed by and between the parties herein that this Agreement is subject to appropriation by the Board of County Commissioners. 19. PROHIBITION OF GIFTS TO COUNTY EMPLOYEES. No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, as amended, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any Agreement held by the individual and/or firm for cause. 20. COMPLIANCE WITH LAWS. By executing and entering into this Agreement, the Contractor is formally acknowledging without exception or stipulation that it agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to this Agreement, including but not limited to those dealing with the Immigration Reform and Control Act of 1986 as 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 Page 7 of 33 Multi -Contractor Award Agreement 2017.006 Ver.1 `c %0) The Contractor must specifically comply with the Florida Public Records Law to: 1. Keep and maintain public records required by the public agency to perform the service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify the County in writing. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this Agreement and the County shall have the discretion to unilaterally terminate this Agreement immediately. 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, 0■ BONDS. A. When a construction project is in excess of $200,000, the Contractor(s) shall be required to provide Payment and Performance Bonds. B. When required by Owner, the Contractor shall furnish a Performance and/or Payment Bond prior to commencing performance, for the full amount of the Work, which shall act as a security guaranteeing the performance of the Contractor's work and the payment by the Contractor to any other party(ies) providing labor and/or materials in connection with each construction or renovation project performed by the Contractor. The bonds shall be furnished using the forms prescribed in Exhibit "C-1" and Exhibit "C-2". C. If the surety for any bond furnished by Contractor is declared bankrupt, becomes insolvent, its right to do business in the State of Florida, terminates or it ceases to meet the requirements imposed by the Contract Documents, the Contractor shall, within five (5) calendar days thereafter, substitute another bond and surety, both of which shall be subject to the Owner's approval. Page 8 of 33 Multi -Contractor Award Agreement 2017.006 Ver.1 23. 0 LIQUIDATED DAMAGES. The "Commencement Date" shall be established in the Notice to Proceed to be issued by the Owner. Contractor shall commence the work within five (5) calendar days from the Commencement Date. No Work shall be performed at the Project site prior to the Commencement Date. Any Work performed by Contractor prior to the Commencement Date shall be at the sole risk of Contractor. The Work shall be substantially completed within the time specified in the Request for Quotation/Scope of Work. The date of substantial completion of the Work (or designated portions thereof) is the date certified by the Owner when construction is sufficiently complete, in accordance with the Contract Documents, so Owner can occupy or utilize the Work (or designated portions thereof) for the use for which it is intended. The Work shall reach final completion and be ready for final acceptance by Owner within the time specified in the Request for Quotation/Scope of Work. Owner and Contractor recognize that since time is of the essence for any work under this Agreement, Owner will suffer financial loss if the Work is not substantially completed within the time specified in the Request for Quotation. Should Contractor fail to substantially complete the Work within the specified time period, Owner shall be entitled to assess as liquidated damages, but not as a penalty, the amount specified in the Request for Quotation/Scope of Work for each calendar day thereafter until substantial completion is achieved. The Project shall be deemed to be substantially completed on the date the Owner issues a Certificate of Substantial Completion pursuant to the terms hereof. Contractor hereby expressly waives and relinquishes any right which it may have to seek to characterize the above noted liquidated damages as a penalty, which the parties agree represents a fair and reasonable estimate of the Owner's actual damages at the time of contracting if Contractor fails to substantially complete the Work in a timely manner. When any period of time is referenced by days herein, it shall be computed to exclude the first day and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day shall be omitted from the computation, and the last day shall become the next succeeding day which is not a Saturday, Sunday or legal holiday. 24. FEI PAYMENTS. Generally, the Contractor will be paid upon completion; however, for Work in excess of thirty (30) days, the Contractor may request to receive Progress Payments. Subsequent to the first payment, Contractor must provide Owner with a fully executed Release and Affidavit in the form attached hereto as Exhibit "D" as a condition precedent to release of each progress payment. All applications for payment, whether for full payment or a progress payment shall be in writing, and in substantially the form attached hereto as Exhibit "E." 25. PAYMENTS WITHHELD. Owner may decline to approve any application for payment, or portions thereof, because of defective or incomplete work, outstanding punchlist items, subsequently discovered evidence or subsequent inspections. The Owner may nullify the whole or any part of any approval for payment previously issued and Owner may withhold any payments otherwise due Contractor under this Agreement or any other Agreement between Owner and Contractor, to such extent as may be necessary in the Owner'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 Page 9 of 33 Multi -Contractor Award Agreement 2017.006 Ver.1 ■ 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, Owner may, after three (3) days written notice, rectify the same at Contractor's expense. Owner also may offset against any sums due Contractor the amount of any liquidated or unliquidated obligations of Contractor to Owner, whether relating to or arising out of this Agreement or any other Agreement between Contractor and Owner. 26. SUBMITTALS AND SUBSTITUTIONS. Any substitution of products/materials from specifications shall be approved in writing by Owner in advance. 27. 0 CONTRACT TIME AND TIME EXTENSIONS. A. Time is of the essence in the performance of any Work under this Agreement and Contractor shall diligently pursue the completion of the Work and coordinate the Work being done on the Project by its subcontractors and materialmen, as well as coordinating its Work with all work of others at the Project Site, so that its Work or the work of others shall not be delayed or impaired by any act or omission by Contractor. Contractor shall be solely responsible for all construction means, methods, techniques, sequences, and procedures as well as coordination of all portions of the Work under the Contract Documents, and the coordination of Owner's supplies and contractors. B. Should Contractor be obstructed or delayed in the prosecution of or completion of the Work as a result of unforeseeable causes beyond the control of Contractor, and not due to its fault or neglect, including but not restricted to acts of Nature or of the public enemy, acts of Government, fires, floods, epidemics, quarantine regulation, strikes or lockouts, Contractor shall notify the Owner in writing within forty-eight (48) hours after the commencement of such delay, stating the cause or causes thereof, or be deemed to have waived any right which Contractor may have had to request a time extension. C. No interruption, interference, inefficiency, suspension or delay in the commencement or progress of the Work from any cause whatever, including those for which Owner may be responsible, in whole or in part, shall relieve Contractor of his duty to perform or give rise to any right to damages or additional compensation from Owner. Contractor expressly acknowledges and agrees that it shall receive no damages for delay. Contractor's sole remedy, if any, against Owner will be the right to seek an extension to the Contract Time; provided, however, the granting of any such time extension shall not be a condition precedent to the aforementioned "No Damage for Delay" provision. This paragraph shall expressly apply to claims for early completion, as well as to claims based on late completion. 28. OR CHANGES IN THE WORK. Owner 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 itemized 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 written order of Owner, and Owner shall not be liable to the Contractor for any increased compensation without such written order. No officer, employee or agent of Owner is authorized to direct any extra or changed work orally. Any modifications to this Agreement shall be in compliance with the County's Page 10 of 33 Multi -Contractor Award Agreement 2017.006 Ver.1 Procurement Ordinance and Procurement Procedures in effect at the time such modifications are authorized. A Change Order in the form attached as Exhibit "F" to this Agreement, shall be issued and executed promptly after an Agreement is reached between Contractor and Owner concerning the requested changes. Contractor shall promptly perform changes authorized by duly executed Change Orders, The Contract Amount and Contract Time shall be adjusted in the Change Order in the manner as Owner and Contractor shall mutually agree. 29. FE� 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. 30. STANDARDS OF CONDUCT: PROJECT MANAGER, SUPERVISOR, EMPLOYEES. The Contractor shall employ people to work on County projects who are neat, clean, well-groomed and courteous. Subject to the American with Disabilities Act, Contractor shall supply competent employees who are physically capable of performing their employment duties. The County may require the Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Collier County projects is not in the best interest of the County. 31. FEJ 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. 32. FEI 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 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. 33. EMERGENCIES. In the event of any emergency affecting the safety or protection of persons or the Work or property at the Project site or adjacent thereto, Contractor, without special instruction or authorization from Owner is obligated to act to prevent threatened damage, injury or loss. Page 11 of 33 Multi -Contractor Award Agreement 2017.006 Ver.1 i(�.t) Contractor shall give the Owner written notice within forty-eight (48) hours after the occurrence of the emergency, if Contractor believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby. If the Owner determines that a change in the Contract Documents is required because of the action taken in response to an emergency, a Change Order shall be issued to document the consequences of the changes or variations. If Contractor fails to provide the forty-eight (48) hour written notice noted above, the Contractor shall be deemed to have waived any right it otherwise may have had to seek an adjustment to the Contract Amount or an extension to the Contract Time. 34. R COMPLETION. When the entire Work (or any portion thereof designated in writing by Owner) is ready for its intended use, Contractor shall notify Owner in writing that the entire Work (or such designated portion) is substantially complete and request that Owner issue a Certificate of Substantial Completion. Within a reasonable time thereafter, Owner and Contractor shall make an inspection of the Work (or designated portion thereof) to determine the status of completion. If Owner does not consider the Work (or designated portion) substantially complete, the Owner shall notify Contractor in writing giving the reasons therefor. If Owner considers the Work (or designated portion) substantially complete, Owner shall prepare and deliver to Contractor a Certificate of Substantial Completion, Exhibit G, which shall fix the date of Substantial Completion for the entire Work (or designated portion thereof) and include a tentative punchlist of items to be completed or corrected by Contractor before final payment. Owner shall have the right to exclude Contractor from the Work and Project site (or designated portions thereof) after the date of Substantial Completion, but Owner shall allow Contractor reasonable access to complete or correct items on the tentative punchlist. Upon receipt of written certification by Contractor that the Work is completed in accordance with the Contract Documents and is ready for final inspection and acceptance, Owner will make such inspection and, if Owner finds the Work acceptable and fully performed under the Contract Documents, Owner shall promptly issue a Certificate of Final Completion, Exhibit H, recommending that on the basis of Owner's observations and inspections, and the Contractor's certification that the Work has been completed in accordance with the terms and conditions of the Contract Documents, that the entire balance found to be due Contractor is due and payable. Final payment shall not become due and payable until Contractor submits: A. The Release and Affidavit in the form attached as Exhibit "D." B. Consent of Surety (if applicable) to final payment. C. If required by Owner, other data establishing payment or satisfaction of all obligations, such as receipt, releases and waivers of liens, arising out of the Contract Documents, to the extent and in such form as may be designated by Owner. D. The warranty in the form attached as Exhibit "I". Owner reserves the right to inspect the Work and make an independent determination as to the acceptability of the Work. Unless and until the Owner is completely satisfied, the final payment shall not become due and payable. Page 12 of 33 Multi -Contractor Award Agreement 2017.006 Ver.1 1o`. �'q 35. FN� 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. 36. 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. 37. 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. 38. 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. 39. 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. Page 13 of 33 Multi -Contractor Award Agreement 2017.006 Ver.1 FE -1 AGREEMENT STAFFING. The Contractor's personnel and management to be utilized for this Agreement shall be knowledgeable in their areas of expertise. The County reserves the right to perform investigations as may be deemed necessary to ensure that 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. FEJ 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. 42. 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. 43. SECURITY. The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four (4) years. All of Contractor's employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the Contractor during the time period in which their Page 14 of 33 Multi -Contractor Award Agreement 2017.006 Ver.1 kti 11 1 1A OWN FEJ 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. 42. 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. 43. SECURITY. The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four (4) years. All of Contractor's employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the Contractor during the time period in which their Page 14 of 33 Multi -Contractor Award Agreement 2017.006 Ver.1 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. 44. F01 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 15 of 33 Multi -Contractor Award Agreement 2017.006 Ver.1 ■ IN WITNESS WHEREOF, the parties hereto, by an authorized person or agent, have executed this Agreement on the date and year first written above. ATTEST: Crystal K. Kinzel, Clerk of Courts & Comptroller By: Dated: _ (SEAL) Contractor's Witnesses: Approved as to Form and Legality: County Attorney Print Name BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA By: William L. McDaniel Jr. , Chairman Capital Contractors, LLC Contractor Page 10 of 33 Multi -Contractor Award Agreement 2017.006 Ve . CAO Exhibit A Scope of Services 0 following this page (pages 1 through 6 ) ❑ this exhibit is not applicable Page 17 of 33 Multi -Contractor Award Agreement 2017.006 Ver.1 #19-7646 "General Contractors for Public Transit Construction Projects" EXHIBIT A SCOPE OF SERVICES 1. Scope of Work I.I. The General Contractor will be responsible for providing complete construction services for a wide range of projects and also responsible for the overall coordination of a project. The General Contractor will provide material, labor, equipment, tools and services necessary for all projects assigned. When necessary, the General Contractor may hire specialized subcontractors to perform all, or some portion of the construction work. 1.2.The General Contractor must be qualified and is directly responsible for 100% of the contracted work including all work performed by the in-house personnel or any subcontractors. In the event the General Contractor does not "self -perform" any or all tasks within the specifications, and utilizes subcontractors, the General Contractor is directly responsible for all supervision, monitoring and compliance with one hundred percent (100%) of meeting schedule, cost, work scope plans and specification quality in the performance of a project for the County. 1.3.The selected General Contractors may be involved in: 1.3.1. Construction supervision/administration; 1.3.2. New construction; 1.3.3. Renovations/retrofits/remediation; 1.3.4. Site or utility improvements; 1.3.5. Complete or selective demolition; 1.3.6. Estimating cost of future projects; 1.3.7. Coordinating with project consultants; and, 1.3.8. Scheduling work and subcontractors in harmony with the County's operations; 1.3.9. Coordination of design and engineering services per F.S. 287.017 Category 5 good faith estimate of construction cost of $325,000.00. 1.4. The selected General Contractors' responsibilities may include, but are not limited to: 1.4.1. Hiring various trades to complete a project; 1.4.2. Applying for building permits; 1.4.3. Securing the property; 1.4.4. Providing temporary utilities on site; 1.4.5. Managing personnel on site; and 1.4.6. Disposing and/or recycling of construction waste, monitoring schedules and cash flows, and maintaining accurate records; 1.4.7. Subcontracting design and/or engineering services relative to the work required per F.S. 287.017 Category 5 good faith estimate of construction cost of $325,000.00. The above list is not intended to represent the entire GC portfolio, but rather, a sample of the various responsibilities that a GC may be requested to participate in for a Collier County project. 2. Procedures for Obtaining Work Assignments 2.1. For all projects, the County's Project Manager will follow the procedure outlined below to receive Page 1 of 6 quotes from the selected General Contractors. 2.1.1. A Summary of Work, Project Plans, Technical Specifications, etc. will be provided to all of the selected contractors, along with a quote schedule for providing price. The County's Project Manager may assess Liquidated Damages per work assignment. 2.1.2. The County Project Manager will set the required response time for each project, but Contractors will be given a minimum of ten (10) business days to provide a quote. Other projects may require longer quoting period to allow for proper coordination. Some projects, urgent in nature, may require a shorter response schedule at the Project Manager's discretion. This period may also include a pre-bid meeting. 2.1.3. Contractors shall provide a lump sum quote, based on the quote schedule provided. The following is an example of a quote schedule that may be required: Item ; Number Description Unit Amount Item Cost 1 Mobilization Lump Sum 1 $0.00 2 Sitework Lump Sum 1 $0.00 3 'Masonry Lump Sum 1 $0.00- 4 Structural Lump Sum 1 $0.00 5 Roof= Lump Sum 1 $0.00 6 Plumbing Lump Sum 1 $0.00 7 HVAC Lump Sum 1 $0.00 8 Electrical Lump Sum 1 $0.00 $0.00 9 Owner's Allowance T&M $0.00 - Lump Sum Total $0.00 2.1.4. Ancillary charges may be transferred to the County in the actual amount; however, mark-ups will not be allowed. Mark-ups will not be allowed on sales tax, consumer fees or taxes, use and other similar taxes, or fees associated with any work under this Agreement. 1.5. The Project Manager will review all of the quotes and may negotiate with the Contractor who submits the lowest quote, if outside of the budget. 2.1.6. All work assignments that exceed $200,000 for any one project, will require Board approval. 2.1.7. Performance and Payment Bonds will be required for projects over $200,000. 2.1.8. Once a contractor is selected for a work assignment, the County's Project Manager will issue a Purchase Order. 2.1.9. The contractor may not begin work until a written Notice to Proceed is issued from the County's Project Manager or designee. 3. General Requirements 3.1. Performance and Payment Bonds: Page 2 of 6 When a work assignment is in excess of $200,000.00, the Contractor(s) shall be required to provide Performance and Payment Bonds, in the amount of 100% of the quoted work assignment amount; the costs of which is to be paid by Contractor. If the work assignment will be more than thirty (30) days in duration and less than $200,000.00, the County's project manager may request Payment and Performance Bonds. All performance security under the subsequent work assignment shall be continued for a six (6) month period beyond the final completion of the project. 3.2. Progress Payments: For work that will not be completed within a thirty (30) day period, the Contractor may wish to receive Progress Payments. Subsequent to the first Application for Payment, the Contractor shall submit to the County, for their review and approval, a schedule of values based upon the total amount to be paid to the Contractor. The Schedule of Values will be formatted by the Contractor to provide for necessary cost breakdowns of the Work by trade category. After its approval by the Owner, that schedule of values shall be used as the basis for the Contractor's monthly Applications for Payment. The first Application for Payment shall be submitted no earlier than thirty (30) days after the issuance of the purchase order and Notice to Proceed. 3.3. Insurance/Disaster Related Repairs: For insurance related repairs/work, the Contractor may be asked to provide an itemized breakdown of materials, labor and associated costs necessary for submittal to Risk Management. For disaster related repairs/work, the Contractor may be asked to provide an itemized breakdown of materials, labor and associated costs necessary for submittal to Risk Management, If FEMA related, the Contract will be required to comply with the term and condition in the attached provisions (i.e. Lump Sum Only) and will be defined within the work assignment issued by the County as applicable. 3.4. Equipment Inventory: The Contractor(s) shall, under no circumstances, remove any equipment containing a County asset sticker, without written authorization from the County staff. The Contractor(s) shall request that, when replacing equipment, the asset sticker be removed by an appropriate County staff member authorized to adjust equipment inventory records. 3.5. Facility Safety, Security and Standards: The contractor and their subcontractors are required to comply with County Ordinance 2004-52, as amended and all future changes. Background checks are valid for five (5) years and the vendor / subcontractor shall be responsible for all associated costs. The cost is $40.00 per person. At all times, the contractor and their subcontractors must wear the assigned Contractor badge while conducting work on County property. Work assignments must be performed in accordance with standards and guidelines set by the County's Project Manager. The Contractor(s) will comply with all applicable federal, state and local laws, ordinances, rules and regulations pertaining to the performance of the services requested herein. Any fines levied due to inadequacies, or failure to comply with any requirements, will be the sole responsibility of the Contractor(s). Any employee or representative of the Contractor(s) found not in conformance with any laws, statutes, rules or regulations will not be allowed on job sites. Violations by a Contractor may constitute cause for immediate termination of the Agreement. The Contractor(s) Page 3 of 6 shall replace or repair any loss at their cost. The County may withhold payment or make such deductions as it may deem necessary to insure reimbursement for loss or damage to property or persons through negligence of the Contractor and its employees. Contractor is expected to understand and comply with all applicable laws and regulations of any applicable governmental entity and Collier County CMA's, Standard Operating Procedures (SOP'S) or Job Safety Analysis (JSA's) that that pertain to environmental, health and safety standards and/or work practices applicable to the activities they perform. Contractor must agree that all work must meet or exceed the standards set forth in the Collier County Vertical Construction Standards and Collier County IT Construction Standards (if applicable) unless specifically exempted in writing by Facilities Management Division Representative or designee. The Contractor(s) must comply with Federal and State right -to -know laws if hazardous materials are used. Material Safety Data Sheets (MSDS) will be made available and provided to the County per the County Representative's direction. The Contractor is required to immediately report to the County Representative or designee any spillage or dumping of hazardous material on County property. The Contractor shall bear all costs associated with the cleanup of any such incidents. 3.6. High Security Environments: The successful Contractor(s) will be asked to work in the Collier County Sheriff Office Correctional Facilities and other areas considered "high security", which require thorough background checks of personnel and tools taken into such Facilities. Additional access and logistical requirements for high security sites may be set at the Project Manager's discretion in the Summary of Work during work assignments. 3.7. Warranty: All new equipment/parts warranty work shall be provided by the original warranty supplier. All warranty responsibility for parts or equipment previously purchased, but still under warranty will continue to be provided by the original warranty supplier until expiration of the warranty period. 3.8. Trouble Calls: All trouble calls are initially reported to Facilities Management. If the trouble call involves a warranty item, the County Project Manager shall notify the Contractor, who will then have the responsibility of placing the warranty trouble call with the warranty supplier and tracking the problem until it has been fully remedied. Maintenance of a warranty inventory list for each completed project through the warranty period and the tracking of warranty trouble calls shall be provided by the Contractor at no additional cost to the County. 3.9. Parts and Fixtures: Parts and fixtures shall be new and warranted for a minimum of one (1) year or the standard offered by the manufacturer, whichever is greater, after acceptance of the Project. All labor for repairs shall have a minimum of ninety (90) day warranty. All call backs will be free of charge. No labor will be billed or allowable in the event defective parts were used. An extended warranty and/or service agreement may be purchased through the Contractor from the manufacturer without any markup being charged to the County. Page 4 of 6 3.10. Express Warranties: Contractor shall obtain and assign to the County all express warranties given to Contractor or any subcontractors by any subcontractor or material men supplying materials, equipment or fixtures to be incorporated into the Project. Contractor warrants to the County that any materials and equipment furnished under the Contract shall be new unless otherwise specified, and that all Work shall be of good quality, free from all defects and in conformance with the Contract. Contractor further warrants to the County that all materials and equipment furnished under the Contract 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. If, within one (1) year after Substantial Completion, any Work is found to be defective or not in conformance with the Contract, 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. Further, in the event of an emergency, the County may commence to correct any defective Work, without prior notice to Contractor, at Contractor's expense. These warranties are in addition to those implied warranties to which the County is entitled as a matter of law. 3.11. Changes in the Work Contractor shall provide Owner with a Time and Material Not to Exceed (T&M NTE) proposal for any changes in the work. The proposal shall include breakdown of Contractor's time, materials and any proposed subcontractor quotes. Invoicing for all T&M NTE work shall include backup documentation of Contractor's time, purchased materials and subcontractor invoices. General Contractor(s) selected for this contract agree to the following, as pertains to markups on Change Order Work: The mark-up on rental equipment shall not exceed 10% and equipment owned by the contractor utilized on a project will not be charged back to the owner. The mark-up on subcontractors shall not exceed 15%. The mark-up on materials shall not exceed 20%. The Labor rates provided by the Contractor as a part of a change order, relative to labor rates pertaining to changes in the work, are to be fully burdened to include overhead, insurance, profit and use of company owned small tools and equipment. Some work assignments will utilize a fee schedule for labor categories and parts unit pricing. Fee schedule rates, which are subject to additions or deletions, will be negotiated with the selected vendors and will be added to the work assignment in the form of a fee schedule for utilization. 3.12. Compliance with County Risk Management Requirements Contractors will be expected to understand and comply with all applicable laws and regulations of any Page 5 of 6 Q governmental entity having jurisdiction and Collier County CMA's, Standard Operating Procedures (SOP'S) or Job Safety Analysis (JSA's) that that pertain to environmental, health and safety standards and/or work practices applicable to the activities they perform. These include but are not limited to: • Storage, handling, and use of flammable liquids and hazardous materials. • Storage, handling, and use of compressed gas cylinders. • Periodic safety inspections of equipment and work -site housekeeping. • Use of fall protection while working at heights above 6 feet. • Following electrical safety practices and lock out / tag out procedures. • Proper use of personal protective equipment. • Proper maintenance and use of ladders and other equipment. • Guarding of wall and floor openings, open trenches, and excavations. 4. Applicable Articles The following Articles of the Agreement shall only be applicable for Projects over $200,000; Article 22. Bonds Article 23, Liquidated Damages Article 24. Payments Article 34. Completion Page 6 of 6 Exhibit B Fee Schedule ❑ following this page (pages through ) V this exhibit is not applicable Page 18 of 33 Multi -Contractor Award Agreement 2017.006 Ver.1 ❑ this exhibit is not applicable Exhibit C-1 PUBLIC PAYMENT BOND Bond No. Contract No. KNOW ALL MEN BY THESE PRESENTS: That , as Principal, and , as Surety, located at (Business Address) are held and firmly bound to as Oblige in the sum of ($ ) for the payment whereof we bind ourselves, our heirs, executors, personal representatives, successors and assigns, jointly and severally. WHEREAS, Principal has entered into a contract dated as of the _day of 20_ with Oblige for drawings and specifications, is referred to as the Contract in accordance with which contract is incorporated by reference and made a part hereof, and THE CONDITION OF THIS BOND is that if Principal: Promptly makes payment to all claimants as defined in Section 255.05(1), Florida Statutes, supplying Principal with labor, materials or supplies, used directly or indirectly by Principal in the prosecution of the work provided for in the contract, then this bond is void; otherwise it remains in full force. Any changes in or under the Contract and compliance or noncompliance with any formalities connected with the Contract or the changes do not affect sureties' obligation under this Bond. The provisions of this bond are subject to the time limitations of Section 255.0592. In no event will the Surety be liable in the aggregate to claimants for more than the penal sum of this Payment Bond, regardless of the number of suits that may be filed by claimants. IN WITNESS WHEREOF, the above parties have executed this instrument this day of , 20_, the name of under -signed representative, pursuant to authority of its governing body. Page 19 of 33 Multi -Contractor Award Agreement 2017.006 Ver.1 ■ Signed, sealed and delivered in the presence of: Witnesses as to Principal STATE OF _ COUNTY OF By: _ Name: Its: The foregoing instrument was acknowledged before me this of 20 by ,as of ,a corporation, on behalf of the corporation. He/she is personally known to me OR has produced as identification and did (did not) take an oath. My Commission Expires: (AFFIX OFFICIAL SEAL) ATTEST: Witness as to Surety (Signature of Notary) Name: (Legibly Printed) Notary Public, State of Commission No.: MM4i'i (Printed Name) (Business Address) (Authorized Signature) (Printed Name) OR Page 20 of 33 Multi -Contractor Award Agreement 2017.006 Ver.1 ■ As Attorney in Fact (Attach Power of Attorney) Witnesses (Business Address) (Printed Name) (Telephone Number) STATE OF _ COUNTY OF The foregoing instrument was acknowledged before me this of , as of to me OR has produced My Commission Expires: (AFFIX OFFICIAL SEAL) 20 , by_ Surety, on behalf of Surety. He/She is personally known as identification and who did (did not) take an oath. (Signature of Notary) Name: (Legibly Printed) Notary Public, State of Commission No.: Page 21 of 33 Multi -Contractor Award Agreement 2017.006 Ver.1 -'N ❑ this exhibit is not applicable EXHIBIT C-2 PUBLIC PERFORMANCE BOND Bond No. Contract No. KNOW ALL MEN BY THESE PRESENTS: That , as Principal, and as Surety, located at (Business Address) are held and firmly bound to as Oblige in the sum of ($ ) for the payment whereof we bond ourselves, our heirs, executors, personal representatives, successors and assigns, jointly and severally. WHEREAS, Principal has entered into a contract dated as of the _ day of 20 , with Oblige for in accordance with drawings and specifications, which contractor is incorporated by reference and made a pat hereof, and is referred to as the Contract. THE CONDITION OF THIS BOND is that if Principal: 1. Performs the Contract at the times and in the manner prescribed in the Contract, and 2. Pays Oblige any and all losses, damages, costs and attorneys' fees that Oblige sustains because of any default by Principal under the Contract, including, but not limited to, all delay damages, whether liquidated or actual, incurred by Oblige; and 3. Performs the guarantee of all work and materials furnished under the Contract for the time specified in the Contract, then this bond is void; otherwise it remains in full force. Any changes in or under the Contract and compliance or noncompliance with any formalities connected with the Contract or the changes do not affect Sureties obligation under this bond. The Surety, for value received, hereby stipulates and agrees that no changes, extensions of time, alterations or additions to the terms of the Contract or other work to be performed hereunder, or the specifications referred to therein shall in anywise affect its obligations under this bond, and it does hereby waive notice of any such changes, extensions of time, alternations or additions to the terms of the Contract or to work or to the specifications. Page 22 of 33 Multi -Contractor Award Agreement 2017.006 Ver.1 This instrument shall be construed in all respects as a common law bond. It is expressly understood that the time provisions and statute of limitations under Section 255.05, Florida Statutes, shall not apply to this bond. In no event will the Surety be liable in the aggregate to Oblige for more than the penal sum of this Performance bond regardless of the number of suits that may be filed by Oblige. IN WITNESS WHEREOF, the above parties have executed this instrument this day of 20_, the name of each party being affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. Signed, sealed and delivered in the presence of : Witnesses as to Principal STATE OF _ COUNTY OF PRINCIPAL: By: _ Name: Its: The foregoing instrument was acknowledged before me this 20 by , as a He/She is personally known to me OR has produced did (did not) take an oath. My Commission Expires: (AFFIX OFFICIAL SEAL) day of of corporation, on behalf of the corporation. as identification and (Signature of Notary) Name: (Legibly Printed) Notary Public, State of Commission No.: Page 23 of 33 Multi -Contractor Award Agreement 2017.006 Ver.1 ATTEST: Witness as to Surety Witnesses STATE OF _ COUNTY OF SURETY: (Printed Name) (Business Address) (Authorized Signature) (Printed Name) OR As Attorney in Fact (Attach Power of Attorney) (Business Address) (Printed Name) (Telephone Number) The foregoing instrument was acknowledged before me this day of 20_, by_ , as of Surety, on behalf of Surety. He/She is personally known to me OR has produced as identification and who did (did not) take an oath. My Commission Expires: (AFFIX OFFICIAL SEAL) (Signature of Notary) Name: (Legibly Printed) Notary Public, State of Commission No.: Page 24 of 33 Multi -Contractor Award Agreement 2017.006 Ver.1 ❑ this exhibit is not applicable EXHIBIT D RELEASE AND AFFIDAVIT FORM COUNTY OF STATE OF ( Before me, the undersigned authority, personally appeared being duly sworn, deposes and says: who after (1) In accordance with the Contract Documents and in consideration of $ to be received, ("Contractor") releases and waives for itself and it's subcontractors, material -men, successors and assigns, all claims demands, damages, costs and expenses, whether in contract or in tort, against the Board of County Commissioners of Collier County, Florida, relating in any way to the performance of the Agreement between Contractor and Owner, dated 1 20 for the period from to . This partial waiver and release is conditioned upon payment of the consideration described above. It is not effective until said payment is received in paid funds. (2) Contractor certifies for itself and its subcontractors, material -men, successors and assigns, that all charges for labor, materials, supplies, lands, licenses and other expenses for which Owner might be sued or for which a lien or a demand against any payment bond might be filed, shall be fully satisfied and paid upon Owner's payment to Contractor. (3) Contractor agrees to indemnify, defend and save harmless Owner from all demands or suits, actions, claims of liens or other charges filed or asserted against the Owner arising out of the performance by Contractor of the Work covered by this Release and Affidavit. (4) This Release and Affidavit is given in connection with Contractor's [monthly/final] Application for Payment No. Witness Witness STATE OF COUNTY OF CONTRACTOR BY: ITS: DATE: [Corporate Seal] The foregoing instrument was acknowledged before me this day of as of corporation, on behalf of the corporation. He/she is personally known to me as identification and did (did not) take an oath My Commission Expires: (AFFIX OFFICIAL SEAL) (Signature of Notary) NAME: (Legibly Printed) Notary Public, State of Commissioner No.: 20 , by a or has produced Page 25 of 33 Multi -Contractor Award Agreement 2017.006 Ver.1 ❑ this exhibit is not applicable EXHIBIT E FORM OF CONTRACT APPLICATION FOR PAYMENT (County Project Manager) (County Department) Collier County Board of County Commissioners (the OWNER) or Collier County Water -Sewer District (the OWNER) FROM: (Contractor's Representative) (Contractor's Name) (Contractor's Address) M Original Contract Time: _ Revised Contract Time: Retainage @ 10% thru[insert date] $ Retainage @ __% after [insert date] $ Percent Work completed to Date: Percent Contract Time completed to Date Liquidated Damages to be Accrued -is Project No. Application Date Payment Application No. for Work accomplished through the Date: (Project Name) Original Contract Amount: Total Change Orders to Date Revised Contract Amount Total value of Work Completed and stored to Date Less previous payment (s) AMOUNT DUE THIS APPLICATION: ATTACH SCHEDULE OF VALUES AND ACCOMPANYING DOCUMENTATION TO THIS APPLICATION CONTRACTOR'S CERTIFICATION: The undersigned CONTRACTOR certifies that: (1) all previous progress payments received from OWNER on account of Work done under the Contract referred to above have been applied to discharge in full all obligations of CONTRACTOR incurred in connection with Work covered by prior Applications for Payment numbered 1 through inclusive; (2) title to all materials and equipment incorporated in said Work or otherwise listed in or covered by this Application for Payment will pass to OWNER at time of payment free and clear of all liens, claims, security interests and encumbrances (except such as covered by Bond acceptable to OWNER); (3) all amounts have been paid for work which previous payments were issued and received from the OWNER and that current payment is now due; (4) and CONTRACTOR agrees that all overruns as shown on the monthly estimate summary shall, in fact, be added to the revised contract and shall be incorporated into a future Change Order: By CONTRACTOR: (Contractor's Name) (Signature) DATE: (Type Name & Title) (shall be signed by a duly authorized representative of CONTRACTOR) Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION is recommended: By Design Professional : DATE: (DP's Name) (Signature) (Type Name & Title) Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION is approved: By OWNER'S Project Manager: (Signature) DATE: _ (Type Name and Title) Page 26 of 33 Multi -Contractor Award Agreement 2017.006 Ver.1 ❑ this exhibit is not applicable ❑ Contract Modification EXHIBIT F CHANGE ORDER ❑ Work Order Modification Contract #: Change #: = Purchase Order #: I = Project #: Contractor/Firm Name: F Project Name: Project Manager Name:- 1 Department: Original Contract/Work Order Amount Original BCC Approval Date; Agenda Item # Current BCC Approved Amount Last BCC Approval Date; Agenda Item # Current Contract/Work Order Amount SAP Contract Expiration Date (Master) Dollar Amount of this Change #DIV/0! Total Change from Original Amount Revised Contract/Work Order Total $ 0.00 #DIV/0! Change from Current BCC Approved Amount Cumulative Changes $ 0.00 #DIV/0! Change from Current Amount Completion Date, Description of the Task(s) Change, and Rationale for the Change Notice to Proceed �� Original�� Last Approved Revised Date Date Completion Date Date Includes this change) # of Days Added Select Tasks ❑ Add new task(s) ❑ Delete task(s) ❑ Change task(s) ❑ Other (see below) Provide a response to the following: 1.) detailed and specific explanation/rationale of the requested change(s) to the task(s) and / or the additional days added (if requested); 2.) why this change was not included in the original contract; and, 3.) describe the imnaet if this nhanop is not nrocessed. Attach additional information from the Design Professional and/or Contractor if needed. Prepared by: (Project Manager Name and Division) Date: Acceptance of this Change Order shall constitute a modification to contract / work order identified above and will be subject to all the same terms and conditions as contained in the contract / work order indicated above, as fully as if the same were stated in this acceptance. The adjustment, if any, to the Contract shall constitute a full and final settlement of any and all claims of the Contractor / Vendor / Consultant / Design Professional arising out of or related to the change set forth herein, including claims for impact and delay costs. Accepted by: Date: (Contractor / Vendor / Consultant / Design Professional and Name of Firm, if project applicable) Approved by: Approved by: (Design Professional and Name of Firm, if project applicable) (Procurement Professional Date: Date: Page 27 of 33 Multi -Contractor Award Agreement 2017.006 Ver.1 ❑ this exhibit is not applicable OWNER'S Project No. CONTRACTOR Contract For _ Contract Date EXHIBIT G CERTIFICATE OF SUBSTANTIAL COMPLETION ENGINEER'S Project No. This Certificate of Substantial completion applies to all Work under the Contract documents or to the following specified parts thereof: In And To The Work to which this Certificate applies has been inspected by authorized representatives of OWNER, CONTRACTOR AND DESIGN PROFESSIONAL, and that Work is hereby declared to be substantially complete in accordance with the contract documents on: DATE OF SUBSTANTIAL COMPLETION A tentative list of items to be completed or corrected is attached hereto. This list may not be all- inclusive, and the failure to include an item in it does not alter the responsibility of CONTRACTOR to complete all the Work in accordance with the Contract Documents. The items in the tentative list shall be completed or corrected by CONTRACTOR within days of the above date of Substantial Completion. Page 28 of 33 Multi -Contractor Award Agreement 2017.006 Ver.1 The responsibilities between OWNER and CONTRACTOR for security, operation, safety, maintenance, heat, utilities, insurance and warranties shall be as follows: C��:ZI CONTRACT OR: The following documents are attached to and made a part of this Certificate: This certificate does not constitute an acceptance of Work not in accordance with the Contract Documents nor is it a release of CONTRACTOR'S obligation to complete the Work in accordance with the Contract Documents. Executed by Design Professional on Design Professional Type Name and Title M CONTRACTOR accepts this Certificate of Substantial Completion on , 20_ CONTRACTOR Type Name and Title OWNER accepts this Certificate of Substantial Completion on , 20_ Type Name and Title Page 29 of 33 Multi -Contractor Award Agreement 2017.006 Ver.1 ❑ this exhibit is not applicable OWNER'S Project No. PROJECT: CONTRACTOR Contract For Contract Date EXHIBIT H CERTIFICATE OF FINAL COMPLETION ENGINEER'S Project No. This Certificate of Final completion applies to all Work under the Contract documents. To OWNER The Work to which this Certificate applies has been inspected by authorized representatives of OWNER, CONTRACTOR AND DESIGN PROFESSIONAL, and that Work is hereby declared to be finally complete in accordance with the contract documents on: DATE OF FINAL COMPLETION The warranty in Exhibit I is attached to and made a part of this Certificate: Page 30 of 33 Multi -Contractor Award Agreement 2017.006 Ver.1 Executed by Design Professional on 120 Design Professional By: Type Name and Title CONTRACTOR accepts this Certificate of Final Completion on 20 CONTRACTOR By: Type Name and Title OWNER accepts this Certificate of Final Completion on 20 OWNER By: Type Name and Title Page 31 of 33 Multi -Contractor Award Agreement 2017.006 Ver.1 ❑ this exhibit is not applicable WARRANTY In consideration of ten dollars, ($10.00), receipt of which is hereby acknowledged, the undersigned CONTRACTOR does hereby provide, warrant and guarantee all work done and executed under the contract either directly performed by the CONTRACTOR or at the express request of the CONTRACTOR by a SUBCONTRACTOR or CONSULTANT. Project Name: Date of Final Completion: Name and Address of CONTRACTOR: CONTRACTOR warrants and guarantees the work performed pursuant to the contract shall be free of all defects of materials and workmanship for a period of one year from the DATE OF FINAL COMPLETION. The undersigned party further agrees that it will, at its own expense, replace and/or repair all defective work and materials and all other work damaged by any defective work upon written demand by the COUNTY. It is further understood that further consideration for this warranty and guaranty is the consideration given for the requirement pursuant to the general conditions and specifications under which the contract was let that such warranty and guaranty would be given. This warranty and guaranty is in addition to any other warranties or guaranties for the work performed under the contract and does not constitute a waiver of any rights provided pursuant to Florida Statutes, Chapter 95, et seq. DATE: CONTRACTOR BY: Attest: Page 32 of 33 Multi -Award Agreement 2017.006 Ver. I Other ExhibittAttachment Grant Provisions (Exhibit I.A), Certifications and Assurances (Exhibit I.B) Description: F&I following this page (pages 1 through46 ) ❑ this exhibit is not applicable Page 33 of 33 Multi -Award Agreement 2017.006 Ver.l "`e EXHIBIT LA FEDERAL CONTRACT PROVISIONS FEDERAL TRANSIT ADMINISTRATION CFDA 20.507 (URBANIZED AREA FORMULA FUNDING) CFDA 20.526 (BUS AND BUS FACILITIES GRANTS PROGRAM) CFDA 20.527 (PUBLIC TRANSPORTATION EMERGENCY RELIEF PROGRAM) FEMA (U.S. DEPARTMENT OF HOMELAND SECURITY) CONTRACTOR COMPLIANCE OVERVIEW AND REQUIREMENTS The supplemental conditions contained in this section are intended to cooperate with, to supplement, and to modify the general conditions and other specifications. In cases of disagreement with any other section of this contract, the Supplemental Conditions shall govern. Per uniform requirements of federal awards (2 CFR Part 200.23) the definition of CONTRACTOR is an entity that receives a contract. The services performed under 49 U.S.C. 5307 by the awarded Contractor shall be in compliance with all applicable grantor regulations/requirements, and additional requirements specified in this document. It shall be the awarded Contractor's responsibility to acquire and utilize the necessary manuals and guidelines that apply to the work required to complete this project. In general, 1) The contractor (including all subcontractors) must insert these contract provisions in each lower tier contracts (e.g. subcontract or sub -agreement); 2) The contractor (or subcontractor) must incorporate the applicable requirements of these contract provisions by reference for work done under any purchase orders, rental agreements and other agreements for supplies or services; 3) The prime contractor is responsible for compliance with these contract provisions by any subcontractor, lower -tier subcontractor or service provider. STATUTORY AUTHORITY Urbanized Area Formula Program a. Federal Transit Laws, Title 49 U.S.C. 5307 b. 49 CFR 1.51 c. 49 U.S.C. 5339 FTA's Emergency Relief (ER) Program d. 49 U.S.C. 5324 FEMA e. 42 U.S.C. 5121-5206 FTA OVERSIGHT The COUNTY may be subject to a triennial, state management or other regularly scheduled comprehensive review to evaluate performance to determine recipient program and certification compliance. Sources ref: ITA FYI8 Carp. Review Guide for Procurement; DOT17A FY18 AAasier Agreeurent Generally Applicable Provisions; FTA Best Practices Procurement Oct 2016 Revised 1-4-19 FCP-1 4�. EXHIBIT I.A FEDERAL CONTRACT PROVISIONS (FT APPLICABLE FTA PROVISIONS APPLICABLE CONTRACT CLAUSE ASSURANCE ® 1. Access to Records and Reports ® 2. Accessibility (Americans with Disabilities Act) ® 3. Bonding (Construction Exceeding $250,000) ❑ 4. Bus Testing Certification and Report ® 5. Buy America Certifications >$150K / Small Purchase Waiver ® 6. Cargo Preference ❑ 7. Charter Service Operations ® 8. Civil Rights Laws and Regulations (EEO, Title VI, & ADA) ® 9. Clean Air Act and Federal Water Pollution Control Act (>$150K) ® 10. Contract Work Hours and Safety Standards Act (4100,000) ® 11. Copeland Anti -Kickback Act Section 1 and 2 (42,000) ® 12. Davis Bacon Act (Applies to Construction >$2,000 DOL Wage Determination ® 13. Debarment and Suspension >$25,000 Certification ® 14. Department of Labor EEO Conditions ® 15. Disadvantaged Business Enterprises (DBEs) Complete (2) Forms (Anticipated DBE Form, Bidders List ❑ 16. Drug and Alcohol Testing ® 17. Employee Protections (Awards Involving Construction) ® 18. Energy Conservation ® 19. Federal Changes ® 20. Federal Privacy Act >$10,000 (and Construction >$2,000) ® 1 21. Fly America ® 22. Incorporation of Federal Transit Administration (FTA) Terms ❑ 23. ITS Standards (Intelligent Transportation Systems) ® 24. Lobbying (4100,000) Certification ® 25. No Federal Government Obligation to Third Parties by Use of a Disclaimer ❑ 26. Pre -Award and Post Delivery Audits of Rolling Stock Purchases Certifications ❑ 27. Patent Rights, Rights in Data and Copyrights ® 28. Program Fraud and False or Fraudulent Statements and Related Acts ® 29. Provisions for Resolution of Disputes, Breaches, or Other Litigation (>$160,000) ® 30. Prompt Payment and Return of Retainage (49 C.F.R. part 26 § 12. ® 31. Recycled Products (>$10K per Year) ® 32. Safe Operation of Motor Vehicles ❑ 33. School Bus Operations ® 34. Seismic Safety Sources rej: FTA FYM Comp. Review Guide far Procarenienl; DOT FTA FYIS A -faster Agreement (ienerally Applicable Pravisirnu; FTA Resl Practices Pracurenieni 0a. 1016 Revised 1-4-19 FCP-2 N FEDERAL CONTRACT PROVISIONS ® 36. Special DOL EEO Clause for Construction Contracts >$10,000 ® 36. Special Notification Requirements for States (State Grant Provisions ® 37. Termination Provisions >$10,000 ❑ 38. Transit Employee Protective Arrangements APPLICABLE CONTRACT PROVISIONS (1-38) 1. ACCESS TO RECORDS AND REPORTS (Applies to Subcontracts at Every Tier) a. Record Retention. The Contractor will retain, and will require its subcontractors of all tiers to retain, complete and readily accessible records related in whole or in part to the contract, including, but not limited to, data, documents, reports, statistics, sub -agreements, leases, subcontracts, arrangements, other third - party agreements of any type, and supporting materials related to those records. b. Retention Period. The Contractor agrees to comply with the record retention requirements in accordance with 2 C.F.R. § 200.333. The Contractor shall maintain all books, records, accounts and reports required under this Contract for a period of at not less than three (3) years after the date of termination or expiration of this Contract, except in the event of litigation or settlement of claims arising from the performance of this Contract, in which case records shall be maintained until the disposition of all such litigation, appeals, claims or exceptions related thereto. c. Access to Records. The Contractor agrees to provide sufficient access to FTA and its contractors to inspect and audit records and information related to performance of this contract as reasonably may be required. d. Access to the Sites of Performance. The Contractor agrees to permit FTA and its contractors access to the sites of performance under this contract as reasonably may be required. 2. ACCESSIBILITY (ADA) Facilities to be used in public transportation service must comply with the American with Disabilities Act, 42 U.S.C. § 12101 et seq.; DOT regulations, "Transportation Services for Individuals with Disabilities (ADA)," 49 C.F.R. part 37; and Joint Access Board/DOT regulations, "Americans with Disabilities (ADA) Accessibility Specifications for Transportation Vehicles," 36 C.F.R. part 1192 and 49 C.F.R. part 38. Notably, DOT incorporated by reference into Appendix A of its regulations at 49 C.F.R. part 37 the Access Board's "Americans with Disabilities Act Accessibility Guidelines" (ADAAG), revised July 2004, which include accessibility guidelines for buildings and facilities. DOT also added specific provisions to Appendix A of 49 C.F.R. part 37 modifying the ADAAG with the result that buildings and facilities must comply with both the ADAAG and the DOT amendments. 3. BONDING REQUIREMENTS (Applies to Subcontracts at Every Tier) Bid Security A Bid Bond must be issued by a fully qualified surety company acceptable to the COUNTY and listed as a company currently authorized under 31 C.F.R. part 223 as possessing a Certificate of Authority as described thereunder. Rights Reserved In submitting this Bid, it is understood and agreed by bidder that the right is reserved by the COUNTY to reject any and all bids, or part of any bid, and it is agreed that the Bid may not be withdrawn for a period of [one hundred twenty (120)] days subsequent to the opening of bids, without the written consent of the COUNTY. It is also understood and agreed that if the undersigned bidder should withdraw any part or all of his bid within [one hundred twenty (120)] days after the bid opening without the written consent of the COUNTY, shall refuse or be unable to enter into this Contract, as provided above, or refuse or be unable to furnish Sources ref.: FTA FYIS Comp. Bew- Guide jar Procurement; DOT ITA FYIR Afaster Agreement Generally Applicable Provisions; FTA Best Practices Procuremmu Oct. 2016 Revised 1-4-19 FCP-3 EXHIBIT I.A FEDERAL CONTRACT PROVISIONS (FT. adequate and acceptable Performance Bonds and Labor and Material Payments Bonds, as provided above, or refuse or be unable to furnish adequate and acceptable insurance, as provided above, he shall forfeit his bid security to the extent of 'COUNTY's damages occasioned by such withdrawal, or refusal, or inability to enter into an agreement, or provide adequate security therefore. It is further understood and agreed that to the extent the defaulting bidder's Bid Bond, Certified Check, Cashier's Check, Treasurer's Check, and/or Official Bank Check (excluding any income generated thereby which has been retained by the COUNTY as provided in [Item x "Bid Security" of the Instructions to Bidders]) shall prove inadequate to fully recompense the COUNTY for the damages occasioned by default, then the undersigned bidder agrees to indemnify the COUNTY and pay over to the COUNTY the difference between the bid security and (Recipient's) total damages, so as to make the COUNTY whole. The undersigned understands that any material alteration of any of the above or any of the material contained on this form, other than that requested will render the bid unresponsive. Performance and Payment Bonding Requirements (Construction) A contractor or vendor shall provide a surety bond from a surety company to guarantee full and faithful performance of a contract obligation and the payment of labor and material expended pursuant to a contract whenever, and in such amounts, as required by statute or otherwise as deemed necessary by the Purchasing Director. An irrevocable letter of credit from a financial institution operating within the State of Florida (or other alternative forms of surety as permitted under Florida law) may be sufficient in place of the performance bond if so provided for in the bid and contract documents. All such bonds or letters of credit shall be approved as to form by the County Attorney. A. Contractor shall provide Performance and Payment Bonds in the amount of 100% of the Contract Amount, the costs of which are to be paid by Contractor. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall meet the requirements of the Department of the Treasury Fiscal Service, "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsurance Companies' circular. This circular may be accessed via the web at httr)s://www fiscal treasury gov/fsreports/ref/suretyBnd/c570.htm. Should the Contract Amount be less than $500,000, the requirements of Section 287.0935, F.S. shall govern the rating and classification of the surety. B. If the surety for any bond furnished by Contractor is declared bankrupt, becomes insolvent, its right to do business is terminated in the State of Florida, or it ceases to meet the requirements imposed by the Contract Documents, the Contractor shall, within five (5) calendar days thereafter, substitute at its cost and expense another bond and surety, both of which shall be subject to the Owner's approval. Advance Payment Bonding Requirements The Contractor may be required to obtain an advance payment bond if the contract contains an advance payment provision and a performance bond is not furnished. The COUNTY shall determine the amount of the advance payment bond necessary to protect the COUNTY. Patent Infringement Bonding Requirements (Patent Indemnity) The Contractor may be required to obtain a patent indemnity bond if a performance bond is not furnished and the financial responsibility of the Contractor is unknown or doubtful. The COUNTY shall determine the amount of the patent indemnity to protect the COUNTY. Warranty of the Work and Maintenance Bonds 1. The Contractor warrants to the COUNTY, the Architect and/or Engineer that all materials and equipment furnished under this Contract will be of highest quality and new unless otherwise specified by the COUNTY, Sources ref: FTA FYM Conip. Reviov Guide for Procurement; DOT FTA FY18 A -faster Agreement Generaily Applicable Provisions; FTA Best Practices Procurement Oct. 1016 Revised 1-4-19 FCP-4 EXHIBIT LA FEDERAL CONTRACT PROVISIONS free from faults and defects and in conformance with the Contract Documents. All work not so conforming to these standards shall be considered defective. If required by the COUNTY Project Manager, the Contractor shall furnish satisfactory evidence as to the kind and quality of materials and equipment. 2. The Work furnished must be of first quality and the workmanship must be the best obtainable in the various trades. The Work must be of safe, substantial and durable construction in all respects. The Contractor hereby guarantees the Work against defective materials or faulty workmanship for a minimum period of one (1) year after Final Payment by the COUNTY and shall replace or repair any defective materials or equipment or faulty workmanship during the period of the guarantee at no cost to the COUNTY. As additional security for these guarantees, the Contractor shall, prior to the release of Final Payment [as provided in Item X below], furnish separate Maintenance (or Guarantee) Bonds in form acceptable to the COUNTY written by the same corporate surety that provides the Performance Bond and Labor and Material Payment Bond for this Contract. These bonds shall secure the Contractor's obligation to replace or repair defective materials and faulty workmanship for a minimum period of one (1) year after Final Payment and shall be written in an amount equal to ONE HUNDRED PERCENT (100%) of the CONTRACT SUM, as adjusted (if at all). 4. BUS TESTING The Contractor [Manufacturer] agrees to comply with the Bus Testing requirements under 49 U.S.C. 5318(e) and FTA's implementing regulation at 49 C.F.R. part 665 to ensure that the requisite testing is performed for all new bus models or any bus model with a major change in configuration or components, and that the bus model has achieved a passing score. Upon completion of the testing, the contractor shall obtain a copy of the bus testing reports from the operator of the testing facility and make that report(s) publicly available prior to final acceptance of the first vehicle by the recipient. 5. BUY AMERICA REQUIREMENT (Applies to Subtracts.) The contractor agrees to comply with 49 U.S.C. 53230) 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 includes microprocessors, computers, microcomputers, or software, or other such devices, which are used solely for the purpose of processing or storing data. Separate requirements for rolling stock are set out at 49 U.S.C. 53230)(2)(C) and 49 C.F.R. 661.11. A bidder or offeror must submit to the FTA recipient the appropriate Buy America certification (Attachments) 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 refected as nonresponsive. The small purchase waiver is now included in 49 U.S.0 53230)(13) and provides that the term "small purchase" means a purchase of not more than $150,000. The small purchase waiver applies to purchases of $150,000 or less, regardless of the size of the project. Therefore, purchases made with FTA financial assistance, including capital, planning, or operating assistance, are subject to the waiver. 6. CARGO PREFERENCE REQUIREMENTS (Applies to Subcontracts) Use of United States -Flag Vessels The contractor agrees: a. to use privately owned United States -Flag commercial vessels to ship at least 50 percent of the gross tonnage (computed separately for dry bulk carriers, dry cargo liners, and tankers) involved, whenever shipping any equipment, material, or commodities pursuant to the underlying contract to the extent such vessels are available at fair and reasonable rates for United States -Flag commercial vessels; Som res ref: P 7 FY18 Comp. Review Guide for Procurement; DOT FTA F)'18 A --faster Agreement Generally Applicable Provisions FTA Rest Practices Procurement Oct 1016 Revised 1-4-19 FCP-5 ■ EXHIBIT LA FEDERAL CONTRACT PROVISIONS b. to furnish within 20 working days following the date of loading for shipments originating within the United States or within 30 working days following the date of leading for shipments originating outside the United States, a legible copy of a rated, "on -board" commercial ocean bill -of -lading in English for each shipment of cargo described in the preceding paragraph to the Division of National Cargo, Office of Market Development, Maritime Administration, Washington, DC 20590 and to the FTA recipient (through the contractor in the case of a subcontractor's bill -of -lading.); and c. to include these requirements in all subcontracts issued pursuant to this contract when the subcontract may involve the transport of equipment, material, or commodities by ocean vessel. 7. CHARTER SERVICE The contractor agrees to comply with 49 U.S.C. 5323(d), 5323(r) and 49 C.F.R Part 604, which provides that recipients and subrecipients of FTA assistance are prohibited from providing charter service using federally funded equipment or facilities if there is at least one private charter operator willing and able to provide the service, except as permitted under: 1. Federal transit laws, specifically 49 U.S.C. § 5323(d); 2. FTA regulations, "Charter Service," 49 C.F.R. part 604; 3. Any other federal Charter Service regulations; or 4. Federal guidance, except as FTA determines otherwise in writing. The contractor agrees that if it engages in a pattern of violations of FTA's Charter Service regulations, FTA may require corrective measures or impose remedies on it. These corrective measures and remedies may include: 1. Barring it or any subcontractor operating public transportation under its Award that has provided prohibited charter service from receiving federal assistance from FTA; 2. Withholding an amount of federal assistance as provided by Appendix D to part 604 of FTA's Charter Service regulations; or 3. Any other appropriate remedy that may apply. The contractor should also include the substance of this clause in each subcontract that may involve operating public transit services. 8. CIVIL RIGHTS LAWS AND REGULATIONS The following requirements apply to the underlying contract and all subcontracts at every tier: CIVIL RIGHTS AND EQUAL OPPORTUNITY The COUNTY is an Equal Opportunity Employer. As such, the COUNTY agrees to comply with all applicable Federal civil rights laws and implementing regulations. Apart from inconsistent requirements imposed by Federal laws or regulations, the COUNTY agrees to comply with the requirements of 49 U.S.C. § 5323(h) (3) by not using any Federal assistance awarded by FTA to support procurements using exclusionary or discriminatory specifications. Under this Agreement, the Contractor shall at all times comply with the following Federal Civil Rights laws and regulations and shall include these requirements in each subcontract entered into as part thereof. I. Nondiscrimination. In accordance with Federal transit law at 49 U.S.C. § 5332, the Contractor agrees that it will not discriminate against any employee or applicant for employment because of race, color, religion, national origin, sex, disability, gender identity or age. In addition, the Contractor agrees to comply with applicable Federal implementing regulations and other implementing requirements FTA may issue. II. Race, Color, Religion, National Origin, Sex. In accordance with Title VII of the Civil Rights Act, as amended, 42 U.S.C. § 2000e et seq., and Federal transit laws at 49 U.S.C. § 5332, the Contractor agrees to comply with all applicable equal employment opportunity requirements of U.S. Department of Labor (U.S. Saurces ref: M FYI8 Comp. Review Guide fi r Prncai menr, DOT FTA FY18 A -faster Agreement Generally Applicable Provisions FTA Rest Practices Procurement Oct. 1016 Revised 1-4-19 FCP-6 9 EXHIBIT LA FEDERAL CONTRACT PROVISIONS (FTA DOL) regulations, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor," 41 C.F.R. chapter 60, and Executive Order No. 11246, "Equal Employment Opportunity in Federal Employment," September 24, 1965, 42 U.S.C. § 2000e note, as amended by any later Executive Order that amends or supersedes it, referenced in 42 U.S.C. § 2000e note. The Contractor agrees to take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, national origin, or sex (including sexual orientation and gender identity). Such action shall include, but not be limited to, the following: employment, promotion, demotion or transfer, recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. III. Age. In accordance with the Age Discrimination in Employment Act, 29 U.S.C. §§ 621-634, U.S. Equal Employment Opportunity Commission (U.S. EEOC) regulations, "Age Discrimination in Employment Act," 29 C.F.R. part 1625, the Age Discrimination Act of 1975, as amended, 42 U.S.C. § 6101 et seq., U.S. Health and Human Services regulations, "Nondiscrimination on the Basis of Age in Programs or Activities Receiving Federal Financial Assistance," 45 C.F.R. part 90, and Federal transit law at 49 U.S.C. § 5332, the Contractor agrees to refrain from discrimination against present and prospective employees for reason of age. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. IV. Disabilities. In accordance with section 504 of the Rehabilitation Act of 1973, as amended, 29 U.S.C. § 794, the Americans with Disabilities Act of 1990, as amended, 42 U.S.C. § 12101 et seq., the Architectural Barriers Act of 1968, as amended, 42 U.S.C. § 4151 et seq., and Federal transit law at 49 U.S.C. § 5332, the Contractor agrees that it will not discriminate against individuals on the basis of disability. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. 9. CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT (ADOies to Subcontracts OVER $150.000 at Every Tier) The Contractor agrees: 1) It will not use any violating facilities; 2) It will report the use of facilities placed on or likely to be placed on the U.S. EPA "List of Violating Facilities;" 3) It will report violations of use of prohibited facilities to FTA; and 4) It will comply with the inspection and other requirements of the Clean Air Act, as amended, (42 U.S.C. §§ 7401 — 7671 q); and the Federal Water Pollution Control Act as amended, (33 U.S.C. §§ 1251-1387). 5) The Contractor also agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FTA. 10. CONTRACT WORK HOURS AND SAFETY SANDARDS ACT (Applies to Subcontracts at Every Tier) For all contracts in excess of $100,000 that involve the employment of mechanics or laborers, the Contractor shall comply with the Contract Work Hours and Safety Standards Act (40 U.S.C. §§ 3701-3708), as supplemented by the DOL regulations at 29 C.F.R. part 5. Under 40 U.S.C. § 3702 of the Act, the Contractor shall compute the wages of every mechanic and laborer, including watchmen and guards, on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. § 3704 are applicable to construction work and provide that no laborer or mechanic be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchase of supplies or materials or articles ordinarily available on the open market, or to contracts for transportation or transmission of intelligence. In the event of any violation of the clause set forth herein, the Contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, the Contractor and subcontractor shall be liable to Saw ces ref.: FTA FY18 Comp. Review Guide jor Procuremeat; DOT GTA 14-Y18 Master Agreement Generally Applicable Provisions; GTA Best Practices Procurement Oct. 1016 Revised 1-4-19 FCP-7 EXHIBIT LA FEDERAL CONTRACT PROVISIONS the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of this clause in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by this clause. The FTA shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the Contractor or subcontractor under any such contract or any other Federal contract with the same prime Contractor, or any other federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime Contractor, such sums as may be determined to be necessary to satisfy any liabilities of such Contractor or subcontractor for unpaid wages and liquidated damages as provided in this section. The Contractor or subcontractor shall insert in any subcontracts the clauses set forth in this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime Contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in this agreement. Contract Work Hours and Safety Standards for Awards Not Involving Construction The Contractor shall comply with all federal laws, regulations, and requirements providing wage and hour protections for non -construction employees, in accordance with 40 U.S.C. § 3702, Contract Work Hours and Safety Standards Act, and other relevant parts of that Act, 40 U.S.C. § 3701 et seq., and U.S. DOL regulations, "Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction (also Labor Standards Provisions Applicable to Non -construction Contracts Subject to the Contract Work Hours and Safety Standards Act)," 29 C.F.R. part 5. The Contractor shall maintain payrolls and basic payroll records during the course of the work and shall preserve them for a period of three (3) years from the completion of the contract for all laborers and mechanics, including guards and watchmen, working on the contract. Such records shall contain the name and address of each such employee, social security number, correct classifications, hourly rates of wages paid, daily and weekly number of hours worked, deductions made, and actual wages paid. Such records maintained under this paragraph shall be made available by the Contractor for inspection, copying, or transcription by authorized representatives of the FTA and the Department of Labor, and the Contractor will permit such representatives to interview employees during working hours on the job. The contractor shall require the inclusion of the language of this clause within subcontracts of all tiers. 11. COPELAND ANTI -KICKBACK ACT For all construction contracts >$2,000, the Contractor agrees to comply with the Copeland "Anti Kickback" Act (Copeland Act) provisions. The Contractor shall also comply with the Copeland "Anti -Kickback" Act (40 U.S.C. § 3145), as supplemented by DOL regulations at 29 C.F.R. part 3, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in part by Loans or Grants from the United States." The Contractor is prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The Copeland "Anti Kickback" Act (Copeland Act) is divided into two sections. Section 1 of the Copeland "Anti -Kickback" Act, at 18 U.S.C. § 874, prohibits anyone from inducing, by any means, any person employed on construction, prosecution, completion, or repair of a federally assisted building or work, to give Sources ref.: FTA 1,718 Camp. Review Guidefor Procurement, DOT ITA FY18 h4aster Agreement Generally Applicable Provisions; 1TA Best Practices Procurement Oct. 2016 Revised 1-4-19 FCP-8 EXHIBIT LA FEDERAL CONTRACT PROVISIONS up any part of his or her compensation to which he or she is otherwise entitled. Section 2 of that Act, at 40 U.S.C. § 3145, and implementing DOL regulations, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in part by Loans or Grants from the United States," 29 C.F.R. part 3, imposes record keeping requirements on all third party contracts for construction, alteration, or repair exceeding $2,000. Under Appendix II to 2 C.F.R. part 200—Contract Provisions for Non -Federal Entity Contracts Under Federal Awards, recipients' third party contracts must include a provision for compliance with the Copeland "Anti -Kickback" Act, as amended, and implementing DOL regulations. 12. DAVIS BACON ACT For all prime construction, alteration or repair contracts in excess of $2,000 awarded by FTA, the Contractor shall comply with the Davis -Bacon Act. Under 49 U.S.C. § 5333(a), prevailing wage protections apply to laborers and mechanics employed on FTA assisted construction, alteration, or repair projects. The Contractor will comply with the Davis -Bacon Act, 40 U.S.C. §§ 3141-3144, and 3146-3148 as supplemented by Department of Labor regulations (29 C.F.R. part 5, "Labor Standards Provisions Applicable to Contracts Governing Federally Financed and Assisted Construction"). In accordance with the statute, the Contractor shall pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, the Contractor agrees to pay wages not less than once a week. (1) Minimum wages - (i) All laborers and mechanics employed or working upon the site of the work (or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project), will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph (1)(iv) of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR Part 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, that the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classifications and wage rates conformed under paragraph (1)(ii) of this section) and the Davis -Bacon poster (WH -1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. (ii)(A) The contracting officer shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (1) Except with respect to helpers as defined as 29 CFR 5.2(n)(4), the work to be performed by the classification requested is not performed by a classification in the wage determination; and Sources ref.: FTA FYM Can p Review Guide fi r Procurement DOT FTA FY18 A4aster Agreement Generally Applicable Provisions; 1,7A Rest Practices Procurement Oa. 2016 Revised 1-4-19 FCP-9 ■ EXHIBIT LA FEDERAL CONTRACT PROVISIONS (2) The classification is utilized in the area by the construction industry; and (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination; and (4) With respect to helpers as defined in 29 CFR 5.2(n)(4), such a classification prevails in the area in which the work is performed. (B) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30 -day period that additional time is necessary. (C) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30 -day period that additional time is necessary. (D) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs (a)(1)(ii) (B) or (C) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (iii) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (iv) If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. (v)(A) The contracting officer shall require that any class of laborers or mechanics which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefor only when the following criteria have been met: (1) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (2) The classification is utilized in the area by the construction industry; and Sources ref.: FTA FY18 Camp. Review Guide for Procure me 1, DOT FTA FY18 A-lasler Agreement Generally Applicable Provisions; 1•TA Rest Practices Procurement Oct. 2016 Revised 1-4-19 FCP-10 190 EXHIBIT I.A FEDERAL CONTRACT PROVISIONS (FTA (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (B) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30 -day period that additional time is necessary. (C) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination with 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30 -day period that additional time is necessary. (D) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs (a)(1)(v) (B) or (C) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (2) Withholding — Collier County shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the contractor under this contract or any other Federal contract with the same prime contractor, or any other federally -assisted contract subject to Davis -Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work (or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project), all or part of the wages required by the contract, the Collier County may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. (3) Payrolls and basic records - (i) Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work (or under the United States Housing Act of 1937, or under the Housing Act of 1949, in the construction or development of the project). Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis -Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis -Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing Sources ref.: FTA 1718 Comp. Review Guide for Procuremenl; DOT FTA FY18 A -!aster Agreement Generally Applicable Provisions; FTA Berl Practices Procurement Ocl. 1016 Revised 1-4-19 FCP-11 M EXHIBIT I.A FEDERAL CONTRACT PROVISIONS apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (ii)(A) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to Collier County for transmission to the Federal Transit Administration. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under section 5.5(a)(3)(i) of Regulations, 29 CFR part 5. This information may be submitted in any form desired. Optional Form WH -347 is available for this purpose and may be purchased from the Superintendent of Documents (Federal Stock Number 029-005-00014-1), U.S. Government Printing Office, Washington, DC 20402. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. (B) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (1) That the payroll for the payroll period contains the information required to be maintained under section 5.5(a)(3)(i) of Regulations, 29 CFR part 5 and that such information is correct and complete; (2) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR part 3; (3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (C) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH -347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph (a)(3)(ii)(B) of this section. (D) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the United States Code. (iii) The contractor or subcontractor shall make the records required under paragraph (a)(3)(i) of this section available for inspection, copying, or transcription by authorized representatives of the Federal Transit Administration or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the Federal agency may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. (4) Apprentices and trainees - (i) Apprentices - Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State Apprenticeship Agency recognized by the Bureau, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of Sources ref.: PTA 1, Y18 Comp. Revicne Guide for Procurement; DOT FTA FY18 Mosier Agreement Generally Applicable Provisions; FTA Best Practices Procurement Oct. 2016 Revised 1-4-19 FCP-12 EXHIBIT LA FEDERAL CONTRACT PROVISIONS apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator of the Wage and Hour Division of the U.S. Department of Labor determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Bureau of Apprenticeship and Training, or a State Apprenticeship Agency recognized by the Bureau, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (ii) Trainees - Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (iii) Equal employment opportunity - The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR part 30. (5) Compliance with Copeland Act requirements - The contractor shall comply with the requirements of 29 CFR part 3, which are incorporated by reference in this contract. Saur ces ref: F7A FY18 Camp Review Guide for Pmcaremeru; DOT FTA FY18 Alasier Agreement Generally Applicable Provisions; /TA Rest Practices Procurement Oct 1016 Revised 1-4-19 FCP-13 ■ EXHIBIT LA FEDERAL CONTRACT PROVISIONS (6) Subcontracts - The contractor or subcontractor shall insert in any subcontracts the clauses contained in 29 CFR 5.5(a)(1) through (10) and such other clauses as the Federal Transit Administration may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5. (7) Contract termination: debarment - A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. (8) Compliance with Davis -Bacon and Related Act requirements - All rulings and interpretations of the Davis -Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract. (9) Disputes concerning labor standards - Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives. (10) Certification of eligibility - (i) By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). (ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). (iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. Sources ref.: FIA FY18 Camp. Review Guide for Procurement DOT FTA FYIS Aklasler Agreemen( Generally Appllca6le Provisions; PTA Resl Praclices Procurement Oel. 20/6 Revised 1-4-19 FCP-14 ■ EXHIBIT I.A FEDERAL CONTRACT PROVISIONS DOL WAGE DETERMINATION "General Decision Number: FL20190201 02/01/2019 Superseded General Decision Number: FL20180245 State: Florida Construction Type: Building County: Collier County in Florida. BUILDING CONSTRUCTION PROJECTS (does not include single family homes or apartments up to and including 4 stories). Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.60 for calendar year 2019 applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.60 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2019. If this contract is covered by the EO and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must pay workers in that classification at least the wage rate determined through the conformance process set forth in 29 CFR 5.5(a)(1)(ii) (or the EO minimum wage rate,if it is higher than the conformed wage rate). The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above-mentioned types of contracts entered into by the federal government that are subject to the Davis -Bacon Act itself, but it does not apply to contracts subject only to the Davis -Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(2)-(60). Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/04/2019 1 02/01/2019 ASBE0067-003 01/01/2018 Rates Fringes ASBESTOS WORKER/HEAT & FROST INSULATOR ........................$ 27.89 15.19 Sources ref.: FTA FY18 Comp. Review Guide for Procurement; DOT FTA FY18 Master Agreement Generally Applicable Provisions; FPA Best Practices Procurement Oct 1016 Revised 1-4-19 FCP-15 0 EXHIBIT I.A FEDERAL CONTRACT PROVISIONS (FTA ---------------------------------------------------------------- ELEC0349-008 09/04/2017 Rates Fringes ELECTRICIAN (Includes Low Voltage Wiring) ..................$ 27.55 9.75 ---------------------------------------------------------- * ELEV0074-001 01/01/2019 Rates Fringes ELEVATOR MECHANIC ................$ 41.17 33.705 FOOTNOTE: A. Employer contributions 8% of regular hourly rate to vacation pay credit for employee who has worked in business more than 5 years; Employer contributions 6s of regular hourly rate to vacation pay credit for employee who has worked in business less than 5 years. Paid Holidays: New Year's Day; Memorial Day; Independence Day; Labor Day; Thanksgiving Day; The Friday after Thanksgiving Day; and Christmas Day. ------------------------------------------------------------- ENGI0487-021 07/01/2016 Rates Fringes OPERATOR: Crane All Cranes 160 Ton Capacity and Over ........... $ 33.05 9.20 All Cranes Over 15 Ton. Capacity ....................$ 32.05 9.20 OPERATOR: Forklift ..............$ 23.25 9.20 OPERATOR: Mechanic ..............$ 32.05 9.20 OPERATOR: Oiler .................$ 23.50 9.20 ---------------------------------------------------------------- IRON0397-007 07/01/2018 Rates Fringes IRONWORKER, STRUCTURAL ........... $ 29.85 15.97 ---------------------------------------------------------------- IRON0402-001 10/01/2018 Rates Fringes IRONWORKER, ORNAMENTAL ........... $ 23.69 12.70 ---------------------------------------------------------------- * SFFL0821-004 01/01/2019 Sources ref.: FTA FY18 Conip. Review Guide for Procurement; DOT FTA FY18 blaster Agreement Generally Applicable Provisions; FTA Best Practices Procurement Oct. 2016 Revised 1-4-19 FCP-16 0 EXH|BKiA FEDERAL CONTRACT PROVISIONS Rates Fringes SPRINKLER FZzzun (Fire Sprinklers) ...................... $ 28.38 19.44 ---------------------------------------------------------------- oUFL20l4-0O9 08/16/2016 WELDERS - Receive.rate prescribed for craft performing Sourcesi-ef: Mpmo��t,t�,Giiideff)rlrocii=*DOT F`T4,Y18 A faster Agreement GenerallyAppli°Provisions; FTA Rest Piachces*ocur=Oct. mm Rates Fringes CARPENTER ........................ $ 18.00 0.64 CEMENT MaSOm/ComoRuzo FINISHER ... $ 14.85 0.60 zoomWonmEB, REINFORCING .......... $ 26.37 12.65 LaB0mom: Common or General, Including Cement Mason Teodiug... $ 12.25 I.03 LABORER: eipplayez.............. $ 14.00 1.40 OPERATOR: Backboe/oxoanatoz/zrankboe....... $ 22.07 8.80 OPERATOR: Bulldozer ............. $ 15.40 I.90 OPERATOR: Grader/Blade .......... $ 18.97 0.00 OPERATOR: Loader ................ $ 14.00 I.40 oeEBaroR: Roller ................$ 14.43 4.78 pazmTEa: Brush, Roller and Spray ............................ $ 14.72 2.I3 PzrEFzrron....................... $ 21.36 7.93 PLUMBER .......................... $ 18.0I 2.89 ROOFER ........................... $ 19.00 1.I7 SHEET METAL WORKER, zoclndcn HYac oort Installation ........... $ 19.I0 3.27 TILE SETTER ......................$ 18.0I 0.00 rnVCu omIvon: Dump Truck ........ $ I3.22 2.12 znocu onzvEu: Lowboy Truck ...... ---------------------------------------------------------------- $ 14.24 0.00 WELDERS - Receive.rate prescribed for craft performing Sourcesi-ef: Mpmo��t,t�,Giiideff)rlrocii=*DOT F`T4,Y18 A faster Agreement GenerallyAppli°Provisions; FTA Rest Piachces*ocur=Oct. mm EXHIBIT I.A FEDERAL CONTRACT PROVISIONS operation to which welding is incidental. Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the E0, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of ""identifiers"" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than ""SU"" or ""UAVG"" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing 3marea ref.: FTA F YIN Comp Re—v Guide far Procurement DOT FTA FYIS h -taster Agi eeetent Generally Applicable Provisions: FTA Best Practices Procurement Oct. 20/6 Revised 1-4-19 FCP-18 t',i o EXHIBIT I.A FEDERAL CONTRACT PROVISIONS the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the '111SU'111 identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 1000 of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can Sources ref.: FTA FY18 Comp. Review Guide for Procurement; DOT FTA FY18 A4aster Agreement GenerallyApplimble Provistow: FTA Best Practices Procurement Oct. 2016 Revised 1-4-19 FCP-19 0 EXHIBIT LA FEDERAL CONTRACT PROVISIONS (FT be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should -be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. Sources ref., FTA FY18 Comp. Review Guide jar Procurement, DOT FTA FY18 A4aster Agreement Generally Applicable provisions; FTA Rest practices Procurement Oct. 1016 Revised 1-4-19 FCP-20 9 EXHIBIT I.A END OF GENERAL DECISION" FEDERAL CONTRACT PROVISIONS (FT Sources ref: FTA FY18 Comp. Review Guide for Procurement; DOT FTA FY18 Master Agreement Generally Applicable Provisions; FTA Best Practices Procurement Oct. 2016 Revised 1-4-19 FCP-21 9 EXHIBIT I.A FEDERAL CONTRACT PROVISIONS (FT 13. DEBARMENT AND SUSPENSION (Applies to Subcontracts of Any Tier) The Contractor shall comply and facilitate compliance with U.S. DOT regulations, " Non procurement Suspension and Debarment," 2 C.F.R. part 1200, which adopts and supplements the U.S. Office of Management and Budget (U.S. OMB) "Guidelines to Agencies on Governmentwide Debarment and Suspension (Nonprocurement)," 2 C.F.R. part 180. These provisions apply to each contract at any tier of $25,000 or more, and to each contract at any tier for a federally required audit (irrespective of the contract amount), and to each contract at any tier that must be approved by an FTA official irrespective of the contract amount. As such, the Contractor shall verify that its principals, affiliates, and subcontractors are eligible to participate in this federally funded contract and are not presently declared by any Federal department or agency to be: a) Debarred from participation in any federally assisted Award; b) Suspended from participation in any federally assisted Award; c) Proposed for debarment from participation in any federally assisted Award; d) Declared ineligible to participate in any federally assisted Award; e) Voluntarily excluded from participation in any federally assisted Award; or f) Disqualified from participation in ay federally assisted Award. By signing and submitting its bid or proposal, the bidder or proposer certifies as follows: The certification in this clause is a material representation of fact relied upon by the AGENCY. If it is later determined by the AGENCY that the bidder or proposer knowingly rendered an erroneous certification, in addition to remedies available to the AGENCY, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. The bidder or proposer agrees to comply with the requirements of 2 C.F.R. part 180, subpart C, as supplemented by 2 C.F.R. part 1200, while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. 14. DEPARTMENT OF LABOR EEO CONDITIONS The contractor shall comply, with: (a) U.S. DOL regulations, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor," 41 C.F.R. chapter 60, and (b) Executive Order 11246, "Equal Employment Opportunity," as amended by Executive Order 11375, "Amending Executive Order 11246, Relating to Equal Employment Opportunity," 42 U.S.C. § 2000e note. These goals are applicable to all of the contractor's construction work (whether or not it is Federal or federally -assisted) performed in the covered area. Goals for minority participation for each trade: 17.1% Goals for female participation in each trade: 6.9% 15 DISADVANTAGED BUSINESS ENTERPRISE (Applies to Subcontracts at Every Tier) It is the policy of the Collier County Board of County Commissioners (BCC) to ensure that Disadvantaged Business Enterprises (DBE)s are defined in 49 C.F.R. part 26, have an equal opportunity to receive and participate in Department of Transportation (DOT)—assisted contracts. It is also the County's policy to: 1. Ensure nondiscrimination in the award and administration of DOT — assisted contracts; 2. Create a level playing field on which DBEs can compete fairly for DOT -assisted contracts; 3. Ensure that the DBE Program is narrowly tailored in accordance with applicable law; 4. Ensure that only firms that fully meet 49 C.F.R. part 26 eligibility standards are permitted to participate as DBEs; 5. Help remove barriers to the participation of DBEs in DOT assisted contracts; 6. Assist the development of firms that can compete successfully in the market place outside the DBE Program. S'mrrces ref.: FTA FYM Comp. Review Gerde Jor Procurement; DOT FTA FYM rblasler Agreemeni Generally Applicable Provisions; FTA Besr Practices Procuremeni Oct 2016 Revised 1-4-19 FCP-22 D11 EXHIBIT LA FEDERAL CONTRACT PROVISIONS This Contract is subject to 49 C.F.R. part 26. Therefore, the Contractor must satisfy the requirements for DBE participation as set forth herein. These requirements are in addition to all other equal opportunity employment requirements of this Contract. Contract Assurance The Contractor, subrecipient or subcontractor shall not discriminate on the basis of race, color, national origin, gender identity or sex in the performance of this Contract. The Contractor shall carry out applicable requirements of 49 C.F.R. part 26 in the award and administration of DOT -assisted contracts. Failure by the Contractor to carry out these requirements is a material breach of this Contract, which may result in the termination of this Contract or such other remedy as the COUNTY deems appropriate. DBE Participation For the purpose of this Contract, the COUNTY will accept only DBE's who are: 1. Certified by the Florida Unified Certification Program; 2. An out-of-state firm who has been certified by either a local government, state government or Federal government entity authorized to certify DBE status or an agency whose DBE certification process has received FTA approval; or, 3. Certified by another agency approved by the COUNTY. DBE Participation Goal Collier Area Transit's goal for DBE participation is 1.6%. A separate contract goal has not been established for this procurement. Proposed Submission Each Bidder/Offeror, as part of its submission, shall complete an Anticipated DBE Statement that indicates the percentage and dollar value of the total bid/contract amount to be supplied by Disadvantaged Business Enterprises with whom the Bidder/Offeror intends to contract with for the performance of portions of the work under the Contract. Each Bidder/Offer shall also submit a Bid Opportunity List. Payment The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than 30 days from the receipt of each payment the prime contract receives from the BCC. Retainage If retainage from DBE subcontractors is allowed per the contract, the prime contractor agrees further to return retainage payments to each subcontractor within 30 days after the subcontractors work is satisfactorily completed. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the COUNTY. Monitoring and Enforcement The COUNTY shall monitor the Contractor's DBE compliance during the life of the Contract. It will be the responsibility of the Contractor to submit Subcontractor Payment Reports to the COUNTY with each pay application that summarize the total DBE value of the Contract if DBE participation occurs. These reports shall provide the following details: • DBE utilization established for the Contract; • Total value of expenditures with DBE firms for the period; • The value of expenditures with each DBE firm for the period by race and gender; • Total value of expenditures with DBE firms from inception of the Contract; and • The value of expenditures with each DBE firm from the inception of the Contract by race and gender. Sources ref.: FTA FYB Comp. Review Guide for Pracuremeni; DOT1,7A FYIS Afaster Agreement Generally Applicable Provisirnu; FTA Best Practices Procurement Oct. 7016 Revised 1-4-19 FCP-23 EXHIBIT LA FEDERAL CONTRACT PROVISIONS The Contractor shall not terminate DBE subcontractor(s) without the COUNTY's prior written consent. The COUNTY may provide such written consent only if the Contractor has good cause to terminate the DBE firm. Before transmitting a request to terminate, the Contractor shall give notice in writing to the DBE subcontractor of its intent to terminate and the reason for the request. The Contractor shall give the DBE five days to respond to the notice and advise of the reasons why it objects to the proposed termination. When a DBE subcontractor is terminated or fails to complete its work on the Contract for any reason, the Contractor shall make good faith efforts to find another DBE subcontractor to substitute for the original DBE and immediately notify the COUNTY in writing of its efforts to replace the original DBE. These good faith efforts shall be directed at finding another DBE to perform at least the same amount of work under the Contract as the DBE that was terminated, to the extent needed to meet the Contract goal established for this procurement. Failure to comply with these requirements will be in accordance with the Sanctions for Violations section below. Recordkeeping The prime contractor must maintain records and documents of payments to DBEs for three years following the performance of the contract. The records will be made available for inspection upon request by any authorized representative of the COUNTY or DOT. This reporting requirement also extends to any certified DBE subcontractor. DBE Program and Directory Information The combined statewide directory, identifying all firms eligible to participate as a certified DBE, may be located at the Florida Department of Transportation website. https://fdotxwP02.dot.state.fl.us/EgualOpportunityOfficeBusinessDirectorV/CustomSearch.aspx Additional information on Collier Area Transit's DBE Program can be found at CAT's website http•//www.colliergov.net/your-government/divisions-f-r/public-transit-neighborhood-enhancement/our- services-/collier-area-transit-cat/dbe 16. DRUG AND ALCOHOL TESTING The contractor agrees to establish and implement a drug and alcohol testing program that complies with 49 CFR Part 655, produce any documentation necessary to establish its compliance with Part 655, and permit any authorized representative of the United States Department of Transportation or its operating administrations, the Florida Department of Transportation, or the COUNTY, to inspect the facilities and records associated with the implementation of the drug and alcohol testing program as required under 49 CFR Parts 655 and review the testing process. The contractor agrees further to certify and submit annually its compliance with Parts 655, Florida Statute 341.061, and Rule 14-90 Florida Administrative Code before January 201h to the Public Transit & Neighborhood Enhancement Division Director. To certify compliance the contractor shall use the "Substance Abuse Certifications" in the "Annual List of Certifications and Assurances for Federal Transit Administration Grants and Cooperative Agreements," which is published annually in the Federal Register. The certification will also include compliance with its adopted System Safety and Security Program Plan pursuant to Florida Rule Chapter 14-90. 17. EMPLOYEE PROTECTIONS (AWARDS INVOLVING CONSTRUCTION) The Contractor shall comply with U.S. DOL regulations, "Recording and Reporting Occupational Injuries and Illnesses," 29 C.F.R. part 1904; "Occupational Safety and Health Standards," 29 C.F.R. part 1910. 18. ENERGY CONSERVATION (Applies to Subcontracts at Every Tier) The contractor agrees to comply with mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. Sources ref.: FTA FT18 Comp. Review Guide for Procurcinew; DOT ITA FY18 A4aster Agreement Generally Applicable Provisions: FTA Best Practices Procurement Oct. 1016 Revised 1-4-19 FCP-24 EXHIBIT I.A FEDERAL CONTRACT PROVISIONS 19. FEDERAL CHANGES Contractor shall at all times comply with all applicable FTA regulations, policies, procedures and directives, including without limitation those listed directly or by reference in the Master Agreement between Purchaser and FTA, as they may be amended or promulgated from time to time during the term of this contract. Contractor's failure to so comply shall constitute a material breach of this contract. 20. FEDERAL PRIVACY ACT REQUIREMENTS Applicability — When a grantee maintains files on drug and alcohol enforcement activities for FTA, and those files are organized so that information could be retrieved by personal identifier, the Privacy Act requirements apply to all contracts except micropurchases ($10,000 or less, except for construction contracts over $2,000) The following requirements apply to the Contractor and its employees that administer any system of records on behalf of the Federal Government under any contract: (1) The Contractor agrees to comply with, and assures the compliance of its employees with, the information restrictions and other applicable requirements of the Privacy Act of 1974, 5 U.S.C. § 552a. Among other things, the Contractor agrees to obtain the express consent of the Federal Government before the Contractor or its employees operate a system of records on behalf of the Federal Government. The Contractor understands that the requirements of the Privacy Act, including the civil and criminal penalties for violation of that Act, apply to those individuals involved, and that failure to comply with the terms of the Privacy Act may result in termination of the underlying contract. (2) The Contractor also agrees to include these requirements in each subcontract to administer any system of records on behalf of the Federal Government financed in whole or in part with Federal assistance provided by FTA. 21. FLY AMERICA (Applies to Subcontracts) The Contractor agrees to comply with the following: a) Definitions. As used in this clause-- . "International air transportation" means transportation by air between a place in the United States and a place outside the United States or between two places both of which are outside the United States. • "United States" means the 50 States, the District of Columbia, and outlying areas. • "U.S.-flag air carrier" means an air carrier holding a certificate under 49 U.S.C. Chapter 411. b) When Federal funds are used to fund travel, Section 5 of the International Air Transportation Fair Competitive Practices Act of 1974 (49 U.S.C. 40118) (Fly America Act) requires contractors, recipients, and others use U.S.-flag air carriers for U.S. Government -financed international air transportation of personnel (and their personal effects) or property, to the extent that service by those carriers is available. It requires the Comptroller General of the United States, in the absence of satisfactory proof of the necessity for foreign -flag air transportation, to disallow expenditures from funds, appropriated or otherwise established for the account of the United States, for international air transportation secured aboard a foreign -flag air carrier if a U.S.-flag air carrier is available to provide such services. c) If available, the Contractor, in performing work under this contract, shall use U.S.-flag carriers for international air transportation of personnel (and their personal effects) or property. d) In the event that the Contractor selects a carrier other than a U.S.-flag air carrier for international air transportation, the Contractor shall include a statement on vouchers involving such transportation essentially as follows: Sources ref : P 7 FY18 Comp. Review Guide for Procurement; DOT FTA FY18 Master Agreement Generally Applicable Provisions; FTA Rest Practices Procurement Oct. 2016 Revised 1-4-19 FCP-25 ,•r EXHIBIT LA FEDERAL CONTRACT PROVISIONS Statement of Unavailability of U.S.-Flag Air Carriers International air transportation of persons (and their personal effects) or property by U.S.-flag air carrier was not available or it was necessary to use foreign -flag air carrier service for the following reasons. See FAR § 47.403. [State reasons]: e) The Contractor shall include the substance of this clause, including this paragraph (e), in each subcontract or purchase under this contract that may involve international air transportation. 22. INCORPORATION OF FEDERAL TRANSIT ADMINISTRATION (FTA) TERMS (Applies to Subcontracts) The preceding provisions include, in part, certain Standard Terms and Conditions required by DOT, whether or not expressly set forth in the preceding contract provisions. All contractual provisions required by DOT, as set forth in FTA Circular 4220.1 F, are hereby incorporated by reference. Anything to the contrary herein notwithstanding, all FTA mandated terms shall be deemed to control in the event of a conflict with other provisions contained in this Agreement. The Contractor shall not perform any act, fail to perform any act, or refuse to comply with any COUNTY requests which would cause the COUNTY to be in violation of the FTA terms and conditions. 23. ITS STANDARDS Section 5206(e) of the Transportation Equity Act for the 21st Century, Public Law 105-178, 112 Stat. 547, pertaining to conformance with the National Intelligent Transportation Systems Architecture and Standards. All ITS projects funded with Mass Transit Funds from the Highway Trust Funds shall use applicable ITS standards and interoperability tests that have been officially adopted through rulemaking by the United States Department of Transportation (US DOT). 24. LOBBYING Contractors who apply or bid for an award of $100,000 or more shall file the certification required by 49 CFR part 20, "New Restrictions on Lobbying." Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier shall also disclose the name of any registrant under the Lobbying Disclosure Act of 1995 who has made lobbying contacts on its behalf with non -Federal funds with respect to that Federal contract, grant or award covered by 31 U.S.C. 1352. Such disclosures are forwarded from tier to tier up to the recipient. 25. NO FEDERAL GOVERNMENT OBLIGATION TO THIRD PARTIES BY USE OF A DISCLAIMER The Contractor shall acknowledge and agree that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or award of the underlying Contract, absent the express written consent by the Federal Government, the Federal Government is not a party to this Contract and shall not be subject to any obligations or liabilities to the Recipient, Contractor or any other party (whether or not a party to that contract) pertaining to any matter resulting from the underlying Contract. The Contractor agrees to include the above clause in each subcontract financed in whole or in part with Federal assistance provided by the FTA. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions 26. PRE -AWARD AND POST DELIVERY AUDITS OF ROLLING STOCK PURCHASES The Contractor agrees to comply with 49 U.S.C. § 5323(m) and FTA's implementing regulation at 49 C.F.R. part 663. The Contractor shall comply with the Buy America certifications) submitted with its proposal/bid. The Contractor agrees to participate and cooperate in any pre -award and post -delivery audits performed pursuant to 49 C.F.R. part 663 and related FTA guidance. Sources ref : F7A 1%178 Comp. Review Guide far Procul"emenl; DOT FTA FY18 A -Faster Agreement Generally Appltcable Provisions; FTA Rest Practices Procurement Oct 2016 Revised 1-4-19 FCP-26 EXHIBIT LA FEDERAL CONTRACT PROVISIONS 27. PATENT RIGHTS RIGHTS IN DATA AND COPYRIGHTS REQUIREMENTS (Applies to Subcontracts at Every Tier) Intellectual Property Rights This project is funded through a Federal award with FTA for experimental, developmental, or research work purposes. As such, certain Patent Rights and Data Rights apply to all subject data first produced in the performance of this Contract. The Contractor shall grant the COUNTY intellectual property access and licenses deemed necessary for the work performed under this Agreement and in accordance with the requirements of 37 C.F.R. part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," and any implementing regulations issued by FTA or U.S. DOT. The terms of an intellectual property agreement and software license rights will be finalized prior to execution of this Agreement and shall, at a minimum, include the following restrictions: Except for its own internal use, the Contractor may not publish or reproduce subject data in whole or in part, or in any manner or form, nor may the Contractor authorize others to do so, without the written consent of FTA, until such time as FTA may have either released or approved the release of such data to the public. This restriction on publication, however, does not apply to any contract with an academic institution. For purposes of this agreement, the term "subject data" means recorded information whether or not copyrighted, and that is delivered or specified to be delivered as required by the Contract. Examples of "subject data" include, but are not limited to computer software, standards, specifications, engineering drawings and associated lists, process sheets, manuals, technical reports, catalog item identifications, and related information, but do not include financial reports, cost analyses, or other similar information used for performance or administration of the Contract. 1. The Federal Government reserves a royalty -free, non-exclusive and irrevocable license to reproduce, publish, or otherwise use, and to authorize others to use for "Federal Government Purposes," any subject data or copyright described below. For "Federal Government Purposes," means use only for the direct purposes of the Federal Government. Without the copyright owner's consent, the Federal Government may not extend its Federal license to any other party. a. Any subject data developed under the Contract, whether or not a copyright has been obtained; and b. Any rights of copyright purchased by the Contractor using Federal assistance in whole or in part by the FTA. 2. Unless FTA determines otherwise, the Contractor performing experimental, developmental, or research work required as part of this Contract agrees to permit FTA to make available to the public, either FTA's license in the copyright to any subject data developed in the course of the Contract, or a copy of the subject data first produced under the Contract for which a copyright has not been obtained. If the experimental, developmental, or research work, which is the subject of this Contract, is not completed for any reason whatsoever, all data developed under the Contract shall become subject data as defined herein and shall be delivered as the Federal Government may direct. 3. Unless prohibited by state law, upon request by the Federal Government, the Contractor agrees to indemnify, save, and hold harmless the Federal Government, its officers, agents, and employees acting within the scope of their official duties against any liability, including costs and expenses, resulting from any willful or intentional violation by the Contractor of proprietary rights, copyrights, or right of privacy, arising out of the publication, translation, reproduction, delivery, use, or disposition of any data furnished under that contract. The Contractor shall be required to indemnify the Federal Government for any such liability arising out of the wrongful act of any employee, official, or agents of the Federal Government. 4. Nothing contained in this clause on rights in data shall imply a license to the Federal Government under any patent or be construed as affecting the scope of any license or other right otherwise granted to the Federal Government under any patent. 5. Data developed by the Contractor and financed entirely without using Federal assistance provided by the Federal Government that has been incorporated into work required by the underlying Contract is exempt Sow ces ref: FTA hY18 Comp Review Guide fir Pronrremeru; DOT 17A FY18 Alaster Agreement GeneraNv Applicable Provisions: 4TA Rest Practices Procurement Oct. 2016 Revised 1-4-19 FCP-27 EXHIBIT LA FEDERAL CONTRACT PROVISIONS from the requirements herein, provided that the Contractor identifies those data in writing at the time of delivery of the Contract work. 6. The Contractor agrees to include these requirements in each subcontract for experimental, developmental, or research work financed in whole or in part with Federal assistance. 28. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS OR RELATED ACTS (Applies to subcontracts at every tier) (i) The Contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, as amended, 31 U.S.C. § 3801 et sec.. and U.S. DOT regulations, "Program Fraud Civil Remedies," 49 C.F.R. Part 31, apply to its actions pertaining to this Project. Upon execution of the underlying contract, the Contractor certifies or affirms the truthfulness and accuracy of any statement it has made, it makes, it may make, or causes to be made, pertaining to the underlying contract or the FTA assisted project for which this contract work is being performed. In addition to other penalties that may be applicable, the Contractor further acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification, the Federal Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986 on the Contractor to the extent the Federal Government deems appropriate. (ii) The Contractor also acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification to the Federal Government under a contract connected with a project that is financed in whole or in part with Federal assistance originally awarded by FTA under the authority of 49 U.S.C. chapter 53, the Government reserves the right to impose the penalties of 18 U.S.C. § 1001 and 49 U.S.C. § 5323(1) on the Contractor, to the extent the Federal Government deems appropriate. (iii) The Contractor agrees to include the above two clauses in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clauses shall not be modified, except to identify the subcontractor who will be subject to the provisions. 29 PROVISIONS FOR RESOLTION OF DISPUTES BREACHES, OR OTHER LITIGATION BREACHES AND DISPUTE RESOLUTION (Applies to subcontracts at every tier over $150,000) Disputes - 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 the vendor with full decision-making authority and by OWNER'S staff person who would make the presentation of any settlement reached during negotiations to OWNER 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 the vendor with full decision-making authority and by OWNER'S staff person who would make the presentation of any settlement reached at mediation to OWNER'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. Stats. 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. Saurcc' P f: FTA rYlltCamp. Rehm", Gaide for 1'rocuremenl; DOT ITA FY18 A-fasler Agreemenl Generally Applicable Provisions; FPA Best Practices Poocurenteni Oct. 1016 Revised 1-4-19 FCP-28 EXHIBIT I.A FEDERAL CONTRACT PROVISIONS (FT 30. PROMPT PAYMENT AND RETURN OF RETAINAGE (49 C.F.R. part 26) Prompt Payment The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than 30 days from the receipt of each payment the prime contract receives from the BCC. Retainage If retainage from DBE subcontractors is allowed per the contract, the prime contractor agrees further to return retainage payments to each subcontractor within 30 days after the subcontractors work is satisfactorily completed. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the COUNTY. 31. RECYCLED PRODUCTS (Applies to subcontracts at every tier for purchases $10,000 or more of one of these items in a fiscal year, or when the cost of such items purchased during the previous fiscal year was $10,000.) Recovered Materials. The Contractor agrees to provide a preference for those products and services that conserve natural resources, protect the environment, and are energy efficient by complying with and facilitating compliance with Section 6002 of the Resource Conservation and Recovery Act, as amended, 42 U.S.C. § 6962, and U.S. Environmental Protection Agency (U.S. EPA), "Comprehensive Procurement Guideline for Products Containing Recovered Materials," 40 C.F.R. part 247. 32. SAFE OPERATION OF MOTOR VEHICLES (Applied to Subcontracts at Every Tier) Seat Belt Use The Contractor is encouraged to adopt and promote on-the-job seat belt use policies and programs for its employees and other personnel that operate company-owned vehicles, company -rented vehicles, or personally operated vehicles. The terms "company-owned" and "company -leased" refer to vehicles owned or leased either by the Contractor or AGENCY. Distracted Driving The Contractor agrees to adopt and enforce workplace safety policies to decrease crashes caused by distracted drivers, including policies to ban text messaging while using an electronic device supplied by an employer, and driving a vehicle the driver owns or rents, a vehicle Contactor owns, leases, or rents, or a privately -owned vehicle when on official business in connection with the work performed under this agreement. 33. SCHOOL BUS OPERATIONS The contractor agrees to comply with 49 U.S.C. 5323(f), and 49 C.F.R. part 604, and not engage in school bus operations using federally funded equipment or facilities in competition with private operators of school buses, except as permitted under: i. Federal transit laws, specifically 49 U.S.C. § 5323(f); ii. FTA regulations, "School Bus Operations," 49 C.F.R. part 605; iii. Any other Federal School Bus regulations; or iv. Federal guidance, except as FTA determines otherwise in writing. If Contractor violates this School Bus Agreement, FTA may: i. Bar the Contractor from receiving Federal assistance for public transportation; or ii. Require the contractor to take such remedial measures as FTA considers appropriate. When operating exclusive school bus service under an allowable exemption, the contractor may not use federally funded equipment, vehicles, or facilities. The Contractor should include the substance of this clause in each subcontract or purchase under this contract that may operate public transportation services. Sources ref.: FTA FY18 Cmnp. Review Guide for Procurement; DOT FTA FY18 A -faster Agreement Generally Applicable Provisions FTA Best Practices Procurement Oct. 2016 Revised 1-4-19 FCP-29 ock EXHIBIT LA FEDERAL CONTRACT PROVISIONS 34. SEISMIC SAFETY REQUIREMENTS (Applies to Subcontractors) The contractor agrees that any new building or addition to an existing building will be designed and constructed in accordance with the standards for Seismic Safety required in Department of Transportation Seismic Safety Regulations 49 CFR Part 41 and will certify to compliance to the extent required by the regulation. The contractor also agrees to ensure that all work performed under this contract including work performed by a subcontractor is in compliance with the standards required by the Seismic Safety Regulations and the certification of compliance issued on the project. 35. SPECIAL DEPT. OF LABOR EEO CLAUSE FOR CONSTRUCTION CONTRACTS (Applies to Contracts and Subcontracts >$10,000) Equal Employment Opportunity Requirements for Construction Activities. The Contractor will comply, when undertaking "construction" as recognized by the U.S. Department of Labor (U.S. DOL), with: (a) U.S. DOL regulations, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor," 41 C.F.R. chapter 60, and (b) Executive Order No. 11246, "Equal Employment Opportunity in Federal Employment," September 24, 1965, 42 U.S.C. § 2000e note (30 Fed. Reg. 12319, 12935), as amended by any later Executive Order that amends or supersedes it, referenced in 42 U.S.C. § 2000e note. ((FTA Master Agreement (24), 10-1-2017; § 12.d(3)] 36 SPECIAL NOTIFICATION REQUIREMENTS FOR STATES (STATE GRANT PROVISIONS) Equal Employment Opportunity: The Contractor shall not discriminate against any employee or applicant for employment because of race, age, creed, color, sex or national origin. The Agency will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, age, creed, color, sex, or national origin. Such action shall include, but not be limited to, the following: Employment upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. Contractors must insert a similar provision in all subcontracts, except subcontracts for standard commercial supplies or raw materials. Interest of Members of Congress: No member of or delegate to the Congress of the United States shall be admitted to any share or part of this contract or to any benefit arising there from. Interest of Public Officials: No member, officer, or employee of the public body or of a local public body during his tenure or for two years thereafter shall have any interest, direct or indirect, in this contract or the proceeds thereof. For purposes of this provision, public body shall include municipalities and other political subdivisions of States; and public corporations, boards, and commissions established under the laws of any State. Lobbying: No funds received pursuant to this Agreement may be expended for lobbying the Legislature, the judicial branch or a state agency. Restrictions, Prohibits, Controls, and Labor Provisions: During the performance of this contract, the following provisions are to be included in each subcontract entered into pursuant to this contract: a) A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any 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 be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, Sources rcf.: M 1718 Camp. Review Guide for Procurenveni; DOT FTA FY18 ddoster Agreement Generally Applicable Provisions; FTA Rest Practices Procurement Oct 2016 Revised 1-4-19 FCP-30 EXHIBIT LA FEDERAL CONTRACT PROVISIONS Florida Statutes for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. b) In accordance with Section 287.134, Florida Statutes, an entity or affiliate who has been placed on the discriminatory vendor list may not submit a bid on a contract to provide any 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 be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity. c) An entity or affiliate who has had its Certificate of Qualification suspended, revoked, denied or have further been determined by the Department to be a non -responsible contractor may not submit a bid or perform work for the construction or repair of a public building or public work on a contract with the County. d) Neither the County nor any of its contractors or their subcontractors shall enter into any contract, subcontract or arrangement in connection with the Project or any property included or planned to be included in the Project in which any member, officer or employee of the County or the locality during tenure or for two (2) years thereafter has any interest, direct or indirect. If any such present or former member, officer or employee involuntarily acquires or had acquired prior to the beginning of tenure any such interest, and if such interest is immediately disclosed to the County, the County, with prior approval of the Florida Department of Transportation, may waive the prohibition contained in this paragraph provided that any such present member, officer or employee shall not participate in any action by the Agency or the locality relating to such contract, subcontract or arrangement. The County shall insert in all contracts entered into in connection with the Project or any property included or planned to be included in any Project, and shall require its contractors to insert in each of their subcontracts, the following provision: "No member, officer or employee of the Agency or of the locality during his tenure or for 2 years thereafter shall have any interest, direct or indirect, in this contract or the proceeds thereof." Inspector General Cooperation. The Parties agree to comply with Section 20.055(5), Florida Statutes, for the inspector general to have access to any records, data and other information deemed necessary to carry out his or her duties and incorporate into all subcontracts the obligation to comply with Section 20.055(5), Florida Statutes. Employment Eligibility (Using E -Verify) a) Shall utilize the U.S. Department of Homeland Security's E -Verify system to verify the employment eligibility of all new employees hired by the Agency during the term of the Agreement; and b) Shall expressly require any contractors and subcontractors performing work or providing services pursuant to the Agreement to likewise utilize the U.S. Department of Homeland Security's E -Verify system to verify the employment eligibility of all new employees hired by the contractor or subcontractor during the Agreement term. 37. TERMINATION PROVISIONS (Applies to Subcontracts at Every Tier in Excess of $10,000) All contracts in excess of $10,000 must address termination for cause and for convenience by the non - Federal entity including the manner by which it will be effected and the basis for settlement. i. Termination for Convenience (General Provision) The COUNTY may terminate this contract, in whole or in part, at any time by written notice to the Contractor when it is in the COUNTY's best interest. The Saurces ref.: FIA FY18 Camp. Rmv Guide for Procurement; DOT GTA FY18 A -faster Agreement Generally Applicable Provisions: ITA Best Practices Procurement Oct. 2016 Revised 1-4-19 FCP-31 EXHIBIT LA FEDERAL CONTRACT PROVISIONS Contractor shall be paid its costs, including contract close-out costs, and profit on work performed up to the time of termination. The Contractor shall promptly submit its termination claim to the COUNTY to be paid the Contractor. If the Contractor has any property in its possession belonging to the COUNTY, the Contractor will account for the same, and dispose of it in the manner the COUNTY directs. ii. Termination for Default [Breach or Cause] (General Provision) If the Contractor does not deliver supplies in accordance with the contract delivery schedule, or, if the contract is for services, the Contractor fails to perform in the manner called for in the contract, or if the Contractor fails to comply with any other provisions of the contract, the COUNTY may terminate this contract for default. Termination shall be effected by serving a notice of termination on the contractor setting forth the manner in which the Contractor is in default. The contractor will only be paid the contract price for supplies delivered and accepted, or services performed in accordance with the manner of performance set forth in the contract. If it is later determined by the COUNTY that the Contractor had an excusable reason for not performing, such as a strike, fire, or flood, events which are not the fault of or are beyond the control of the Contractor, the COUNTY, after setting up a new delivery of performance schedule, may allow the Contractor to continue work, or treat the termination as a termination for convenience. iii. Opportunity to Cure (General Provision) The COUNTY in its sole discretion may, in the case of a termination for breach or default, allow the Contractor [an appropriately short period of time] in which to cure the defect. In such case, the notice of termination will state the time period in which cure is permitted and other appropriate conditions If Contractor fails to remedy to COUNTY's satisfaction the breach or default of any of the terms, covenants, or conditions of this Contract within [ten (10) days] after receipt by Contractor of written notice from COUNTY setting forth the nature of said breach or default, COUNTY shall have the right to terminate the Contract without any further obligation to Contractor. Any such termination for default shall not in any way operate to preclude COUNTY from also pursuing all available remedies against Contractor and its sureties for said breach or default. iv. Waiver of Remedies for any Breach In the event that COUNTY elects to waive its remedies for any breach by Contractor of any covenant, term or condition of this Contract, such waiver by COUNTY shall not limit the COUNTY's remedies for any succeeding breach of that or of any other term, covenant, or condition of this Contract. v. Termination for Convenience (Professional or Transit Service Contracts) The COUNTY, by written notice, may terminate this contract, in whole or in part, when it is in the Government's interest. If this contract is terminated, the COUNTY shall be liable only for payment under the payment provisions of this contract for services rendered before the effective date of termination. vi. Termination for Default (Supplies and Service) If the Contractor fails to deliver supplies or to perform the services within the time specified in this contract or any extension or if the Contractor fails to comply with any other provisions of this contract, the COUNTY may terminate this contract for default. The COUNTY shall terminate by delivering to the Contractor a Notice of Termination specifying the nature of the default. The Contractor will only be paid the contract price for supplies delivered and accepted, or services performed in accordance with the manner or performance set forth in this contract. If, after termination for failure to fulfill contract obligations, it is determined that the Contractor was not in default, the rights and obligations of the parties shall be the same as if the termination had been issued for the convenience of the COUNTY. Sources ref: FTA FYM Coinµ Review Guide for ProcurenienY DOT ITA FY18 Master Agreement Generally Applicable Provisiaus; FPA Resi A-actices Procurement Oct. 2016 Revised 1-4-19 FCP-32 ■ EXHIBIT LA FEDERAL CONTRACT PROVISIONS vii. Termination for Default (Transportation Services) If the Contractor fails to pick up the commodities or to perform the services, including delivery services, within the time specified in this contract or any extension or if the Contractor fails to comply with any other provisions of this contract, the COUNTY may terminate this contract for default. The COUNTY shall terminate by delivering to the Contractor a Notice of Termination specifying the nature of default. The Contractor will only be paid the contract price for services performed in accordance with the manner of performance set forth in this contract. If this contract is terminated while the Contractor has possession of COUNTY goods, the Contractor shall, upon direction of the COUNTY, protect and preserve the goods until surrendered to the COUNTY or its agent. The Contractor and COUNTY shall agree on payment for the preservation and protection of goods. Failure to agree on an amount will be resolved under the Dispute clause. If, after termination for failure to fulfill contract obligations, it is determined that the Contractor was not in default, the rights and obligations of the parties shall be the same as if the termination had been issued for the convenience of the COUNTY. viii. Termination for Default (Construction) If the Contractor refuses or fails to prosecute the work or any separable part, with the diligence that will insure its completion within the time specified in this contract or any extension or fails to complete the work within this time, or if the Contractor fails to comply with any other provisions of this contract, the COUNTY may terminate this contract for default. The COUNTY shall terminate by delivering to the Contractor a Notice of Termination specifying the nature of the default. In this event, the COUNTY may take over the work and compete it by contract or otherwise, and may take possession of and use any materials, appliances, and plant on the work site necessary for completing the work. The Contractor and its sureties shall be liable for any damage to the COUNTY resulting from the Contractor's refusal or failure to complete the work within specified time, whether or not the Contractor's right to proceed with the work is terminated. This liability includes any increased costs incurred by the COUNTY in completing the work. The Contractor's right to proceed shall not be terminated nor the Contractor charged with damages under this clause if - a. The delay in completing the work arises from unforeseeable causes beyond the control and without the fault or negligence of the Contractor. Examples of such causes include: acts of God, acts of the COUNTY, acts of another Contractor in the performance of a contract with the COUNTY, epidemics, quarantine restrictions, strikes, freight embargoes; and b. The contractor, within (10] days from the beginning of any delay, notifies the COUNTY in writing of the causes of delay. If in the judgment of the COUNTY, the delay is excusable, the time for completing the work shall be extended. The judgment of the COUNTY shall be final and conclusive on the parties, but subject to appeal under the Disputes clauses. If, after termination of the Contractor's right to proceed, it is determined that the Contractor was not in default, or that the delay was excusable, the rights and obligations of the parties will be the same as if the termination had been issued for the convenience of the COUNTY. ix. Termination for Convenience or Default (Architect and Engineering) The COUNTY may terminate this contract in whole or in part, for the COUNTY's convenience or because of the failure of the Contractor to fulfill the contract obligations. The COUNTY shall terminate by delivering to the Contractor a Notice of Termination specifying the nature, extent, and effective date of the termination. Upon receipt of the notice, the Contractor shall (1) immediately discontinue all services affected (unless the notice directs otherwise), and (2) deliver to the Contracting Officer all data, drawings, specifications, reports, estimates, summaries, Sources ref: F7A FY1 S Comp. Review Guide Jiu P—w emenl; DOT FTA FYM A4asler Agreemenl Generally Applicable Provisions; FIA Resl Practices Procurement Oct. 2016 Revised 1-4-19 FCP-33 EXHIBIT I.A FEDERAL CONTRACT PROVISIONS (FT and other information and materials accumulated in performing this contract, whether completed or in process. If the termination is for the convenience of the COUNTY, the Contracting Officer shall make an equitable adjustment in the contract price but shall allow no anticipated profit on unperformed services. If the termination is for failure of the Contractor to fulfill the contract obligations, the COUNTY may complete the work by contact or otherwise and the Contractor shall be liable for any additional cost incurred by the COUNTY. If, after termination for failure to fulfill contract obligations, it is determined that the Contractor was not in default, the rights and obligations of the parties shall be the same as if the termination had been issued for the convenience of the COUNTY. x. Termination for Convenience of Default (Cost -Type Contracts) The COUNTY may terminate this contract, or any portion of it, by serving a notice or termination on the Contractor. The notice shall state whether the termination is for convenience of the COUNTY or for the default of the Contractor. If the termination is for default, the notice shall state the manner in which the contractor has failed to perform the requirements of the contract. The Contractor shall account for any property in its possession paid for from funds received from the COUNTY, or property supplied to the Contractor by the COUNTY. If the termination is for default, the COUNTY may fix the fee, if the contract provides for a fee, to be paid the contractor in proportion to the value, if any, of work performed up to the time of termination. The Contractor shall promptly submit its termination claim to the COUNTY and the parties shall negotiate the termination settlement to be paid the Contractor. If the termination is for the convenience of the COUNTY, the Contractor shall be paid its contract close-out costs, and a fee, if the contract provided for payment of a fee, in proportion to the work performed up to the time of termination. If, after serving a notice of termination for default, the COUNTY determines that the Contractor has an excusable reason for not performing, such as strike, fire, flood, events which are not the fault of and are beyond the control of the contractor, the COUNTY, after setting up a new work schedule, may allow the Contractor to continue work, or treat the termination as a termination for convenience. 38. TRANSIT EMPLOYEE PROTECTIVE ARRANGEMENTS The Contractor agrees to comply with the following protective arrangement of 49 U.S.C. § 5333(b): i. U.S. DOL Certification. Under this Contract or any Amendments thereto that involve public transportation operations that are supported with federal assistance, a certification issued by U.S. DOL is a condition of the Contract. ii. Special Warranty. When the Contract involves public transportation operations and is supported with federal assistance appropriated or made available for 49 U.S.C. § 5311, U.S. DOL will provide a Special Warranty for its Award, including its Award of federal assistance under the Tribal Transit Program, The U.S. DOL Special Warranty is a condition of the Contract. iii. Special Arrangements. The conditions of 49 U.S.C. § 5333(b) do not apply to Contractors providing public transportation operations pursuant to 49 U.S.C. § 5310. FTA reserves the right to make case-by- case determinations of the applicability of 49 U.S.C. § 5333(b) for all transfers of funding authorized under title 23, United States Code (flex funds), and make other exceptions as it deems appropriate, and, in those instances, any special arrangements required by FTA will be incorporated herein as required. Sources ref.: FTA FYIS Comp. Review Guide Jnr Procurement; DOT FIA FYIS A4aster Agreement Generally Applicable Provisions; FTA Best Practices Procurement Oct. 2016 Revised 1-4-19 FCP-34 EXHIBIT I.A FEDERAL CONTRACT PROVISIONS FEDERAL EMERGENCY MANAGEMENT AGENCY PUBLIC ASSISTANCE STATUTORY AUTHORITY a. 2 C.F.R. Part 200 Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards b. 44 C.F.R. Part 206 c. The Robert T. Stafford Disaster Relief and Emergency Assistance Act, Public Law 93- 288, as amended, 42 U.S.C. 5121 et seq., and Related Authorities d. FEMA Public Assistance Program and Policy Guide, 2017 (in effect for incidents declared on or after April 1, 2017) Contracting with small and minority businesses, women's business enterprises, and labor surplus area firms §200.321 (a) The Solicitor must take all necessary affirmative steps to assure that minority businesses, women's business enterprises, and labor surplus area firms are used whenever possible. (b) Affirmative steps must include: (1) Placing qualified small and minority businesses and women's business enterprises on solicitation lists; (2) Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources; (3) Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business enterprises; (4) Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority businesses, and women's business enterprises; (5) Using the services and assistance, as appropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce; and (6) Requiring the prime contractor, if subcontracts are to be let, to take the affirmative steps listed in paragraphs (1) through (5) of this section. DHS Seal, Logo, and Flags: The contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA pre- approval. Equal Employment Opportunity Clause (§60-1.4): Except as otherwise provided under 41 C.F.R. Part 60, all contracts that meet the definition of "federally assisted construction contract" in 41 C.F.R. § 60-1.3 must include the equal opportunity clause provided under 41 C.F.R. § 60- 1.4. During the performance of this contract, the contractor agrees as follows: Sources ref: PTA FYIS WTAnp. Revie+r Guide far Procurement, DOT FFY18 Afaster Agreement Generally Applicable Provisions; FTA Resl Practices Procurement Oct. 1016 Revised 1-4-19 FCP-35 EXHIBIT LA FEDERAL CONTRACT PROVISIONS (FTA) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer, recruitment, or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. III. The contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the contractor's legal duty to furnish information. IV. The contractor will send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, a notice to be provided by the agency contracting officer, advising the labor union or workers' representative of the contractor's commitments under section 202 of Executive Order 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. V. The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. VI. The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. VII. In the event of the contractor's non-compliance with the nondiscrimination clauses of this contract or with any of such rules, regulations, or orders, this contract may be canceled, terminated or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. .S'oarces ref 174 FY18 Camp. Review Guide for Procurement; DOT FTA FY18 A-fasler Agreemew Generally Applicable Provisions; FTA Besi Pracnces Pracurenieni OcL 1016 Revised 1-4-19 FCP-36 ■ EXHIBIT I.A FEDERAL CONTRACT PROVISIONS VIII. The contractor will include the provisions of paragraphs (1) through (8) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as may be directed by the Secretary of Labor as a means of enforcing such provisions including sanctions for noncompliance: Provided, however, that in the event the contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction, the contractor may request the United States to enter into such litigation to protect the interests of the United States. STATE PROVISIONS Record Retention: The contractor shall maintain and retain sufficient records demonstrating its compliance with the terms of the Agreement for a period of at least five (5) years after final payment is made and shall allow the County, FDEM, or its designee's access to such records upon request. Reporting: The contractor will provide any information required to comply with the grantor agency requirements and regulations pertaining to reporting. It is important that the contractor is aware of the reporting requirements of the County, as the Federal or State granting agency may require the contractor to provide certain information, documentation, and other reporting in order to satisfy reporting requirements to the granting agency. Sources ref.: M FY18 Camp. Review Guide for Procure» eni; DOT FTA FY18 Adaster Agreement Generally Applicable Provisions; FTA Rest Practices Procurenreni Oct. 2016 Revised 1-4-19 FCP-37 ■ EXHIBIT I.B GRANT CERTIFICATIONS AND ASSURANCES FTA GRANT CERTIFICATIONS AND ASSURANCES THE FOLLOWING DOCUMENTS NEED TO BE RETURNED WITH SOLICIATION DOCUMENTS BY DEADLINE TO BE CONSIDERED RESPONSIVE Page GCA -2 GCA -3 GCA -4 GCA -5 GCA -6 GCA -7 GCA -8 GCA -9 Certification and Form Certification Regarding Debarment, Suspension, and Other Responsibility Matters - Primary Covered Transactions Certification of Lower -Tier Participants Regarding Debarment, Suspension, and Other Ineligibility and Voluntary Exclusion Collier County Conflict of Interest Certification Anticipated DBE, M/WBE or VETERAN Participation Statement Bid Opportunity List for Commodities and Contractual Services and Professional Consultant Services Buy America Certification Certification Regarding Lobbying Acknowledgement of Grant Terms and Conditions GCA - I EXHIBIT I.B GRANT CERTIFICATIONS AND ASSURANCES COLLIER COUNTY Certification Regarding Debarment, Suspension, and Other Responsibility Matters Primary Covered Transactions (1) The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (1)(b) of this certification; and (d) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default. (2) Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. Adam Ahmad Name Owner Title Capital Contractors, LLC Firm 9010 Strada Stell Ct. Ste 108, Naples, Florida 34109 Street Address, City, State, Zip tui•e GENERAL CONTRACTORS FOR PUBLIC TRANSIT CONSTRUCTION PROJECTS Project Name SOLICITATION NO.: 19-7646 Project Number 37-1858650 Tax ID Number 081181106 DUNS Number GCA - 2 EXHIBIT I.B GRANT CERTIFICATIONS AND ASSURANCES COLLIER COUNTY Certification of Lower -Tier Participants Regarding Debarment, Suspension, and Other Ineligibility and Voluntary Exclusion (1) The prospective Lower -Tier participant certifies to the best of its knowledge and belief, that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (1)(b) of this certification; and (d) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default. (2) Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. Adam Ahmad GENERAL CONTRACTORS FOR PUBLIC TRANSIT CONSTRUCTION PROJECTS Name Project Name Owner SOLICITATION NO.: 19-7646 Title Project Number Capital Contractors LLC 37-1858650 Firm Tax ID Number 9010 Strada Stell Ct. Ste 108, Naples, Florida 34109 Street Address, City, State, Zip t ature 081181106 DUNS Number GCA - 3 EXHIBIT 1.13 GRANT CERTIFICATIONS AND ASSURANCES COLLIER COUNTY Conflict of Interest Certification 19-7646 Collier County Solicitation No. I, Adam Ahmad , hereby certify that to the best of my knowledge, neither I nor my spouse, dependent child, general partner, or any organization for which I am serving as an officer, director, trustee, general partner or employee, or any person or organization with whom I am negotiating or have an arrangement concerning prospective employment has a financial interest in this matter. I further certify to the best of my knowledge that this matter will not affect the financial interests of any member of my household. Also, to the best of my knowledge, no member of my household; no relative with whom I have a close relationship; no one with whom my spouse, parent or dependent child has or seeks employment; and no organization with which I am seeking a business relationship nor which I now serve actively or have served within the last year are parties or represent a party to the matter. I also acknowledge my responsibility to disclose the acquisition of any financial or personal interest as described above that would be affected by the matter, and to disclose any interest I, or anyone noted above, has in any person or organization that does become involved in, or is affected at a later date by, the conduct of this matter. Name Si'inature Owner 8/4/2019 Position Date Privacy Act Statement Title I of the Ethics in Government Act of 1978 (5 U.S.C. App.), Executive Order 12674 and 5 CFR Part 2634, Subpart I require the reporting of this information. The primary use of the information on this form is for review by officials of The Justice Department to determine compliance with applicable federal conflict of interest laws and regulations. Additional disclosures of the information on this report may be made: (1) to a federal, state or local law enforcement agency if the Justice Department becomes aware of a violation or potential violation of law or regulations; (2) to a court or party in a court or federal administrative proceeding if the government is a party or in order to comply with a judge -issued subpoena; (3) to a source when necessary to obtain information relevant to a conflict of interest investigation or decision; (4) to the National Archives and Records Administration or the General Services Administration in records management inspections; (5) to the Office of Management and Budget during legislative coordination on private relief legislation; and (6) in response to a request for discovery or for the appearance of a witness in a judicial or administrative proceeding, if the information is relevant to the subject matter. This confidential certification will not be disclosed to any requesting person unless authorized by law. See also the OGE/GOVT-2 executive branch - wide Privacy Act system of records. GCA -4 EXHIBIT I.B GRANT CERTIFICATIONS AND ASSURANCES COLLIER COUNTY ANTICIPATED DISADVANTAGED, MINORITY, WOMEN OR VETERAN PARTICIPATION STATEMENT will be verified. Unverifiable statuses will require the PW.1vTE to either proivde a revised statement or provide source documentation that validates a PRIME NAME PRIME FEND NUMBER CONTR4CT DOLLAR AMOUNT Capital Contractors 37-1858650 TBD ISTHE PRIME A FLORIDA -CERTIFIED DISADVANTAGED, VETERAN Y N IS THE ACTIVITY OF THIS CONTRACT... MINORITIORwOI,aENBUSINESSENTERPAISE? DBE? Y N CONS, RUCTION? N (D8Eth1 BE/V;5EI OR HAVE A SMALL OISADVANTAGED MBE? 10 coNSULTAT,ON? 0Y N SUSINESS54 LER-TIFICATION FROM THE SMALL BUSINESS ADMINISTRATION? A SERVICE DISABLED VETERAN? WBE? Y MR OTHER? Y SDS TSA? Y C@ IS THIS SUBIAISS ON A REVISION?j Y N & YES, REVI.SIDN NUMBER DBE M/WBE SUBCONTRACTOR OR SUPPLIER I TYPE OF WORK OR I ETHNICITY eeIDE I DOLLARSUE/SUPPLIER AMOUNT I PERCENTTO OF CONTRACT VFrFRAta NAME SPECIALTY NAME OF SUBMITTER DATE TITLE OF SUBMITTER Adam Ahmad 8/4/2019 Owner EMAIL ADDRESS OF PRIME (SUBMTTTER) TELEPHONE NUMBER FAX NUMBER Adam.Ahmad@capitalengr.com 239.273.8894 n/a NOTE: This information is used to track and report anticipated DBE or MBE participation in federally -funded contracts. The anticipated DBE or MBE amount is voluntart and will not become part of the contractual terms. This form must be submitted at time of response to a solicitation. If and when ar warded a County contract, the prime will be asked to update the information for the grant compliance files. ETHNICITY coDE HlackAmerican BA _ Hispanic American HA `NativeAmerican NA Subcont. Asian American SAA :Asian -Pacific American Non-fAinoritii Women NfAw other: not of any other group lkstedl o DEPARTMENTNAME I COLLIER COI{TRACT#(IFB/RFPorPOtREO) I GRANTPROGRAMiCONTRAGT I ACCEPTED BY: —..___... _._I DATE I GCA - 5 N EXHIBIT 1.13 GRANT CERTIFICATIONS AND ASSURANCES Ct' Lti .>. i:....� 1. ., , i' r Nt E PID OPPORTUNITY LIST FOR COMMODITIES AND CONTRACTUAL SERVICES AND PROFESSIONAL CONSULTANT SERVICES it is yr e policy of Collier County that disadvontag d businesses and nzr.�rorrty+,.�endnrs; as defined in vj e Code of rederaf Regufatjons (CFR) or Florida statutes (F5} musr have rhe opportunf+y to orttciaate er contra is vitt eo'emf a!a 4'arsiate ^rant assisronce, Prime ContractorlPrime Consultant: Capital Contractors, LLC Address and Phone number 9010 Strada Stell Ct. Ste 108, Naples Florida Procurement Number/Advertisement Number: SOLICITATION NO.: 19-7646 The list below is intended to be a listing of firms that are, or attempting to, participate on the project numbered aba.,e. The IM must include the firm bidding or quoting as prime, as well as subs and suppliers quoting for participation. Prime contractors and consultants must provide information for Numbers 1, 2, 3, and 4„ and, should provide any information they have for Numbers 5, 6, 7, and S. This fomr must be submitted with the bid package. 1. Federal Tax ID Number 2. Firm Name: 37-1858650 6. a X DBE FJ on -DBE 8, Annual Gross Receipts Less than $ 1 million S,.apital contractors 3. Phone Number 239-273-8894 Between $ 1-5 million a. Address X Between $ 1-5 million 4. Address 9010 Strada Stell Ct. Ste 108, Naples Florida Between $ 5-10 million 7.8 Between $ 5-10 million 1--� 7. 1 1 Subcontractor subconsuitant Between $ 10-15 million more than $ 15 million 5. year Finn Established: 11�_—J-11 Subcons:uttant 1. Federal Tax ID Number. 2. Firm Flame: more than $ 15 million 5. year Firm Established: 3, Annual Gross Receipts Less than $ 1 million 3. Phone Number: 2017 1. Federal Tax ID Plumber: 2. Firm Flame: 82-0845707 6. DEE PJ on -DBE 8. Annual Gross Receipts Less than ,, 1 million Capital Consulting 3. Phone Number. 239.273.8894 7. 1 1 x Between $ 1-5 million d. Address 9010 Strada Stell Ct. Ste 108, Naples Florida 11t�JI subconsultant Between $ 5-10 million more than 5 is million 7. Between $ 10-15 million aSubcontractor x Subcomultant more than $15 million 5. year Firm Established: 2017 1. Federal Tax ID Number- 2. Firm Name: 6, DBE FJon-DBE S. Annual Gross Receipts Less than $ 1 million 3. Phone Number: Between $ 1-5 million a. Address Between $ 5-10 million 7.8 Subcontractor Between $ 10.13 million subconsuitant more than $ 15 million 5. year Finn Established: 1. Federal Tax ID Number. 2. Firm Flame: 6.R DBE Non -DBE 3, Annual Gross Receipts Less than $ 1 million 3. Phone Number: Between $ 1-5 million 4. Address Between $ 5-10 million 7. 1 1 Subcontractor Between $ 10-13 million 11t�JI subconsultant more than 5 is million S. Year Firm Established: GCA - 6 ■ EXHIBIT LB GRANT CERTIFICATIONS AND ASSURANCES COLLIER COUNTY Federal Transit Administration (FTA) Buy America Certification Steel, Iron or Manufactured Products A bidder or offeror must submit to the FTA recipient the appropriate Buy America certification (below) with all bids or offers on FTA -funded contracts, except those subject to a general waiver. Bids or offers that are not accompanied by a completed Buy America certification must be rejected as nonresponsive: This requirement does not apply to lower tier subcontractors. Certification requirement for procurement of steel, iron, or manufactured products. (SELECT ONE ONLY) Q Certificate of Compliance with Buy America Requirements The bidder or offeror hereby certifies that it will meet the requirements of 49 U.S.C. 53230)(1) and the applicable regulations in 49 C.F.R. Part 661. Date: 8/4/2019 Signature: Company: Capital Contractors, LLC Name: Adam Ahmad Title: ❑ Certificate of Non -Compliance with Buy America Requirements The bidder or offeror hereby certifies that it cannot comply with the requirements of 49 U.S.C. 53230), but it may qualify for an exception to the requirement pursuant to 49 U.S.C. 53230)(2), as amended, and the applicable regulations in 49 C.F.R. 661.7. Date: Signature: Company: Name: Title: GCA -7 EXHIBIT I.B GRANT CERTIFICATIONS AND ASSURANCES COLLIER COUNTY Certification Regarding Lobbying The undersigned certifies, to the best of his or her knowledge, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form- LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. (3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The Contractor, Capital Contractors, LLC , certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. § 3801 et seq., apply to this certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 11.062, Florida Statutes., apply to this certification and disclosure, if any. Signature of Contractor's Authorized Official Adam Ahmed, Owner Name of Authorized Official and Title 8/4/2019 Date GCA - 8 02/18 R7 EXHIBIT I.B GRANT CERTIFICATIONS AND ASSURANCES COLLIER COUNTY Acknowledgement of Terms, Conditions and Grant Clauses Flow Down of Terms and Conditions from the Grant Agreement Subcontracts: If the vendor subcontracts any of the work required under this Agreement, a copy of the signed subcontract must be available to the Department for review and approval. The vendor agrees to include in the subcontract that (1) the subcontractor is bound by the terms of this Agreement, (ii) the subcontractor is bound by all applicable state and federal laws and regulations, and (iii) the subcontractor shall hold the Department and Recipient harmless against all claims of whatever nature arising out of the subcontractor's performance of work under this Agreement, to the extent allowed and required by law. The recipient shall document in the quarterly report the subcontractor's progress in performing its work under this agreement. For each subcontract, the Recipient shall provide a written statement to the Department as to whether the subcontractor is a minority vendor as defined in Section 288.703, Fla. Stat. Certification On behalf of my firm, I acknowledge, and agree to perform all of the specifications and grant requirements identified in this solicitation document(s). Vendor/Contractor Name Capital Contractors, LLC Date Authorized Signature Address 9010 Strada Stell Ct. Ste 108, Naples, Florida 34109 Solicitation/Contract # 19-7646 GCA -9 8/4/2019 7 ® AC RID0 CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DDIYYYY) 5/21/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(les) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Olson & DiNunzio Insurance Agency Inc. Olson 2536 Northbrooke Plaza Dr Naples FL 34119 CONTACT NAME: Christine Olson PH. Ell: 239.596.6226 (A/c, No): ADDREss: chris@olsondinunzio.com INSURER(S) AFFORDING COVERAGE NAIC # INSURERA: WESTERN WORLD INS CO 13196 INSURED Capital Contractors LLC 5633 Strand Blvd Ste 312 Naples FL 34110 INSURER B: INSURER C: INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE FRI OCCUR Y Y NPP8575683 03/15/2019 03/15/2020 EACH OCCURRENCE $ 1,000,000 PREMISES (Ea occurrence) $ 100,000 MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: X POLICY EIJE T EILOC OTHER: GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OP AGG $ 1,000,000 $ AUTOMOBILE LIABILITY ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS HIRED NON -OWNED AUTOS ONLY AUTOS ONLY (Ea accident) $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ (Per accident) $ UMBRELLA LIAB EXCESS LIAB HOCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ DED I I RETENTION $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN ANY PROPRIETOR/PARTNER/EXECUTIVE ❑ OFFICER/MEMBER EXCLUDED? Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below NIA STATUTE I I ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ DESCRIPTION OF OPERATIONS / LOCATIONS /VEHICLES (ACORD 101, Additional Remarks Schedule, maybe attached if more space is required) Collier County Board of County Commissioners listed as Additional Insured, primary non-contributory, with waiver of subrogation for any and all work performed in Collier County CERTIFICATE HOLDER CANCELLATION @ 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Collier County Board of ACCORDANCE WITH THE POLICY PROVISIONS. Comity Commissioners AUTHORIZED REPRESENTATIVE 3295 Tamiami Tr E Qw Naples, FL 34112 @ 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD '``COI V CERTIFICATE OF LIABILITY INSURANCE DATE 1 Y10 62 255/22019019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(les) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Olson & DiNunzio Ins 2536 Northbrooke Plaza Dr Naples FL 34119 sovNIAVI NAME: Christine Olson FAX tPmHcE,.Ed): 239-596.6226 A1C, No): ADDRESS: chris@olsondinunzio.com INSURER(S) AFFORDING COVERAGE NAIC # INSURER A : LLOYDS OF LONDON 122000 INSURED Capital Consulting Solutions, LLC 5633 Strand Blvd Ste 312 Naples FL 34110 INSURER B : LLOYDS OF LONDON 122000 INSURER C : PROGRESSIVE EXPRESS INS CO 10193 INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR TYPE OF INSURANCE INSD tNW POLICY NUMBER WDDNYYY) (M;kD"DhrM LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE a OCCUR Y Y SUA BGL3315-1902 06/29/2019 06/29/2020 EACH OCCURRENCE $ 1,000,000 PREMISES Ee occurrence $ 100,000 MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY S 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY JECTT LOC OTHER: GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMPlOP AGG $ 2,000,000 $ C AUTOMOBILE LIABILITY ANY AUTO OWNED v SCHEDULED AUTOS ONLY I► AUTOS HIRED NON -OWNED AUTOS ONLY AUTOS ONLY Y Y 07814220-1 07/01/2019 07/01/2020 Es accident S 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ Per accident S PERSONAL INJURY $ 10,000 UMBRELLA LIAB EXCESS LIAB OCCUR CLAIMS -MADE EACH OCCURRENCE $ _ AGGREGATE $ _ DED I I RETENTION S $ ORKERS COMPENSATION D EMPLOYERS' LIABILITY YIN Y PROPRIETORIPARTNERIEXECUTIVE❑ FFICERIMEMBER EXCLUDED? Mandatory In NH) 1 yes, describe under ESCRIPTION OF OPERATIONS below NIA STATUTE I JER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT S B PROFESSIONAL LIABILITY SUA BA3314-1902 06/29/2019 06/29/2020 Per Claim 1,000,000 Aggregate limit 1,000,000 Retention 2,500 DESCRIPTION OF OPERATIONS I LOCATIONS /VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If mon space Is required) Collier County Board of County Commissioners listed as additional insured, waiver or subrogation and primary and non-contributory endorsements apply as blanket endorsements and written contract with insured. Annual Agreement 19-7525 Collier County Board of County Commissioners 3295 Tamiami Tr E Ste C-2 Naples FL 34112 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. JTHORD:ED REPRESENTATIVE t i+rwt-4, 040., ®1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD = r ® CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 05/21/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: if the certificate holder is an ADDITIONAL INSURED, the policy(les) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Olson & DiNunzio Ins 2536 Northbrooke Plaza Dr Naples FL 34119 NAME: Christine Olson A/CC Eo Ext): 239-596-6226 C, No): ADDRESS: chris@olsondinunzio.com INSURER(S) AFFORDING COVERAGE NAIC # INSURERA: PROGRESSIVE EXPRESS INS CO 10193 INSURED Capital Consulting Solutions & Capital Contractors, LLC 8225 Laurel Lakes Blvd Naples FL 34119 INSURER 8: INSURER C: INSURER D: INSURER E: INSURER F: - 0 &11/1111QCO. KF V111(JIV NtjnmmnR: 6r V Y GI\M THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER (MMIDDM POLICY EXP (MM/DDfYYYY) LIMITS AUTHORIZED COMMERCIAL GENERAL LIABILITY CLAIMS -MADE DOCCUR ��llREPRESENTATIVE C4A1rt+yrOL310— Naples FL 34112 EACH OCCURRENCE $ PREMISES Ea occurrence) $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: RPOLICY � JEPRCTO- ❑ LOC OTHER: GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ b A AUTOMOBILE LIABILITY ANY AUTO A OSDONLY X AUTOSULED HIREDNON-OWNED AUTOS ONLY AUTOS ONLY Y Y 07814220-0 07/01/2018 07/01/2019 (Ea accident) $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ Per accident) $ $ UMBRELLA LIABOCCUR EXCESS LIAB HCLAIMS-MADE EACH OCCURRENCE $ - - AGGREGATE $ DED RETENTION $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANY PROPRIETOR/PARTNER/EXECUTIVE ❑ OFFICER/MEMBER EXCLUDED? Mandatory in NH) Psdescribe under RIPTION OF OPERATIONS below N / A STATUTE ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is required) Collier County Board of County Commissioners listed as additional insured, primary non-contributory, with waiver of subrogation for any and all work performed in Collier County f,ALI/%CI 1 ATir'f1J LrCRIIr-INNIG IIV LVG1t ���� SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Collier County Board of County Commissioners ACCORDANCE WITH THE POLICY PROVISIONS. 3295 Tamiami Tr E AUTHORIZED ��llREPRESENTATIVE C4A1rt+yrOL310— Naples FL 34112 V 7`Jtttf-ZV7� ALVRV liVRrV RN UV1v. Hn nynw Icactvcu. ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD afi � .COD W6 JIMMY PATRONIS CHIEF FINANICAL OFFICER STATE OF FLORIDA DEPARTMENT OF FINANCIAL SERVICES DIVISION OF WORKERS' COMPENSATION * * CERTIFICATE OF ELECTION TO BE EXEMPT FROM FLORIDA WORKERS' COMPENSATION LAW * * CONSTRUCTION INDUSTRY EXEMPTION This certifies that the individual listed below has elected to be exempt from Florida Workers' Compensation law. EFFECTIVE DATE: 4/19/2019 PERSON: ADAM AHMAD FEIN: 371858650 BUSINESS NAME AND ADDRESS: CAPITAL CONTRACTORS LLC 5633 STRAND BLVD, SUITE 312 NAPLES, FL 34110 SCOPE OF BUSINESS OR TRADE: Contractor -Project Manager, Construction Executive, Construction Manager or Construction Superintendent EXPIRATION DATE: 4/18/2021 EMAIL: ADAM.AHMAD@CAPITALENGR.COM IMPORTANT: Pursuant to Chapter 440.05(14), F.S., an officer of a corporation who elects exemption from this chapter by filing a certificate of election under this section may not recover benefits or compensation under this chapter. Pursuant to Chapter 440.05(12), F.S., Certificates of election to be exempt... apply only within the scope of the business or trade listed on the notice of election to be exempt. Pursuant to Chapter 440.05(13), F.S., Notices of election to be exempt and certificates of election to be exempt shall be subject to revocation if, at any time after the filing of the notice or the issuance of the certificate, the person named on the notice or certificate no longer meets the requirements of this section for issuance of a certificate. The department shall revoke a certificate at any time for failure of the person named on the certificate to meet the requirements of this section. DFS-F2-DWC-252 CERTIFICATE OF ELECTION TO BE EXEMPT REVISED 08-13 QUESTIONS? (850)413-1609 5/31/2019 RSC Insurance Brokerage, Inc. 3350 S Dixie Hwy Miami FL 33133 (305)446-2271 certificates@kahn-carlin.com Waypoint Contracting, Inc. PO Box 420008 Miami FL 33242 Monroe Guaranty Ins Co 32506 FCCI Insurance Co 10178 National Trust Insurance Co 20141 CL1953116575 A X X X X GL100046991-01 6/30/2019 6/30/2020 1,000,000 100,000 10,000 1,000,000 2,000,000 2,000,000 B X X CA100015294-02 6/30/2019 6/30/2020 1,000,000 B X X X 10,000 UMB100025766-01 6/30/2019 6/30/2020 3,000,000 3,000,000 C 010-WC19A-76368 6/30/2019 6/30/2020 X 1,000,000 1,000,000 1,000,000 The Certificate Holder is Additional Insured with respects to General Liability on a primary and non-contributory basis when required by written contract. Collier County Board of County Commissioners 3295 Tamiami Trail East Naples, FL 34112 M Christian/GENFLO The ACORD name and logo are registered marks of ACORD CERTIFICATE HOLDER ©1988-2014 ACORD CORPORATION.All rights reserved. ACORD 25 (2014/01) AUTHORIZED REPRESENTATIVE CANCELLATION DATE (MM/DD/YYYY)CERTIFICATE OF LIABILITY INSURANCE LOCJECTPRO-POLICY GEN'L AGGREGATE LIMIT APPLIES PER: OCCURCLAIMS-MADE COMMERCIAL GENERAL LIABILITY PREMISES (Ea occurrence)$DAMAGE TO RENTED EACH OCCURRENCE $ MED EXP (Any one person)$ PERSONAL &ADV INJURY $ GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ $RETENTIONDED CLAIMS-MADE OCCUR $ AGGREGATE $ EACH OCCURRENCE $UMBRELLA LIAB EXCESS LIAB DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) INSRLTR TYPE OF INSURANCE POLICY NUMBER POLICY EFF(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)LIMITS PER STATUTE OTH- ER E.L.EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE E.L. DISEASE - POLICY LIMIT $ $ $ ANY PROPRIETOR/PARTNER/EXECUTIVE If yes,describe under DESCRIPTION OF OPERATIONS below (Mandatory in NH) OFFICER/MEMBER EXCLUDED? WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N AUTOMOBILE LIABILITY ANY AUTO ALL OWNED SCHEDULED HIRED AUTOS NON-OWNED AUTOS AUTOS AUTOS COMBINED SINGLE LIMIT BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE $ $ $ $ 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. INSD ADDL WVD SUBR N / A $ $ (Ea accident) (Per accident) OTHER: THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: INSURED PHONE(A/C, No, Ext): PRODUCER ADDRESS: E-MAIL FAX (A/C, No): CONTACTNAME: NAIC # INSURER A : INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : INSURER(S)AFFORDING COVERAGE SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INS025 (201401) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY 7/15/2019 Arthur J. Gallagher Risk Management Services, Inc. 1395 Panther Lane Naples FL 34109 Liz Lewis 239-262-7171 239-262-5360 liz_lewis@ajg.com Auto-Owners Insurance Company 18988 NRCONTR-01 National Builders Insurance Company 16632NR Contractors, Inc. PO Box 110127 Naples FL 34108 1670643097 B X 1,000,000 X 100,000 5,000 1,000,000 2,000,000 X GLP008824309 7/16/2019 7/16/2020 2,000,000 A 1,000,000 X 5115371500 4/10/2019 4/10/2020 1,000,000 300,000 B XWCV0088438097/16/2019 7/16/2020 1,000,000 1,000,000 1,000,000 RE:Project #19-7646 " General Contractors for Public Transit Construction Projects" Collier County Board of County Commissioners 3295 Tamiami Trail E. Naples FL 34112 Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier County Government, OR, Collier County included as an additional insured under the captioned Commercial General Liability and Automobile Liability Policies on a primary and non-contributory basis if and to the extent required by written contract. For any and all work performed on behalf of Collier County. X 8/4/2019 GENERAL CONTRACTORS FOR PUBLIC TRANSIT CONSTRUCTION PROJECTS Capital Contractors / Capital Consulting 9010 Strada Stell Ct. Suite 108 Naples, Florida 34109 PH: 239.273.8894 EM: adam.ahmad@capitalengr.com WS: capitalconsul�ngsolu�ons.com EVELYN COLON PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-6098 EVELN.COLON@COLLIERCOUNTYFL.GOV REQUEST FORPROFESSIONALSERVICES VALUE QUALITY RESPONSIVE CAPITAL CONSULTING SOLUTIONS IS A CERTIFIED DISADVANTAGED BUSINESS ENTERPRISE (DBE) WITH THE FLORIDA DEPARTMENT OF TRANSPORTATION AND A MINORITY BUSINESS ENTERPRISE (MBE) WITH THE STATE OF FLORIDA PLANNING ENGINEERING CONSTRUCTION Collier County Public Transit & Neighborhood Enhancement Division TAB 1 EVALUATION CRITERIA NO. 1: COVER LETTER/MANAGEMENT SUMMARY COLLIER COUNTY PUBLIC TRANSIT & NEIGHBORHOOD ENHANCEMENT DIVISION GENERAL CONTRACTORS FOR PUBLIC TRANSIT CONSTRUCTION PROJECTS Capital Contractors/ Capital Consulting 9010 Strada Stell Ct. Suite 108 Naples, Florida 34110 PH: 239.273.8894 EM: adam.ahmad@capitalengr.com WS: capitalconsul�ngsolu�ons.com PLANNING ENGINEERING CONSTRUCTION 8/04/2019 Evelyn Colon, Procurement Strategist Procurement Services Division 3295 Tamiami Trail East, Bldg C-2 Naples, Florida 34112 RE: General Contractors FOR PUBLIC TRANSIT CONSTRUCTION PROJECTS SOLICITATION NO.: 19-7646 Capital Contractors is pleased to submit our proposal to Collier County for consideration of award to provide General Contractor for Public Transit Construction Projects, Solicitation No 19-7646. Company and Professional Background: Capital Contractor is a General Contractor firm with offices located in Naples and Tampa Florida. As a multi-disciplinary design and construction firm, we bring the construction management, project management, design, permitting, public involvement and technical capabilities required to meet your overall project requirements, budget and schedule. Capital has local experience in project management, planning, engineering, construction, public involvement, and project administration. Capital offers a highly motivated team of professionals who are solution driven and are committed to making Collier County projects their highest priority. Contract Point of Contact and Office Location: Mr. Adam Ahmad, PE, AICP, CGC will be our primary point of contact. He can be reached at (239) 273-8894 and/or adam.ahmad@capitalengr.com. Our main office, located at 9010 Strada Stell Ct, Suite 108, Naples Florida, 34109, will be utilized for coordinating and delivering services under this contract. Our approach for services provided under this contract is focused on the following objectives: • Value – Capital provides highly qualified and well-trained staff who understands project requirements, local conditions and stakeholder concerns. Capital Project Manager, Adam Ahmad is currently providing General Contractor Services and Design Services for the Collier County Transit, Facilities, Utilities, Maintenance, MPO, Planning and Transportation Departments. • Quality – The team maintains formal QA/QC procedures to ensure a quality product every time! • Responsiveness – Our firms local Naples office and staffs’ proximity to Collier County offices will ensure that projects will be well coordinated, stakeholders will be kept informed and projects will adhere to schedule and budget constraints. Capital Contractors History with Collier County: Our firm has been successfully providing Design and General Contracting Services to Collier County under our existing Contract 18-7333 - General Contracting Services and 19-7525 Annual Agreement for General Contractors. To date, our firm has successfully completed construction on numerous projects and are currently providing/completing construction services on 51 additional projects. Descriptions and photos of various projects with services similar to those expected under this contract have been included in Tab 3. We also invite you to contact the References we have included in Tab 3 so they can elaborate on the responsiveness and quality service provided by Capital Consulting. Current Licenses and Certifications: Capital maintains all the required Licenses and Certifications required to perform work under this contract. • General Contractor: Florida CGC 1525246 • Professional Engineer: Florida 72472 • AICP No: 028767 • FDOT Advanced TTC Certification 28347 • General Contractor: South Carolina 109618 • General Contractor: North Carolina 58054 • General Contractor: Tennessee 52456 • DOT/FAA Airman Certificate UAS 3999943 Benefits of “Selecting” Capital Contractors • Local office results in highly responsive services. • In-House Construction Management and Engineering staff ensures competitive bids based on a complete understanding of Construction, Management, Permitting and Close-out requirements. • History of working with Collier County on a variety of Construction and Design Projects. • Formal QA/QC Process which monitors Project Schedule, Budget and Performance. • Excellent working relationship with Collier County Project Managers. • Superb track-record of construction project bidding and performance. Thank you for your confidence and consideration of the Capital Contractors, LLC Team. We look forward to continuing our excellent working relationship with Collier County on this new contract. Sincerely, Adam Ahmad, P.E., AICP, GC President TAB 2EVALUATION CRITERIA NO. 2: CERTIFIED MINORITY BUSINESS ENTERPRISE COLLIER COUNTY PUBLIC TRANSIT & NEIGHBORHOOD ENHANCEMENT DIVISION GENERAL CONTRACTORS FOR PUBLIC TRANSIT CONSTRUCTION PROJECTS Capital Consul�ng / Capital Contractors 9010 Strada Stell Ct. Suite 108 Naples, Florida 34109 PH: 239.273.8894 EM: adam.ahmad@capitalengr.com WS: capitalconsul�ngsolu�ons.com PLANNING ENGINEERING CONSTRUCTION Minority Business Certification Capital Consulting Solutions, LLC 06/28/2019 06/28/2021 Florida Unified Certification Program Disadvantaged Business Enterprise (DBE) Certificate of Eligibility CAPITAL CONSULTING SOLUTIONS LLC MEETS THE REQUIREMENTS OF 49 CFR, PART 26 APPROVED NAICS CODES: 238990, 541330, 541340, 541990 Samuel Febres (Sammy) DBE & Small Business Development Manager Florida Department of Transportation ANNIVERSARY DATE – Annually on 06/02 The Florida Department of Transportation (Department) has certified, CAPITAL CONSULTING SOLUTIONS LLC under the Florida’s Unified Certification Program (UCP) as a Disadvantaged Business Enterprise (DBE), in accordance with Title 49 Part 26, Code of Federal Regulations (CFR). DBE Certification does not expire. It is contingent upon the firm maintaining eligibility annually through this office. We will notify Owners of their responsibilities in advance of the anniversary date. We have listed the firm in the Florida's DBE Certification Directory, found at the following link: http://www3b.dot.state.fl.us/EqualOpportunityOfficeBusinessDirectory/ Prime contractors and consultants must verify the firm's DBE certification status, and identify eligible work area(s) through the Directory. The Department makes available DBE Support Service Providers, offering managerial and technical assistance at no cost. Contact us at (850) 414-4747 or via email DBECert.Help@dot.state.fl.us with your questions or concerns. Thank you. Samuel Febres (Sammy) DBE & Small Business Development Manager Equal Opportunity Office TAB 3EVALUATION CRITERIA NO. 3: BUSINESS PLAN COLLIER COUNTY PUBLIC TRANSIT & NEIGHBORHOOD ENHANCEMENT DIVISION GENERAL CONTRACTORS FOR PUBLIC TRANSIT CONSTRUCTION PROJECTS Capital Contractors / Capital Consul�ng Solu�ons 9010 Strada Stell Suite 108 Naples, Florida 34109 PH: 239.273.8894 EM: adam.ahmad@capitalengr.com WS: capitalconsul�ngsolu�ons.com PLANNING ENGINEERING CONSTRUCTION REQUEST FOR QUALIFICATION (RFQ) General Contractors FOR PUBLIC TRANSIT CONSTRUCTION PROJECTS Solicitation No.: 19-7646 Provide your approach in coordinating a project that exceeds fifty thousand dollars ($50,000) Approach Capital Contractors, LLC is dedicated to keeping projects on target to achieve cost, schedule and performance goals. With this objective in mind, Capital has aligned its project approach and project delivery with the Project Management Institute (PMI) to define, track and execute projects or operations. Employing a transparent and iterative process will enable project managers to have the tools to navigate through the schedule, scope and risks while the structured approach to management will mitigate conflict and improve communications. Project Controls Our “Project Controls” will be managed by Oliver Mayville who will track the baseline project schedule verses actual weekly progress. This close monitoring of project progress and budget will help ensure projects remain on the overall schedule and any task schedule deviations are quickly corrected with no impacts to the overall schedule. Our Project Controls include: • Project Schedule • Project Work Plan • Project Pay-out Curve • Project Progress Reports • Project Invoicing • Project Closeout Work Break Down Structure Upon acceptance of the proposal and notice to proceed, the formal project “Work Plan” will be finalized. A good work plan defines all team member roles and responsibilities. It also describes how the knowledge and skills of the team will be used to meet or exceed the project requirements. The work plan is a powerful tool for creating a high-quality project and achieving PTNE staff satisfaction. The Work Break Down Structure (WBS) is the foundation for all of Capital projects to create a visual perspective of the work, a mutual understanding of the relationships of work elements and a performance measure for the team. A WBS is a hierarchical logical structure that represent all the work necessary to produce all the deliverables. The WBS Exhibit is a communication tool that will ensure the project team is agreeable to scope and process. Capital will work with stakeholders to facilitate a WBS systemic process and identify all project work that break work down into “smaller pieces.” Final Deliverable 1.0 Major Deliverable 1 1.1 Work Package 1.1.1 Activity 1.1.2 Activity 1.2 Activity Work Package 1.2.1 Activity 1.2.2 Activity 2.0 Major Deliverable 2 3.0 Major Deliverable 3 3.1 Work Package 3.2 Activity Work Package REQUEST FOR QUALIFICATION (RFQ) General Contractors FOR PUBLIC TRANSIT CONSTRUCTION PROJECTS Solicitation No.: 19-7646 Gannt Chart Schedule Capital makes detailed project schedules in the Microsoft Project software suite. The Gannt Chart Exhibit created displays the duration and the logical relationship dependencies of the activities. This allows the team members to analyze the critical path for the lowest float path through the project schedule network diagram. The iterative process involves close coordination with project stakeholders to balance project resources with the baseline, drive activity owners and program durations for tasks. Capital Contractors offers classes to train staff on how to use Microsoft Project. Good schedule control means expediting completion of the project. We will conduct team meetings on a regular basis to discuss key project milestones or any arising challenges. As part of the weekly meeting, we will monitor the status of each task’s progress to avoid time-consuming re-work. We also will meet weekly for a “look-ahead” schedule review to ensure that the team stays on track. Communication Plan At the Project Kick-off Meeting, Capital staff will establish clear lines of communication that will remain in place throughout the project. Regularly scheduled project review meetings will be held to ensure project success. Prior to starting work, we will perform a detailed analysis, focusing on: • Schedule Requirements • Technical Approach • Required Staffing Stakeholders will be provided the following: • Point of Contact • Schedule Gannt Chart • WBS • Budget • Status of Schedule • Summary of Variances Project Budget Capital operates under the fiduciary responsibility to provide a cost that reflects the level effort required for the scope. Our base rates and overhead are lower than local industry standards resulting in cost savings. For design projects, Capital does not mark-up subconsultants. Capital Contractors will assign a project manager to the team who will responsible for providing regular schedule and cost updates through the pre-defined communication plan. The process to accept or reject project variances will be made by the team based on impact analysis about implementing the change. REQUEST FOR QUALIFICATION (RFQ) General Contractors FOR PUBLIC TRANSIT CONSTRUCTION PROJECTS Solicitation No.: 19-7646 Cost Control We will focus on two critical areas: on-time decision making and experience project staff. To ensure on-time decision making, we will conduct task-specific workshops with PTNE staff to discuss and evaluate project elements. A variety of tools and techniques will assist in establishing project schedules and cost estimate such as: • Project team meetings to discuss tasks requiring additional manpower, items ready for quality review, and the most efficient approaches to upcoming work tasks. • Early integration of the PTNE staff into the processes, allowing the team to evaluate deliverables during development which reduces the effects of last-minute comments and changes. • Quality control spearheaded by QA/QC team member Ron Leder. PE. Efforts to minimize Change Orders Capital Contractors will work diligently during the Scope and Fee development to ensure all required services are considered. This minimizes the need for Change Orders during project execution which can be cumbersome and delay project schedules. A well scoped, budgeted and scheduled project will reduce project delays and budget over runs. Please describe how your company typically prioritizes projects when multiple requests are coming in at the same time. Capital Contractors is currently providing services on multiple projects to Collier County for General Contracting. We utilize critical path scheduling to prioritize project requests. The team’s estimators and project managers will coordinate with the county project managers to determine proposal response deadlines and deliverables. With this coordination, Capital can provide the appropriate resources to each task. Describe how your company typically manages project workloads when demand exceeds current staffing levels. Typically, Capital Contractors does not take on project workloads that exceed staffing levels. In situations where the workload demands exceed staffing levels Capital will utilize over a decade’s experience in working with local partners to supplement the team’s capacity. Collier County Bus Shelters (Design Build) Process Field Review and Data Collec�on Project Priori�za�on Project Loca�on ROW FDOT/COLLIER Capital NTP Coordina�on U�li�es “One Call” Collier Traffic Impacts PREPARE ANDSUBMIT:30% PLANS,SPECIFICATIONSCOST ESTIMATE Permit Approved Preconstruc�onMee�ng Construc�onObserva�on and Documenta�on Construc�on PerformComple�onInspec�on Prepare FinalConstruc�onCer�fica�on PREPARE ANDSUBMIT:60% PLANS,SPECIFICATIONSCOST ESTIMATE Collier Maintenance Impacts Collier Stormwater Impacts Right of Way Needs Adjacent Property Owners Enviromental Planning Validate Project Priori�za�on Determine Required Improvements Collier 30% Review Layout Op�onRural Layout Op�onUrban A Layout Op�onUrban B Collier 60% ReviewPreparePermits StakeholderMee�ng FDOT/U�li�es / PropertyOwners PREPARE ANDSUBMIT:100% PLANS,SPECIFICATIONSCOST ESTIMATE No NoPLANNING PHASEDESIGN PHASECONSTRUCTION PHASE ID Task Name Duration Start Finish02018.09.16.Davis.Wash.Bay_r01109 daysTue 8/28/18Fri 1/25/1911 4800 Davis Blvd109 daysTue 8/28/18Fri 1/25/1921.1 Design/Permitting39 daysTue 8/28/18Fri 10/19/1831.1.1 Purchase Order4 daysTue 8/28/18Fri 8/31/1841.1.2 Preconstruction Meeting1 wkMon 9/3/18Fri 9/7/1851.1.3 Work Break Down Structure (WBS)1 wkMon 9/10/18Fri 9/14/1861.1.4 Communication Plan1 wkMon 9/10/18Fri 9/14/1871.1.5 Risk Management Plan1 wkMon 9/10/18Fri 9/14/1881.1.6 Subcontractor Procurement1 wkMon 9/17/18Fri 9/21/1891.1.7 Engineering Drawings5 daysMon 9/24/18Fri 9/28/18101.1.7.1 Structural Engineering Drawings1 wkMon 9/24/18Fri 9/28/18111.1.7.2 Reactions Design1 wkMon 9/24/18Fri 9/28/18121.1.8 County Approval of Conceptual Drawings1 wkMon 10/1/18Fri 10/5/18131.1.9 Foundation Design1 wkMon 10/1/18Fri 10/5/18141.1.10 Permit 2 wksMon 10/8/18Fri 10/19/18151.2 Construction75 daysMon 10/8/18Fri 1/18/19161.2.1 Building Fabrication/Deleivery (Typical Fabric8 wksMon 10/8/18Fri 11/30/18171.2.2 Move Adjacent Shipping Containers (County 1 wkMon 10/15/18Fri 10/19/18181.2.3 Demo Existing Building1 wkMon 10/22/18Fri 10/26/18191.2.4 Construct Foundation (28 Day Concrete Cure5 wksMon 10/29/18Fri 11/30/18201.2.5 Erect Building 4 wksMon 12/3/18Fri 12/28/18211.2.6 Mechanical Electrical2 wksMon 12/31/18Fri 1/11/19221.2.7 Commissioning1 wkMon 1/14/19Fri 1/18/19231.2.8 Owner Occupancy1 wkMon 1/14/19Fri 1/18/19241.3 Close Out2 wksMon 1/14/19Fri 1/25/191/1812192629162330714212841118252916233061320273'18Sep '18Oct '18Nov '18Dec '18Jan '19Feb TaskSplitMilestoneSummaryProject SummaryInactive TaskInactive MilestoneInactive SummaryManual TaskDuration-onlyManual Summary RollupManual SummaryStart-onlyFinish-onlyExternal TasksExternal MilestoneDeadlineCriticalCritical SplitProgressManual ProgressPage 1Project: 2018.09.16.Davis.WashDate: Tue 2/19/19 ID Task Mode Task Name Duration Start Finish 1 Wilson Bus Shelter 45 days Mon 7/30/18 Fri 9/28/18 2 No�ce To Proceed 1 day Mon 7/30/18 Mon 7/30/18 3 Survey 10 days Mon 7/30/18 Fri 8/10/18 4 60% Design 10 days Mon 8/13/18 Fri 8/24/18 5 Final Design 5 days Mon 8/27/18 Fri 8/31/18 6 Permi�ng 10 days Mon 9/3/18 Fri 9/14/18 7 Construc�on 10 days Mon 9/17/18 Fri 9/28/18 7/30 22 25 28 31 3 6 9 12 15 18 21 24 27 30 2 5 8 11 14 17 20 23 26 29August 2018 September 2018 O Task Split Milestone Summary Project Summary Inactive Task Inactive Milestone Inactive Summary Manual Task Duration-only Manual Summary Rollup Manual Summary Start-only Finish-only External Tasks External Milestone Deadline Progress Manual Progress Page 1 Project: Wilson_BS_Schedule_RDate: Wed 8/15/18 Sample Schedule - Actual Schedule for Wilson Bus Shelter Design Build TAB 4EVALUATION CRITERIA NO. 4: EXPERIENCE AND CAPACITY OF THE FIRM COLLIER COUNTY PUBLIC TRANSIT & NEIGHBORHOOD ENHANCEMENT DIVISION GENERAL CONTRACTORS FOR PUBLIC TRANSIT CONSTRUCTION PROJECTS Capital Contractors / Capital Consul�ng 9010 Strada Stell Ct, Suite 108 Naples, Florida 34110 PH: 239.273.8894 EM: adam.ahmad@capitalengr.com WS: capitalconsul�ngsolu�ons.com PLANNING ENGINEERING CONSTRUCTION REQUEST FOR QUALIFICATION (RFQ) General Contractors FOR PUBLIC TRANSIT CONSTRUCTION PROJECTS Solicitation No.: 19-7646 TAB 4 – Experience and Capacity of Firm Local Naples Office Providing Collier County with quality services requires a locally-based firm that brings superior technical capabilities and project management experience to meet the unique requirements of each project. Capital Contractors is committed to value, quality and responsiveness. The Capital Contractors Naples office at the Galleria in Collier county. The office will serve as the principal and coordinating office for this contract. This office is led by Adam Ahmad who will serve as Project Manager for this Contract. Our company headquarters was established in Naples Florida to provide responsive, high-quality services to Collier County. Our staff has recent and relevant experience providing services for Collier County and is currently providing services. In addition, Project Manager Adam Ahmad led the design effort for more than 50 projects for Collier County. Capital Contractors Naples Office REQUEST FOR QUALIFICATION (RFQ) General Contractors FOR PUBLIC TRANSIT CONSTRUCTION PROJECTS Solicitation No.: 19-7646 Approach to Management of Work Day-to-day management and coordination of our team will be led by Project Manager, Adam Ahmad, PE, CGC, AICP. Adam has the support of professional civil engineers, project managers, construction managers, environmental staff and design staff. The Capital Team has the time and experience to deliver quality projects on time and within budget. Project Manager Adam Ahmad’s contact information is: Project Manager: Adam Ahmad Cell Phone: 239.273.8849 Address: 9010 Strada Stell Ct, Ste. 108, Naples, FL Adam has been providing planning, design and construction management services for a variety of Collier County projects for over a decade. He has served as project manager or design engineer on more than 50 projects for various Collier County departments as well as other Southwest Florida Clients such as Lee County, Lee County MPO and the Seminole Tribe of Florida. Adam’s extensive knowledge of Collier County and his experience with makes him an excellent candidate to lead the various tasks that will be required to execute and successfully complete these projects on schedule and within budget. The Capital computer system will make the intra-office transfer of documents and other types of information between our Naples and Tampa offices seamless. Project Kick-off, Planning and Communication A project kick-off meeting will be held with Capital Contractors team members and Collier County staff to establish project goals and outline the process and procedures that will be in place for communications and dissemination of information during the contract duration. Adam Ahmad will be will be responsible for coordination of all team members' efforts. Naples Tampa Capital Consulting Solutions Office Locations: Naples FL. and Tampa FL. REQUEST FOR QUALIFICATION (RFQ) General Contractors FOR PUBLIC TRANSIT CONSTRUCTION PROJECTS Solicitation No.: 19-7646 Provide information that outlines the process that the GC uses to assess subcontractor’s qualifications to produce the required deliverables, including abilities, capacity, skill, and financial strength, and number of years of experience in providing the required services. Capital Contractors Subcontractor Acquisition Process Identify the type of subcontractor required for job Ask for recommendations from suppliers and retailers. Solicitate proposals Evaluate cost proposals Validate experience Check financial health (Projects >200k) Check open permits (permit records) Check if subcontractor has been sued (court records) Contractor reputation (internet search / reviews) Contractor Safety Record (workers compensation) (search OSHA) (EMR Rate) Select Contractor Validate Licensing and proof of insurance Subcontractor Agreement REQUEST FOR QUALIFICATION (RFQ) General Contractors FOR PUBLIC TRANSIT CONSTRUCTION PROJECTS Solicitation No.: 19-7646 Describe the GC’s various team members who deliver successful projects on time and on budget. Provide at least one (1) example. Project Name Capital Project Manager Collier Project Manager On Time and On Budget? CON-3Q-Design Wilson Blvd Bus Shelter Adam Ahmad Robin Jennings Yes CON -ROAD AND BRIDGE WASH BAY REPLACEMENT Oliver Mayville Tony Barone Yes CON-DEMOLITION OF HUT Adam Ahmad Pamela Miner Yes CON Repair tower stairs at SNF Oliver Mayville Bray Vehovec Yes CON urgent paver repair safety Oliver Mayville Tami Scott Yes CON REPLACEMENT - BUILDING L STAIRS Oliver Mayville James Williams Yes CON MPS 309 & 317 Oliver Mayville Matt Fortune Yes CON Demolish cottage at Pepper Ranch Cedric Koger Bryan Vehovec Yes CON Removal of Bus Shelter Adam Ahmad Robin Jennings Yes Identify the number of “industry awards and/or recognitions” that the company has received from peer groups (Associated General Contractors of America of one of its affiliates) Capital has not received awards from peer groups. Identify annual construction volume in dollars for each year over the past 5 years FY2018 – FY 2019 = 1 Million to 5 Million Identify number of projects completed for each year over the past 5 years FY2018 – FY 2019 = 51 Projects REQUEST FOR QUALIFICATION (RFQ) General Contractors FOR PUBLIC TRANSIT CONSTRUCTION PROJECTS Solicitation No.: 19-7646 Sample Project/Contract Project Summary – Solicitation No.: 18-7333 General Contractor Services. CONSTRUCTION-3Q-Design Wilson Blvd Bus Shelter CONSTRUCTION -ROAD AND BRIDGE WASH BAY REPLACEMENT CONSTRUCTION -DEMOLITION at the Museum CONSTRUCTION IRMA FEMA Fleet Awning Replacement CONSTRUCTION Repair tower stairs at SNF CONSTRUCTION urgent repair safety CONSTRUCTION QQ Medical Examiner Hurricane Repairs CONSTRUCTION DOOR REPLACEMENT - BUILDING L STAIRS CONSTRUCTION MPS 309 & 317 Door Replacement CONSTRUCTION Demolish cottage at Pepper Ranch CONSTRUCTION Golden Gate Senior Center Hurricane CONSTRUCTION Removal of Bus Shelter CONSTRUCTION EMS 70 Radio Room Counter top CONSTRUCTION Bldg F CAO Lunchroom Retrofit CONSTRUCTION Veterans Park Hurricane Repairs CONSTRUCTION CAT 8300 Radio CONSTRUCTION Fence Install - SCWRF CONSTRUCTION Repair restroom pavilion at Bayview CONSTRUCTION Marco Island CCSO HVAC Replacement CONSTRUCTION MPS 313 Door Replacement CONSTRUCTION Conex Container - SCWRF CONSTRUCTION WW Collections - Parking Lot CONSTRUCTION Emergency Service Center Door CONSTRUCTION Install emergency exits at SNF CONSTRUCTION Carica Door Replacement CONSTRUCTION PURCHASE AND INSTALL CONEX AT NESA CONSTRUCTION NCWRF Bldg 52 Diesel Tank Repairs CONSTRUCTION NCWRF Bldg 49 Diesel Tank Repairs CONSTRUCTION New Shed & Storage Containers – NARC Sample Schedule for the Wash Bay Attached – Tab 3C Rate Schedule – Tab 4 Based on Collier Approved Rates General Contractors FOR PUBLIC TRANSIT CONSTRUCTION PROJECTS 19-7646 In the past Capital Contractors has used rates from the 13-6164 Services contractor mutually negotiated by Collier County and Collier County Service Providers. CAPITAL TEAM Past Performance 5.8 Mile Design - Josie Billie Highway Segment 2 - Engineer of Record Project Type: Design / CEI / Construction Management Project Owner: Seminole Tribe of Florida Project Description: Reconstruction of 5.8 Miles of Josie Billie Highway Segment 2 Milling, Resurfacing and Shoulder Reconstruction project will add improvements along Josie Billie Highway to mitigate design deciencies and improve safety. Major components required were mobilization, maintenance of trac (MOT), clearing, earthwork, milling, resurfacing, shoulder reconstruction, installation of guardrail, and signing and marking.. Schedule Gannt Chart MS Project Grant Writing/Funded Federal Right of Way Process Computer Aided Design (CADD) Transportation Engineering Construction Construction Engineering Inspection ADAM AHMAD, PEIS THE ENGINEER OF RECORDFOR THE 5.8 MILE RECONSTRUCTION DESIGN CAPITAL TEAM Past Performance Rookery Bay Parking Lot Entrance Drainage Repair (DESIGN BUILD) Project Type: Design/Build Project Owner: Rookery Bay National Estuarine Research Reserve Project Description: Design / Build Entrance Reconstruction To Repair Drainage Issues. Provided Design, Survey, Labor, Materials, Equipment, Supervision And Permitting To Successfully Address The Entrance Drainage Problem. Schedule Gannt Chart MS Project Computer Aided Design (CADD) Transportation Engineering Structural Foundation Design Right of Way Permit Collier County Building Permit Collier County Construction Construction Engineering Inspection CAPITAL TEAM Past Performance BUS SHELTER DESIGN AT WILSON BLVD AND GOLDEN GATE BLVD Project Type: Design/Build Project Owner: Collier County Public Transit & Neighborhood Enhancement Division Project Description: Wilson Blvd Transit Shelter Planning, Survey, Design, Permitting And Construction Support Services Schedule Gannt Chart MS Project Computer Aided Design (CADD) Transportation Engineering Structural Foundation Design Right of Way Permit Collier County Building Permit Collier County Construction Construction Engineering Inspection CAPITAL TEAM Past Performance TIGER GRANT - IMMOKALEE COMPLETE STREETS Project Type: Conceptual Design / GIS / Grant Writing Project Owner: Collier County Planning Project Description: Project Manager, 2018 Immokalee Complete Streets TIGER Grant, Awarded $13 Million. 20 Miles of concrete sidewalks,1 miles of shared-uses paths, 20 miles of upgrades drainage/ditch and swales/ 32 intersection enhancing treatments at priority intersections, enhanced bus stop amenities/shelters including 22 bus shelters, 35 benches, and 25 bike racks construction of a Bus Transfer Station at the Collier County Health Department in Immokalee. Schedule Gannt Chart MS Project Grant Writing/FundedCounty Right of Way Evaluation Computer Aided Design (CADD) Transportation Engineering TIGER Grant Awarded $13 Million Reference Questionnaire Solicitation: Reference Questionnaire for: Adam Ahmad (Name of Company Requesting Reference Information) Capital Contractors, LLC (Name of Individuals Requesting Reference Information) Name:Bryan Vehovec (Evaluator completing reference questionnaire) Company:Public Utilities Department (Evaluator’s Company completing reference) Email: Bryan.Vehovec@colliercountyfl.gov> FAX: Telephone: (239) 252-4026 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: Construction/Repair of Tower Stairs at Sun and Fun Completion Date: January 2019 Project Budget: $97,094 Project Number of Days: 90 Days Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 19-7646 GENERAL CONTRACTORS FOR PUBLIC TRANSIT CONSTRUCTION PROJECTS 19-7646 GENERAL CONTRACTORS FOR PUBLIC TRANSIT CONSTRUCTION PROJECTS Reference Questionnaire Solicitation: 19-7646 GENERAL CONTRACTORS FOR PUBLIC TRANSIT CONSTRUCTION PROJECTS Reference Questionnaire for: Capital (Name of Company Requesting Reference Information) ADAM AHMAD (Name of Individuals Requesting Reference Information) Name:Emran Rahaman (Evaluator completing reference questionnaire) Company:SEMINOLE TRIBE OF FLORIDA PUBLIC WORKS (Evaluator’s Company completing reference) Email: EmranRahaman@SEMTRIBE.COM FAX: Telephone: 954-894-1060 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” (Please note, references from Collier County staff will not be accepted.) Project Description: STOF Tribalwide Systemic Safety Analysis Completion Date: May 2017 Project Budget: $125,000 Project Number of Days: 180 Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 Reference Questionnaire Solicitation: 19-7646 GENERAL CONTRACTORS FOR PUBLIC TRANSIT CONSTRUCTION PROJECTS Reference Questionnaire for: CAPITAL (Name of Company Requesting Reference Information) ADAM AHMAD (Name of Individuals Requesting Reference Information) Name:FABIAN LEFLER (Evaluator completing reference questionnaire) Company:SEMINOLE TRIBE OF FLORIDA PUBLIC WORKS (Evaluator’s Company completing reference) Email: FABIANLEFLER@SEMTRIBE.COM FAX: Telephone: 954-894-1060 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” (Please note, references from Collier County staff will not be accepted.) Project Description: Transportation Design Manager Completion Date: Ongoing Project Budget: Ongoing Project Number of Days: 180 Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 Reference Questionnaire Solicitation: 19-7646 GENERAL CONTRACTORS FOR PUBLIC TRANSIT CONSTRUCTION PROJECTS Reference Questionnaire for: CAPITAL (Name of Company Requesting Reference Information) ADAM AHMAD (Name of Individuals Requesting Reference Information) Name:Bill Gramer, PE (Evaluator completing reference questionnaire) Company:JACOBS Engineering (Evaluator’s Company completing reference) Email: Bill.Gramer@JACOBS.com FAX: Telephone: 239-860-4922 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” (Please note, references from Collier County staff will not be accepted.) Project Description: Bus Stop Design Improvements to Achieve ADA Compliance Completion Date: 2018 Project Budget: 85k Project Number of Days: 180 Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 TAB 55.Specialized Expertise of Team Members COLLIER COUNTY PUBLIC TRANSIT & NEIGHBORHOOD ENHANCEMENT DIVISION GENERAL CONTRACTORS FOR PUBLIC TRANSIT CONSTRUCTION PROJECTS Capital Contractors / Capital Consul�ng Solu�ons 9010 Strada Stell Ct Suite 108 Naples, Florida 34109 PH: 239.273.8894 EM: adam.ahmad@capitalengr.com WS: capitalconsul�ngsolu�ons.com PLANNING ENGINEERING CONSTRUCTION CAPABILITY STATEMENT FIRM OVERVIEW TRAFFIC/SAFETY STUDIES CONSTRUCTION / MOT VALUE, QUALITY & RESPONSIVE PROFESSIONAL REGISTRATIONS Cer�ficate of Authoriza�on: 32121 Dun & Bradstreet Number: 095637755 US Sys. of Award Management: 83XR0 Professional Engineer: Florida 72472 Cer�fied Planner AICP No: 028767 General Contractor: Florida CGC 1525246 General Contractor: North Carolina 58054 General Contractor: South Carolina 109618 General Contractor: Tennessee 52456 DOT/FAA Airman Cer�ficate UAS 3999943 FDOT Advanced TTC Cer�fica�on 28347 FDOT PREQUALIFICATIONS Work Group 3. Highway Design Roadway: - 3.1 Minor Highway Design Work Group 6. Traffic Engineering & Operations Studies: - 6.1 Traffic Engineering Studies - 6.2 Traffic Signal Timing - 6.3.1 Intelligent Trans Sys Analys. and Design Work Group 7. Traffic Operations Design: - 7.1 Signing, Pavement Marking and Channel Work Group 13. Planning: - 13.4 Systems Planning - 13.5 Subarea/Corridor Planning - 13.6 Land Planning/Engineering Relevant Experience Comprehensive experience encompassing all phases of planning and design and produc�on for civil/site work projects Experience in in a variety of planning, engineering, technical, analy�cal, sta�s�cal, graphical, public involvement, master planning, permi�ng, environmental and construc�on projects Skilled in civil engineering site and roadway design/mapping and surveying, computer informa�on science, management, cartography, and graphic design Proficient in the use of state-of-the-art engineering so�ware including Microsta�on and GEOPAK, ICPR, Adobe Illustrator and Photoshop, MathCAD, Sketchup, Leica HDS Cyclone and ESRI ArcGIS CORE COMPETENCIES PRIMARY CONTACT Capital Contractors/Consulting (CCS) is a DBE/MBE/SBE firm local to the south Florida area. CCS has two decades of experience in local planning, engineering, construc�on, grant wri�ng, public involvement, and project administra�on. CCS brings value providing permi�ng coordina�on, u�lity coordina�on rela�onships, local public knowledge (including context sensi�ve communi�es and HOA groups), and rela�onships with regulatory groups such as FDOT, USACOE, SFWMD, Collier County, Lee County, City of Bonita Springs and the City of Ft. Myers. CCS is prequalified with the FDOT in the following ork groups: 3.1, 6.1, 6.2, 6.3.1, 7.1, 10.1, 13.4, 13.5, and 13.6. Capital Consul�ng Solu�ons: Cer�fied DBE/MBE, Planning, Engineering and Construc�on Adam Ahmad, PE, AICP, CGC Professional Civil Engineer Licensed General Contractor Cer�fied Planner PH: 239.273.8894 EM: adam.ahmad@capitalengr.com WS: capitalconsul�ngsolu�ons.com CONSTRUCTION ") ") ") ") ") ") ") ") ") ") ") ") ") ")!( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !(!( !( !( !(!(!( !( !( !( !( !( !( !( !( !(!( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( ") ") ") ") ") ") ") ") ") ") ") ") ") ") ") ") ") ") ") ") ") ") ") ") ") ") ") ") ") ")") ") ") ") ")") ") ") ") ") ")") ") ") ") ") ") ") ") ") ") ") ") !( !( !( !( !( !( !(!( !( !( !( !( !( !( !( !( !( !(!(!( !( !(!( !( !( !( !( !( !( !( !( !( !(!( !(!( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !(!( !( !( !( !( !( !( !( !(!( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !(!( !( !( !( !( !( £¤41 ¬«865 ¬«31 ¬«739 ¬«45 ¬«867 ¬«78 ¬«82 ¬«80 §¨¦75 ")810")78A ")865A ")863 ")869 ")767 ")876 ")885 ")884 ")867A ")881 ")765 ")840 ")850 Esri, HERE, Garmin, © OpenStreetMap contributors, and the GIS user community 4 0 2.5 51.25 Miles Countywide Crash MapLee CountyCrashes 2012-2015Lee County Crash, 2012 - 2015Legend SeverityPED Rail Roads Other Roads County Road InterstateState Road US Road Lee County Boundary BIKE !(A_PED (112)!(K_PED (52)")K_BIC (14)")A_BIC (53)1 inch = 25,000 feet Galleria 9010 Strada Stell Ct. Suite 108 Naples, Florida 34109 One Urban Center 4830 West Kennedy Blvd. Suite 600 Tampa, FL 33609 NAPLES OFFICE TAMPA OFFICE GRANT WRITING DRONE ANALYSISENGINEERING DESIGN TRAFFIC/SAFETY STUDIES PUBLIC INVOLVEMENT CapitalConsul�ngSolu�ons.Com CONSTRUCTION/ PERMITTING PLANNING/PD&E/ENVIRONMENTAL GIS STUDIES / ASSETS INSPECTION/ ADA COMPLIANCE      Adam Ahmad, PE, AICP, CGC  Representative Project Experience  Type of Work - General Contractor CONSTRUCTION-3Q-Design Wilson Blvd Bus Shelter CONSTRUCTION -ROAD AND BRIDGE WASH BAY REPLACEMENT CONSTRUCTION -DEMOLITION at the Museum CONSTRUCTION IRMA FEMA Fleet Awning Replacement CONSTRUCTION Repair tower stairs at SNF CONSTRUCTION urgent repair safety CONSTRUCTION QQ Medical Examiner Hurricane Repairs CONSTRUCTION DOOR REPLACEMENT - BUILDING L STAIRS CONSTRUCTION MPS 309 & 317 Door Replacement CONSTRUCTION Demolish cottage at Pepper Ranch CONSTRUCTION Golden Gate Senior Center Hurricane CONSTRUCTION Removal of Bus Shelter CONSTRUCTION EMS 70 Radio Room Counter top CONSTRUCTION Bldg F CAO Lunchroom Retrofit CONSTRUCTION Veterans Park Hurricane Repairs CONSTRUCTION CAT 8300 Radio CONSTRUCTION Fence Install - SCWRF CONSTRUCTION Repair restroom pavilion at Bayview CONSTRUCTION Marco Island CCSO HVAC Replacement CONSTRUCTION MPS 313 Door Replacement CONSTRUCTION Conex Container - SCWRF CONSTRUCTION WW Collections - Parking Lot CONSTRUCTION Emergency Service Center Door CONSTRUCTION Install emergency exits at SNF CONSTRUCTION Carica Door Replacement CONSTRUCTION PURCHASE AND INSTALL CONEX AT NESA CONSTRUCTION NCWRF Bldg 52 Diesel Tank Repairs CONSTRUCTION NCWRF Bldg 49 Diesel Tank Repairs CONSTRUCTION New Shed & Storage Containers - NARC Prequalification  3.1, 6.1, 6.2, 6.3.1 , 7.1, 7.2, 7.3, 13.4, 13.5, 13.6 CA License: 32121 DBE Cert NAICS: 541330, 54340, 541990, 431690, 238990 Relevant Experience   » 13 years of comprehensive experience encompassing all phases of planning and design and production for civil/site work projects » Experience in in a variety of planning, engineering, technical, analytical, statistical, graphical, public involvement and project review activities » Skilled in civil engineering site and roadway design/mapping and surveying, computer information science, management, cartography, and graphic design » Proficient in the use of state-of-the-art engineering software including Microstation and GEOPAK, ICPR, Adobe Illustrator and Photoshop, MathCAD, Sketchup, Leica HDS Cyclone and ESRI ArcGIS. » Public Involvement, master planning, permitting, environmental, construction Education  B.S., Civil Engineering, University of Kansas Professional Registration  Professional Engineer: Florida 72472 AICP No: 028767 General Contractor: Florida CGC 1525246 General Contractor: North Carolina 58054 General Contractor: South Carolina 109618 General Contractor: Tennessee 52456 DOT/FAA Airman Certificate UAS 3999943 FDOT Advanced TTC Certification 28347     Type of Work 3.1: Minor Highway Design Project Manager, 2018 Immokalee Complete Streets TIGER Grant, Immokalee, Florida. 20 Miles of concrete sidewalks,1 miles of shared-uses paths, 20 miles of upgrades drainage/ditch and swales/ 32 intersection enhancing treatments at priority intersections, enhanced bus stop amenities/shelters including 22 bus shelters, 35 benches, and 25 bike racks construction of a Bus Transfer Station at the Collier County Health Department in Immokalee. Comprehensive lighting improvements including five miles of street lights and 106 lit intersections A five-mile neighborhood bike boulevard network with traffic calming and wayfinding intersections. Responsibilities include developing the TIGER Grant package and the preliminary design/cost package for the project. The grant was awarded $ 13 Million through Federal TIGER Funding Roadway Design Engineer; Vanderbilt Beach Road (Airport to Collier Boulevard Design); Collier County Florida Widening of 5.5 miles of the existing rural two-lane roadway to a six lane, urban divided roadway. Responsibilities included preparation of the design plans in Microstation/GEOPAK, utilities designs, drainage calculations (ICPR) and field calculations. Provided close coordinate with local agencies. Roadway Design Engineer; Oil Well Road (Immokalee Road to Camp Keais Road); Collier County, Florida. Widening and reconstruction of 11.1 miles of Oil Well Road from Immokalee Road to east of Camp Keais Road in eastern Collier County. The project scope included widening a two-lane rural section to a four lane and six lane urban section. The permitting effort included drainage and environmental impacts to environmentally sensitive areas. Responsibilities included preparation of the design plans in Microstation, public involvement meetings and field calculations. Participated in post design services throughout the project. Project Manager, Safe Routes to Schools Grant Eden Park Elementary, Immokalee, Florida. New sidewalk and compensatory drainage system in lieu of roadway drainage swales to provide an accessible route for students to attend Eden Park Elementary. Responsibilities for developing the Safe Routes to School Grant and roadway criteria package for the project. The grant was awarded $ 717, 071.33 through Safe Routes to School Funding under the requirements of the Local Agency Program (LAP) Developed conceptual roadway plans, typical sections location maps, existing condition map, student location map, proof of right of way, analyzed crash data and traffic data. Evaluated field conditions with representatives from FDOT and Collier County. Roadway Design Engineer; Tree Farm Road Phase II (Davila St. to Woodcrest Dr.) Design; Collier County, Florida. Design for the half-mile segment of Tree Farm Road. This 2-Lane roadway section links four (4) roadways with a new roundabout. The project consists of a new 2-lane new roadway with sidewalks, pathways, bike lanes and a new roundabout. The project included water main and force main design and permitting. The project utilized three (3) adjacent development ponds for stormwater treatment and attenuation. (Permits: SFWMD, ACOE FDEP) Responsibilities included preparation of the design plans in Microstation, public involvement meetings, permitting packages and field calculations. Roadway Design Engineer; Lee County Complete Streets Design Build Criteria Packages; Lee County, Florida. Design Criteria Packages efforts for the 11 planned projects listed in the Complete Streets Initiative TIGER Grant application. Project included the preparation of Conceptual Plans (horizontal layout on aerial photos) which delineated the intent of the proposed project(s), preparation of typical sections which defined project features such as sidewalks, pathways, bike lanes and shoulders; development of a Conceptual Report detailing the criteria used as the basis for the conceptual plans; preparation of a preliminary/conceptual design and construction schedule for evaluation by the Lee County MPO. Project included preparation of Conceptual Plans and typical sections which      defined project features such as Coordinated NEPA permitting effort. Prepared bid package, hosted pre-bid meeting. Evaluated bids. Roadway Design Engineer; Vanderbilt Beach Road Extension; Collier County, Florida New 10 mile 6-Lane roadway from Collier Boulevard to Desoto Boulevard. Responsibilities included providing public involvement, roadway design, drainage, permitting, maintenance of traffic, structural design, environmental surveys, traffic, noise, aesthetics, survey, geotechnical, access management, and utility services. Project placed “on-hold” at 60% Design. Roadway Design Engineer; Collier Boulevard (US 41 to Davis Boulevard) Design; Collier County, Florida. Design of roadway capacity improvements to a 7-mile segment from US 41 to Davis Boulevard. Responsibilities included preparation of design plans and specifications for widening the existing four-lane roadway to a six-lane facility, including four major intersections. Attended public involvement meetings and prepared permitting packages for SFWMD, ACOE and FDEP. Roadway Design Engineer; Collier Boulevard (Golden Gate Boulevard to Immokalee Road) Design; Collier County, Florida. Design of the Collier Boulevard (CR 951) project that involved widening 3 miles of the existing two- lane roadway to a six-lane, urban divided roadway from Golden Gate Boulevard to Immokalee Road. Responsibilities included public involvement, roadway design, drainage, permitting, maintenance of traffic, structural design, environmental impacts, traffic, noise, aesthetics, survey, geotechnical review, access management, and utility services. Attended public involvement meetings and prepared permitting packages for SFWMD, ACOE and FDEP. Roadway Design Engineer; Immokalee Road (CR 951 to 43rd Avenue NE); Collier County, Florida. Design of the widening of 8.1 miles of the existing two-lane roadway to a six-lanes. Responsibilities included aerial photography, attended public meetings and performed modeling and computer simulations. Attended public involvement meetings Roadway Design Engineer; Collier Boulevard Widening (Golden Gate Canal to Golden Gate Boulevard); Collier County, Florida. Design of the widening of 4 miles of the existing two-lane roadway to a six-lane, urban divided roadway. Created exhibits, attended public meetings, prepared Gantt chart schedules in Microsoft Project Design Manager, Billie Johns Street, Seminole Tribe of Florida, Big Cypress Reservation, Florida New construction of 0.75 miles of new 2 lane paved road, with each lane being 12 feet. Performed design reviews at the 30, 60, 90 and 100% levels of completion. Monitored permit applications for the purpose of compliance with design intent. Design Manager, Josie Billie Highway Segment 2, Seminole Tribe of Florida, Big Cypress Reservation, Florida This project consists of widening 9.6 miles of Josie Billie Highway from 10 feet per lane to 12 feet per lane. The construction also includes paved shoulders and guardrails at the canal side of the road. Performed design reviews at the 30, 60, 90 and 100% levels of completion. Monitored permit applications for the purpose of compliance with design intent. Design Manager, Billie Road, Seminole Tribe of Florida, Big Cypress Reservation, Florida. New construction of 0.77 miles of new, paved 2 lane road extension. Each of the lanes will be 12 feet wide, with 6 feet wide sodded shoulders. Performed design reviews at the 30, 60, 90 and 100% levels of completion. Monitored permit applications for the purpose of compliance with design intent. Design Manager, Osprey Road, Seminole Tribe of Florida, Brighton Reservation, Florida. This project consists of the reconstruction of 0.3 miles of paved 2 lane road. Each of the lanes will be 6 feet wide, with 6 feet wide sodded     shoulders. Performed design reviews at the 30, 60, 90 and 100% levels of completion. Monitored permit applications for the purpose of compliance with design intent. Roadway Design Engineer; Immokalee Road (CR 951 to 43rd Avenue NE); Collier County, Florida. Involved in the widening of 8.1 miles of the existing two-lane roadway to a six-lanes. Provided aerial photography, attended public meetings and performed modeling and computer simulations. Type of Work 6.1: Traffic Engineering Studies Traffic Engineer; Districtwide Traffic Operational Studies; FDOT District One. Responsible for conducting traffic operations studies such as signal warrant analysis, intersection delay study, left turn delay study, crash analysis, and spot speed studies. Performed standard travel time and delay studies along arterial roads using computerized hardware/software (JAMAR). Project Manager, STOF Reservation Wide Traffic Counts, Seminole Tribe of Florida, Tribalwide, Florida. Project to perform 72-Hour traffic counts of the entire Seminole Tribe of Florida roadway network. Counts performed on the Big Cypress, Brighton, Tampa, Fort Pierce, Hollywood and Immokalee Reservations. Responsible for evaluating the data and mapping the data in Geographic Information’s Systems (GIS) database. Project Manager, TIGER Grant Post Design Pedestrian Counts, Big Cypress Reservation, Florida. Pedestrian, atv and bicyclist counts of traffic along a TIGER Grant funded corridor to show the impacts roadway improvements post construction. Selected and purchased video count camera hardware and software. Setup count stations and performed data collection. From on the data collected, created reports to satisfy the TIGER grant reporting requirements. Project Manager, Seminole Tribe of Florida Road Safety Audit (RSA) Josie Billie Highway, Big Cypress, Florida. Assembled a multidisciplinary team to evaluate the performance the corridor. Responsible for conducting the start-up meeting, performing the field review, conducting analysis and preparing the report. Presented the finding to the FDOT safety officer. Project Manager, Miccosukee Tribe Road Safety Audit (RSA) Josie Billie Highway, Big Cypress, Florida. Engineering representative of a multidisciplinary team to evaluate the performance the corridor. Attended the start-up meeting and performed the field review. Provided observations of the findings to the Miccosukee representatives. Project Manager, Seminole Tribe of Florida Road Safety Audit (RSA) Reservation Road, Big Cypress, Florida. Provided safety audit of the Reservation road. Responsible for field review, conducting analysis and preparing the report. Coordinated with the Seminole Police Department and Public Works Department on concerns with speed. Posted speed was lower than the 85% percentile travel speed. Traffic Engineer; District Wide Systems Planning; FDOT District One; Florida. Project to provide a wide range of services including project traffic reports, FSUTMS modeling, evaluations of facilities on the Strategic Intermodal System (SIS), development of interchange justification\modification reports (IJRs\IMRs), and project report reviews. Responsibilities included updating transportation forecasting model validations for; review of transportation impact studies for growth management in rural counties; and developing the future year transportation plan updates. Traffic Engineer, Traffic Engineering Support Services; Collier County Transportation Planning Department; Collier County, Florida. Extension of County staff, performing reviews of Traffic Impact Reports and DRIs; development of design traffic for roadway widening projects; operational analysis and development of improvement alternatives; assistance with travel demand forecasting; Level of Service (LOS) Analysis; review of traffic operations      and safety; developing guidelines for traffic impact studies; developing access management policies, training consultants and county staff; and providing general support for traffic engineering services. Traffic Engineer; Transportation Planning Continuing Services; Collier County Transportation Planning Department; Collier County, Florida. Services provided on an as needed basis to serve as an extension to the County staff including reviews of Traffic Impact Reports and DRIs, development of guidelines for traffic impact studies; training for the consultants and County staff; and general support for traffic engineering services as they relate to the overall development and growth in the County. Type of Work 6.2: Traffic Signal Timing Project Engineer; Collier Boulevard (US 41 to Davis Boulevard) Design; Collier County, Florida. Traffic signal design for this project which involved roadway capacity improvements to a 7-mile segment from US 41 to Davis Boulevard. Assisted in the design plans and specifications for widening the existing four-lane roadway to a six-lane facility, including four major intersections Project Engineer; Collier-Immokalee Intersection Improvements Design; Collier County, Florida. Design of intersection improvements to the Immokalee Road and Collier Boulevard Intersection which will provide additional capacity to the intersection and extend Collier Blvd north approximately one-half mile. The Intersection improvements were planned and designed to accommodate a “future” SPUI at this intersection. Responsibilities include preparation of the design plans in Microstation, public involvement meetings, permitting packages for SFWMD, ACOE and FDEP. Participated in post design services throughout the project. Type of Work 6.3.1: Intelligent Transportation Systems Analysis and Design Project Manager, Adaptive Traffic Control System Engineering for CR 876, Lee County, Florida. Engineering design and analysis to upgrade a traffic responsive signal system along Daniels Parkway/Cypress Lake Drive from South Point Blvd to Gateway Blvd to utilize the latest technologies for Adaptive signal control. Review of the existing system documentation including regional ITS architecture, concept of operations, prior ITS studies and design documentation for the existing system. Prepared existing system inventory including a listing and evaluation of the existing equipment and system communication networks available to support an ASCT system. Provided stakeholder coordination. Conducted systems engineering analysis and prepared systems engineering documents. Type of Work 7.1: Signing, Pavement Marking, and Channelization. Design Manager, Josie Billie Highway Segment Emergency Signing Package, Seminole Tribe of Florida, Big Cypress Reservation, Florida. Design of roadway signing package along the Segment II (6.57 Miles) of Josie Billie Highway to improve safety. Responsibilities included preparation of the design plans per the MUTCD in Microstation/GEOPAK. Plans package included key, general notes, MOT notes, project layout, typical, summary of guardrail, striping replacement detail and locations, tabulation of quantities, plans and guide sign worksheet. Project Manager, College Whiskey Intersection and Signalization Improvements, Lee County, Florida  Final design of the College Parkway westbound left turn lane to Edison Parkway (further south) to improve visibility for the opposing (eastbound College Parkway to Whiskey Creek) left turn movements, Providing “Mast Arm” signalization for the intersection and improving ADA accessibility at the corners. Responsible for the design of new cross bars and crosswalks required for new signal installation and the left turn lanes and median modifications     required for offsetting the College Parkway left turn lane. Plans package included Key, Tabulation of Quanities, General Notes, and Signing and Marking Plans Sheets.   Type of Work 7.2: Lighting. Project Manager, Hollywood 64th Avenue Permanent Lighting, Florida. This project incorporates the installation of a permanent street lighting system that replaces the existing temporary solar lights installed between the Northern Gate and Charleston Street. Additionally, the project will include additional street lights from Charleston Street to the Southern Gate, which will double the number of street lights along the corridor. Performed design reviews at the 30, 60, 90 and 100% levels of completion. Monitored permit applications for compliance with design intent. Project Manager, IM Koowachobee Trail / Seminole Crossing Lighting, Florida. The Koowachobee Trail Lighting project includes the installation of a permanent street lighting system on both sides of Koowachobee Trail as an extension of the street lighting system installed by East-Alice Jimmie Project. The Seminole Crossing Trail Lighting project includes the installation of a street lighting system on both sides of Seminole Crossing Trail which will continue the street lights beyond Koowachobee Trail. Performed design reviews at the 30, 60, 90 and 100% levels of completion. Monitored permit applications for compliance with design intent. Type of Work 7.3: Signalization Project Manager, College Whiskey Intersection and Signalization Improvements, Lee County, Florida  Final design of the College Parkway westbound left turn lane to Edison Parkway (further south) to improve visibility for the opposing (eastbound College Parkway to Whiskey Creek) left turn movements, Providing “Mast Arm” signalization for the intersection and improving ADA accessibility at the corners. Responsible for the preparation of plans, details, specifications, quantities and cost estimates for the preferred traffic signal configuration at the College Parkway and Whiskey Creek Intersection. Plans included location of poles, mast arms, signal heads, controllers, video cameras, pedestrian pushbuttons and head locations, luminaries, street name signs and power service and appurtenances. Roadway Design Engineer; Collier-Immokalee Intersection Improvements Design; Collier County, Florida. Design of intersection improvements to the Immokalee Road and Collier Boulevard Intersection which will provide additional capacity to the intersection and extend Collier Blvd north approximately one-half mile. The Intersection improvements were planned and designed to accommodate a “future” SPUI at this intersection. Responsibilities include preparation of the design plans including mast arms in Microstation, public involvement meetings, permitting packages for SFWMD, ACOE and FDEP. Participated in post design services throughout the project. Type of Work 10.1: Roadway CEI. Project Manager, Stirling Road/ SR848 Off-Site Roadway Improvement; Hollywood, Florida. Construction of three turn lanes and incidental improvements located near the intersection of SR 848/Stirling Road and SW 58th Avenue. The turn lanes were constructed to accommodate anticipated traffic generated by a future development in the existing vacant parcel. Adam provided coordination with the Seminole Tribe of Florida, Designer, and Contractor: shop drawing review; contract compliance; contractor clarifications and request for information; contract modifications; contractors monthly pay applications; as-built/record drawings; project closeout. He conducted bi- weekly progress meeting, and other meetings as required to facilitate project.      Project Manager, Stockade Road; Immokalee, Florida. Construction of drainage and sidewalk improvements to Stockade Road. Adam provided coordination with the Seminole Tribe of Florida, Designer, and Contractor: shop drawing review; contract compliance; contractor clarifications and request for information; contract modifications; contractors monthly pay applications; as-built/record drawings; project closeout. He conducted bi-weekly progress meeting, and other meetings as required to facilitate project. Coordination/management of CEI firm, process RFI's, RFQ's, Field Orders, Work Change Directives, change management, conduct progress meetings Project Manager, Bus Stop Improvements to Achieve ADA Compliance; Collier County, Florida Site modifications required to bring 33 bus stops located along the state highway system in Collier County up to ADA compliance. Conducted the pre-construction meeting. Provided contract document interpretation in addressing request for information, field visits, review of and assist in field changes. Adam Ahmad, PE, AICP, GC Planning, Engineering, Construc�on BS Civil Engineering – University of Kansas Adam has comprehensive experience encompassing all phases of design and produc�on for civil/site work projects. He is proficient in the use of state-of-the-art engineering so�ware including Microsta�onand GEOPAK, ICPR, Adobe Illustrator and Photoshop, MathCAD, Leica HDS Cyclone and ESRI ArcGIS. Ronald James Leder Jr., PE Civil Engineering, Traffic, Drainage BS Civil Engineering – University of South Florida Ronald has more than 30 years of mul�-disciplineexperience on a wide range of infrastructure improvement projects and is proficient in the latest design so�ware packages. He has served as a Project Engineer of numerous roadway, sidewalk, u�lity reloca�on, mul�-modal and drainage improvements projects. Jevaan M. Lewis, PE Electrical Engineer BS Electrical Engineering - Florida Interna�onal University Jevaan has a diverse technical background in the ligh�ng, electrical and instrumenta�on & controls engineering disciplines as a design consultant in the office, and in the field. He has been the engineer of record for projects of varying size and complexity. He has excellent oral and wri�en communica�on skills. Cedric KogerConstruc�on Engineering Inspec�on University of Kentucky Cedric is experienced in project safety, project management, contract development, public involvement and program implementa�on. He has provided reviews fornumerous construc�on plans, designs and specifica�ons. His public involvement experience includes organizing mee�ng and in effec�vely communica�ng project issues to affected stakeholders. Oliver MayvilleProject Manager / Es�mator Construc�on Standards Ins�tute Es�mator Oliver has more than 40 years of experienceproject es�ma�ng, project scheduling percri�cal path, quality management, teambuilding, traning, cost control, problemrecogni�on, evalua�on and solving. He is highly effec�ve in u�lizing resources, improvingprocesses and procedures by evalua�on, costreduc�on through value engineering. Fritznel Saint LouisCivil Engineering, Es�ma�ng, PlanningBS Civil Engineering – Florida Gulf Coast University Fritznel is experienced in construc�ones�ma�ng and scheduling for infrastructureimprovement projects. He generates detailedes�mates, scope change es�mates, procedures,conceptual es�mates, process flow charts, inaddi�on to cash flow and project status reports.Fritznel has experience with design so�waresuch AutoCAD, HEC-HMS, HEC-RAS and Microso� Office applica�ons. Donald KellerProject Management, Marke�ngUS Army - Transporta�on Ba�alion Donald has more than 40 years of experience in project management, marke�ng and communityinvolvement. His experience includes planning and opera�ons for a wide variety of programs. He has lived and worked in South Florida for the past 50 years and brings a local understanding of condi�ons. CAPITAL TEAM Biographies “Teamwork divides the task and multiplies the success.” Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ERIK R. FENNIMAN INTERIM SECRETARY www.fdot.gov December 7, 2018 Adam Ahamd, Owner CAPITAL CONSULTING SOLUTIONS LLC. 5633 Strand Boulevard, Suite 312 Naples, Florida 34110 Dear Mr. Ahamd: The Florida Department of Transportation has reviewed your application for prequalification package and determined that the data submitted is adequate to technically prequalify your firm for the following types of work: Group 3 - Highway Design - Roadway 3.1 - Minor Highway Design Group 6 - Traffic Engineering and Operations Studies 6.1 - Traffic Engineering Studies 6.2 - Traffic Signal Timing 6.3.1 - Intelligent Transportation Systems Analysis and Design Group 7 - Traffic Operations Design 7.1 - Signing, Pavement Marking and Channelization Group 10 - Construction Engineering Inspection 10.1 - Roadway Construction Engineering Inspection Group 13 - Planning 13.4 - Systems Planning 13.5 - Subarea/Corridor Planning 13.6 - Land Planning/Engineering Your firm is now technically prequalified with the Department for Professional Services in the above referenced work types. Your firm may pursue projects in the referenced work types with fees estimated at less than $500,000.00. This status shall be valid until June 29, 2019 for contracting purposes. Should you have any questions, please feel free to contact me by email at carliayn.kell@dot.state.fl.us or by phone at 850-414-4597. Sincerely, Carliayn Kell Professional Services Qualification Administrator CAPITAL TEAM Organiza�on Chart Adam Ahmad, PE, AICP, GC Planning, Engineering, Construc�on BS Civil Engineering – University of Kansas Ronald James Leder Jr., PE Civil Engineering, Traffic, Drainage BS Civil Engineering – University of South Florida Donald KellerProject Management, Marke�ngUS Army - Transporta�on Ba�alion “If you want to go fast, go alone. If you want to go far, go together.” African Proverb Project Manager Quality Control Constructability Oliver MayvilleProject Management, Es�ma�ng Constructability Fritznel Saint LouisCivil Engineering, Es�ma�ng, PlanningBS Civil Engineering – Florida Gulf Coast University Civil Infrastructure Cedrick KogerConstruc�on Engineering Inspec�onUniveristy of Kentucky Civil Infrastructure Jevaan M. Lewis, PE Electrical Engineer BS Electrical Engineering - Florida Interna�onal University Mech/Electrical The organiza�onal chart below depicts our team’s key staff and their roles to be assigned for this upcoming contract. Capital has assembled a highly qualified LOCAL NAPLES team to respond and provide value to each county project. FAA Certified Drone Pilot Background Picture of Pine Ridge and Livingston Road Capital Consul�ng Solu�ons is a cer�fied Disadvantaged Business Enterprise (DBE) with the Florida Department of Transporta�on and Minority Business Enterprise (MBE) with the State of Florida LOCAL TO NAPLES. $, ķ" ! $!+!"$$ķ( !! "$$   !  !$ $ &" "" ! ""! &$ "$!&$ &"$!+ "! $   !$!$! ! " !$  & !$ !("" $ !ƓѶƖķ ! "$$&$ "  ķ  omo|-Ѵ|;u|_bv7o1†l;m|bm-m‹=oulĺ $$!$!"ķ  " & !ĹƐƔƑƔƒѶƕ *!$ $ Ĺ&&"$ƒƐķƑƏƑƏ $_bvbv‹o†uѴb1;mv;ĺ|bv†mѴ-‰=†Ѵ=ou-m‹om;o|_;u|_-m|_;Ѵb1;mv;;|o†v;|_bv7o1†l;m|ĺ ѶƑƑƔ&!  "(  " ƒƓƐƐƖ Ѵ‰-‹vˆ;ub=‹Ѵb1;mv;vomѴbm;-|‹ Ѵoub7-b1;mv;ĺ1ol Professional Engineer Cer�fied Planner General Contractor TAB 6APPENDIX COLLIER COUNTY PUBLIC TRANSIT & NEIGHBORHOOD ENHANCEMENT DIVISION GENERAL CONTRACTORS FOR PUBLIC TRANSIT CONSTRUCTION PROJECTS Capital Consul�ng Solu�ons - DBE/MBE/SBE 9010 Strada Stell Ct, Suite 108 Naples, Florida 34110 PH: 239.273.8894 EM: adam.ahmad@capitalengr.com WS: capitalconsul�ngsolu�ons.com PLANNING ENGINEERING CONSTRUCTION Addendum 1 Date: July 17, 2019 From: Evelyn Colon, Procurement Strategist To: Interested Bidders Subject: Addendum # 1 Solicitation # and Title 19-7646 General Contractors for Public Transit Construction The following clarifications are issued as an addendum identifying the following clarification to the scope of work, changes, deletions, or additions to the original solicitation document for the referenced solicitation: Change 1. Please use attached Exhibit 1.A and 1.B for solicitation 19-7646. If you require additional information please post a question on our Bid Sync (www.bidsync.com) bidding platform under the solicitation for this project. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) Date (Name of Firm) Email: evelyn.colon@colliercountyfl.gov Telephone: (239) 252-2667 8/4/2019 Capital Contractors,LLC INSURANCE AND BONDING REQUIREMENTS Insurance / Bond Type Required Limits 1. Worker’s Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements Evidence of Workers’ Compensation coverage or a Certificate of Exemption issued by the State of Florida is required. Entities that are formed as Sole Proprietorships shall not be required to provide a proof of exemption. An application for exemption can be obtained online at https://apps.fldfs.com/bocexempt/ 2. Employer’s Liability $___1,000,000__ single limit per occurrence 3. Commercial General Liability (Occurrence Form) patterned after the current ISO form Bodily Injury and Property Damage $__1,000,000____single limit per occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. Indemnification To the maximum extent permitted by Florida law, the Contractor/Vendor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys’ fees and paralegals’ fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor/ Vendor or anyone employed or utilized by the Contractor/Vendor in the performance of this Agreement. 5. Automobile Liability $_1,000,000__ Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included 6. Other insurance as noted: Watercraft $ __________ Per Occurrence United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ __________ Per Occurrence Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ __________ Per Occurrence Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ __________ Per Occurrence Pollution $ __________ Per Occurrence Professional Liability $ __1,000,000___ Per claim & in the aggregate Project Professional Liability $__________ Per Occurrence Valuable Papers Insurance $__________ Per Occurrence Cyber Liability $__________ Per Occurrence Technology Errors & Omissions $__________ Per Occurrence 7. Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers’ check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 8. Performance and Payment Bonds For projects in excess of $200,000, bonds shall be submitted with the executed contract by Proposers receiving award, and written for 100% of the Contract award amo unt, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as “A-“ or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders’ surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 9. Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 10. Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Vendor’s policy shall be endorsed accordingly. 11. The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 12. On all certificates, the Certificate Holder must read: Collier County Board of Commissioners, 3295 Tamiami Trail East, Naples, FL 34112 13. Thirty (30) Days Cancellation Notice required. 14. Collier County shall procure and maintain Builders Risk Insurance on all construction projects where it is deemed necessary. Such coverage shall be endorsed to cover the interests of Collier County as well as the Contractor. Premiums shall be billed to the project and the Contractor shall not include Builders Risk premiums in its project proposal or project billings. All questions regarding Builder’s Risk Insurance will be addressed by the Collier County Risk Management Division. 7/5/19 - CC ___________________________________________________________________________________________________________ Vendor’s Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. The insurance submitted must provide coverage for a minimum of six (6) months from the date of award. Name of Firm _______________________________________ Date ____________________________ Vendor Signature _________________________________________________________________________ Print Name _________________________________________________________________________ Insurance Agency _________________________________________________________________________ Agent Name ___________________________________ Telephone Number ________________ Capital Contractors, LLC 8/4/2019 Adam Ahmad , Owner Christine Olson Olson & DiNunzio Insurance Agency Inc. 239.596.6226 Form 1: Vendor’s Non-Response Statement The sole intent of the Collier County Procurement Services Division is to issue solicitations that are clear, concise and openly competitive. Therefore, we are interested in ascertaining reasons for prospective Vendors not wishing to respond to this solicitation. If your firm is not responding to this solicitation, please indicate the reason(s) by checking the item(s) listed below and return this form via email noted on the cover page, or mail to Collier County Government, Procurement Services Division, 3295 Tamiami Trail East, BLDG C-2, Naples, FL 34112. We are not responding to the solicitation for the following reason(s): Services requested not available through our company. Our firm could not meet specifications/scope of work. Specifications/scope of work not clearly understood or applicable (too vague, rigid, etc.) Project is too small. Insufficient time allowed for preparation of response. Incorrect address used. Please correct mailing address: Other reason(s): Name of Firm: ________________________________________________________ Address: ________________________________________________________ City, State, Zip: ________________________________________________________ Telephone: ________________________________________________________ Email: ________________________________________________________ Representative Signature: ________________________________________________________ Representative Name: _____________________________________ Date _____________ Capital Contractors, LLC Naples, Florida 34109 9010 Strada Stell Ct. Ste 108 239.273.8894 info@capitalengr.com Adam Ahmad 8/4/2019 Form 2: Vendor Check List IMPORTANT: THIS SHEET MUST BE SIGNED. Please read carefully, sign in the spaces indicated and return with your Proposal. Vendor should check off each of the following items as the necessary action is completed: The Solicitation Submittal has been signed. The Solicitation Pricing Document (Bid Schedule/Quote Schedule/etc.) has been completed and attached. All applicable forms have been signed and included, along with licenses to complete the requirements of the project. Any addenda have been signed and included. Affidavit for Claiming Status as a Local Business, if applicable. Division of Corporations - Florida Department of State – http://dos.myflorida.com/sunbiz/ (If work performed in the State). E-Verify/Immigration Affidavit (Memorandum of Understanding). ALL SUBMITTALS MUST HAVE THE SOLICITATION NUMBER AND TITLE Name of Firm: ________________________________________________________ Address: ________________________________________________________ City, State, Zip: ________________________________________________________ Telephone: ________________________________________________________ Email: ________________________________________________________ Representative Signature: ________________________________________________________ Representative Name: ________________________________________ Date ___________ Capital Contractors, LLC 9010 Strada Stell Ct. Ste 108 Naples, Florida 34109 239.273.8894 info@capitalengr.com Adam Ahmad 8/4/2019 Form 3: Conflict of Interest Affidavit The Vendor certifies that, to the best of its knowledge and belief, the past and current work on any Collier County project affiliated with this solicitation does not pose an organizational conflict as described by one of the three categories below: Biased ground rules – The firm has not set the “ground rules” for affiliated past or current Collier County project identified above (e.g., writing a procurement’s statement of work, specifications, or performing systems engineering and technical direction for the procurement) which appears to skew the competition in favor of my firm. Impaired objectivity – The firm has not performed work on an affiliated past or current Collier County project identified above to evaluate proposals / past performance of itself or a competitor, which calls into question the contractor’s ability to render impartial advice to the government. Unequal access to information – The firm has not had access to nonpublic information as part of its performance of a Collier County project identified above which may have provided the contractor (or an affiliate) with an unfair competitive advantage in current or future solicitations and contracts. In addition to this signed affidavit, the contractor / vendor must provide the following: 1. All documents produced as a result of the work completed in the past or currently being worked on for the above-mentioned project; and, 2. Indicate if the information produced was obtained as a matter of public record (in the “sunshine”) or through non-public (not in the “sunshine”) conversation (s), meeting(s), document(s) and/or other means. Failure to disclose all material or having an organizational conflict in one or more of the three categories above be identified, may result in the disqualification for future solicitations affiliated with the above referenced project(s). By the signature below, the firm (employees, officers and/or agents) certifies, and hereby discloses, that, to the best of their knowledge and belief, all relevant facts concerning past, present, or currently planned interest or activity (financial, contractual, organizational, or otherwise) which relates to the project identified above has been fully disclosed and does not pose an organizational conflict. Firm: ____________________________________________________________________________ Signature and Date: _________________________________________________________________ Print Name: _______________________________________________________________________ Title of Signatory: __________________________________________________________________ Capital Contractors, LLC Adam Ahmad Owner 8/4/2019 Form 4: Vendor Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 Dear Commissioners: The undersigned, as Vendor declares that this response is made without connection or arrangement with any other person and this proposal is in every respect fair and made in good faith, without collusion or fraud. The Vendor agrees, if this solicitation submittal is accepted, to execute a Collier County document for the purpose of establishing a formal contractual relationship between the firm and Collier County, for the performance of all requirements to which the solicitation pertains. The Vendor states that the submitted is based upon the documents listed by the above referenced Solicitation. Further, the vendor agrees that if awarded a contract for these goods and/or services, the vendor will not be eligible to compete, submit a proposal, be awarded, or perform as a sub-vendor for any future associated with work that is a result of this awarded contract. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this _____ day of _____________, 20__ in the County of _______________, in the State of _____________. Firm’s Legal Name: Address: City, State, Zip Code: Florida Certificate of Authority Document Number Federal Tax Identification Number *CCR # or CAGE Code *Only if Grant Funded __________________________________________________________________________ Telephone: Signature by: (Typed and written) Title: 4th August 19 Collier Florida Capital Contractors, LLC 9010 Strada Stell Ct. Ste 108 Naples, Florida, 34109 L17000100343 37-1858650 83XR0 239.273.8894 Adam Ahmad Owner Additional Contact Information Send payments to: (required if different from above) Company name used as payee Contact name: Title: Address: City, State, ZIP Telephone: Email: Office servicing Collier County to place orders (required if different from above) Contact name: Title: Address: City, State, ZIP Telephone: Email: Capital Contractors, LLC Adam Ahmad Owner 9010 Strada Stell Ct. Ste 108 Naples, Florida 34109 239-273-8894 Adam.Ahmad@capitalengr.com Form 5: Immigration Affidavit Certification This Affidavit is required and should be signed, notarized by an authorized principal of the firm and submitted with formal solicitation submittals. Further, Vendors are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the Vendor’s proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Failure to include this Affidavit and acceptable evidence of enrollment in the E-Verify program may deem the Vendor’s proposal as non- responsive. Collier County will not intentionally award County contracts to any Vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act (“INA”). Collier County may consider the employment by any Vendor of unauthorized aliens a violation of Section 274A (e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E-Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E-Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor’s proposal. Company Name ____________________________________________________________________ Print Name Title _______________________ Signature Date _______________________ State of ___________________ County of _________________ 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. Capital Contractors, LLC Adam Ahmad Owner 8/4/2019 Florida Collier Form 6: Vendor Substitute W – 9 Request for Taxpayer Identification Number and Certification In accordance with the Internal Revenue Service regulations, Collier County is required to collect the following information for tax reporting purposes from individuals and companies who do business with the County (including social security numbers if used by the individual or company for tax reporting purposes). Florida Statute 119.071(5) requires that the county notify you in writing of the reason for collecting this information, which will be used for no other purpose than herein stated. Please complete all information that applies to your business and return with your quote or proposal. 1. General Information (provide all information) Taxpayer Name ________________________________________________________________________________ (as shown on income tax return) Business Name (if different from taxpayer name) Address ____________________________________ City ______________________________________________ State ______________________________________ Zip______________________________________________ Telephone __________________ Email_____________________ Order Information (Must be filled out) Address ___________________________________ Remit / Payment Information (Must be filled out) Address ____________________________________________ City __________ State ________ Zip ___________ City _____________ State _________ Zip______________ Email ____________________________________ Email _____________________________________________ 2. Company Status (check only one) Individual / Sole Proprietor Corporation Partnership Tax Exempt (Federal income tax-exempt entity under Internal Revenue Service guidelines IRC 501 (c) 3) Limited Liability Company Enter the tax classification (D = Disregarded Entity, C = Corporation, P = Partnership) 3. Taxpayer Identification Number (for tax reporting purposes only) Federal Tax Identification Number (TIN) _______________________________________________________________ (Vendors who do not have a TIN, will be required to provide a social security number prior to an award). 4. Sign and Date Form: Certification: Under penalties of perjury, I certify that the information shown on this form is correct to my knowledge. Signature ___________________________________________________________ Date ______________________________ Title _______________________________________________________________ Phone Number ________________________ Capital Contractors, LLC 9010 Strada Stell Ct. Ste 108 Naples Florida 34109 239.273.8894 adam.ahmad@capitalengr.com 9010 Strada Stell Ct. Ste 108 9010 Strada Stell Ct. Ste 108 Naples Florida Naples Florida34109 34109 adam.ahmad@capitalengr.com adam.ahmad@capitalengr.com x c 37-1858650 8/4/2019 Owner 239.273.8894 State of Florida Department of State I certify from the records of this office that CAPITAL CONTRACTORS,LLC is a limited liability company organized under the laws of the State of Florida, filed on May 5,2017. The document number of this limited liability company is L17000100343. I further certify that said limited liability company has paid all fees due this office through December 31,2019,that its most recent annual report was filed on February 13,2019,and that its status is active. Given under my hand and the Great Seal of the State of Florida at Tallahassee,the Capital,this the First day of August,2019 Tracking Number:0553316029CU To authenticate this certificate,visit the following site,enter this number,and then follow the instructions displayed. https://services.sunbiz.org/Filings/CertificateOfStatus/CertificateAuthentication Page 1 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: THE E-VERIFY MEMORANDUM OF UNDERSTANDING FOR EMPLOYERS ARTICLE I PURPOSE AND AUTHORITY E-Verify is a program that electronically confirms an employee’s eligibility to work in the United States after completion of Form I-9, Employment Eligibility Verification (Form I-9). This Memorandum of Understanding (MOU) explains certain features of the E-Verify program and describes specific responsibilities of the Employer, the Social Security Administration (SSA), and DHS. Authority for the E-Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 (IIRIRA), Pub. L. 104-208, 110 Stat. 3009, as amended (8 U.S.C. § 1324a note). The Federal Acquisition Regulation (FAR) Subpart 22.18, “Employment Eligibility Verification” and Executive Order 12989, as amended, provide authority for Federal contractors and subcontractors (Federal contractor) to use E-Verify to verify the employment eligibility of certain employees working on Federal contracts. ARTICLE II RESPONSIBILITIES A. RESPONSIBILITIES OF THE EMPLOYER 1.The Employer agrees to display the following notices supplied by DHS in a prominent place that is clearly visible to prospective employees and all employees who are to be verified through the system: a.Notice of E-Verify Participation b.Notice of Right to Work 2.The Employer agrees to provide to the SSA and DHS the names, titles, addresses, and telephone numbers of the Employer representatives to be contacted about E-Verify. The Employer also agrees to keep such information current by providing updated information to SSA and DHS whenever the representatives’ contact information changes. 3.The Employer agrees to grant E-Verify access only to current employees who need E-Verify access. Employers must promptly terminate an employee’s E-Verify access if the employer is separated from the company or no longer needs access to E-Verify. 1292321 The parties to this agreement are the Department of Homeland Security (DHS) and the Capital Consulting Solutions, LLC (Employer). The purpose of this agreement is to set forth terms and conditions which the Employer will follow while participating in E-Verify. Page 2 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: 4. The Employer agrees to become familiar with and comply with the most recent version of the E-Verify User Manual. 5. The Employer agrees that any Employer Representative who will create E-Verify cases will complete the E-Verify Tutorial before that individual creates any cases. a. The Employer agrees that all Employer representatives will take the refresher tutorials when prompted by E-Verify in order to continue using E-Verify. Failure to complete a refresher tutorial will prevent the Employer Representative from continued use of E-Verify. 6. The Employer agrees to comply with current Form I-9 procedures, with two exceptions: a. If an employee presents a "List B" identity document, the Employer agrees to only accept "List B" documents that contain a photo. (List B documents identified in 8 C.F.R. § 274a.2(b)(1)(B)) can be presented during the Form I-9 process to establish identity.) If an employee objects to the photo requirement for religious reasons, the Employer should contact E-Verify at 888-464-4218. b. If an employee presents a DHS Form I-551 (Permanent Resident Card), Form I-766 (Employment Authorization Document), or U.S. Passport or Passport Card to complete Form I-9, the Employer agrees to make a photocopy of the document and to retain the photocopy with the employee’s Form I-9. The Employer will use the photocopy to verify the photo and to assist DHS with its review of photo mismatches that employees contest. DHS may in the future designate other documents that activate the photo screening tool. Note: Subject only to the exceptions noted previously in this paragraph, employees still retain the right to present any List A, or List B and List C, document(s) to complete the Form I-9. 7. The Employer agrees to record the case verification number on the employee's Form I-9 or to print the screen containing the case verification number and attach it to the employee's Form I-9. 8. The Employer agrees that, although it participates in E-Verify, the Employer has a responsibility to complete, retain, and make available for inspection Forms I-9 that relate to its employees, or from other requirements of applicable regulations or laws, including the obligation to comply with the antidiscrimination requirements of section 274B of the INA with respect to Form I-9 procedures. a. The following modified requirements are the only exceptions to an Employer’s obligation to not employ unauthorized workers and comply with the anti-discrimination provision of the INA: (1) List B identity documents must have photos, as described in paragraph 6 above; (2) When an Employer confirms the identity and employment eligibility of newly hired employee using E-Verify procedures, the Employer establishes a rebuttable presumption that it has not violated section 274A(a)(1)(A) of the Immigration and Nationality Act (INA) with respect to the hiring of that employee; (3) If the Employer receives a final nonconfirmation for an employee, but continues to employ that person, the Employer must notify DHS and the Employer is subject to a civil money penalty between $550 and $1,100 for each failure to notify DHS of continued employment following a final nonconfirmation; (4) If the Employer continues to employ an employee after receiving a final nonconfirmation, then the Employer is subject to a rebuttable presumption that it has knowingly 1292321 Page 3 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: employed an unauthorized alien in violation of section 274A(a)(1)(A); and (5) no E-Verify participant is civilly or criminally liable under any law for any action taken in good faith based on information provided through the E-Verify. b. DHS reserves the right to conduct Form I-9 compliance inspections, as well as any other enforcement or compliance activity authorized by law, including site visits, to ensure proper use of E-Verify. 9. The Employer is strictly prohibited from creating an E-Verify case before the employee has been hired, meaning that a firm offer of employment was extended and accepted and Form I-9 was completed. The Employer agrees to create an E-Verify case for new employees within three Employer business days after each employee has been hired (after both Sections 1 and 2 of Form I-9 have been completed), and to complete as many steps of the E-Verify process as are necessary according to the E-Verify User Manual. If E-Verify is temporarily unavailable, the three-day time period will be extended until it is again operational in order to accommodate the Employer's attempting, in good faith, to make inquiries during the period of unavailability. 10. The Employer agrees not to use E-Verify for pre-employment screening of job applicants, in support of any unlawful employment practice, or for any other use that this MOU or the E-Verify User Manual does not authorize. 11. The Employer must use E-Verify for all new employees. The Employer will not verify selectively and will not verify employees hired before the effective date of this MOU. Employers who are Federal contractors may qualify for exceptions to this requirement as described in Article II.B of this MOU. 12. The Employer agrees to follow appropriate procedures (see Article III below) regarding tentative nonconfirmations. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify case. The Employer agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. Further, when employees contest a tentative nonconfirmation based upon a photo mismatch, the Employer must take additional steps (see Article III.B. below) to contact DHS with information necessary to resolve the challenge. 13. The Employer agrees not to take any adverse action against an employee based upon the employee's perceived employment eligibility status while SSA or DHS is processing the verification request unless the Employer obtains knowledge (as defined in 8 C.F.R. § 274a.1(l)) that the employee is not work authorized. The Employer understands that an initial inability of the SSA or DHS automated verification system to verify work authorization, a tentative nonconfirmation, a case in continuance (indicating the need for additional time for the government to resolve a case), or the finding of a photo mismatch, does not establish, and should not be interpreted as, evidence that the employee is not work authorized. In any of such cases, the employee must be provided a full and fair opportunity to contest the finding, and if he or she does so, the employee may not be terminated or suffer any adverse employment consequences based upon the employee’s perceived employment eligibility status 1292321 Page 4 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: (including denying, reducing, or extending work hours, delaying or preventing training, requiring an employee to work in poorer conditions, withholding pay, refusing to assign the employee to a Federal contract or other assignment, or otherwise assuming that he or she is unauthorized to work) until and unless secondary verification by SSA or DHS has been completed and a final nonconfirmation has been issued. If the employee does not choose to contest a tentative nonconfirmation or a photo mismatch or if a secondary verification is completed and a final nonconfirmation is issued, then the Employer can find the employee is not work authorized and terminate the employee’s employment. Employers or employees with questions about a final nonconfirmation may call E-Verify at 1-888-464- 4218 (customer service) or 1-888-897-7781 (worker hotline). 14. The Employer agrees to comply with Title VII of the Civil Rights Act of 1964 and section 274B of the INA as applicable by not discriminating unlawfully against any individual in hiring, firing, employment eligibility verification, or recruitment or referral practices because of his or her national origin or citizenship status, or by committing discriminatory documentary practices. The Employer understands that such illegal practices can include selective verification or use of E-Verify except as provided in part D below, or discharging or refusing to hire employees because they appear or sound “foreign” or have received tentative nonconfirmations. The Employer further understands that any violation of the immigration-related unfair employment practices provisions in section 274B of the INA could subject the Employer to civil penalties, back pay awards, and other sanctions, and violations of Title VII could subject the Employer to back pay awards, compensatory and punitive damages. Violations of either section 274B of the INA or Title VII may also lead to the termination of its participation in E-Verify. If the Employer has any questions relating to the anti-discrimination provision, it should contact OSC at 1-800-255-8155 or 1-800-237-2515 (TDD). 15. The Employer agrees that it will use the information it receives from E-Verify only to confirm the employment eligibility of employees as authorized by this MOU. The Employer agrees that it will safeguard this information, and means of access to it (such as PINS and passwords), to ensure that it is not used for any other purpose and as necessary to protect its confidentiality, including ensuring that it is not disseminated to any person other than employees of the Employer who are authorized to perform the Employer's responsibilities under this MOU, except for such dissemination as may be authorized in advance by SSA or DHS for legitimate purposes. 16. The Employer agrees to notify DHS immediately in the event of a breach of personal information. Breaches are defined as loss of control or unauthorized access to E-Verify personal data. All suspected or confirmed breaches should be reported by calling 1-888-464-4218 or via email at E-Verify@dhs.gov. Please use “Privacy Incident – Password” in the subject line of your email when sending a breach report to E-Verify. 17. The Employer acknowledges that the information it receives from SSA is governed by the Privacy Act (5 U.S.C. § 552a(i)(1) and (3)) and the Social Security Act (42 U.S.C. 1306(a)). Any person who obtains this information under false pretenses or uses it for any purpose other than as provided for in this MOU may be subject to criminal penalties. 18. The Employer agrees to cooperate with DHS and SSA in their compliance monitoring and evaluation of E-Verify, which includes permitting DHS, SSA, their contractors and other agents, upon 1292321 Page 5 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: reasonable notice, to review Forms I-9 and other employment records and to interview it and its employees regarding the Employer’s use of E-Verify, and to respond in a prompt and accurate manner to DHS requests for information relating to their participation in E-Verify. 19. The Employer shall not make any false or unauthorized claims or references about its participation in E-Verify on its website, in advertising materials, or other media. The Employer shall not describe its services as federally-approved, federally-certified, or federally-recognized, or use language with a similar intent on its website or other materials provided to the public. Entering into this MOU does not mean that E-Verify endorses or authorizes your E-Verify services and any claim to that effect is false. 20. The Employer shall not state in its website or other public documents that any language used therein has been provided or approved by DHS, USCIS or the Verification Division, without first obtaining the prior written consent of DHS. 21. The Employer agrees that E-Verify trademarks and logos may be used only under license by DHS/USCIS (see M-795 (Web)) and, other than pursuant to the specific terms of such license, may not be used in any manner that might imply that the Employer’s services, products, websites, or publications are sponsored by, endorsed by, licensed by, or affiliated with DHS, USCIS, or E-Verify. 22. The Employer understands that if it uses E-Verify procedures for any purpose other than as authorized by this MOU, the Employer may be subject to appropriate legal action and termination of its participation in E-Verify according to this MOU. B. RESPONSIBILITIES OF FEDERAL CONTRACTORS 1. If the Employer is a Federal contractor with the FAR E-Verify clause subject to the employment verification terms in Subpart 22.18 of the FAR, it will become familiar with and comply with the most current version of the E-Verify User Manual for Federal Contractors as well as the E-Verify Supplemental Guide for Federal Contractors. 2. In addition to the responsibilities of every employer outlined in this MOU, the Employer understands that if it is a Federal contractor subject to the employment verification terms in Subpart 22.18 of the FAR it must verify the employment eligibility of any “employee assigned to the contract” (as defined in FAR 22.1801). Once an employee has been verified through E-Verify by the Employer, the Employer may not create a second case for the employee through E-Verify. a. An Employer that is not enrolled in E-Verify as a Federal contractor at the time of a contract award must enroll as a Federal contractor in the E-Verify program within 30 calendar days of contract award and, within 90 days of enrollment, begin to verify employment eligibility of new hires using E-Verify. The Employer must verify those employees who are working in the United States, whether or not they are assigned to the contract. Once the Employer begins verifying new hires, such verification of new hires must be initiated within three business days after the hire date. Once enrolled in E-Verify as a Federal contractor, the Employer must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee’s assignment to the contract, whichever date is later. 1292321 Page 6 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: b. Employers enrolled in E-Verify as a Federal contractor for 90 days or more at the time of a contract award must use E-Verify to begin verification of employment eligibility for new hires of the Employer who are working in the United States, whether or not assigned to the contract, within three business days after the date of hire. If the Employer is enrolled in E-Verify as a Federal contractor for 90 calendar days or less at the time of contract award, the Employer must, within 90 days of enrollment, begin to use E-Verify to initiate verification of new hires of the contractor who are working in the United States, whether or not assigned to the contract. Such verification of new hires must be initiated within three business days after the date of hire. An Employer enrolled as a Federal contractor in E-Verify must begin verification of each employee assigned to the contract within 90 calendar days after date of contract award or within 30 days after assignment to the contract, whichever is later. c. Federal contractors that are institutions of higher education (as defined at 20 U.S.C. 1001(a)), state or local governments, governments of Federally recognized Indian tribes, or sureties performing under a takeover agreement entered into with a Federal agency under a performance bond may choose to only verify new and existing employees assigned to the Federal contract. Such Federal contractors may, however, elect to verify all new hires, and/or all existing employees hired after November 6, 1986. Employers in this category must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee’s assignment to the contract, whichever date is later. d. Upon enrollment, Employers who are Federal contractors may elect to verify employment eligibility of all existing employees working in the United States who were hired after November 6, 1986, instead of verifying only those employees assigned to a covered Federal contract. After enrollment, Employers must elect to verify existing staff following DHS procedures and begin E-Verify verification of all existing employees within 180 days after the election. e. The Employer may use a previously completed Form I-9 as the basis for creating an E-Verify case for an employee assigned to a contract as long as: i. That Form I-9 is complete (including the SSN) and complies with Article II.A.6, ii. The employee’s work authorization has not expired, and iii. The Employer has reviewed the Form I-9 information either in person or in communications with the employee to ensure that the employee’s Section 1, Form I-9 attestation has not changed (including, but not limited to, a lawful permanent resident alien having become a naturalized U.S. citizen). f. The Employer shall complete a new Form I-9 consistent with Article II.A.6 or update the previous Form I-9 to provide the necessary information if: i. The Employer cannot determine that Form I-9 complies with Article II.A.6, ii. The employee’s basis for work authorization as attested in Section 1 has expired or changed, or iii. The Form I-9 contains no SSN or is otherwise incomplete. Note: If Section 1 of Form I-9 is otherwise valid and up-to-date and the form otherwise complies with 1292321 Page 7 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Article II.C.5, but reflects documentation (such as a U.S. passport or Form I-551) that expired after completing Form I-9, the Employer shall not require the production of additional documentation, or use the photo screening tool described in Article II.A.5, subject to any additional or superseding instructions that may be provided on this subject in the E-Verify User Manual. g. The Employer agrees not to require a second verification using E-Verify of any assigned employee who has previously been verified as a newly hired employee under this MOU or to authorize verification of any existing employee by any Employer that is not a Federal contractor based on this Article. 3. The Employer understands that if it is a Federal contractor, its compliance with this MOU is a performance requirement under the terms of the Federal contract or subcontract, and the Employer consents to the release of information relating to compliance with its verification responsibilities under this MOU to contracting officers or other officials authorized to review the Employer’s compliance with Federal contracting requirements. C. RESPONSIBILITIES OF SSA 1. SSA agrees to allow DHS to compare data provided by the Employer against SSA’s database. SSA sends DHS confirmation that the data sent either matches or does not match the information in SSA’s database. 2. SSA agrees to safeguard the information the Employer provides through E-Verify procedures. SSA also agrees to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social Security numbers or responsible for evaluation of E-Verify or such other persons or entities who may be authorized by SSA as governed by the Privacy Act (5 U.S.C. § 552a), the Social Security Act (42 U.S.C. 1306(a)), and SSA regulations (20 CFR Part 401). 3. SSA agrees to provide case results from its database within three Federal Government work days of the initial inquiry. E-Verify provides the information to the Employer. 4. SSA agrees to update SSA records as necessary if the employee who contests the SSA tentative nonconfirmation visits an SSA field office and provides the required evidence. If the employee visits an SSA field office within the eight Federal Government work days from the date of referral to SSA, SSA agrees to update SSA records, if appropriate, within the eight-day period unless SSA determines that more than eight days may be necessary. In such cases, SSA will provide additional instructions to the employee. If the employee does not visit SSA in the time allowed, E-Verify may provide a final nonconfirmation to the employer. Note: If an Employer experiences technical problems, or has a policy question, the employer should contact E-Verify at 1-888-464-4218. D. RESPONSIBILITIES OF DHS 1. DHS agrees to provide the Employer with selected data from DHS databases to enable the Employer to conduct, to the extent authorized by this MOU: a. Automated verification checks on alien employees by electronic means, and 1292321 Page 8 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: b. Photo verification checks (when available) on employees. 2. DHS agrees to assist the Employer with operational problems associated with the Employer's participation in E-Verify. DHS agrees to provide the Employer names, titles, addresses, and telephone numbers of DHS representatives to be contacted during the E-Verify process. 3. DHS agrees to provide to the Employer with access to E-Verify training materials as well as an E-Verify User Manual that contain instructions on E-Verify policies, procedures, and requirements for both SSA and DHS, including restrictions on the use of E-Verify. 4. DHS agrees to train Employers on all important changes made to E-Verify through the use of mandatory refresher tutorials and updates to the E-Verify User Manual. Even without changes to E-Verify, DHS reserves the right to require employers to take mandatory refresher tutorials. 5. DHS agrees to provide to the Employer a notice, which indicates the Employer's participation in E-Verify. DHS also agrees to provide to the Employer anti-discrimination notices issued by the Office of Special Counsel for Immigration-Related Unfair Employment Practices (OSC), Civil Rights Division, U.S. Department of Justice. 6. DHS agrees to issue each of the Employer’s E-Verify users a unique user identification number and password that permits them to log in to E-Verify. 7. DHS agrees to safeguard the information the Employer provides, and to limit access to such information to individuals responsible for the verification process, for evaluation of E-Verify, or to such other persons or entities as may be authorized by applicable law. Information will be used only to verify the accuracy of Social Security numbers and employment eligibility, to enforce the INA and Federal criminal laws, and to administer Federal contracting requirements. 8. DHS agrees to provide a means of automated verification that provides (in conjunction with SSA verification procedures) confirmation or tentative nonconfirmation of employees' employment eligibility within three Federal Government work days of the initial inquiry. 9. DHS agrees to provide a means of secondary verification (including updating DHS records) for employees who contest DHS tentative nonconfirmations and photo mismatch tentative nonconfirmations. This provides final confirmation or nonconfirmation of the employees' employment eligibility within 10 Federal Government work days of the date of referral to DHS, unless DHS determines that more than 10 days may be necessary. In such cases, DHS will provide additional verification instructions. ARTICLE III REFERRAL OF INDIVIDUALS TO SSA AND DHS A. REFERRAL TO SSA 1. If the Employer receives a tentative nonconfirmation issued by SSA, the Employer must print the notice as directed by E-Verify. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify 1292321 Page 9 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. 2. The Employer agrees to obtain the employee’s response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. After a tentative nonconfirmation, the Employer will refer employees to SSA field offices only as directed by E-Verify. The Employer must record the case verification number, review the employee information submitted to E-Verify to identify any errors, and find out whether the employee contests the tentative nonconfirmation. The Employer will transmit the Social Security number, or any other corrected employee information that SSA requests, to SSA for verification again if this review indicates a need to do so. 4. The Employer will instruct the employee to visit an SSA office within eight Federal Government work days. SSA will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 5. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. 6. The Employer agrees not to ask the employee to obtain a printout from the Social Security Administration number database (the Numident) or other written verification of the SSN from the SSA. B. REFERRAL TO DHS 1. If the Employer receives a tentative nonconfirmation issued by DHS, the Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. 2. The Employer agrees to obtain the employee’s response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. The Employer agrees to refer individuals to DHS only when the employee chooses to contest a tentative nonconfirmation. 4. If the employee contests a tentative nonconfirmation issued by DHS, the Employer will instruct the 1292321 Page 10 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: employee to contact DHS through its toll-free hotline (as found on the referral letter) within eight Federal Government work days. 5. If the Employer finds a photo mismatch, the Employer must provide the photo mismatch tentative nonconfirmation notice and follow the instructions outlined in paragraph 1 of this section for tentative nonconfirmations, generally. 6. The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo mismatch, the Employer will send a copy of the employee’s Form I-551, Form I-766, U.S. Passport, or passport card to DHS for review by: a. Scanning and uploading the document, or b. Sending a photocopy of the document by express mail (furnished and paid for by the employer). 7. The Employer understands that if it cannot determine whether there is a photo match/mismatch, the Employer must forward the employee’s documentation to DHS as described in the preceding paragraph. The Employer agrees to resolve the case as specified by the DHS representative who will determine the photo match or mismatch. 8. DHS will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 9. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. ARTICLE IV SERVICE PROVISIONS A. NO SERVICE FEES 1. SSA and DHS will not charge the Employer for verification services performed under this MOU. The Employer is responsible for providing equipment needed to make inquiries. To access E-Verify, an Employer will need a personal computer with Internet access. ARTICLE V MODIFICATION AND TERMINATION A. MODIFICATION 1. This MOU is effective upon the signature of all parties and shall continue in effect for as long as the SSA and DHS operates the E-Verify program unless modified in writing by the mutual consent of all parties. 2. Any and all E-Verify system enhancements by DHS or SSA, including but not limited to E-Verify checking against additional data sources and instituting new verification policies or procedures, will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. 1292321 Page 11 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: B. TERMINATION 1. The Employer may terminate this MOU and its participation in E-Verify at any time upon 30 days prior written notice to the other parties. 2. Notwithstanding Article V, part A of this MOU, DHS may terminate this MOU, and thereby the Employer’s participation in E-Verify, with or without notice at any time if deemed necessary because of the requirements of law or policy, or upon a determination by SSA or DHS that there has been a breach of system integrity or security by the Employer, or a failure on the part of the Employer to comply with established E-Verify procedures and/or legal requirements. The Employer understands that if it is a Federal contractor, termination of this MOU by any party for any reason may negatively affect the performance of its contractual responsibilities. Similarly, the Employer understands that if it is in a state where E-Verify is mandatory, termination of this by any party MOU may negatively affect the Employer’s business. 3. An Employer that is a Federal contractor may terminate this MOU when the Federal contract that requires its participation in E-Verify is terminated or completed. In such cases, the Federal contractor must provide written notice to DHS. If an Employer that is a Federal contractor fails to provide such notice, then that Employer will remain an E-Verify participant, will remain bound by the terms of this MOU that apply to non-Federal contractor participants, and will be required to use the E-Verify procedures to verify the employment eligibility of all newly hired employees. 4. The Employer agrees that E-Verify is not liable for any losses, financial or otherwise, if the Employer is terminated from E-Verify. ARTICLE VI PARTIES A. Some or all SSA and DHS responsibilities under this MOU may be performed by contractor(s), and SSA and DHS may adjust verification responsibilities between each other as necessary. By separate agreement with DHS, SSA has agreed to perform its responsibilities as described in this MOU. B. Nothing in this MOU is intended, or should be construed, to create any right or benefit, substantive or procedural, enforceable at law by any third party against the United States, its agencies, officers, or employees, or against the Employer, its agents, officers, or employees. C. The Employer may not assign, directly or indirectly, whether by operation of law, change of control or merger, all or any part of its rights or obligations under this MOU without the prior written consent of DHS, which consent shall not be unreasonably withheld or delayed. Any attempt to sublicense, assign, or transfer any of the rights, duties, or obligations herein is void. D. Each party shall be solely responsible for defending any claim or action against it arising out of or related to E-Verify or this MOU, whether civil or criminal, and for any liability wherefrom, including (but not limited to) any dispute between the Employer and any other person or entity regarding the applicability of Section 403(d) of IIRIRA to any action taken or allegedly taken by the Employer. E. The Employer understands that its participation in E-Verify is not confidential information and may be disclosed as authorized or required by law and DHS or SSA policy, including but not limited to, 1292321 Page 12 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Congressional oversight, E-Verify publicity and media inquiries, determinations of compliance with Federal contractual requirements, and responses to inquiries under the Freedom of Information Act (FOIA). F. The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the Employer and DHS respectively. The Employer understands that any inaccurate statement, representation, data or other information provided to DHS may subject the Employer, its subcontractors, its employees, or its representatives to: (1) prosecution for false statements pursuant to 18 U.S.C. 1001 and/or; (2) immediate termination of its MOU and/or; (3) possible debarment or suspension. G. The foregoing constitutes the full agreement on this subject between DHS and the Employer. To be accepted as an E-Verify participant, you should only sign the Employer’s Section of the signature page. If you have any questions, contact E-Verify at 1-888-464-4218. 1292321 Page 13 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Approved by: Employer Name (Please Type or Print) Title Signature Date Department of Homeland Security – Verification Division Name (Please Type or Print) Title Signature Date 1292321 Capital Consulting Solutions, LLC Adam Ahmad Electronically Signed 04/22/2018 USCIS Verification Division Electronically Signed 04/22/2018 Page 14 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Information Required for the E-Verify Program Information relating to your Company: Company Name Company Facility Address Company Alternate Address County or Parish Employer Identification Number North American Industry Classification Systems Code Parent Company Number of Employees Number of Sites Verified for 1292321 Capital Consulting Solutions, LLC 5633 Strand Blvd, Suite 312 Naples, FL 34110 COLLIER 820845707 541 1 to 4 1 Page 15 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Are you verifying for more than 1 site? If yes, please provide the number of sites verified for in each State: 1292321 FLORIDA 1 site(s) Page 16 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Information relating to the Program Administrator(s) for your Company on policy questions or operational problems: 1292321 Name Adam N Ahmad Phone Number (239) 273 - 8894 Fax Number Email Address adam.ahmad@capitalengr.com Name Kelly K Ahmad Phone Number (239) 200 - 7131 Fax Number Email Address adam.ahmad@capitalengr.com Name Adam N Ahmad Phone Number (239) 273 - 8894 Fax Number Email Address adam.ahmad@capitalengr.com Page 17 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: 1292321 Page intentionally left blank Scanned by CamScanner REQUEST FOR QUALIFICATION RFQ NO. 19 -7646 GENERAL CONTRACTORS FOR PUBLIC TRANSIT CONSTRUCTION PROJECTS COLLIER COUNTY GOVERNMENT, PROCUREMENT SERVICES DIVISION ATTN: EVELYN COLON, PROCUREMENT STRATEGIST 3295 TAMIAMI TRAIL EAST, BLDG C -2 NAPLES, FLORIDA 34112 DUE: TUESDAY, AUGUST 6, 2019 @ 3:00PM 2534-A Edison Avenue | Fort Myers, Florida 33901 | (239) 226-0500 | www.christelconstruction.com 1 RFQ No. 19-7646 General Contractors for Public Transit Constructfon TABLE OF CONTENTS Tab 1| Cover Letter / Management Summary……………………………………………………………………………………………………………….2 Tab 2| Certffied Minority Business Enterprise……………………………………………………………………………………………………………….4 Tab 3| Business Plan……………………………………………………………………………………………………………….…………………………………….5 Tab 4| Experience and Capacity of the Firm………………………………………………………………………………………………………………….8 Tab 5| Specialized Expertfse of Team Members………………………………………………………………………………………………………….24 Tab 6| References……………………………………………………………………………………………………………….………………………………………36 Tab 7| Required Form Submittals……………………………………………………………………………………………………………….………………46 Form 1: Vendor’s Non-Response Statement…………………………………………………………………………………….…………….46 Form 2: Vendor Check List……………………………………………………………………………………………………………….…………….47 Form 3: Conflict of Interest Affidavit……………………………………………………………………………………………………………...48 Form 4: Vendor Declaratfon Statement………………………………………………………………………………………………………….49 Form 5: Immigratfon Affidavit Certfficatfon…………………………………………………………………………………………………….53 Form 6: Vendor Substftute W-9……………………………………………………………………………………………………………….……..56 OTHER: Addendum Acknowledgement…………………………………………………………………………………………………………..57 OTHER: FTA Grant Certfficatfons and Assurances…………………………………………………………………………………………...58 2 RFQ No. 19-7646 General Contractors for Public Transit Constructfon COVER LETTER / MANAGEMENT SUMMARY RFQ #19-7646 General Contractors for Public Transit Constructfon Projects Company Name Chris-Tel Company of Southwest Florida, Inc., dba Chris-Tel Constructfon Company Address 2534-A Edison Avenue, Fort Myers, Florida 33901 Contact Information Howard L. Wheeler, II I P: (239) 226-0500 I F: (239) 226-0503 I hwheeler@christelconstructfon.com Date of Submittal August 6, 2019 August 6, 2019 Collier County Government Procurement Services Division Attentfon: Evelyn Colon, Procurement Strategist 3295 Tamiami Trail East, Bldg. C-2 Naples, Florida 34112 WHAT SETS UP APART LONGEVITY: Chris-Tel Constructfon was founded in 1989 and is based in Fort Myers, Florida with over 90 years of family history behind it. We are committed to establishing and engaging in long term relatfonships built upon the principles of integrity, dedicatfon, quality craftsmanship and unwavering work ethic. Our firm has a contfnuous com- mitment to the local community and has successfully procured solid relatfonships with the local market and munici- palitfes over the past thirty years. UNMATCHED PRECONSTRUCTION: With over 80 years of combined experience, our estfmatfng and preconstructfon team is the most talented and experienced in the area who, by default, perform numerous valued -added solutfons to each project, large or small. We can lower the client budget by up to 40% during the value engineering and pre- constructfon phase. Using the latest technology coupled with the long-standing relatfonships we have built with the local subcontractor market, we procure accurate, fair pricing and historic cost analysis for every client. DIVERSIFIED TEAM: We have segmented our firm into three distfnct groups (Commercial Constructfon, Site/Civil and Special Projects) in order to provide our clients with a team that has the all encompassing capacity to manage every aspect of a project. Our Project Managers, Superintendents and staff offer specific knowledge based on the scope at hand and the professional experience to provide a lessons learned and best means and methods approach. FINANCIAL STRENGTH: Our firm has the financial strength and capability to procure and manage any type of con- structfon project. Due to our long history of business acumen and smart decisions, Chris -Tel Constructfon has ob- tained a bonding capacity of $100 Million for a single project and $300 Million aggregate. This, coupled with our conscious efforts to contfnue to have a MOD Factor lower than the average (0.78), we are a stable and financially sound firm that has gained the respect and prosperity in our industry. WORKING RELATIONSHIP WITH MUNICIPAL OFFICIALS: Having been in the area for over 90 years, the team at Chris -Tel Constructfon has fostered a solid working relatfonship with local County and City officials. This is paramount when navigatfng permitting, design and certfficatfons during constructfon as well as tax incentfves provided to our clients from the County and City. SUB-CONTRACTOR RELATIONSHIPS: The strong and long-standing relatfonships we have developed with the local subcontractor and vendor community in Southwest Florida contfnues to be a key element on every project. The ability to provide our clients with fair and exact pricing for labor and materials maintains our status as an ethical and respected leader in the industry. ZERO CORPORATE: Chris-Tel Constructfon has doubled in size since 2015 with regards to number of staff and portio- lio. This growth however has not changed our culture nor our relatfonships with our clients. We are local, available and involved from the top down on every project and have the staff at the ready no matter the need of the client. 3 RFQ No. 19-7646 General Contractors for Public Transit Constructfon COVER LETTER / MANAGEMENT SUMMARY RE: RFQ No. 19-7646 General Contractors for Public Transit Constructfon Dear Ms. Colon, Chris-Tel Constructfon is pleased to submit our qualificatfons for the General Contractors for Public Transit Constructfon Projects for Collier County. We are a local, full-service, licensed General Contractor and Constructfon Management firm that has been serving Southwest Florida since 1989. Based in Fort Myers, Florida, our firm is segmented into three distfnct groups to best serve our clients; Commercial Constructfon (> $2M), Site/Civil and Special Projects (< $2M). Chris- Tel is no stranger to contfnuing services contracts having been servicing local municipalitfes, elementary and higher educatfon entftfes and government agencies in this capacity since inceptfon. Our firm currently holds continuing contracts with Collier County Government, Florida Gulf Coast University, Florida SouthWest- ern State College, the Lee County School District, Lee County Government, Hendry County Government, the City of Fort Myers and the Lee County Port Authori- ty. These contracts are managed by our Special Projects Group and are a testament to our success rate in providing General Contractfng services in a tfmely and efficient manner in an on-call and contfnuous capacity. Our ability to provide cost estfmatfng, subcontractor partfcipatfon, schedule adherence and project man- agement for quick turn-around and smaller dollar value projects in the same manner as larger, vertfcal or horizontal projects is a key component to the Collier County Government when selectfng General Contractors for this contract. Our firm employs a team of thirty-seven (37) individuals which include Project Managers, Superintendents and Estfmators coupled with a complete back of house administratfve and accountfng staff to proactfvely manage any job, no matter the size. We have built solid relatfonships with the local subcontractor market al- lowing for ample coverage of all trades and flawless executfon of each project we are assigned. Chris-Tel has a myriad of subcontractors – including DBE and MBE firms – that we work with and will invite to bid on our projects. Our database of subcontractors includes over 1,200 vendors that are prequalified and vetted by our company. In additfon to our extensive database of subcontractors, we have the ability to self-perform small tasks associated with these projects as necessary if it is in the best interest of the client and/or the schedule. Chris-Tel Constructfon has a diverse portiolio with projects varying in complexity and scope. Our team has completed new constructfon, renovatfons and site/ utflity improvements. We have completed a multftude of projects for Collier County through our contfnuing services contract and we look forward to contfnuing our relatfonship with the County. We understand that the County is looking for General Contractors to complete various projects related to the Public Transit and Neighborhood Enhancement Division to include, but not limited to, bus shelters, structures, improvements, buildings, ramps, roadways, and walkways. Chris-Tel is staffed, prepared and available to deliver these services to the County. Recent projects that our firm has completed with a similar scope of work for Collier County include the Immokalee Road and Bridge Building Renovation, Pelican Bay Boulevard Crosswalk Improvements project, and the Goodland ADA Ramp and Miscellaneous Repairs. These projects involved significant renovatfons, upgrades, and improvements to the existfng structures. Just as these projects have been completed, we intend to carry out any project awarded under this con- tract with the same quality of service. We are committed to providing the County with thorough budgetfng, scheduling, and communicatfon throughout the dura- tfon of the project. We can guarantee that the County will benefit greatly from our storied experience, understanding and ability to complete these types of pro- jects on tfme and within budget. Our team strengths for this contract include:  Continuing Contracts Experience: As stated, Chris-Tel Constructfon is currently under or has been under contract with various municipalitfes on a contfnuing services basis and has completed many projects similar to or exactly like the scope of work described within this RFQ. Our staff is able to manage a multf- tude of quick, turn-around projects in a tfmely fashion without sacrificing quality or service.  Professional Experience: Chris-Tel Constructfon and it’s proposed team members have in-depth knowledge of performing General Contractfng services in Southwest Florida. Our recent and current experience with Collier County enables our firm to possess a comprehensive understanding of the work required, the policies and procedures in place and the industry experience to offer lessons learned wisdom to coordinate each project’s objectfves. Chris-Tel is an industry frontrunner in maintaining and completfng a variety of work on tfme and within budget.  Company Diversification: Chris-Tel Constructfon is segmented into three distfnct groups (Commercial Constructfon, Site/ Civil Constructfon and Special Projects) in order to provide our clients with a team that has an all encompassing capacity to manage every aspect of a project. Our staff can offer specific knowledge based on the scope at hand.  Ability to Self Perform: Our proposed team of professionals have the experience, knowledge and ability to self-perform a multftude of smaller tasks includ- ing carpentry, labor, demolitfon and constructfon when it is in the best interest of the County. The Special Projects Group staff is able to determine when this value added service is needed and will complete it if it is in the best interest of the client, the budget and the schedule.  Cost Estimating Acumen: Our proposed team of professionals have the experience, knowledge and historic cost informatfon to provide effectfve and sound estfmatfng and value engineering that preserves quality while allowing cost savings and fair market price for our clients. We appreciate your consideratfon of Chris-Tel Constructfon for the General Contractors for Public Transit Constructfon Projects for Collier County. We are confi- dent that with our storied experience providing these services for various municipalitfes and clientele in the area for projects similar to those listed in the scope of work, we would be the ideal firm to execute this contract. We welcome the opportunity to expand on our qualificatfons in a formal presentatfon. Sincerely, Howard L. Wheeler, II President 4 RFQ No. 19-7646 General Contractors for Public Transit Constructfon CHRIS-TEL CONSTRUCTION DBE/WMBE HISTORY AND PLAN CHRIS-TEL CONSTRUCTION DBE /WMBE HISTORICAL STATISTICS On our last two municipal projects, our average was 32.68% DBE utilization. We have a dedicated DBE Coordinator on staff in order to encourage and assist local DBE subcontractors and our estfmatfng sta ff during the bid phase of this project. Working in conjunctfon with the Collier County Government, we are very confident that w e will meet and most of the tfme exceed the partfcipatfon goals. PROJECT NAME CLIENT GOAL ACUTAL DBE/LOCAL PARTICIPATION Estero Boulevard Improvements (LC) 10% 47.79% North Fort Myers Rec Center (LC) 10% 17.57% Century Link Sports Complex (LC) 10% 10% Terry Park Improvements (LC) 10% 29% Dean Park/Second Street (CFM) 10% 97% The Landings at East Point (HACFM) 10% 25% Southward Village Apartments (HACFM) 10% 81% Broadway Apartments (HACFM) 10% 63% Coconut Cove Apartments (HACFM) 10% 34% The use of DBE/MBE subcontractors is a standard practfce at Chris -Tel Constructfon. Our commitment to the local market is eviden t in our past experience with municipal projects. We understand the importance of utflizing local subcontractors. Not only does it engage the local residents and provide them employment to assist their families, it also empowers the community to have a ves ted interest in the project from the beginning. To encourage DBE/MBE/WMBE partfcipatfon, we partfcipate in annual job fairs and match -making sessions with Florida Gulf Coast University’s (FGCU) Small Business Development Center. In conjunctfon with that, we implement the following technology: • Maintaining a database that is a combinatfon of Officer of Supplier Diversity (OSD), Housing Authority of Fort Myers (HACFM), Lee County Port Authority (LCPA) and Department of Transportatfon (DOT) accredited DBE, MBE and WMBE firms to give everyone certffied an equal opportunity to bid the project • Emailing bid invitatfons to DBE, MBE & WMBE contractors in our database (comprised of DBE, MBE & WMBE contrac- tors, listed in state certffied databases OSD, HACFM, LCPA and DOT) • Telephone contact to DBE, MBE & WMBE contractors in our database • Targeted packaging of trade bids to accommodate bidding by DBE, MBE & WMBE needs • Waiving of bonding for contracts, as deemed prudent • Pre-Qualificatfon of DBE, MBE & WMBE contractors in our database • Certfficatfon/Qualificatfon assistance to potentfal DBE, MBE & WMBE subcontractors • Job fairs/match-making sessions to connect subcontractors and DBE, MBE & WMBE subcontractors • Payment program to help fund operatfons through contract process • Pre-bid community outreach and educatfonal meetfngs • Document all new local hires CERTIFIED MINORITY BUSINESS ENTERPRISE Although Chris-Tel Constructfon is not a Certffied Minority Business Enterprise, we have a history and plan in place for utflizi ng DBE, MBE and WMBE subcontractors. 5 RFQ No. 19-7646 General Contractors for Public Transit Constructfon BUSINESS PLAN Chris-Tel Constructfon is segmented into three distfnct groups (Commercial Constructfon over $2M, Site/ Civil, and Special Proje cts under $2M) in order to provide our clients with a team that has the all encompassing capacity to manage every aspect of a pro- ject. Typically, our Special Projects division handles all of our contfnuing contract work however, if needed, Project Manage rs and Superintendents can be pulled from other divisions to oversee various projects. Chris -Tel Constructfon has 37 full-tfme employees, of which there are thirteen Superintendents and six Project Managers to choose from. Our Special Projects division is compris ed of two Project Managers and six Superintendents who each offer specific knowledge based on the scope at hand and have the professional experience to provide a lessons learned and best means and methods approach. Our Project Managers are highly qualified and have the capability to manage several different projects at one tfme. When proj ect demands exceed current staffing levels, Project Managers will be assigned to multfple projects, taking into consideratfon the loca- tfon and proximity of one project to another. MANAGING PROJECT WORKLOADS WHEN DEMAND EXCEEDS STAFFING LEVELS: When our firm receives an invitatfon to bid, our Project Managers examine the scope of work needing to be performed. When there are several requests coming in at the same tfme, our Project Managers must prioritfze which jobs to pursue. Typically h ow our firm prioritfzes projects is by determining our project staff’s availability, the availability of local subcontractors and also whether or not the project encompasses our firm’s areas of expertfse. Chris-Tel Constructfon is committed to delivering our cli- ents quality craftsmanship and the utmost customer care. Therefore, we carefully consider the workload that our firm takes on so that our team is never spread too thin. PRIORITIZING PROJECTS: Chris-Tel Constructfon understands the unique capabilitfes and laser focus aptftude a General Contractor should possess in order to successfully complete any project under a contfnuing services contract. Projects under contracts such as this typically ha ve very tfght turn-around schedules and more often than not, are going on simultaneously. The client has tfght deadlines with strict schedules to meet due to tfme, money, staff, stakeholders or weather. We understand all of the nuances of these types of con- tracts and have structured our firm in a way to concentrate corporate efforts on smaller dollar amount projects with the crea tfon of our Special Projects Group. The Special Projects Group administers the contfnuing services contracts for Collier County as well as our other municipal entftfes. This group was strategically staffed to handle all projects $2M and under with the same management style and structure as any larger project. The Special Projects Group is overseen by Donnie Singleton, who is one of the owners/principals of the firm. Along with Donnie, we have two Project Man- agers (Kevin James and Brandi Schulte), six Superintendents and two Assistant Project Managers. This team of professionals work cohesively to ensure that all the client ’s objectfves are met and that the project stays on schedule and within budget with a complete back of house behind them that will assist in the facilitatfon of each project. Our approach to projects ranging from $2M and under is no different than a larger commercial constructfon project. We will maintain the same level of staffing and con- sistent client service throughout constructfon. During the Preconstruction Phase, our team will devise a scope sheet for each subcontractor needed for the project. In many cas- es we may have an onsite pre-bid meetfng with the subs in order for them to have a full understanding of the project parameters, the environment in which they will be working and an awareness of the County ’s goals and objectfves. Chris-Tel Constructfon has a myriad of subcontractors—including DBE and MBE firms— that we work with and will invite to bid using our iSqFt bidding soft- ware as well as publicly advertfse in the News-Press. This ensures that the bid invites are tracked, monitored and logged through- out the entfre process. PROJECT APPROACH: 6 RFQ No. 19-7646 General Contractors for Public Transit Constructfon BUSINESS PLAN Once the bids are received and are vetted by our Project Manager, we will produce a Lump Sum Quote for the project in the for m of a proposal. This sets the stage for the budget and provides the County with the assurance of a well managed project. During the Construction Phase, our team will schedule meetfngs with the County before the project assigned would begin in order to completely understand what the project entails. For the duratfon of the project, our staff will be in constant communicatf on with the County and the back of house administratfve team in order to provide a transparent and clearly communicated process throughout. This can and will include weekly meetfngs with the County and the subcontractors assigned to review the schedule, budget and safety. Additfonally, we will supply Collier County and any stakeholders involved a three week look ahead schedule during constructfon so that each aspect of the project is clearly defined with dates and milestones. The Superintendent assig ned to the project will be onsite throughout and will be the single point of contact on the ground for the County. We find that t his streamlined communicatfon prevents any misunderstandings or confusion during constructfon. Project administratfon and documentatfon will take place throughout constructfon making it an easy transitfon to the County. Dur- ing the Post-Construction or Commissioning Phase, our team will provide the County with the necessary manuals, inspectfons, instructfons and as-built drawings necessary for completfon and occupatfon of the facility. Any warranty issues will be taken c are of swiftly due to our close proximity to the site. This alleviates any unscheduled costs or lost tfme to the County and instf lls a confi- dence in our firm to get the job done. PROJECT APPROACH CONT. RFQ No. 19-7646 General Contractors for Public Transit Construction BUSINESS PLAN– Sample Schedule 7 8 RFQ No. 19-7646 General Contractors for Public Transit Constructfon EXPERIENCE & CAPACITY OF THE FIRM Chris-Tel Constructfon uses a pre-qualificatfon process in order to provide our owners / clients the best pricing and local experience, capacity and skill available in Southwest Florida. We provide any firm wishing to be utflized as a subcontractor on one of our projects a pre-qualificatfon form that they are required to fill out and return with the necessary informatfon requested before they are able to bid on any job that we have. The prequalificatfon process helps to eliminate any unlicensed or unfit subcontractors from our job sites. Included with the form, each potentfal subcontractor must provide a copy of their current license, insurance certfficates, bonding capacity, contact informatfon, their DBE/MBE status and their E-Verify registratfon informatfon through the Department of Homeland Security. Once the scope of work is established, the internal estfmates have been calculated and the bid packages are created, we will publicly advertfse and extend invites to our database of pre-qualified subcontractors. A database which includes over 1,200 vendors to invite. This bidding process helps ensure we receive multfple bidders to help with competftfve pricing for our owners. Our estfmatfng and preconstructfon staff have a com- bined 80 years of experience in the Southwest Florida market. We have developed solid relatfonships with numerous subcontract ors from vari- ous trades and have worked with all of them on numerous projects in the past. This experience and strong working relatfonships allows our firm to provide our clients with the best pricing available from local subcontractors as well as seasoned knowledge on the abilitf es and dynamics of the subcontractor market. Having worked with numerous subcontractors, our firm is aware of their constructfon experience, skills and expertfse as it pertains to the job at hand. We are therefore able to match/suggest the subcontractor we feel is most qualified to perform the scope of work, not to exceed the budget. Chris-Tel does not believe in sacrificing the quality of a project. We believe in finding the most qualified individ- uals to perform the work for a price that is fair. DETERMINING SUBCONTRACTOR QUALIFICATIONS: SPECIAL PROJECTS GROUP: Chris-Tel Constructfon has a Special Projects Group that typically handles our contfnuing services contracts work. This team is comprised of the following Chris-Tel Constructfon staff: Donnie Singleton, Executive Vice President/Principal Kevin James, Project Manager Brandi Schulte, Project Manager Charles Prindle, Superintendent Brain Slowinski, Superintendent Mike Bolebruch, Superintendent Felipe Amaya, Superintendent Bob Morgan, Superintendent Joey Gill, Superintendent Emily Kinsey, Assistant Project Manager Morgan Thie, Assistant Project Manager The Special Projects Group of Chris-Tel Constructfon has always delivered successful projects for our owners on tfme and within budget. One specific example is the Lehigh High School Café Pavilion project that was completed by the above mentfoned team members for the Lee Coun- ty School District as part of the contfnuing services contract. This project involved the con- structfon of a 50’ by 42’ aluminum dining canopy and 10’ wide connectfng walkway cover on the Lehigh High School campus. This project was completed over the summer while the stu- dents and faculty were on summer break. The tfmeline for this project was tfght due to the limited weeks available over the summer. To make the project tfmeline work, our team crafted a project schedule to determine long lead items and worked diligently to adhere to the pro- posed tfmeframe. The project began in May 2017, and was completed in August 2017 prior to school startfng. The project was completed on tfme and came in under budget. RFQ No. 19-7646 General Contractors for Public Transit Construction EXPERIENCE & CAPACITY OF THE FIRM— Contractor’s License 9 10 RFQ No. 19-7646 General Contractors for Public Transit Constructfon EXPERIENCE & CAPACITY OF THE FIRM– Insurance & Bonding Requirements 11 RFQ No. 19-7646 General Contractors for Public Transit Constructfon EXPERIENCE & CAPACITY OF THE FIRM– Insurance & Bonding Requirements 12 RFQ No. 19-7646 General Contractors for Public Transit Constructfon EXPERIENCE & CAPACITY OF THE FIRM– Insurance & Bonding Requirements 13 RFQ No. 19-7646 General Contractors for Public Transit Constructfon EXPERIENCE & CAPACITY OF THE FIRM– Insurance & Bonding Requirements 14 RFQ No. 19-7646 General Contractors for Public Transit Constructfon EXPERIENCE & CAPACITY OF THE FIRM– Insurance & Bonding Requirements 15 RFQ No. 19-7646 General Contractors for Public Transit Constructfon EXPERIENCE & CAPACITY OF THE FIRM– Industry Awards and Recognitfons Chris-Tel Constructfon is not a member of the Associated General Contractors of America however, the following are a list of awards and recognitfons that Chris-Tel Constructfon has received for various projects. Lee Building Industry Associatfon Awards: 2018:  Summit Award – Best Commercial Contractors Project Hospitality $5M-$8M+ - Westin Conference Center 2017:  Pinnacle Award – Best Additfon over $250,000 – Martin Pool Pavilion  Summit Award – Best Commercial Contractors Project Infrastructure $5M -$8M+ - Estero Boulevard Improvements-Segment 1  Summit Award – Best Billboard – Chris-Tel Electronic Billboard  Summit Award – Best Historic Preservatfon – Rachel at the Well Restoration  Summit Award – Best Website – Chris-Tel Constructfon Corporate Website  Summit Award – Best Online Marketfng Campaign – Chris-Tel Word of the Week 2016:  Pinnacle Award - Best Historic Preservatfon – Spicer Cottage  Summit Award - Best Commercial Contractors Project ($2-$4.9M) – Somero Enterprises, Inc. HQ  Pinnacle Award - Best E-Newsletter – The Chris-Telegram 2015:  Summit Award - Best Commercial Contractors Project ($5-$8M) – Eastern Metal Supply (Fort Myers) 2014:  Summit Award - Best Commercial Contractors Project – Public Works – North Fort Myers Rec Center 2012:  Summit Award - Best Commercial Contractor Project Historic Restoratfon – Manual Scoreboard Historic Restoration at JetBlue Park Fenway South  Summit Award - Best LEED Certffied Project Improvement/Renovatfons – Broadway Apartments 2011:  Summit Award – Best Commercial Contractor Project (Historic Restoratfon) Edison’s Botanic Laboratory 2010:  Summit Award – Best Commercial Contractors Project (Historic Restoratfon) – Henry Ford Winter Estates – “The Mangoes”  Summit Award – Best Commercial Contractor Project (Historic Restoratfon) – Buckingham Community Center  Summit Award – Best Commercial Contractors Project (Industrial) – Materials Recycling Center 2009:  Summit Award – Best Historic Restoratfon – Olga Community Center  Summit Award – Best Tenant In-fill Project – Coley Westbrook Building 2007:  Summit Award – Best Historic Restoratfon – The Seminole Lodge 16 RFQ No. 19-7646 General Contractors for Public Transit Constructfon EXPERIENCE & CAPACITY OF THE FIRM– Industry Awards and Recognitfons 2019:  Excellence in Constructfon Award – Estero Boulevard Improvements, Segment 1  Excellence in Constructfon Merit Award – Westin Conference Center 2017:  Excellence in Constructfon Award – Somero Enterprises, Inc. HQ and Training Facility  Excellence in Constructfon Merit Award – Martin Pool Pavilion  Excellence in Constructfon Merit Award – Spicer Cottage  Excellence in Constructfon Merit Award – Eastern Metal Supply (Fort Myers) 2015:  Excellence in Constructfon Award – Century Link Sports Complex Associated Builders and Contractors Awards: Historic Restoratfon Awards:  2009 Florida Preservatfon Award for Historic Rehabilitatfon – Olga Community School  2008 Trustees’ Emeritus Award for Excellence in the Stewardship of Historic Sites – Edison and Ford Winter Estates  2006 Florida Southwest Associatfon of the American Instftute of Architects - Award for Building Excellence in Architecture in Historic Restoratfon of Edison and Ford Winter Estates 2014 FACE Awards Recipient 17 RFQ No. 19-7646 General Contractors for Public Transit Constructfon EXPERIENCE & CAPACITY OF THE FIRM– Constructfon Volume Year Number of Jobs Completed 2014 46 2015 47 2016 78 2017 105 2018 106 Total 382 Number of projects completed for each year over the past 5 years: Annual constructfon volume in dollars for each year over the past 5 years: Year Annual construction volume (dollars) 2014 $17,984,679 2015 $9,485,648 2016 $22,391,298 2017 37,949,042 2018 32,302,340 Average $24,022,601 18 RFQ No. 19-7646 General Contractors for Public Transit Constructfon EXPERIENCE & CAPACITY OF THE FIRM– Organizatfon Chart Title Number of Employees Principals 2 Executfve Management 2 Project Managers 6 Superintendents 13 Estfmators 2 Accountfng 2 Administratfon 5 Business Development/Marketfng 3 Engineering Interns 2 Total Staff 37 Chris-Tel Constructfon has 37 employees and is segmented into three distfnct groups; Commercial Constructfon (over $2M), Site/Ci vil Construc- tfon and Special Projects ($2M and under). In doing so, we are able to provide our clients with a team that has the all encom passing capacity to manage every aspect of a project from start to finish. Our Special Projects group will be responsible for executfng the projects awarded under this contract with Collier County for constructfon related to the Public Transit and Neighborhood Enhancement Division. This proposed team has successfully completed new constructfon, renovatfons, and site and utflity improvements. They are extremely knowledgeable, professional and have the relevant experience necessary to successfully execute this contract. The way that Chris-Tel Constructfon is organized helps to ensure orderly communicatfon and distributfon of informatfon. We under stand the importance of maintaining communicatfon among all levels of the organizatfon, not just with our employees, but with our subco ntractors as well, so that our team can effectfvely coordinate actfvitfes and ensure accountability. In doing so, we are able to ensure on -tfme delivery of our projects that not only meets, but exceeds the owner’s expectatfons. 19 RFQ No. 19-7646 General Contractors for Public Transit Constructfon EXPERIENCE & CAPACITY OF THE FIRM– Sample Project >$200,000 SERVICES PROVIDED: General Contractfng OWNER’S REPRESENTATIVE: Lamar Media Corp.— Nick Johnson, Operations Manager (478) 256-5883 ENGINEER: Avalon Engineering— Thomas Giles, P.E. (239) 573-2077 | tom@avaloneng.com SQUARE FOOTAGE: Various COST: $468,943– Veterans Parkway Entry Signs $256,284– Cape Coral Entry Signs PROJECT TIMELINE: 60 days to complete; estimated 480 hours of Supervision and Pro- ject Manager time (Veterans Parkway Entry Signs); estimated 320 hours of Supervision and Project Manager time (Cape Coral Entry Signs) Chris-Tel Constructfon provided General Contractfng services for the con- structfon and erectfon of the electronic signage billboard tower structures on Cape Coral Parkway and Veterans Parkway in Cape Coral, Florida. In conjunctfon with the design from Avalon Engineering, Chris-Tel provided structural steel constructfon, landscaping, site development, stucco, elec- trical and lightning protectfon conduit, reinforced steel framing for struc- ture and catwalk as well as paintfng, tfle roofing, copper finish and tower access. Each tower, operated by Lamar Media Corporatfon, holds a 380 square- foot digital electronic message board used for advertfsement and informa- tfonal messaging during storm events as well as Public Informatfon for City programming and events. The tower located on Cape Coral Parkway reaches forty-eight feet high and the tower on Veterans Parkway spans seventy-eight feet high. 20 RFQ No. 19-7646 General Contractors for Public Transit Constructfon EXPERIENCE & CAPACITY OF THE FIRM– Sample Project >$200,000 21 RFQ No. 19-7646 General Contractors for Public Transit Constructfon EXPERIENCE & CAPACITY OF THE FIRM– Sample Project >$200,000 The following are the billable rates that were used for the Lamar Electronic Entry Signage projects. Since the completfon of this project, the company’s billable rates have been revamped. We have included the current rates on the page following this one. 22 RFQ No. 19-7646 General Contractors for Public Transit Constructfon EXPERIENCE & CAPACITY OF THE FIRM– Sample Project >$200,000 23 RFQ No. 19-7646 General Contractors for Public Transit Constructfon EXPERIENCE & CAPACITY OF THE FIRM– Sample Project >$200,000 PRECON/ESTIMATING Joe Pressler PROJECT EXECUTIVE Donnie Singleton PROJECT MANAGER Kevin James PRINCIPAL-IN-CHARGE Howard Wheeler, II SAFETY / COMPLIANCE Alba Gonzalez ACCOUNTING Andrea Carnes LAMAR MEDIA CORPORATION SUPERINTENDENT Mike Bolebruch Proposed Team Member % of Time Preconstruction % of Time Construction Howard L. Wheeler, II, President/ Principal-in-Charge 50% 10% Donnie Singleton, Executfve Vice President/ Project Executfve 10% 30% Joe Pressler, Manager Estfmatfng & Preconstructfon 100% 10% Kevin James, Project Manager 25% 50% Mike Bolebruch, Superintendent 10% 100% Andrea Carnes, Accounts Receivable 10% 10% Alba Gonzalez, Compliance Specialist - Value Added Service 10% 10% 24 RFQ No. 19-7646 General Contractors for Public Transit Constructfon SPECIALIZED EXPERTISE OF TEAM MEMBERS– Key Roles & Responsibilitfes KEY ROLES AND RESPONSIBILITIES Donnie Singleton, Executive Vice President/ Project Executive: As Executfve Vice President, Mr. Singleton will act as one of the points of contact and overall in charge of the project(s). He manages, assesses, audits and develops the corporate safety pro gram in additfon to supervising the safety of the staff, including periodic job site evaluatfons and inspectfons. He provides tech nical assis- tance for the successful implementatfon and management of the corporate safety program and ensures compliance with applica- ble regulatory codes, standards and OSHA corporate safety policy. Kevin James, Manager Special Projects/Project Manager: As Project Manager, Mr. James is responsible for managing the con- structfon administratfon documentatfon, assistfng with bidding and subcontractor awarding, coordinatfng subcontractor partfci pa- tfon and will attend all owner/contractor meetfngs throughout a project’s duratfon. Morgan Thie, Bid Coordinator/Assistant Project Manager: Ms. Thie will perform the role of Bid Coordinator and Assistant Project Manager during both pre-constructfon and constructfon. Her responsibilitfes will include bid invitatfons, subcontractor pre - qualificatfon processes, permit coordinatfon and project documentatfon from pre -constructfon to close-out. Howard L. Wheeler, II, President: As President of the firm, Mr. Wheeler will serve as the Principal-in-Charge with regards to con- tract negotfatfon, subcontractor contracts, project administratfon, cost control and preconstructfon services for the project . He will attend owner meetfngs. Andrea Carnes, Accounts Receivable: Ms. Carnes will be responsible for the Accounts Receivable throughout the duratfon of the project(s). This entails setting up the project in our accountfng/billing system, payment coordinatfon documentatfon, maintai ning communicatfon regarding pay applicatfons, change orders and deductfve change orders. She will also be responsible for coordi- natfon the close-out documentatfon for the project. Alba Gonzalez, Compliance Specialist: Ms. Gonzalez will be responsible for the overall compliance and safety of the project(s). Assistfng Mr. Singleton in the field, Ms. Gonzalez will be coordinatfng and carrying out site visits to ensure OSHA complianc e and safety, conductfng on-site training if needed and compiling documentatfon for monthly PMIS reportfng to the owner and OSHA. Superintendent: The role of Superintendent may be filled by any one of the following team members depending on the scope of work and team member availability: Bob Morgan, Chuck Prindle, Brian Slowinski, Mike Bolebruch, Felipe Amaya, Joey Gill. As the Superintendent on site during constructfon, their roles will be to maintain communicatfon with the subcontractors and cli ent representatfve, manage material delivery, attend the owner/client meetfngs, adhere to the constructfon schedule, assist with cost control and constructability onsite. 25 RFQ No. 19-7646 General Contractors for Public Transit Constructfon SPECIALIZED EXPERTISE OF TEAM MEMBERS– Resumes HOWARD WHEELER, II President/Principal-In-Charge As Founder and President, Howard is in complete charge of every phase of Chris- Tel Constructfon. As a natfve Floridian and a third generatfon contractor in the Fort Myers area, he brings a lifetfme of con- structfon acumen and a genuine understanding of the partfcular constructfon demands in Southwest Florida. Howard founded Chris-Tel Constructfon in 1989 and provides executfve administratfon for projects collectfvely totaling more than $100 million in value. Because he works and plays in his hometown, Howard exemplifies community involvement in his endeavors with charitable organiza- tfons and other local community groups in and around Southwest Florida. EDUCATION/QUALIFICATIONS Edison State College 32 Years of Experience 30 Years with Chris-Tel Constructfon CERTIFICATIONS Certffied General Contractor State of Florida (Lic. CGC 038604) Certffied Solar Contractor State of Florida (Lic. CVC 56963) Rehabilitatfon Educatfon and Preserva- tfon (R.E.A.P.) Certffied Historic Craftsman Certffied Renovator—Lead Safe Certffied EPA American Red Cross Adult CPR/AED OSHA 10 Hr. REPRESENTATIVE EXPERIENCE AFFILIATIONS US Green Building Council, Member Real Estate Investment Society, Member Associated Builders & Contractors, Member Fort Myers HS Science Labs $1,531,929 J. Colin English Chiller $1,404,442 Allen Park Kitchen Renovatfons $272,678 Edison Park Elementary Chiller $746,747 Bonita Middle School Kitchen Renovatfons $398,587 Riverdale HS Kitchen Reno. $388,731 Edgewood Elementary School Kitchen $181,168 Tropic Isles Kitchen Reno. $613,056 Tanglewood Elementary Campus Renovatfon $1,709,114 East Zone Kitchen Equipment $16,589 Franklin Park Elementary Campus Renovatfon $1,709,114 High Tech Auto Classroom $48,945 Lehigh Senior High School Kitchen Renovatfon $25,595 Lehigh Senior HS Pavilion $289,973 Lehigh Senior High School Portables $109,478 Pine Island Elementary Kitchen $509,962 Transportatfon Upgrades Phases I and II $1,110,904 Central Energy Plant Upgrades $563,152 Office of the President Renovatfons $9,200 McTarnaghan Hall Renovatfons $225,000 Exam Room—Howard Hall $100,000 Einstein Bros. Bagels Reno. $14,436 Whitaker Hall Office Renovatfons $15,000 Lutgert Hall Renovatfons $10,500 Baseball Complex Canopy $6,000 Childcare Privacy Wall $66,084 Barbara B. Mann Various Renovatfons $1,199,338 Building A Power Pole—Lee $1,700 Peeples Learning Resources Library—Lee $368,351 Building K Fire Door—Charlotte $1,495 Rauchenberg Gallery $99,000 Hurricane Restoratfon– Collier $6,570 Learning Resources Center—Collier $952,506 Building U Warning System—Lee $4,100 Building T Renovatfons—Lee $19,150 Building L Renovatfons—Lee $4,413 Building C Minor Repairs—Lee $7,000 Building A Minor Repairs—Lee $4,900 Building O Lightfng Modificatfons—Charlotte $17,474 Building A Remodel—Collier $175,000 Building G—Library Renovatfons—Lee $15,900 Building J 2nd Floor Renovatfons $22,716 Site Lightfng Upgrades—Charlotte $43,731 Building S Renovatfon (estfmatfng) $1,800,000 Lee County School District Continuing Services Contract Florida Gulf Coast University Continuing Services Contract Florida SouthWestern State College Continuing Services Contract Collier County Government Continuing Services Contract Growth Management Building Renovatfons $70,942 North Gulf Shore Wall Replace $67,896 N.A.R.C. Aluminum Structure $2,857 Immokalee Road & Bridge Bldg. $98,152 Marco Island Tax Collector Building $7,126 Immokalee CCSO Repairs $2,100 Margood Cottage Demolitfon $8,760 GMD—Customer Counter $32,070 26 RFQ No. 19-7646 General Contractors for Public Transit Constructfon SPECIALIZED EXPERTISE OF TEAM MEMBERS– Resumes HOWARD WHEELER, II President/Principal-In-Charge REPRESENTATIVE EXPERIENCE (continued) Judicial Building Façade Repairs $20,000 Structural Foundatfon Repairs $576,003 Courthouse East Façade Structural Repairs $374,607 Judicial Building Roof Replace $552,450 Admin Building Roof Replacement $343,297 Hurricane Damage Repairs $192,180 Courtroom Renovatfons $727,049 Holding Cell Modificatfons $24,910 Hendry County Government Continuing Services Contract Page Field Hangar B Roof Repair $100,000 RSW Air Freight Bldg Re-Roof $179,040 Restroom 22 Emergency Repairs $1,790 Hertz Rental Car Paintfng $11,562 Page Field—RAMP Phases I, II and III $49,779 RSW ARFF Bay Doors $2,940 RSW—RAMP Phases I, II and III $11,055 Page Field 606 Danley Demo $31,000 RSW Fuel Tank Replacement Phase I and II $64,998 RSW PAMP Repairs $89,060 RSW Commercial GT Building $46,124 Page Field Light Pole Relocates $18,788 RSW Sealcoat and Parking Lot Modificatfons $23,816 RSW Cooling Tower Rehab $171,830 RSW Cell Phone Lot Relocatfon/Signage $61,000 RSW Baggage Handling System $701,698 RSW Mitfgatfon of Exotfc Species $24,697 RSW Ticket Signage / Kiosks $9,589 RSW Terminal Building Stucco Repair $490,159 RSW Passenger Bridge Tunnel $241,798 RSW Hangar D Renovatfon $486,000 Page Field Runway Sealant $24,990 RSW Rental Car Emergency Repairs $51,527 Howard Hughes IT Renovatfon $16,777 RSW Technology Upgrades $233,223 RSW Upper Level Roadway $63,456 Lee County Port Authority Continuing Services Contract Edison Home Historic Restoratfon $10,771,898 total Restoratfon Exterior Windows/Doors $219,000 Moonlight Garden $30,128 Sitework and Building Renovatfon $16,751 Cottage Attic Lightfng and Insulatfon $2,894 Edison Laboratory Restoratfon $462,000 Edison & Ford Winter Estates Continuing Services Contract Bat House Park $345,298 Suncoast Community Center $602,000 Riverdale Library Renovatfons $750,000 Buckingham Community Center $386,554 Terry Park Renovatfons $2,100,000 Olga School Community Center $699,332 Red Sox Player Development Academy $592,494 Justfce Center Annex $497,814 Boca Grande Pavilion $244,838 Crowninshield Renovatfons $150,000 Lee County Government Continuing Services Contract Dean Park/Second Street Improvements $1,182,642 City Hall ADA $100,000 Ransom St/Sunset Place Improvements $1,150,695 Bus Shelters $195,000 Rachel at the Well Structural Improvements $145,612 Art Work Restoratfon $179,000 Langford Kingston Home Restoratfons/Repairs $785,000 Burroughs Home Repairs/Misc. $1,800,000 City of Fort Myers Continuing Services Contract 27 RFQ No. 19-7646 General Contractors for Public Transit Constructfon DONNIE SINGLETON Executive Vice President/Principal-In-Charge Donnie has more than thirty (30) years experience on constructfon projects, from project award to completfon in various capacitfes. He manages, assesses, audits, revises, and develops the corporate safety program in additfon to supervising the safety of the staff, including periodic job site inspectfons and evaluatfons. He provides technical assistance for the successful implementatfon & management of the corporate safety program, and ensures compliance with applicable regulatory codes, stand- ards, and OSHA corporate safety policy. EDUCATION/QUALIFICATIONS Edison State College 32 Years of Experience 28 Years with Chris-Tel Constructfon CERTIFICATIONS 30 Hour OSHA R.E.A.P. (Rehabilitatfon Educatfon & Preservatfon) Certffied Historic Crafts- man Certffied Renovator—Lead Safe EPA M.O.T. Certffied—Intermediate, FLDOT #9385 LCSD, FDLE, SWFIA Security Clearance REPRESENTATIVE EXPERIENCE Dean Park/Second Street Improvements $1,182,642 City Hall ADA $100,000 Ransom St/Sunset Place Improvements $1,150,695 Bus Shelters $195,000 Rachel at the Well Structural Improvements $145,612 Art Work Restoratfon $179,000 Langford Kingston Home Restoratfons/Repairs $785,000 Burroughs Home Repairs/Misc. $1,800,000 Fort Myers HS Science Labs $1,531,929 J. Colin English Chiller $1,404,442 Allen Park Kitchen Renovatfons $272,678 Edison Park Elementary Chiller $746,747 Bonita Middle School Kitchen Renovatfons $398,587 Riverdale HS Kitchen Reno. $388,731 Edgewood Elementary School Kitchen $181,168 Tropic Isles Kitchen Reno. $613,056 Tanglewood Elementary Campus Renovatfon $1,709,114 East Zone Kitchen Equipment $16,589 Franklin Park Elementary Campus Renovatfon $1,709,114 High Tech Auto Classroom $48,945 Lehigh Senior High School Kitchen Renovatfon $25,595 Lehigh Senior HS Pavilion $289,973 Lehigh Senior High School Portables $109,478 Pine Island Elementary Kitchen $509,962 Barbara B. Mann Various Renovatfons $1,199,338 Building A Power Pole—Lee $1,700 Peeples Learning Resources Library—Lee $368,351 Building K Fire Door—Charlotte $1,495 Rauchenberg Gallery $99,000 Hurricane Restoratfon– Collier $6,570 Learning Resources Center—Collier $952,506 Building U Warning System—Lee $4,100 Building T Renovatfons—Lee $19,150 Building L Renovatfons—Lee $4,413 Building C Minor Repairs—Lee $7,000 Building A Minor Repairs—Lee $4,900 Building O Lightfng Modificatfons—Charlotte $17,474 Building A Remodel—Collier $175,000 Building G—Library Renovatfons—Lee $15,900 Building J 2nd Floor Renovatfons $22,716 Site Lightfng Upgrades—Charlotte $43,731 Building S Renovatfon (estfmatfng) $1,800,000 City of Fort Myers Continuing Services Contract Lee County School District Continuing Services Contract Florida SouthWestern State College Continuing Services Contract SPECIALIZED EXPERTISE OF TEAM MEMBERS– Resumes Collier County Government Continuing Services Contract Growth Management Building Renovatfons $70,942 North Gulf Shore Wall Replace $67,896 N.A.R.C. Aluminum Structure $2,857 Immokalee Road & Bridge Bldg. $98,152 Marco Island Tax Collector Building $7,126 Immokalee CCSO Repairs $2,100 Margood Cottage Demolitfon $8,760 GMD—Customer Counter $32,070 28 RFQ No. 19-7646 General Contractors for Public Transit Constructfon DONNIE SINGLETON Executive Vice President/Principal-In-Charge REPRESENTATIVE EXPERIENCE (continued) Judicial Building Façade Repairs $20,000 Structural Foundatfon Repairs $576,003 Courthouse East Façade Structural Repairs $374,607 Judicial Building Roof Replace $552,450 Admin Building Roof Replacement $343,297 Hurricane Damage Repairs $192,180 Courtroom Renovatfons $727,049 Holding Cell Modificatfons $24,910 Hendry County Government Continuing Services Contract Page Field Hangar B Roof Repair $100,000 RSW Air Freight Bldg Re-Roof $179,040 Restroom 22 Emergency Repairs $1,790 Hertz Rental Car Paintfng $11,562 Page Field—RAMP Phases I, II and III $49,779 RSW ARFF Bay Doors $2,940 RSW—RAMP Phases I, II and III $11,055 Page Field 606 Danley Demo $31,000 RSW Fuel Tank Replacement Phase I and II $64,998 RSW PAMP Repairs $89,060 RSW Commercial GT Building $46,124 Page Field Light Pole Relocates $18,788 RSW Sealcoat and Parking Lot Modificatfons $23,816 RSW Cooling Tower Rehab $171,830 RSW Cell Phone Lot Relocatfon/Signage $61,000 RSW Baggage Handling System $701,698 RSW Mitfgatfon of Exotfc Species $24,697 RSW Ticket Signage / Kiosks $9,589 RSW Terminal Building Stucco Repair $490,159 RSW Passenger Bridge Tunnel $241,798 RSW Hangar D Renovatfon $486,000 Page Field Runway Sealant $24,990 RSW Rental Car Emergency Repairs $51,527 Howard Hughes IT Renovatfon $16,777 RSW Technology Upgrades $233,223 RSW Upper Level Roadway $63,456 Lee County Port Authority Continuing Services Contract Edison Home Historic Restoratfon $10,771,898 total Restoratfon Exterior Windows/Doors $219,000 Moonlight Garden $30,128 Sitework and Building Renovatfon $16,751 Cottage Attic Lightfng and Insulatfon $2,894 Edison Laboratory Restoratfon $462,000 Edison & Ford Winter Estates Continuing Services Contract Bat House Park $345,298 Suncoast Community Center $602,000 Riverdale Library Renovatfons $750,000 Buckingham Community Center $386,554 Terry Park Renovatfons $2,100,000 Olga School Community Center $699,332 Red Sox Player Development Academy $592,494 Justfce Center Annex $497,814 Boca Grande Pavilion $244,838 Crowninshield Renovatfons $150,000 Lee County Government Continuing Services Contract SPECIALIZED EXPERTISE OF TEAM MEMBERS– Resumes Transportatfon Upgrades Phases I and II $1,110,904 Central Energy Plant Upgrades $563,152 Office of the President Renovatfons $9,200 McTarnaghan Hall Renovatfons $225,000 Exam Room—Howard Hall $100,000 Einstein Bros. Bagels Reno. $14,436 Whitaker Hall Office Renovatfons $15,000 Lutgert Hall Renovatfons $10,500 Baseball Complex Canopy $6,000 Childcare Privacy Wall $66,084 Florida Gulf Coast University Continuing Services Contract 29 RFQ No. 19-7646 General Contractors for Public Transit Constructfon SPECIALIZED EXPERTISE OF TEAM MEMBERS– Resumes REPRESENTATIVE EXPERIENCE KEVIN JAMES Project Manager MORGAN THIE Assistant Project Manager Morgan supervises communicatfon and correspondence, tracks RFI’s, permitting and tfmeliness of submittals. Coordinates bid documents, manages change orders, contracts, verifies subcontractor certffied payroll & draw request on contract amounts and processes all detailed paperwork pertain- ing to each phase of every project. Pre-qualifies subcontractors, submits invitatfon to bid to all sub- contractors and ensures partfcipatfon from all trades. She is highly focused and results-oriented while supportfng a complex, deadline-driven operatfon. EDUCATION/QUALIFICATIONS 1 Year Experience 1 Year with Chris-Tel Constructfon CERTIFICATIONS Viewpoint Software Microsoft Office Suite REPRESENTATIVE EXPERIENCE FSW Portables— Fort Myers, Florida CMAR services under contfnuing contract for the install of twelve (12) portables to include electri- cal, plumbing, and HVAC work. FSW Building E EIFS Repairs— Fort Myers, Florida CMAR services under contfnuing contract for the removal and replacement of Building “E” EIFS wall finishes on the North and South elevatfons. HERC Breakroom Renovation— Bonita Springs, Florida Multf-phased work to include selectfve demolitfon, drywall installatfon, plumbing, electrical, and HVAC work. Goodland Marina Repairs— Goodland, Florida CMAR services for Collier County for the Goodland Marina ADA ramp replacement and miscellane- ous repair work. EDUCATION/QUALIFICATIONS Florida SouthWestern State College 22 Years of Experience 3 Years with Chris-Tel Constructfon CERTIFICATIONS Certffied Building Contractor, Florida (Lic. CBC1258016) Finish Mason Finish and Form Carpenter Tile Setter Mechanical Aluminum Constructfon Advanced MOT/Signal—Level 2 Traffic Control Technician/Pavement Marking– American Traffic Safety Ser- vices Kevin has more than twenty (20) years experience in the residentfal and commercial constructfon industry. As Project Manager, Kevin’s responsibilitfes include estfmatfng, supervision of subcontractors and crew and all other aspects of field operatfons, including detailed daily reports and photographic documentatfon of construc- tfon actfvity, coordinatfon and collaboratfon with the Project Team, including Owners, Architects, and the coor- dinatfon of equipment and materials orders/delivery. Additfonally, he maintains compliance with building codes, as well as conducts regulatory safety meetfngs and creatfon of punch list with the Owner. Collier County Government Continuing Services Contract Growth Management Building Renovatfons $70,942 North Gulf Shore Wall Replace $67,896 N.A.R.C. Aluminum Structure $2,857 Immokalee Road & Bridge Bldg. $98,152 Marco Island Tax Collector Building $7,126 Immokalee CCSO Repairs $2,100 Margood Cottage Demolitfon $8,760 GMD—Customer Counter $32,070 Baseball Complex Canopy $6,000 Childcare Privacy Wall $66,084 Florida Gulf Coast University Continuing Services Contract Building T Renovatfons—Lee $19,150 Building L Renovatfons—Lee $4,413 Building C Minor Repairs—Lee $7,000 Building A Minor Repairs—Lee $4,900 Building O Lightfng Modificatfons—Charlotte $17,474 Building A Remodel—Collier $175,000 Building G—Library Renovatfons—Lee $15,900 Building J 2nd Floor Renovatfons $22,716 Site Lightfng Upgrades—Charlotte $43,731 Building S Renovatfon (estfmatfng) $1,800,000 Florida SouthWestern State College Continuing Services Contract 30 RFQ No. 19-7646 General Contractors for Public Transit Constructfon BOB MORGAN Senior Superintendent Bob has more than thirty-two (32) years experience in both residentfal and commercial constructfon projects. He is responsible for the supervision of subcontractors, crews, and all other aspects of field operatfons, including coordinatfon and collaboratfon with the Project Team, including Owners, Archi- tects, and the coordinatfon of equipment and materials orders/delivery. Additfonally, Bob maintains compliance with building codes, regulatory safety meetfngs and creatfon & completfon of punch list with the Owner. EDUCATION/QUALIFICATIONS Edison State College 33 Years of Experience 17 Years with Chris-Tel Constructfon CERTIFICATIONS R.E.A.P. Certffied (Rehabilitatfon, Educatfon and Preservatfon) Crafts- man Certffied Renovatfon—Lead-Safe EPA American Red Cross Adult CPE/AED Lee County School District Security Badge Clearance (Jessica Lunsford Act) REPRESENTATIVE EXPERIENCE Judicial Building Façade Repairs $20,000 Structural Foundatfon Repairs $576,003 Courthouse East Façade Structural Repairs $374,607 Judicial Building Roof Replace $552,450 Admin Building Roof Replacement $343,297 Hurricane Damage Repairs $192,180 Courtroom Renovatfons $727,049 Holding Cell Modificatfons $24,910 Hendry County Government Continuing Services Contract Edison Home Historic Restoratfon $10,771,898 total Restoratfon Exterior Windows/Doors $219,000 Moonlight Garden $30,128 Sitework and Building Renovatfon $16,751 Cottage Attic Lightfng and Insulatfon $2,894 Edison Laboratory Restoratfon $462,000 Edison & Ford Winter Estates Continuing Services Contract Bus Shelters $195,000 City Hall ADA $100,000 Rachel at the Well Structural Improvements $145,612 Art Work Restoratfon $179,000 Langford Kingston Home Restoratfons/Repairs $785,000 Burroughs Home Repairs/Misc. $1,800,000 City of Fort Myers Continuing Services Contract Bat House Park $345,298 Suncoast Community Center $602,000 Riverdale Library Renovatfons $750,000 Buckingham Community Center $386,554 Terry Park Renovatfons $2,100,000 Olga School Community Center $699,332 Red Sox Player Development Academy $592,494 Justfce Center Annex $497,814 Lee County Government Continuing Services Contract Transportatfon Upgrades Phases I and II $1,110,904 Central Energy Plant Upgrades $563,152 Office of the President Renovatfons $9,200 McTarnaghan Hall Renovatfons $225,000 Exam Room—Howard Hall $100,000 Einstein Bros. Bagels Reno. $14,436 Whitaker Hall Office Renovatfons $15,000 Lutgert Hall Renovatfons $10,500 Florida Gulf Coast University Continuing Services Contract Bonita Middle School Kitchen Renovatfons $398,587 Riverdale HS Kitchen Reno. $388,731 Edgewood Elementary School Kitchen $181,168 Tropic Isles Kitchen Reno. $613,056 Tanglewood Elementary Campus Renovatfon $1,709,114 East Zone Kitchen Equipment $16,589 Franklin Park Elementary Campus Renovatfon $1,709,114 High Tech Auto Classroom $48,945 Lee County School District Continuing Services Contract SPECIALIZED EXPERTISE OF TEAM MEMBERS– Resumes 31 RFQ No. 19-7646 General Contractors for Public Transit Constructfon SPECIALIZED EXPERTISE OF TEAM MEMBERS– Resumes Chuck has more than fifteen (15) years experience in both residentfal and commercial constructfon pro- jects. He is responsible for the supervision of subcontractors, crews, and all other aspects of field opera- tfons, including coordinatfon and collaboratfon with the Project Team, including Owners, Architects, and the coordinatfon of equipment and materials orders/delivery. Additfonally, Chuck maintains compliance with building codes, regulatory safety meetfngs and creatfon & completfon of punch list with the Owner. REPRESENTATIVE EXPERIENCE CHUCK PRINDLE Superintendent BRIAN SLOWINSKI Superintendent REPRESENTATIVE EXPERIENCE EDUCATION/QUALIFICATIONS Edison State College 16Years of Experience 1 Year with Chris-Tel Constructfon CERTIFICATIONS OSHA 10 Hr. Certfficatfon Lee County School District Badge SWFIA Security Clearance Badge Class A CDL License Forklift Certfficatfon EDUCATION/QUALIFICATIONS 21 Years of Experience 3 Years with Chris-Tel Constructfon CERTIFICATIONS OSHA 30 Hr. Certfficatfon Collier County Government Badge MOT Intermediate Certfficatfon LCSD Badge Clearance Forklift Certfficatfon Brian has more than twenty (20) years of experience in the constructfon industry here in Southwest Florida. He has worked on various constructfon projects, from project award to completfon in various capacitfes. His responsibilitfes include supervision of subcontractors & crew and all other aspects of field operatfons. Brian is in charge of coordinatfon and collaboratfon with the project team and the coordinatfon of equipment and materials orders/delivery. Additfonally, he maintains compliance with building codes and creatfon & resolutfon of punch list with the owner. Continuing Services Contract—Various Lee and Collier Counties CMAR services for contfnuing contract projects for the School District of Lee County, Florida SouthWestern State College, Florida Gulf Coast University, Collier County Government, Lee County Government, Hendry County Govern- ment, the Lee County Port Authority and the City of Fort Myers. Florida Gulf Coast University—Fort Myers, Florida Superintendent for various projects under contfnuing contract on the campus of FGCU including the Privacy Wall at the campus Childcare, Whitaker Hall Room 230 repairs, Stair Handrail replacement and concrete repairs to parking garages. Kitchen Equipment Renovations—Lee County School District CMAR services via contfnuing contract for the kitchen renovatfons for Pine Island Elementary. The City of Cape Coral Canal Pump Station—Cape Coral, Florida CMAR services for the building, shell, interior buildout, plumbing, AC and fire protectfon for the City of Cape Coral Canal Pump Statfon. HERC Breakroom Renovations— Bonita Springs, Florida CMAR services for HERC breakroom renovatfons; work to include cabinetry work, drywall and insulatfon, flooring, plumbing, HVAC, electrical and safety and security. City Hall Annex-Goodyear— City of Fort Myers CMAR services for the City Hall Annex-Goodyear project; work to include, site and parking lot demolitfon, plumbing, HVAC, electrical, cabinetry, framing, concrete repair and exterior repairs/stucco. Judicial Building Façade Repairs $20,000 Structural Foundatfon Repairs $576,003 Courthouse East Façade Structural Repairs $374,607 Judicial Building Roof Replace $552,450 Admin Building Roof Replacement $343,297 Hurricane Damage Repairs $192,180 Hendry County Government Continuing Services Contract Bat House Park $345,298 Crowninshield Renovatfons $150,000 Boca Grande Pavilion $244,838 Lee County Government Continuing Services Contract HERC Office and Café Renovations—Bonita Springs, Florida Multf-phased work to include interior renovatfons, flooring, drywall, ceiling, MEP, HVAC and kitchen renovatfons. Arby’s Restaurants | Carisch, Inc. | $1,200,000 New constructfon of a new prototype restaurant in Port Charlotte as well as remodel and renovatfon to existfng restaurant in Naples to include kitchen equipment reconfiguratfon and installatfon, flooring, MEP, drywall, paintfng, site development and asphalt parking lot. 32 RFQ No. 19-7646 General Contractors for Public Transit Constructfon SPECIALIZED EXPERTISE OF TEAM MEMBERS– Resumes REPRESENTATIVE EXPERIENCE FELIPE AMAYA Superintendent JOEY GILL Superintendent REPRESENTATIVE EXPERIENCE EDUCATION/QUALIFICATIONS Associates Degree, Trident Technical 38 Years Experience 6 Years with Chris-Tel Constructfon CERTIFICATIONS Certffied General Contractor, State of Florida Class A (Lic. CGC 060913) LCSD, FDLE, SWFIA Security Clearance OSHA 10 Hr. Certfficatfon FLDEP Stormwater, Erosion and Sedi- ment Control Inspector (AOA) Air Operatfons Area Security Maintenance and Driver Training Felipe has more than thirty-seven (37) years experience in the constructfon and mechanical fields on various constructfon projects, from award to completfon in various capacitfes. He has extensive experience in historic craftsmanship, as well as working on highly specialized laboratory & security projects. His responsibilitfes include supervision of subcontractors & crew and all other aspects of field operatfons as it relates to scheduling, quality control, cost control and supervision and all other aspects of field operatfons, including the coordinatfon of equipment and materials orders/delivery. EDUCATION/QUALIFICATIONS 8 Years of Experience 2 Year with Chris-Tel Constructfon CERTIFICATIONS OSHA 10 Hr. Certfficatfon Viewpoint Software Microsoft Office Suite Joey has eight (8) years of constructfon industry experience in new constructfon, renovatfons, me- chanical and electrical constructfon. As Superintendent, his responsibilitfes include job site manage- ment, coordinatfon of equipment and materials orders/delivery, schedule monitoring, subcontractor communicatfon, project reportfng and safety compliance. Westin Conference Center—Freeman & Hasselwander, Cape Coral, Florida CMAR for new 35,000 SF conference center to include ballrooms, kitchen, meetfng space, receptfon area, utflitfes, site work and all HVAC/MEP facultfes. Cypress Cove Villas—Lee Health, Fort Myers, Florida New constructfon of 14 villas on the campus of Health Park. Homes will be 2-3 bedroom villas fea- turing 1,500-1,900 SF. Fort Myers High School Science Labs—Lee County School District, Fort Myers, Florida CMAR for classroom and lab renovatfon at Fort Myers High School under contfnuing contract. Arby’s North Fort Myers—Carisch, Inc., North Fort Myers, Florida Provided CMAR services for ADA compliance improvements and renovatfons to Arby’s Restaurant in North Fort Myers. Page Field Hangar B Roof Repair $100,000 RSW Air Freight Bldg Re-Roof $179,040 Restroom 22 Emergency Repairs $1,790 Hertz Rental Car Paintfng $11,562 Page Field—RAMP Phases I, II and III $49,779 RSW ARFF Bay Doors $2,940 RSW—RAMP Phases I, II and III $11,055 Page Field 606 Danley Demo $31,000 RSW Fuel Tank Replacement Phase I and II $64,998 RSW PAMP Repairs $89,060 RSW Commercial GT Building $46,124 Page Field Light Pole Relocates $18,788 RSW Sealcoat and Parking Lot Modificatfons $23,816 RSW Cooling Tower Rehab $171,830 RSW Cell Phone Lot Relocatfon/Signage $61,000 RSW Baggage Handling System $701,698 RSW Mitfgatfon of Exotfc Species $24,697 RSW Ticket Signage / Kiosks $9,589 RSW Terminal Building Stucco Repair $490,159 RSW Passenger Bridge Tunnel $241,798 RSW Hangar D Renovatfon $486,000 Page Field Runway Sealant $24,990 RSW Rental Car Emergency Repairs $51,527 Howard Hughes IT Renovatfon $16,777 RSW Technology Upgrades $233,223 RSW Upper Level Roadway $63,456 Lee County Port Authority Continuing Services Contract 33 RFQ No. 19-7646 General Contractors for Public Transit Constructfon SPECIALIZED EXPERTISE OF TEAM MEMBERS– Resumes REPRESENTATIVE EXPERIENCE MIKE BOLEBRUCH Superintendent EDUCATION/QUALIFICATIONS Edison State College 39 Years of Experience 6 Years with Chris-Tel Constructfon CERTIFICATIONS Licensed Mason OSHA 10 Hr. Certfficatfon Lee County School District Badge SWFIA Security Clearance Badge Mike has more than thirty-eight (38) years experience in both residentfal and commercial constructfon projects. He is responsible for the supervision of subcontractors, crews, and all other aspects of field operatfons, including coordinatfon and collaboratfon with the Project Team, including Owners, Architects, and the coordinatfon of equipment and materials orders/delivery. Additfonally, Mike maintains compliance with building codes, regulatory safety meetfngs and creatfon & completfon of punch list with the Owner. Lee County School District Continuing Services Contract Fort Myers HS Science Labs $1,531,929 J. Colin English Chiller $1,404,442 Allen Park Kitchen Renovatfons $272,678 Edison Park Elementary Chiller $746,747 Bonita Middle School Kitchen Renovatfons $398,587 High Tech Auto Classroom $48,945 East Zone Kitchen Equipment $16,589 Tropic Isles Kitchen Reno. $613,056 Judicial Building Façade Repairs $20,000 Structural Foundatfon Repairs $576,003 Courthouse East Façade Structural Repairs $374,607 Judicial Building Roof Replace $552,450 Admin Building Roof Replacement $343,297 Hurricane Damage Repairs $192,180 Hendry County Government Continuing Services Contract Bus Shelters $195,000 City Hall ADA $100,000 Langford Kingston Home Restoratfons/Repairs $785,000 Burroughs Home Repairs/Misc. $1,800,000 City of Fort Myers Continuing Services Contract ANDREA CARNES Accounts Payable Andrea has more than nine (9) years of experience in accounts payable and receivable for the con- structfon industry here in Southwest Florida. Her responsibilitfes for this project will include job cost set up, accounts payable, subcontractor invoicing and schedule of values monitoring, budget monitor- ing, change orders, job cost reportfng, client billing and final close out payment documentatfon. REPRESENTATIVE EXPERIENCE EDUCATION/QUALIFICATIONS 10 Years of Experience 2 Years with Chris-Tel Constructfon CERTIFICATIONS Viewpoint Software Microsoft Office Suite Continuing Services Contract—Various Accounts payable and billing services for all contfnuing contract projects for the School District of Lee County, Collier County Government, Lee County Government, Hendry County Government and the City of Fort Myers to include various subcontractors. FGCU Student and Community Counseling Center—Fort Myers, Florida Accountfng and billing for 28,000 SF, 3 story mental health facility on the campus of Florida Gulf Coast University. Westin Conference Center—Freeman & Hasselwander, Cape Coral, Florida Accounts payable and billing services for $13M new constructfon facility to include 35 subcontractors. Sanibel Library Renovation—Sanibel Library District Accounts payable and billing services for the $4M renovatfon project to include 25 subcontractors. Estero Blvd Improvements—Lee County Government Accounts payable services for utflity improvement to include storm water and forcemain sewer, road- ways, new sidewalks, trolley stops and center lane pavers. Project included 5,280 LF of utflitfes and directfonal drill. 34 RFQ No. 19-7646 General Contractors for Public Transit Constructfon SPECIALIZED EXPERTISE OF TEAM MEMBERS– Resumes EDUCATION/QUALIFICATIONS 21 Years of Experience 2 Years with Chris-Tel Constructfon ALBA GONZALEZ Compliance Specialist/Accounts Payable Alba has more than twenty (20) years of experience in Human Resources, Compliance and Accounts Payable. She is responsible for onboarding all new associates and administering all training sessions for OSHA and other compliance agencies. Her responsibilitfes include coordinatfng and carrying out site visits to job sites for compliance and safety, conductfng on-site training and compiling documen- tatfon for monthly reportfng to owners as well as ongoing safety and insurance auditfng. Her role also includes accounts payable and assistfng associates with documentatfon and accountfng for ex- penses and invoicing. REPRESENTATIVE EXPERIENCE CERTIFICATIONS OSHA 10 Hr. Certfficatfon Workers Comp Certfficatfon Continuing Services Contract—Various Lee and Collier Counties Compliance for all contfnuing contract projects for the School District of Lee County, Collier County Government, Lee County Government, Hendry County Government and the City of Fort Myers to include various subcontrac- tors. Westin Conference Center and Suite Splits—Cape Coral, Florida Compliance for new 35,000 SF conference center to include ballrooms, kitchen, meetfng space, receptfon area, utflitfes, site work and all HVAC/MEP facultfes. Renovatfon of thirty two-bedroom suites into thirty one-bedroom units and 30 studio units concurrently during conference center constructfon. Sanibel Library Renovation Project– Sanibel Public Library District Compliance for $4M renovatfon project to include elevator shaft, two story interior renovatfons, HVAC system, MEP, fire, flooring, ceiling, site work and exterior renovatfons. Cypress Cove Independent Living Facility—Fort Myers, Florida Compliance for new constructfon of $7M additfon to Cypress Cove Villas. Featuring seven buildings for a total of 14 two and three-bedroom independent living homes on the 48-acre South Fort Myers Life Plan Community cam- pus. Constructfon slated to be complete early summer 2018. COMPUTER PROGRAMS Viewpoint Software Microsoft Office Suite 35 RFQ No. 19-7646 General Contractors for Public Transit Constructfon SPECIALIZED EXPERTISE OF TEAM MEMBERS– Bid Phase BID AND AWARD PHASE As the General Contractor, our services are completely transparent and will include the Collier County staff at all stages. Once the bid packages are defined and budget is determined, the bid packages will be sent out to local trade subcontractors as well as preferred vendors of the County, many of which are DBE Certffied. We have roughly 1,200 vendors in our database to invite to bid on our projects. Chris-Tel utflizes iSqft software for bid solicitatfon as it provides a comprehensive and organized delivery and tracking of all bid invitatfons, responses and notatfons. Once the bids are received, our staff will review them for accuracy and completeness with the County and determine the lowest, most qualified bidder for each trade package. If necessary, our team will determine any value engi- neering or alternatfve optfons for each trade package prior to awarding. Once completed, the preconstructfon team will devise a Lump Sum Quote. Once the quote is established and approved by the County, Chris-Tel Constructfon will deliver subcontractor agreements for constructfon to the awarded bidders. These standard agreements will depict in specificity the scope of services required by each trade and the ma ster schedule in which they need to be completed. Our means and methods as well as critfcal path items will have already been determined in the design phase and will be communicated to the awarded bidders throughout. Chris-Tel Constructfon requires all subcontractors to be licensed, insured and bonded prior to contract and we do require our subcontractors to provide documentatfon from E-Verify for employment eligibility for their employees. Our estfmatfng and preconstructfon staff have a combined 80 years of experience in the Southwest Florida market. We have deve loped solid relatfonships with numerous subcontractors from various trades and have worked with all of them on numerous projects in the past. This experi- ence and strong working relatfonships allows our firm to provide our clients with the best pricing available from local subco ntractors as well as seasoned knowledge on the abilitfes and dynamics of the subcontractor market. Although we are unable to provide resumes or letters of intent from our hundreds of subcontractors and vendors, we have provided information regarding our bid phase. Our bid phase is strategically executed to ensure the most qualified and skilled subcontractors are used on our jobs. Hav- ing been in business for 30 years in Southwest Florida, we can attest to the quality and craftsmanship of the local subcontra ctor market and the fair and accurate pricing they provide our firm. 36 RFQ No. 19-7646 General Contractors for Public Transit Constructfon REFERENCES 37 RFQ No. 19-7646 General Contractors for Public Transit Constructfon Chris-Tel Constructfon provided General Contractfng Services for the Collier County Government under a contfnuing services contract for the renovatfon of the Immokalee Road and Bridge Building. The building had been used to accommodate the Collier County School District’s transportatfon department and had several minor modifi- catfons but no substantfal renovatfon in several years. The building is a 2,650 square foot building that required selectfve demolitfon, as- bestos surveying, removal and replacement of existfng ceiling tfles, sheet vinyl flooring, and bathroom floor tfle. Scope also included patching damaged areas on the building’s interior walls, paintfng all interior walls, miscellaneous electrical work, removal and replace- ment of existfng plumbing fixtures. CONSTRUCTION COST : Lump Sum: $98,152 CURRENT PHASE OF DEVELOPMENT: Completed COMPLETION DATE : July 2017 SERVICES PROVIDED: General Contracting OWNER CONTACT: Tony Barone, PMP, Project Manager (239) 252-8696 | tony.barone@colliercountyfl.gov PROJECT ARCHITECT/ENGINEER: Collier County Facilities Management Division Brian Mondgock, CAD Technician (239) 252-8380 PROJECT TEAM/ROLE : Howard Wheeler: Principal-in-Charge Donnie Singleton: Project Executive Dan Good: Project Manager Kevin James: Superintendent IMMOKALEE ROAD & BRIDGE BUILDING RENOVATION IMMOKALEE, FLORIDA COLLIER COUNTY GOVERNMENT PROJECT EXPERIENCE 38 RFQ No. 19-7646 General Contractors for Public Transit Constructfon Chris-Tel Constructfon provided General Contractfng Services for the Collier County Government under a contfnuing services contract for the Pelican Bay Boulevard Crosswalk Improvements project. The project involved removing the three-foot wide cobblestone board- ers and replacing the cobblestones with clay brick pavers. Additfon- ally, the solar-powered pedestrian actfvated beacons were relocated per the engineering plans and any existfng, chipped/broken clay pavers were replaced. CONSTRUCTION COST : Lump Sum: $74,329 CURRENT PHASE OF DEVELOPMENT: Completed COMPLETION DATE : December 2017 SERVICES PROVIDED: General Contracting OWNER CONTACT: Tony Barone, PMP, Project Manager (239) 252-8696 | tony.barone@colliercountyfl.gov PROJECT ARCHITECT/ENGINEER: Agnoli, Barber & Brundage, Inc. James A. Carr, P.E. (239) 597-3111 | carr@abbinc.com PROJECT TEAM/ROLE : Howard Wheeler: Principal-in-Charge Donnie Singleton: Project Executive Kevin James: Project Manager Andrea Carnes: Accounting PELICAN BAY BOULEVARD CROSSWALK IMPROVEMENTS NAPLES, FLORIDA COLLIER COUNTY GOVERNMENT PROJECT EXPERIENCE 39 RFQ No. 19-7646 General Contractors for Public Transit Constructfon REFERENCES 40 RFQ No. 19-7646 General Contractors for Public Transit Constructfon Provided Constructfon Manager-at-Risk services for the Lee County School District under a contfnuing services contract for the construc- tfon of a new 50’ x 42’, covered outdoor dining pavilion at Lehigh Acres Senior High School in order to provide more dining space for the influx of new students coming to campus in the 2018-2019 school year. Scope included demolitfon of the existfng concrete slab and 25’ x 25’ pavilion, install trench drainage systems and piping and connect to existfng storm drains, construct a 10’ wide concrete side- walk and covered walkway from the new pavilion to the existfng cafeteria doors providing shelter for students during rain events. Scope also included minor modificatfons to gutters and drain pipes, electrical relocatfon, install new dining tables to include ADA accessi- ble seatfng. CONSTRUCTION COST : GMP: $286,073 CURRENT PHASE OF DEVELOPMENT: Completed COMPLETION DATE : August 2018 SERVICES PROVIDED: Construction Manager-at-Risk OWNER CONTACT: Steve Hanna, Project Manager (239) 479-4245 | stephenlh@leeschools.net PROJECT ARCHITECT/ENGINEER: RG Architects, P.A. Ryan Richards, Partner, Architect (239) 332-2040 | rsr@rgarchitects.com PROJECT TEAM/ROLE : Howard Wheeler: Principal-in-Charge Donnie Singleton: Project Executive Dan Good: Project Manager Bob Morgan: Superintendent Andrea Carnes: Accounting LEHIGH ACRES SENIOR HIGH SCHOOL OUTDOOR PAVILION LEHIGH ACRES, FLORIDA THE SCHOOL DISTRICT OF LEE COUNTY PROJECT EXPERIENCE 41 RFQ No. 19-7646 General Contractors for Public Transit Constructfon PROJECT EXPERIENCE CONSTRUCTION COST : GMP: $1,207,042 CURRENT PHASE OF DEVELOPMENT: Completed COMPLETION DATE : August 2017 SERVICES PROVIDED: Construction Manager-at-Risk OWNER CONTACT: Steve Hanna, Project Manager (239) 479-4245 | stephenlh@leeschools.net PROJECT ARCHITECT : Parker / Mudgett/ Smith Architects, Inc. Jeff Mudgett, AIA, Principal (239) 332-1171 | wjm@pmsarch.com PROJECT TEAM/ROLE : Howard Wheeler: Principal-in-Charge Bob Koenig: Project Executive Andrea Carnes: Accounting Alba Gonzalez: Safety/Compliance Molly Scott: Internal PIO FORT MYERS HIGH SCHOOL SCIENCE LABS FORT MYERS, FLORIDA THE SCHOOL DISTRICT OF LEE COUNTY Chris-Tel Constructfon was chosen to provide Constructfon Manage- ment-at-Risk Services under a contfnuing services contract for the Lee County School District for the renovatfon and constructfon of eleven (11) science labs and classrooms at Fort Myers High School. The scope of work included demolitfon of the existfng acoustfcal ceil- ings, flooring and cabinetry, masonry walls, smart boards, projector screens and utflity lines. Installatfon of new framing, drywall, doors, ceilings, flooring, cabinetry, sinks, countertops and relocatfon of san- itary sewer, water and electric. 42 RFQ No. 19-7646 General Contractors for Public Transit Constructfon REFERENCES 43 RFQ No. 19-7646 General Contractors for Public Transit Constructfon Chris-Tel Constructfon was chosen to provide Constructfon Manager-at- Risk services as part of a contfnuing services contract for Florida Gulf Coast University for various projects including but not limited to the Chiller Plant Expansions, McTarnaghan Hall 2nd Floor Renovatfons, Ceil- ing Replacement/CEP Floor Paintfng, Renovatfon of the Office of the President, Student Union, Einstein Brothers Bagels, Traffic Signalizatfon, Driveway Replacement, Traffic Lanes and Solar Kiosk Installatfon. CONSTRUCTION COST : Various CURRENT PHASE OF DEVELOPMENT: Ongoing COMPLETION DATE : Ongoing SERVICES PROVIDED: Construction Manager-at-Risk OWNER CONTACT: Jim Hehl, Director of Physical Plant Florida Gulf Coast University (239) 590-1313| jhehl@fgcu.edu PROJECT ARCHITECT/ENGINEER: Johnson Engineering, Inc. Dana Hume, P.E. (239) 334-0046 | dhume@johnsoneng.com FGCU—CONTINUING SERVICES CONTRACT WORK FORT MYERS, FLORIDA FLORIDA GULF COAST UNIVERSITY PROJECT EXPERIENCE SQUARE FOOTAGE: Howard Hall: 33,276 SF McTarnaghan Hall: 24,088 SF Central Energy Plant: 11,626 SF Presidential Suite: 3,500 SF Student Union/Cohen Center: 52,261 SF Road & Infrastructure: 20,000 SF 44 RFQ No. 19-7646 General Contractors for Public Transit Constructfon Provided Constructfon Manager-at-Risk services to Florida Gulf Coast University as part of a contfnuing services contract for Phase I and II of the transportatfon upgrades. Phase I Scope of work included coordina- tfon with SWFWMD (Southwest Florida Water Management District to increase pervious land, due to impervious improvements, creatfon of drainage; culvert, underground work-including force main and sewer relocatfon, traffic signals on corner of FGCU Blvd. and FGCU Lake Pkwy., improvement of traffic flow via creatfon and implementatfon of turn lanes and striping, deacceleratfon and acceleratfon lanes, including yield to right at main exit and crosswalk buttons. Phase II scope included crea- tfon of a turn lane southbound Ben Hill Griffith Parkway, exitfng from FGCU campus, north entrance deacceleratfon lanes, creatfon of drain- age; culvert, underground work including-force main and sewer reloca- tfon, improvement of traffic flow via creatfon and implementatfon of turn lanes and striping, traffic signals, new signal poles and landscaping. CONSTRUCTION COST : GMP: $1,110,904 CURRENT PHASE OF DEVELOPMENT: Completed COMPLETION DATE : September 2011 SERVICES PROVIDED: Construction Manager-at-Risk OWNER CONTACT: Jim Hehl, Director of Physical Plant Florida Gulf Coast University (239) 590-1313| jhehl@fgcu.edu PROJECT ARCHITECT/ENGINEER: Johnson Engineering, Inc. Dana Hume, P.E. (239) 334-0046 | dhume@johnsoneng.com PROJECT TEAM/ROLE : Howard Wheeler: Principal-in-Charge Donnie Singleton: Project Executive Dan Good: Project Manager FGCU TRANSPORTATION UPGRADES— I & II FORT MYERS, FLORIDA FLORIDA GULF COAST UNIVERSITY PROJECT EXPERIENCE 45 RFQ No. 19-7646 General Contractors for Public Transit Constructfon Chris-Tel Constructfon was selected to provide Constructfon Man- ager-at-Risk services as part of a contfnuing services contract with Florida Gulf Coast University to provide design approval and in- stallatfon of six (6) photovoltaic solar powered kiosks located throughout campus. These solar kiosks house bulletfn boards for student, staff and government body usage to post messages, invi- tatfons, directfonal maps and general University announcements. The project is in accordance with the University’s commitment to green sustainability initfatfves on campus. CONSTRUCTION COST : GMP: $100,236 CURRENT PHASE OF DEVELOPMENT: Completed COMPLETION DATE : July 2010 SERVICES PROVIDED: Construction Manager-at-Risk OWNER CONTACT: Jim Hehl, Director of Physical Plant Florida Gulf Coast University (239) 590-1313| jhehl@fgcu.edu PROJECT ARCHITECT/ENGINEER: Tolar Manufacturing Company, Inc. PROJECT TEAM/ROLE : Howard Wheeler: Principal-in-Charge Donnie Singleton: Project Executive Dan Good: Project Manager SOLAR KIOSKS FORT MYERS, FLORIDA FLORIDA GULF COAST UNIVERSITY PROJECT EXPERIENCE 46 RFQ No. 19-7646 General Contractors for Public Transit Constructfon REQUIRED FORMS— Vendor’s Non-Response Statement 47 RFQ No. 19-7646 General Contractors for Public Transit Constructfon REQUIRED FORMS— Vendor Check List 48 RFQ No. 19-7646 General Contractors for Public Transit Constructfon REQUIRED FORMS— Conflict of Interest Affidavit 49 RFQ No. 19-7646 General Contractors for Public Transit Constructfon REQUIRED FORMS— Vendor Declaratfon Statement 50 RFQ No. 19-7646 General Contractors for Public Transit Constructfon REQUIRED FORMS— Vendor Declaratfon Statement 51 RFQ No. 19-7646 General Contractors for Public Transit Constructfon REQUIRED FORMS— Division of Corporatfons 52 RFQ No. 19-7646 General Contractors for Public Transit Constructfon REQUIRED FORMS— Division of Corporatfons 54 RFQ No. 19-7646 General Contractors for Public Transit Constructfon REQUIRED FORMS— E-Verify Company Profile 55 RFQ No. 19-7646 General Contractors for Public Transit Constructfon REQUIRED FORMS— E-Verify Company Profile 56 RFQ No. 19-7646 General Contractors for Public Transit Constructfon REQUIRED FORMS— Vendor Substftute W-9 57 RFQ No. 19-7646 General Contractors for Public Transit Constructfon REQUIRED FORMS— Addendum Acknowledgement 58 RFQ No. 19-7646 General Contractors for Public Transit Constructfon REQUIRED FORMS— FTA Grant Certfficatfons and Assurances 59 RFQ No. 19-7646 General Contractors for Public Transit Constructfon REQUIRED FORMS— FTA Grant Certfficatfons and Assurances 60 RFQ No. 19-7646 General Contractors for Public Transit Constructfon REQUIRED FORMS— FTA Grant Certfficatfons and Assurances 61 RFQ No. 19-7646 General Contractors for Public Transit Constructfon REQUIRED FORMS— FTA Grant Certfficatfons and Assurances 62 RFQ No. 19-7646 General Contractors for Public Transit Constructfon REQUIRED FORMS— FTA Grant Certfficatfons and Assurances 63 RFQ No. 19-7646 General Contractors for Public Transit Constructfon REQUIRED FORMS— FTA Grant Certfficatfons and Assurances 64 RFQ No. 19-7646 General Contractors for Public Transit Constructfon REQUIRED FORMS— FTA Grant Certfficatfons and Assurances 65 RFQ No. 19-7646 General Contractors for Public Transit Constructfon REQUIRED FORMS— FTA Grant Certfficatfons and Assurances 2534-A Edison Avenue | Fort Myers, Florida 33901 | (239) 226-0500 | www.christelconstruction.com August 6, 2019 | 3:00 PM GENERAL CONTRACTORS FOR PUBLIC TRANSITCONSTRUCTION PROJECTS RESPONSE TO RFQ SOLICITATION NO.: 19-7646 RFQ# 19-7646 – Collier County - General Contractors for Public Transit Construction Projects ............................................................................................................... ............................................................................................................... ............................................................................................................... ............................................................................................................... ............................................................................................................... ............................................................................................................... ....................................................................................................................... ............................................................................................................... ........................................................................................... ..................................................................................... ..................................................................................... ....................................................................... 6 - 1 4 - 1 3 - 1 2 - 1 1 - 1 5 - 1 6 - 1 6 - 2 6 - 3 6 - 5 6 - 6 6 - 7 TABLE OF CONTENTS Tab 1 EVALUATION CRITERIA NO. 1: COVER LETTER/MANAGEMENT SUMMARY Tab 2 EVALUATION CRITERIA NO. 2: CERTIFIED MINORITY BUSINESS ENTERPRISE Tab 3 EVALUATION CRITERIA NO. 3: BUSINESS PLAN Tab 4 EVALUATION CRITERIA NO. 4: EXPERIENCE AND CAPACITY OF THE FIRM Tab 5 EVALUATION CRITERIA NO. 5: SPECIALIZED EXPERTISE OF TEAM MEMBERS Tab 6 REQUIRED FORMS: FORM 2: VENDOR CHECK LIST FORM 3: CONFLICT OF INTEREST AFFIDAVIT FORM 4: VENDOR DECLARATION STATEMENT FORM 5: IMMIGRATION AFFIDAVIT CERTIFICATION FORM 6: VENDOR SUBSTITUTE W – 9 SIGNED ADDENDA Tab 1 EVALUATION CRITERIA NO. 1: COVER LETTER/MANAGEMENT SUMMARY Very good performance and a good contractor. We discovered quite a bit of concealed damage (this was a hurricane damage recovery project) and they still nearly met our original schedule with additional work. They came in 3-weeks under their projection for the additional work. A very smooth, problem-free project. - Craig Christ Construction Project Consultant II, State of Florida„„ August 06, 2019 Collier County Purchasing Services Division 3295 Tamiami Trail East, Bldg C-2 Naples, FL 34112 RE: Request for Qualifications Solicitation No.: 19-7646 General Contractors for Public Transit Construction Projects Dear Ms. Colon and Selection Committee Members, We are delighted to present our specialized General Contracting (GC) expertise to Collier County and thank you for the opportunity to submit our proposal for general contracting services for public transit construction projects. Waypoint Contracting, Inc. (Waypoint), understands that the County is looking for qualified general contractors to coordinate and perform construction on a wide range of projects within Collier County and we are dedicated to doing so. As you will see in our qualifications, the Waypoint Team is more than capable of performing the scope listed and would be extremely privileged by the opportunity to help the County successfully complete these projects safely, efficiently, and cost effectively. COMMITMENT & APPROACH At Waypoint, although we tailor each approach to the specific needs of the project, we also take a general approach by first understanding the client’s needs. We start all of our construction projects by having an in-depth conversation with the owner, in order to gain a complete detailed understanding of the objectives, requirements, concerns and project goals. Our project team uses a cloud-based project management software to breakdown the project budget, review actual cost, forecast cost savings, and to foresee and mitigate potential cost overruns all in real time. Job cost reports are derived from this information are periodically reviewed with upper management to ensure projects will be completed within the estimated budget. This standard approach will be the same process that we will implement for the construction of assigned projects. Our team is available and committed to exceeding your expectations on the successful delivery of each and every project! GENERAL CONTRACTING EXPERTS Waypoint Contracting, Inc., is a woman-owned minority full-service firm, dedicated to delivering the most innovative construction projects throughout Florida. Over the years we have worked hard to build solid reputations in the communities we serve as well as maintain strong relationships with vendors, contractors, and A/E firms. Through our team’s experience, we have close to 50 years of managing projects and have a proven track record of working with clients with projects similar in size and scope. Overseeing the project(s) as the Project Executive will be Eddy Gonzalez, Jr., who brings several years of unparalleled construction and leadership experience to the team. Eddy has a proven track record for delivering quality construction service projects and has completed continuing service projects for several municipalities including construction projects with Collier County several years ago. Assisting him and on the team as the Senior Project Manager will be Jorge L. Lopez. Jorge is a hands-on manager with over a decade of construction management expertise. Both Eddy and Jorge have experience working together successfully and are currently working with the City of Fort Myers to deliver general contracting services for the State Farmers Market. In which the scope of work is similar and includes sitework/civil improvements, storm water drainage, utilities, grading, paving, parking lot improvements, structural foundations, masonry stem wall, 4 bay rigid steel metal structure, ADA restrooms, overhead doors, metal panel roof system, prefabricated walk-in coolers, plumbing, mechanical ventilation/exhaust system, electrical distribution system and lighting. Having them both a part of the team is an added value since they are both well-versed in providing general contracting services and are both familiar with requirements and regulations in the West Florida area. 50 years of excellence! EVALUATION CRITERIA NO. 1 COVER LETTER/MANAGEMENT SUMMARY RFQ# 19-7646 – Collier County - General Contractors for Public Transit Construction Projects | 1 - 1 RFQ# 19-7646 – Collier County - General Contractors for Public Transit Construction Projects | 1 - 2 SUBCONTRACTORS Waypoint Contracting intends to self-perform all of the minor task inclusive of painting, tile installation, drywall, minor concrete and other small repairs within the projected scope of work. If our in-house team cannot carry out the task, we will hire qualified specialized trade subcontractors, that meet our standards, to perform the specified portion of the construction work. Waypoint understands that we as general contractors will be directly responsible for 100% of the work performed, including all work that is completed by subcontractors and vendors - as their work is a direct reflection of Waypoint Contracting. WHY US? We are proposing a proven and effective team, who has successfully developed similar neighborhood enhancement/public space projects within the past 3 years. Our team’s strength is built on the owner’s direct project involvement and commitment to delivering as promised. Collectively our team has of over 50 years of experience of collaborating with design professionals and working with municipalities to deliver the expected requirements and exceed their expectations in the process of delivery. Due to our hunger, youth, and desire to perform and build our brand, we assure that our performance combined with our experience with general contracting will surpass the County and residents expectations of each project that Waypoint is involved - we want to make an impact! Our team has demonstrated our ability to work effectively together and has the knowledge and experience to assist Collier County with the general contracting services for any given project. We are extremely excited about the potential partnership between the Waypoint and the Collier County. We hope our effort and enthusiasm thus far is evident, and we look forward to the next steps in the process. AUTHORIZED CONTACT PERSONS President: Katrina Gonzalez 305.904.7673 kgonzalez@waypointci.com Vice President: Jorge L. Lopez 786.858.2271 jlopez@waypointci.com Sincerely, Katrina Gonzalez President Waypoint Contracting, Inc. Tab 2 EVALUATION CRITERIA NO. 2: CERTIFIED MINORITY BUSINESS ENTERPRISE Waypoint’s staff are always professional, responsible, cooperative and timely with their services, deliverables and they are an expert in their field. They are highly recommended by our office. - Dennis Maytan Parks & Recreation Director, City of Homestead„„ RFQ# 19-7646 – Collier County - General Contractors for Public Transit Construction Projects | 2 - 1 miamidade.gov Internal Services Department Small Business Development 111 NW 1 Street, 19th Floor Miami, Florida 33128 miamidade.gov T 305-375-3111 F 305-375-3160 June 4, 2018 Katrina A. Gonzalez Waypoint Contracting, Inc. PO Box 420008 Miami, FL 33242 Approval Date: April 25, 2018 - Small Business Enterprise - Construction (SBE - Cons) Expiration Date: April 30, 2021 Dear Katrina A. Gonzalez, Miami-Dade County Small Business Development (SBD), a division of the Internal Services Department (ISD) has completed the review of your application and attachments submitted for certification. Your firm is officially certified as a Miami-Dade County Small Business Enterprise - Construction (SBE - Cons). The Small Business Enterprise (SBE) programs are governed by sections 2-8.1.1.1.1; 2-8.1.1.1.2; 2-10.4.01; 10-33.02 of Miami-Dade County’s Codes. This Small Business Enterprise - Construction (SBE - Cons) certification is valid for three years provided that you submit a "Continuing Eligibility Affidavit" on or before your anniversary date, April 25, 2019. The affidavit must indicate any changes or no changes in your firm pertinent to your certification eligibility. The submittal of a "Continuing Eligibility Affidavit" annually with specific supporting documents on or before your Anniversary Date is required to maintain the three-year certification. You will be notified of this responsibility in advance of the Anniversary Date. Failure to comply with the said responsibilities may result in immediate action to decertify the firm. If at any time there is a material change in the firm including, but not limited to, ownership, officers, director, scope of work being performed, daily operations, affiliation(s) with other businesses or the physical location of the firm, you must notify this office in writing within (30) days. Notification should include supporting documentation. You will receive timely instructions from this office as to how you should proceed, if necessary. This letter will be the only approval notification issued for the duration of your firm’s three years’ certification. If the firm attains graduation or becomes ineligible during the three-year certification period, you will be properly notified following an administrative process that your firm’s certification has been removed pursuant to the code. Your firm’s name and tier level will be listed in the directory for all SBE certified firms, which can be accessed through Miami-Dade County’s SBD website: http://www.miamidade.gov/smallbusiness/certification-lists.asp. The categories as listed below affords you the opportunity to bid and participate on contracts with Small Business Enterprise measures. It is strongly recommended that you register your firm as a vendor with Miami-Dade County. To register, you may visit: http://www.miamidade.gov/procurement/vendor-registration.asp. Thank you for your interest in doing business with Miami-Dade County. If you have any questions or concerns, you may contact our office at 305-375-3111 or via email at sbdcert@miamidade.gov. Sincerely, Claudious Thompson, Section Chief Small Business Development CATEGORIES: (Your firm may bid or participate on contracts only under these categories) NAICS 236115: NEW SINGLE-FAMILY HOUSING CONSTRUCTION (EXCEPT FOR-SALE BUILDERS) EVALUATION CRITERIA NO. 2 CERTIFIED MINORITY BUSINESS ENTERPRISE RFQ# 19-7646 – Collier County - General Contractors for Public Transit Construction Projects | 2 - 2 NAICS 236116: NEW MULTIFAMILY HOUSING CONSTRUCTION (EXCEPT FOR-SALE BUILDERS) NAICS 236117: NEW HOUSING FOR-SALE BUILDERS NAICS 236118: RESIDENTIAL REMODELERS NAICS 236210: INDUSTRIAL BUILDING CONSTRUCTION NAICS 236220: COMMERCIAL AND INSTITUTIONAL BUILDING CONSTRUCTION NAICS 237110: WATER AND SEWER LINE AND RELATED STRUCTURES CONSTRUCTION NAICS 238110: POURED CONCRETE FOUNDATION AND STRUCTURE CONTRACTORS NAICS 238120: STRUCTURAL STEEL AND PRECAST CONCRETE CONTRACTORS NAICS 238910: SITE PREPARATION CONTRACTORS RFQ# 19-7646 – Collier County - General Contractors for Public Transit Construction Projects | 2 - 3 miamidade.gov Internal Services Department Small Business Development 111 NW 1 Street, 19th Floor Miami, Florida 33128 miamidade.gov T 305-375-3111 F 305-375-3160 June 4, 2018 Katrina A. Gonzalez Waypoint Contracting, Inc. PO Box 420008 Miami, FL 33242 Approval Date: April 25, 2018 - Small Business Enterprise - Goods & Services (SBE - G&S) Expiration Date: April 30, 2021 Dear Katrina A. Gonzalez, Miami-Dade County Small Business Development (SBD), a division of the Internal Services Department (ISD) has completed the review of your application and attachments submitted for certification. Your firm is officially certified as a Miami-Dade County Small Business Enterprise - Goods & Services (SBE - G&S). The Small Business Enterprise (SBE) programs are governed by sections 2-8.1.1.1.1; 2-8.1.1.1.2; 2-10.4.01; 10-33.02 of Miami-Dade County’s Codes. This Small Business Enterprise - Goods & Services (SBE - G&S) certification is valid for three years provided that you submit a "Continuing Eligibility Affidavit" on or before your anniversary date, April 25, 2019. The affidavit must indicate any changes or no changes in your firm pertinent to your certification eligibility. The submittal of a "Continuing Eligibility Affidavit" annually with specific supporting documents on or before your Anniversary Date is required to maintain the three-year certification. You will be notified of this responsibility in advance of the Anniversary Date. Failure to comply with the said responsibilities may result in immediate action to decertify the firm. If at any time there is a material change in the firm including, but not limited to, ownership, officers, director, scope of work being performed, daily operations, affiliation(s) with other businesses or the physical location of the firm, you must notify this office in writing within (30) days. Notification should include supporting documentation. You will receive timely instructions from this office as to how you should proceed, if necessary. This letter will be the only approval notification issued for the duration of your firm’s three years’ certification. If the firm attains graduation or becomes ineligible during the three-year certification period, you will be properly notified following an administrative process that your firm’s certification has been removed pursuant to the code. Your firm’s name and tier level will be listed in the directory for all SBE certified firms, which can be accessed through Miami-Dade County’s SBD website: http://www.miamidade.gov/smallbusiness/certification-lists.asp. The categories as listed below affords you the opportunity to bid and participate on contracts with Small Business Enterprise measures. It is strongly recommended that you register your firm as a vendor with Miami-Dade County. To register, you may visit: http://www.miamidade.gov/procurement/vendor-registration.asp. Thank you for your interest in doing business with Miami-Dade County. If you have any questions or concerns, you may contact our office at 305-375-3111 or via email at sbdcert@miamidade.gov. Sincerely, Claudious Thompson, Section Chief Small Business Development CATEGORIES: (Your firm may bid or participate on contracts only under these categories) NIGP 909: BUILDING CONSTRUCTION SERVICES, NEW (INCL, MAINTENANCE AND REPAIR SERVICES) RFQ# 19-7646 – Collier County - General Contractors for Public Transit Construction Projects | 2 - 4 NIGP 90900: BUILDING CONSTRUCTION SERVICES NIGP 90924: BUILDING CONSTRUCTION, COMMERCIAL AND INSTITUTIONAL NIGP 90974: SITE CLEAN-UP, PRE-CONTRUCTION NIGP 91000: BUILDING MAINTENANCE, INSTALLATION AND REPAIR SERVICES NIGP 91831: CONSTRUCTION CONSULTING NIGP 96121: COST ESTIMATING NIGP 96820: BUILDING CONSTRUCTION NIGP 96847: INSPECTION SERVICES, CONSTRUCTION TYPE RFQ# 19-7646 – Collier County - General Contractors for Public Transit Construction Projects | 2 - 5 Tab 3 EVALUATION CRITERIA NO. 3: BUSINESS PLAN The PM for Waypoint Contracting, Inc.... managed this project with a high level of professionalism, and displayed extensive technical expertise throughout the duration of construction. - Tammy Good, PMP CIP Manager, City of Pompano Beach„„ RFQ# 19-7646 – Collier County - General Contractors for Public Transit Construction Projects | 3 - 1 EVALUATION CRITERIA NO. 3 BUSINESS PLAN Please describe how your company typically prioritizes projects when multiple requests are coming in at the same time. Describe how your company typically manages project workloads when demand exceeds current staffing levels. Waypoint has been successfully providing top quality construction for some time now. Our tenured staff has several years of experience providing general contracting services for different municipalities, and have built a reputation for delivering on our promises. Thus recognition received in part by our inherent ability to manage and execute projects from start to finish with exceptional results. In the case where multiple requests are coming in at the same time on a project, we will utilize our best practices by implementing the request management plan as follows: The Waypoint Team is readily available and does not anticipate any difficulties in managing our workload. Our schedule is flexible and we have the capacity to take on new assignments. Based on Waypoint’s proven experience of working in Florida with comparable contracts, we are more than confident in our team’s ability to successfully work on multiple projects, simultaneously. However, in the event that the demand is too high and it exceeds our current staffing levels, our intension’s would be to: Staff Existing Team Members: We will evaluate our team’s schedule and current assignments. Based on need/priority and the current workload we will assign staff to projects accordingly. At all times there will be a full-time project team member assigned and available at least 25%-50% of the time. Enlist Executives: Waypoint’s Owners have no problem being actively engaged and involved in the daily operations – from the office to the field. All hands will be on-deck. At all times there will be a full-time project team member assigned and available at least 15%-25% of the time. Hire Additional Qualified Staff: We will use our resources to conduct job fairs and extend our outreach beyond our current in-house staff to hire the best qualified staff and vendors. A thorough screening and pre-qualification will take place, to ensure that new on-boarded team are up to Waypoint’s standards. 1 25 364 IDENTIFY RESPOND MONITOR REVIEW/ANALYZE PRIORITIZE OWNERSHIP Identify request to understand what is being requested. Identify and assign person(s) responsible for leading the work assignments. Review findings and assess all project request so impacts and challenges can be proactively addressed. Plan, create, and implement strategy to resolve. Communicate with the owner and all responsible parties. Evaluate requests in order of importance. Factors considered are cost, time sensitivity, location, and amount of resources needed. Track progress. Make adjustments if necessary, and monitor and communicate with team. RFQ# 19-7646 – Collier County - General Contractors for Public Transit Construction Projects | 3 - 2 Provide your approach in coordinating a project that exceeds fifty thousand dollars ($50,000). The proposed Waypoint Team is committed and is dedicated to the successful completion of the assigned projects. Our main goal is to understand the client’s needs and to work with the team in effort to achieve the pre-determined objectives. Once awarded, we will take the initiative to own each project and look forward to managing every aspect from preconstruction to project completion and close-out. Through our process, we will mobilize our team of experts that will collaborate and work closely with the client and subconsultants (if necessary) to turn your vision and our goals into a completed project. Below you will find our proposed teaming structure that will apply to the management of coordinating projects. Pictured above is the basic structure that we will start with to ensure that all bases are covered. Once projects are awarded, we will evaluate each project demands to determine whether staff needs to be added or removed based on the specific needs of each project. > $50,000 projects Project Manager can manage up to 4-5 jobs at once Project Manager can manage up to 2-3 jobs at once < $50,000 projects Project Executive Project Executive Superintendent Project Manager Foreman Support Staff (if needed) Support Staff (if needed) Superintendent Foreman Project Manager Sr. Project Manager RFQ# 19-7646 – Collier County - General Contractors for Public Transit Construction Projects | 3 - 3 Provide a sample schedule, with milestones for a project that exceeds fifty thousand dollars ($50,000).IDWBS Task NameDuration % Complete StartFinishTotal Slack Predecessors00Sunny Lakes Park Community Center207 days25%Wed 6/5/19Wed 4/1/200 days11Pre Construction Phase 90 days42%Wed 6/5/19Thu 10/10/1975 days21.1Administrative 72 days59%Wed 6/5/19Mon 9/16/1966 days31.1.1Pre Construction Meeting 1 day100%Wed 6/5/19Wed 6/5/190 days41.1.2Obtain NTP0 days100%Wed 6/5/19Wed 6/5/190 days351.1.3Buyout Project 20 days100%Thu 6/6/19Wed 7/3/190 days461.1.4Submit Building Permit 10 days100%Thu 6/6/19Wed 6/19/190 days471.1.5Obtain Building Permit 30 days77%Thu 6/20/19Thu 8/1/1938 days681.1.6Submit FDOT Permit 10 days0%Mon 8/5/19Fri 8/16/1966 days4291.1.7Obtain FDOT Permit 20 days0%Mon 8/19/19Mon 9/16/1966 days8101.2Submittals 45 days51%Thu 6/20/19Thu 8/22/19109 days111.2.1Submit Lift Station Submittal 13 days100%Fri 7/5/19Tue 7/23/190 days5121.2.2Submit Fence Submittal21 days62%Fri 7/5/19Fri 8/2/19113 days5131.2.3Submit Concrete Submittal 21 days62%Fri 7/5/19Fri 8/2/194 days5141.2.4Submit Railing Submittal21 days62%Fri 7/5/19Fri 8/2/1982 days5151.2.5Submit Millwork Submittal16 days81%Fri 7/5/19Fri 7/26/19115 days5161.2.6Submit Doors & Hardware Submittal16 days81%Fri 7/5/19Fri 7/26/1916 days5171.2.7Submit Window Submittal19 days68%Fri 7/5/19Wed 7/31/190 days5181.2.8Submit Flooring Submittal16 days81%Fri 7/5/19Fri 7/26/1980 days5191.2.9Submit Paint Submittal25 days52%Fri 7/5/19Thu 8/8/1964 days5201.2.10Submit Bathroom Accessories Submittal21 days62%Fri 7/5/19Fri 8/2/1995 days5211.2.11Submit Plumbing Submittal 16 days81%Fri 7/5/19Fri 7/26/1914 days5221.2.12Submit Mechanical Submittal21 days100%Thu 6/20/19Fri 7/19/190 days5231.2.13Submit Electrical Submittal16 days81%Fri 7/5/19Fri 7/26/1943 days5241.2.14Submit Fire Alarm Submittal20 days65%Fri 7/5/19Thu 8/1/1987 days5251.2.15Submit Utility Submittal21 days100%Thu 6/20/19Fri 7/19/190 days5261.2.16Submit MOT Plan21 days100%Thu 6/20/19Fri 7/19/190 days5271.2.17Review Lift Station Submittal10 days0%Wed 7/24/19Tue 8/6/1954 days11281.2.18Review Fence Submittal10 days0%Mon 8/5/19Fri 8/16/19113 days12291.2.19Review Concrete Submittal10 days0%Mon 8/5/19Fri 8/16/194 days13301.2.20Review Railing Submittal10 days0%Mon 8/5/19Fri 8/16/1982 days14311.2.21Review Millwork Submittal10 days0%Mon 7/29/19Fri 8/9/19115 days15321.2.22Review Doors & Hardware Submittal10 days0%Mon 7/29/19Fri 8/9/1916 days16331.2.23Review Window Submittal10 days0%Thu 8/1/19Wed 8/14/190 days17341.2.24Review Flooring Submittal10 days0%Mon 7/29/19Fri 8/9/1980 days18351.2.25Review Paint Submittal10 days0%Fri 8/9/19Thu 8/22/1964 days19361.2.26Review Bathroom Accessories Submittal10 days0%Mon 8/5/19Fri 8/16/1995 days20371.2.27Review Plumbing Submittal10 days0%Mon 7/29/19Fri 8/9/1914 days21381.2.28Review Mechanical Submittal10 days20%Mon 7/22/19Fri 8/2/1928 days22391.2.29Review Electrical Submittal10 days0%Mon 7/29/19Fri 8/9/1943 days23401.2.30Review Fire Alarm Submittal10 days0%Fri 8/2/19Thu 8/15/1987 days24411.2.31Review Utility Submittal10 days20%Mon 7/22/19Fri 8/2/1996 days25421.2.32Review MOT Submittal10 days20%Mon 7/22/19Fri 8/2/1966 days26431.3Procurement 48 days0%Mon 8/5/19Thu 10/10/198 days441.3.1Lift Station Procurement40 days0%Wed 8/7/19Wed 10/2/1954 days27451.3.2HVAC Equipment Procurement 20 days0%Mon 8/5/19Fri 8/30/1928 days38461.3.3Window Procurement 40 days0%Thu 8/15/19Thu 10/10/190 days33471.3.4Doors & Hardware Procurement30 days0%Mon 8/12/19Mon 9/23/1916 days32481.3.5Railing Procurement15 days0%Mon 8/19/19Mon 9/9/1982 days30492Construction Phase 154 days1%Thu 7/18/19Mon 3/2/200 days502.1Mobilization0 days100%Thu 7/18/19Thu 7/18/190 days7512.2Safe Off Utilities 1 day100%Fri 7/19/19Fri 7/19/190 days50522.3Provide Temporary Water & Electricity 1 day100%Mon 7/22/19Mon 7/22/190 days51532.4Building 153 days1%Mon 7/22/19Mon 3/2/200 days542.4.1Interior153 days1%Mon 7/22/19Mon 3/2/200 days552.4.1.1Demolish Existing Conditions15 days13%Mon 7/22/19Fri 8/9/1914 days52562.4.1.2Concrete Cutting and Excavation5 days0%Mon 8/19/19Fri 8/23/194 days29572.4.1.3Install MEP's Underground /Rough 7 days0%Mon 8/26/19Wed 9/4/194 days37,55,56582.4.1.4Place CMU & Concrete12 days0%Thu 9/5/19Fri 9/20/194 days576/57/185/195/266/26/96/166/236/307/77/147/217/288/48/118/188/259/19/89/159/229/2910/610/1310/2010/2711/311/1011/1711/2412/112/812/1512/2212/291/51/121/191/262/22/92/162/233/13/83/153/223/294/54/124JuneJulyAugustSeptemberOctoberNovemberDecemberJanuaryFebruaryMarchAprilTaskSplitMilestoneSummaryProject SummaryInactive TaskInactive MilestoneInactive SummaryManual TaskDuration-onlyManual Summary RollupManual SummaryStart-onlyFinish-onlyExternal TasksExternal MilestoneDeadlineProgressManual ProgressSunny Lakes Park Community Center Tue 7/23/19Page 1Project: Sunny Lakes Park ComDate: Fri 7/26/19 SAMPLE Tab 4 EVALUATION CRITERIA NO. 4: EXPERIENCE AND CAPACITY OF THE FIRM During the project, the team kept us informed of all work that would impact the use of operation. It gave us the opportunity to continuously support our customers with minimal disturbance. They have proven to care the issues that are important to us and catered their service to our needs. They are highly recommended by our office. - Carlos Sanchez Owner, Miami Water Heater„„ RFQ# 19-7646 – Collier County - General Contractors for Public Transit Construction Projects | 4 - 1 EVALUATION CRITERIA NO. 4 EXPERIENCE AND CAPACITY OF THE FIRM Provide information that outlines the process that the GC uses to assess subcontractor’s qualifications to produce the required deliverables, including abilities, capacity, skill, and financial strength, and number of years of experience in providing the required services. Waypoint has established great long-term relationships with several subcontractors. Our ability to retain loyal subcontractors (subs) that we have worked with in the past is an advantage, since we have direct knowledge of their strengths and capabilities. Utilizing these relationships that we’ve built, are key in putting together the right project team to ensure project success. Having immediate access to a diverse database of trusted subs allows us to stay competitive and is essential in securing the best price from our suppliers. Through our high-level systems and our thorough selection process, we do not foresee any challenges arising in our ability to obtain competitive and qualified subcontractors. SYSTEMS Our in-house estimating team utilizes both BuildingConnected and iSqFt softwares to prequalify subs, advertise and manage our bidding process. Through these programs, we have access to the largest construction network database and can engage with thousands of active local subcontractors in their system. All ITB’s requests are distributed to a full database using these systems and the The planning room allows us to connect with thousands of registered subcontractors and suppliers by sending invitations to bid projects, sending plans for review, viewing RFIs and addenda. Having having used both tools, we have recognized the advantages and disadvantages to using both and strategically use both to our advantage when soliciting bids. Both programs are easy-to-use, web-based and efficient in allowing us to manage the entire bid and outsourcing process through their platforms. PROCUREMENT PROCESS Once we have reviewed the notice of bid, we begin advertising to our database of subcontractors. Within minutes, notices are sent out through either one of our systems to all active subcontractors in the database. We do not want to limit our opportunities of potential subs, so therefore we send invites wide-spread to all firms ensuring that there is a presence of competition for the best value. After that, our estimating team develops complete bid documents providing a comprehensive scope for each project. Having a detailed scope allows for those interested subs to properly price out their package. Next, our team will review and evaluate each price to ensure that it is itemized matching the complete scope. In an effort to improve accuracy with price packages, we do a quality assurance check just to make sure that everything is captured and that there are no duplications. We want to make sure that each sub’s price detail is within the Guaranteed Maximum Price (GMP). In some cases, we will host local job fairs to hand select the best local talent from the community. SELECTING SUBCONTRACTORS Now that we have acquired a select pool of subs, we can begin our process of matching the best talent with the best job. Our team reviews each sub’s package to identify their strength and weakness, and their potential to carry out the project based on their prior experience and the current scope. In addition, all considered subs must have some of our basic requirements which are to be licensed and insured in their specific trade. ACCESS TOOVER800,000+SUBS RFQ# 19-7646 – Collier County - General Contractors for Public Transit Construction Projects | 4 - 2 Various team members who deliver successful projects on time and on budget. Provide at least one (1) example. The Waypoint Team has worked on a variety of different projects that have been delivered successfully. Below are two example projects, that will feature the same staff proposed to deliver the construction of public transit projects. All of the team members have successfully worked together on prior projects, so their is no learning curve. After the successful completion of a new stand-alone Sandspur Park restroom, Waypoint was selected to complete another. This was the second restroom building that was built for the City of Pompano Beach. Construction took place during the park’s normal operational hours, which required site protection and security to preserve the general safety of the public. The restroom features a self-sufficient solar water heater and power system. Project Cost: $220,654.25 Project Team: Katrina Gonzalez, Jorge Lopez, Eddy Gonzalez, Anthony Bonet, Daniel Lopez, Gustavo Pascual, Javier Gonzalez & Antwan Foster Waypoint restored the playground at the Air Route Traffic Control Center (ARTCC) located in Miami. This project involved the removal of the existing playground turf and the reinstallation of the new subbase and new synthetic turf system. Among the challenges that surmounted in this project was the safety of the children at the daycare. Construction took place during the childcare center’s business hours, so careful coordination had to take place in order to minimize traffic an maximize safety. Project Cost: $99,940.00 Project Team: Katrina Gonzalez, Jorge Lopez, Eddy Gonzalez, Anthony Bonet, Daniel Lopez, Gustavo Pascual & Javier Gonzalez Waypoint worked with the Community Center on a series of improvements to enhance the front entryway and the interiors of their gymnasium. New construction included adding a new curved cantilevered canopy to reorient the main entry. Improvements to the interiors consisted of the removal and installation of gymnasium bleachers, basketball equipment and new scoreboards. Project Cost: $326,295.00 Project Team: Katrina Gonzalez, Jorge Lopez, Eddy Gonzalez, Anthony Bonet, Daniel Lopez, Gustavo Pascual & Javier Gonzalez Dog Park Restroom & Open Space Miami ARTCC Playground Sadkin Neighborhood Community Center Improvements POn-time POn-budget PBeautification PNeighborhood Enhancement PPublic Space PRepeat Client POn-time POn-budget PBeautification PNeighborhood Enhancement PPublic Space PSheltered Structure POn-time POn-budget PBeautification PNeighborhood Enhancement PPublic Space PRepeat Client RFQ# 19-7646 – Collier County - General Contractors for Public Transit Construction Projects | 4 - 3 Proof that your company is licensed and insured as a General Contractor in the State of Florida. 06/08/2018 Risk Strategies Company 3350 S Dixie Hwy Miami FL 33133 (305)446-2271 Certificates@kahn-carlin.com Waypoint Contracting, Inc. PO Box 420008 Miami FL 33242 Monroe Guaranty Ins Co 32506 FCCI Insurance Co 10178 National Trust Insurance Co 20141 CL186867557 A GL00198352 06/30/2018 06/30/2019 1,000,000 100,000 10,000 1,000,000 2,000,000 2,000,000 B CA100015294-01 06/30/2018 06/30/2019 1,000,000 B 10,000 UMB100025766-00 06/30/2018 06/30/2019 3,000,000 3,000,000 C 010-WC18A-76368 06/30/2018 06/30/2019 1,000,000 1,000,000 1,000,000 Waypoint Contracting, Inc. PO BOX 420008 Miami FL 33242 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBRWVDADDLINSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED?(Mandatory in NH) DESCRIPTION OF OPERATIONS belowIf yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCEDAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIREDAUTOS ONLY Department of State / Division of Corporations / Search Records / Detail By Document Number / Document Number FEI/EIN Number Date Filed Effective Date State Status Detail by Entity Name Florida Profit Corporation WAYPOINT CONTRACTING INC Filing Information P16000094860 81-4602789 11/29/2016 11/29/2016 FL ACTIVE Principal Address 1324 NW 29TH STREET MIAMI, FL 33142 Changed: 08/07/2018 Mailing Address P.O. BOX 420008 MIAMI, FL 33242 Changed: 02/23/2017 Registered Agent Name & Address Gonzalez, Katrina 1324 NW 29TH STREET MIAMI, FL 33124 Name Changed: 03/23/2018 Address Changed: 03/23/2018 Officer/Director Detail Name & Address Title VP LOPEZ, JORGE L 12905 SW 112TH CT MIAMI, FL 33176 Title President Gonzalez, Katrina A 11800 SW 69 Avenue Pinecrest, FL 33165 Annual Reports Report Year Filed Date 2017 02/14/2017 2018 03/23/2018 2019 03/21/2019 D������� �� C����������Florida Department of State State of Florida Department of State I certify from the records of this office that WAYPOINT CONTRACTING INC is a corporation organized under the laws of the State of Florida,filed on November 29,2016,effective November 29,2016. The document number of this corporation is P16000094860. I further certify that said corporation has paid all fees due this office through December 31,2018,that its most recent annual report/uniform business report was filed on March 23,2018,and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under my hand and the Great Seal of the State of Florida at Tallahassee,the Capital,this the Twenty-ninth day of August, 2018 Tracking Number:CU0959253177 To authenticate this certificate,visit the following site,enter this number,and then follow the instructions displayed. https://services.sunbiz.org/Filings/CertificateOfStatus/CertificateAuthentication RFQ# 19-7646 – Collier County - General Contractors for Public Transit Construction Projects | 4 - 4 Identify the number of “industry awards and/or recognitions” that the company has received from peer groups (Associated General Contractors of America of one of its affiliates). Identify annual construction volume in dollars for each year over the past 5 years. Identify number of projects completed for each year over the past 5 years. Identify personnel currently employed - number of project managers, number of superintendents, number of estimators, number of principals, and number of support staff - that make up the local office and the entire organization. The County requires that the vendor submits no fewer than three (3) and no more than ten (10) completed reference forms from clients during the past 5 years whose projects are of a similar nature to this solicitation as a part of their proposal. Project Managers - 3 Superintendents - 2 Estimators - 1 Principals - 2 Support Staff - 7 Reference forms were distributed to our clients. However, due to the fact we have recently & repeatedly asked for this request, some of our request were not received back in a timely manner. Please see the attached references on the following page. 2018 - Emerging Leader Award by the US Small Business Association 2019 - Florida Companies to Watch Finalist Award by GrowFL 2019 - Florida Companies to Watch honoree by GrowFL *Receiving this award this November 2019 2016 - $50,000 2017 - $650,000 2018 - $3,500,000 2016 - 1 2017 - 9 2018 - 18 2019 - 3 (completed) 7 in construction RFQ# 19-7646 – Collier County - General Contractors for Public Transit Construction Projects | 4 - 5 Construction Contractor Evaluation Company/Entity Name: ___________________________________________ Date: _____________________ Project Name: _________________________________________________ Contract No: ________________ Scope of Work: ______________________________________________________________________________________ ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ Please rate the effectiveness of the Contractor’s performance on the project across the following dimensions: Evaluation Criteria: 1 = Low 5 = Moderate 10 = High Performance Dimensions: Value Score 1) Expertise, knowledge and experience Provided experienced managers and supervisors with technical and administrative abilities needed to meet contract requirements. 1 - 10 2) Problem solving and decision making Provided effective & creative problem solving, coordination & fair decision making on project. 1 - 10 3) Timeliness and responsiveness Performed responsibilities, coordination & provided information/documentation in a timely manner. 1 - 10 4) Process facilitation, communication and partnering Effective project documentation & communication in facilitating a successful project. 1 - 10 5) Scope management Identified issues & effectively managed changes within project. 1 - 10 6) Schedule management Effectively managed/coordinated project schedule to complete milestones and project on time. 1 - 10 7) Budget management Offered valuable input to owners for managing project on budget. 1 - 10 8) Quality management Performed quality construction in a safe manner through demonstrated Quality Assurance/Quality Control processes. 1 - 10 9) Risk management Provided prompt notification and effective action in managing/balancing project risks. 1 - 10 10) Overall project management Delivered effective overall project management for owners. 1 - 10 Total 1 - 100 Based on these comments, would you recommend this Contractor for comparable work in the future? Yes No Please provide any comments regarding the Contractor’s performance or the quality of its work. Comments: Evaluator’s Name: __________________________________ Signature: ______________________________ Email ____________________________________ Phone Number: _________________________________ By checking this box, you approve the use of your comments. City of Pompano Beach 6/20/19 Cosntruct (2)new public restrooms construct (2)new solar powered public restrooms 8 10 10 10 10 10 9 10 8.5 Tammy Good,PMP Tammy Good, PMP Digitally signed by Tammy Good, PMP Date: 2019.06.20 09:45:15 -04'00' tammy.good@copbfl.com 954-786-5512 8 Dog Park Restroom and Open Space Pompano Beach, FL RFQ# 19-7646 – Collier County - General Contractors for Public Transit Construction Projects | 4 - 6 Dog Park Restroom & Open Space, Pompano Beach, FL RELEVEVANCY PSafety PTraffic Control PWalkway PStructure PBuilding PLandscaping PEnclosures PUtility and drainage PElectrical PPlumbing PCarpentry PRoofing PIllumination RFQ# 19-7646 – Collier County - General Contractors for Public Transit Construction Projects | 4 - 7 Construction Contractor Evaluation Company/Entity Name: ___________________________________________ Date: _____________________ Project Name: _________________________________________________ Contract No: ________________ Scope of Work: ______________________________________________________________________________________ ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ Please rate the effectiveness of the Contractor’s performance on the project across the following dimensions: Evaluation Criteria: 1 = Low 5 = Moderate 10 = High Performance Dimensions: Value Score 1) Expertise, knowledge and experience Provided experienced managers and supervisors with technical and administrative abilities needed to meet contract requirements. 1 - 10 2) Problem solving and decision making Provided effective & creative problem solving, coordination & fair decision making on project. 1 - 10 3)Timeliness and responsiveness Performed responsibilities, coordination & provided information/documentation in a timely manner. 1 - 10 4) Process facilitation, communication and partnering Effective project documentation & communication in facilitating a successful project. 1 - 10 5) Scope management Identified issues & effectively managed changes within project. 1 - 10 6) Schedule management Effectively managed/coordinated project schedule to complete milestones and project on time. 1 - 10 7) Budget management Offered valuable input to owners for managing project on budget. 1 - 10 8) Quality management Performed quality construction in a safe manner through demonstrated Quality Assurance/Quality Control processes. 1 - 10 9) Risk management Provided prompt notification and effective action in managing/balancing project risks. 1 - 10 10) Overall project management Delivered effective overall project management for owners. 1 - 10 Total 1 - 100 Based on these comments, would you recommend this Contractor for comparable work in the future? Yes No Please provide any comments regarding the Contractor’s performance or the quality of its work. Comments: Evaluator’s Name: __________________________________ Signature: ______________________________ Email ____________________________________ Phone Number: _________________________________ By checking this box, you approve the use of your comments. X 89 City of Pompano Beach 6/20/19 New Sandspur &Dog Park Public Restrooms Construct stand-alone new buildings and associated site work. 8 10 10 8 10 8 9 10 8 Company displays good management skills.Does not allow issues to become stagnant. Needs to work on buyout of material consultants and subcontractor true scope of work and try to have some monies allocated for reinspections if necessary to correct work. Chris Schlageter christopher.schlageter@copbfl.com 954-786-4022 8 Sandspur Park Restroom & Open Space Pompano Beach, FL RFQ# 19-7646 – Collier County - General Contractors for Public Transit Construction Projects | 4 - 8 Sandspur Park Restroom & Open Space, Pompano Beach, FL RELEVEVANCY PSafety PTraffic Control PWalkway PStructure PBuilding PLandscaping PEnclosures PUtility and drainage PElectrical PPlumbing PCarpentry PRoofing PIllumination RFQ# 19-7646 – Collier County - General Contractors for Public Transit Construction Projects | 4 - 9 Reference Questionnaire Solicitation: 19-7646 Reference Questionnaire for: Request for Qualification for General Contractors for Public Transit Construction Projects. (Name of Company Requesting Reference Information) Waypoint Contracting, Inc. (Name of Individuals Requesting Reference Information) Name:Dennis Ray Maytan Jr. (Evaluator completing reference questionnaire) Company:City Of Homestead (Evaluator’s Company completing reference) Email: dmaytan@cityofhomestead.com FAX: N/A Telephone: 305-345- 2944 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: Remodeling Community Center Completion Date: 11/2018 Project Budget: $441,000.00 Project Number of Days: 150 Days Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 9 2 Ability to maintain project schedule (complete on-time or early). 9 3 Quality of work. 9 4 Quality of consultative advice provided on the project. 9 5 Professionalism and ability to manage personnel. 9 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 9 7 Ability to verbally communicate and document information clearly and succinctly. 9 8 Abiltity to manage risks and unexpected project circumstances. 9 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 9 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 91 Phichol Williams Neighborhood Community Center Homestead, FL RFQ# 19-7646 – Collier County - General Contractors for Public Transit Construction Projects | 4 - 10 Phichol Williams Neighborhood Community Center, Homestead, FL RELEVEVANCY PSafety PTraffic Control PStructure PBuilding PEnclosures PUtility and drainage PElectrical PPlumbing PCarpentry Tab 5 EVALUATION CRITERIA NO. 5: SPECIALIZED EXPERTISE OF TEAM MEMBERS Company displays good management skills. Does not allow issues to become stagnant. - Chris Schlageter Project Manager, City of Pompano Beach„„ RFQ# 19-7646 – Collier County - General Contractors for Public Transit Construction Projects | 5 - 1 EVALUATION CRITERIA NO. 5 SPECIALIZED EXPERTISE OF TEAM MEMBERS Description of the proposed contract team and the role to be played by each member of the team. Attach brief resumes of all proposed project team members who will be involved in the management of the total package of services, as well as the delivery of specific services. Attach resumes of any sub-vendors and attach letters of intent from stated sub-vendors must be included with proposal submission. Project Executive Senior Project Manager *Primary contact with County Cost Estimator Project Manager Project Manager Superintendent Superintendent/Foreman Foreman AVAILABILITYRESPONSIBILITYNAME/ROLE • Provides leadership oversees the entire project during construction at the Macro level ensuring that project goals are met • Oversees the entire project during construction • Liaison for the County, Project Team, & Stakeholders • Monitors Construction to ensure project site safety • Manage Bidding, Buyout & Subcontracting process • Manages & Communicates with the Team • Monitors Construction to ensure project site safety • Manage Bidding, Buyout & Subcontracting process • Manages & Communicates with the Team • Develops Schedules at all phases • Schedules & Manages Subcontractors • QA/QC & Ensures safety of Staff and Site • Schedules & Manages Subcontractors • QA/QC & Ensures safety of Staff and Site • Evaluate plans for each construction job • Coordinates and provides assistance to the team & controls the construction site • Evaluate plans for each construction job • Pre-Construction Co-lead • Manages Budgeting and Cost Modeling, Value Engineering, Value Analysis and Life Cycle Cost Analysis, Constructability Reviews & Concept Scheduling EDDY GONZALEZ, JR. *JORGE L. LOPEZ, PMP, CPC, LEED GA ANTHONY BONET, LEED AP, BD+C DANIEL LOPEZ MARIO CARRANZA ANTWAN FOSTER JAVIER GONZALEZ GUSTAVO PASCUAL 75% 40% 30% 45% 50% Available as-needed Available as-needed Available as-needed Please see the brief resumes of the proposed project team on the following page. Waypoint intends to perform all work with its team. If there is a need for subcontractors, we will finalize through our bidding process at a later date. Waypoint understands that if we utilize subconsultants, that we are responsible for the management and the work produced. Below is a list of our proposed key staff members that would provide services under the Contract. RFQ# 19-7646 – Collier County - General Contractors for Public Transit Construction Projects | 5 - 2 RELEVANT EXPERIENCE • Continuing Services Contract for Construction Projects, Naples, FL • Homestead CRA Continuing Services, Homestead, FL • Farmer’s Market, Fort Meyers, FL • Sunny Lakes Community Center, Davie, FL • Jose Marti Community Center, Miami, FL • Shenandoah Park, Miami, FL • St. George Park, Lauderhill, FL • John Prince Park, Lake Worth, FL • Windermere Community Center, Lauderhill, FL • Douglas Park Improvements, Miami, FL • Phichol Williams Community Center, Homestead, FL • Cooper City Community Center Interior Renovations, Cooper City, FL • Cooper City Building Department, Cooper City, FL • Homestead Police Department Improvements, Homestead, FL • North Broward Service Center Interior Renovations, Broward County, FL • Florida City State Farmers Market, Florida City, FL • Convoy Point Building Storm Repair, Homestead, FL • Miami Air Route Playground, Miami, FL • Morningside Park Tennis Courts, Miami, FL • Go Bond Sadkin Community Center Improvements, Lauderhill, FL • John Mullin Park Improvements, Lauderhill, FL • Sandspur Park Restroom, Pompano Beach, FL • Dog Park Restroom, Pompano Beach, FL • Watson Island Restrooms, Miami, FL • FDOT - Sunguide Intelligent Transportation Repairs, Miami, FL • Country Club of Miami Storm Water, Miami, FL • Country Club of Miami Driving Range, Miami, FL • Kendall Soccer Park, Miami, FL • African Heritage Cultural Center, Miami, FL • Martin Luther King, Jr. Park, Miami, FL • Haulover Marina Dockmaster Complex, Miami, FL • Miami Circle, Miami, FL • Doral Park Building, Doral, FL TYPES OF PROJECTS • General Contracting • CM@Risk • Design-Build • Construction Management EDUCATION • Bachelor of Science in Construction Management, Florida International University PROFESSIONAL REGISTRATIONS & CERTIFICATIONS • State of Florida Certified General Contractor PROFESSIONAL ASSOCIATIONS • Former Director of the Latin Builders Association • Former Member of Florida Educational Facilities Planners Association • Former Board Member of ABC EDDY GONZALEZ, JR. | PROJECT EXECUTIVE • 30+ years of construction experience for government, residential and commercial projects • Dynamic leader that ensures projects are on time and within budget • Expert in ADA upgrade construction RFQ# 19-7646 – Collier County - General Contractors for Public Transit Construction Projects | 5 - 3 RELEVANT EXPERIENCE • Homestead CRA Continuing Services, Homestead, FL • Farmer’s Market, Fort Meyers, FL • Sunny Lakes Community Center, Davie, FL • Jose Marti Community Center, Miami, FL • Shenandoah Park, Miami, FL • St. George Park, Lauderhill, FL • Miami ARTCC Playground, Miami, FL • Morningside Park Tennis Courts, Miami, FL • John Prince Park, Lake Worth, FL • Phichol Williams Community Center, Homestead, FL • Cooper City Community Center Interior Renovations, Cooper City, FL • Cooper City Building Department, Cooper City, FL • North Broward Service Center Interior Renovations, Broward County, FL • Florida City State Farmers Market, Florida City, FL • Convoy Point Building Storm Repair, Homestead, FL • Go Bond Sadkin Community Center Improvements, Lauderhill, FL • John Mullin Park Improvements, Lauderhill, FL • Sand Spur Park Restroom, Pompano Beach, FL • Dog Park Restroom, Pompano Beach, FL • Sunny Isles Beach Fire Station #10, Sunny Isles, FL • ACP#3 and ACP#4 Design-build – Defense Logistics Agency Facility, Susquehanna, PA • NOAA NSOF Satellite Facility Mechanical and Electrical System Upgrades • USACE Upgrades to Access Control Points 3 & 4, New Cumberland, PA • D/B FAA ARTCC Major Mechanical and Electrical Upgrades, Miami FL • Popular Bank, Kendall, FL • Popular Bank, Hialeah, FL • Miami Water Heater Renovations, Miami, FL • Hamilton Risk Building Entrance, Miami, FL • Miami FMS #1 Life Cycle Renovation, Miami, FL JORGE L. LOPEZ, PMP, CPC, LEED GA | SR. PROJECT MANAGER • 13+ years of experience in managing a variety of complex construction projects ranging from $100K to over a $100M • Actively engaged in all aspects of project management, delivering consistent leadership to the team and a thorough understanding the client’s needs TYPES OF PROJECTS • General Contracting • CM@Risk • Design-Build • Construction Management EDUCATION • Bachelor of Science in Construction Management, Florida International University PROFESSIONAL REGISTRATIONS & CERTIFICATIONS • Project Management Professional (PMP #1624830) • American Institute of Constructors Certified Professional Constructor (CPC #8657) • LEED Green Associate (Certification #10679250) • State of Florida Certified General Contractor (CGC1519415) • USACE Construction Quality Control for Contractors • First Aid / CPR • OSHA 30 • DoD Clearance – Top Secret RFQ# 19-7646 – Collier County - General Contractors for Public Transit Construction Projects | 5 - 4 RELEVANT EXPERIENCE • Homestead CRA Continuing Services, Homestead, FL • Farmer’s Market, Fort Meyers, FL • Sunny Lakes Community Center, Davie, FL • Jose Marti Community Center, Miami, FL • Shenandoah Park, Miami, FL • St. George Park, Lauderhill, FL • Miami ARTCC Playground, Miami, FL • Morningside Park Tennis Courts, Miami, FL • John Prince Park, Lake Worth, FL • Phichol Williams Community Center, Homestead, FL • Cooper City Community Center Interior Renovations, Cooper City, FL • Cooper City Building Department, Cooper City, FL • North Broward Service Center Interior Renovations, Broward County, FL • Go Bond Sadkin Community Center Improvements, Lauderhill, FL • John Mullin Park Improvements, Lauderhill, FL • Sand Spur Park Restroom, Pompano Beach, FL • Dog Park Restroom, Pompano Beach, FL ANTHONY BONET, LEED AP, BD+C | COST ESTIMATOR • 5+ years of estimating government, residential, commercial, and industrial projects • Well versed in performing quantity surveys, takeoffs summarizing scope and quantities of work • Expert at assisting with the evaluation of projects for constructability and value-engineer cost savingsTYPES OF PROJECTS • General Contracting • CM@Risk • Design-Build • Construction Management EDUCATION • Bachelor of Science in Construction Management, Florida International University PROFESSIONAL REGISTRATIONS & CERTIFICATIONS • LEED Accredited Professional (Certification #11304951-AP- BD+C) PROFESSIONAL ASSOCIATIONS • Associated Builders and Contractors, Inc. (ABC) RFQ# 19-7646 – Collier County - General Contractors for Public Transit Construction Projects | 5 - 5 RELEVANT EXPERIENCE • Farmer’s Market, Fort Meyers, FL • Sunny Lakes Community Center, Davie, FL • Windermere Community Center, Lauderhill, FL • St. George Park, Lauderhill, FL • John Prince Park, Lake Worth, FL • Go Bond Sadkin Community Center Improvements, Lauderhill, FL • John Mullin Park Improvements, Lauderhill, FL • Popular Bank, Kendall, FL • Popular Bank, Hialeah, FL • Alta Harbor Park, Fort Lauderdale, FL • Clarity Pointe Alton, West Palm Beach, FL • The Waterford Renovation, Boynton Beach, FL • OSCS Renovations, Tegucigalpa, Honduras TYPES OF PROJECTS • General Contracting • CM@Risk • Design-Build • Construction Management EDUCATION • Bachelor of Science Construction Management, Florida International University PROFESSIONAL REGISTRATIONS & CERTIFICATIONS • OSHA 30 MARIO CARRANZA | PROJECT MANAGER • 5+ years of government, residential, commercial and industrial construction experience • Experienced technical leader, that provides high-level management for subcontractors and field team RFQ# 19-7646 – Collier County - General Contractors for Public Transit Construction Projects | 5 - 6 RELEVANT EXPERIENCE • Phichol Williams Community Center, Homestead, FL • Cooper City Community Center Interior Renovations, Cooper City, FL • Cooper City Building Department, Cooper City, FL • North Broward Service Center Interior Renovations, Broward County, FL • Florida City State Farmers Market, Florida City, FL • Convoy Point Building Storm Repair, Homestead, FL • Miami Air Route Playground, Miami, FL • Morningside Park Tennis Courts, Miami, FL • Go Bond Sadkin Community Center Improvements, Lauderhill, FL • John Mullin Park Improvements, Lauderhill, FL • Sand Spur Park Restroom, Pompano Beach, FL • Dog Park Restroom, Pompano Beach, FL TYPES OF PROJECTS • General Contracting • CM@Risk • Design-Build • Construction Management EDUCATION • Bachelor of Science Construction Management, Florida International University PROFESSIONAL REGISTRATIONS & CERTIFICATIONS • OSHA 30 DANIEL LOPEZ | PROJECT MANAGER • 3+ years of experience in the construction industry • Experienced manager that specializes in safety • Has a great understanding and application of compliance contract requirements RFQ# 19-7646 – Collier County - General Contractors for Public Transit Construction Projects | 5 - 7 RELEVANT EXPERIENCE • Dog Park Restroom, Pompano Beach, FL • Sand Spur Park Restroom, Pompano Beach, FL • John Prince Park, Lake Worth, FL • Apple Boca Raton: Town Center, Boca Raton, FL • California Pizza Kitchen: Sawgrass Mills Mall, Sunrise, FL • Mellow Mushroom: West Palm Beach, FL • BRIO Tuscan Grille: West Palm Beach, FL • BJ’s Restaurant & Brewhouse: The Falls, Miami, FL • Miami International Airport Hotel, Miami, FL • Kai At Bay Harbor, Miami, FL • Arcola Lakes Elementary, Miami, FL • Broward Community College, Broward County, FL • Nova Southeastern University, Fort Lauderdale, FL • Shenandoah Middle School, Miami, FL • Miami Dade College, Miami, FL • Southside Elementary, Miami, FL • Miami Sunset Senior High School, Miami, FL TYPES OF PROJECTS • General Contracting • CM@Risk • Design-Build • Construction Management EDUCATION • Master of Engineering Construction Management, University of Alabama • Bachelor of Science Supervision Management Miami Dade College PROFESSIONAL REGISTRATIONS & CERTIFICATIONS • OSHA 30 • AutoCAD Drafter Certificate • HVAC Certificate PROFESSIONAL ASSOCIATIONS • Environmental Protection Agency (EPA) Universal ANTWAN FOSTER | SUPERINTENDENT • 8+ years of project management and leadership experience in the construction industry • Expert in leading construction projects from start to completion RFQ# 19-7646 – Collier County - General Contractors for Public Transit Construction Projects | 5 - 8 RELEVANT EXPERIENCE • Desoto National Monument, Environmental Sensitive Park, Brandon, FL • Phichol Williams Community Center, Homestead, FL • Seminole Theatre Annex Building, Homestead, FL • Westwind Lakes Park, Design/Build Medium Recreation Building, Miami, FL • Kendall Soccer Park, Soccer field, Design/Build Artificial Turf, Miami, FL • Country Club of Miami Storm Water, New Irrigation system, Miami, FL • Country Club of Miami Driving Range, Miami, FL • Pierce Park, Pavilion Shelter Park, Coral Gables, FL • Holiday Park, Fort Lauderdale, FL • Doral Park, Restroom Building and Parking Lot, Miami, FL • Desoto National Monument, Environmental Sensitive Park, Brandon, FL • DOT District Warehouse Bldg., Design/Build Repair and Renovation, Miami, FL • DOT Permanent Canopy, General Contractor, Miami, FL • FDOT Sunguide Building, Miami, FL • FIU Health and Wellness Center, New 2 Story Addition, Miami, FL • FIU BA Building, Glass block Replacement, Miami, FL • Amelia Earhart Elementary, CM @ Risk, Miami, FL • Hialeah Senior High, CM@ Risk, Miami, FL • Hialeah Senior High ADA Upgrades, CM@ Risk, Miami, FL • Carol City Senior, CM @ Risk, Miami, FL • John F. Kennedy, CM @ Risk, Miami, FL • Allapattah Middle School, CM@ Risk, Miami, FL TYPES OF PROJECTS • General Contracting • CM@Risk • Design-Build • Construction Management EDUCATION • Level 3 Blueprint • Construction Management, Turner School of Construction JAVIER GONZALEZ | SUPERINTENDENT/ FOREMAN • 25+ years of construction experience • Experienced Superintendent/Foreman with familiarity of working with Municipalities RFQ# 19-7646 – Collier County - General Contractors for Public Transit Construction Projects | 5 - 9 RELEVANT EXPERIENCE • Phichol Williams Community Center, Homestead, FL • Cooper City Community Center Interior Renovations, Cooper City, FL • Cooper City Building Department, Cooper City, FL • North Broward Service Center Interior Renovations, Broward County, FL • Florida City State Farmers Market, Florida City, FL • Convoy Point Building Storm Repair, Homestead, FL • Miami Air Route Playground, Miami, FL • Morningside Park Tennis Courts, Miami, FL • Go Bond Sadkin Community Center Improvements, Lauderhill, FL • John Mullin Park Improvements, Lauderhill, FL • Sand Spur Park Restroom, Pompano Beach, FL • Dog Park Restroom, Pompano Beach, FL • Westwind Lakes Park, Miami, FL • Kendall Soccer Park, Soccer field, Miami, FL • Country Club of Miami, Miami, FL • Pierce Park • Holiday Park, Hallandale Beach, FL • Doral Park, Doral, FL • Desoto National Monument • DOT District Warehouse Bldg. • DOT Permanent Canopy • FDOT Sunguide Building • FIU Health and Wellness Center, Miami, FL • FIU BA Building, Miami, FL • Amelia Earhart Elementary, Miami, FL • Hialeah Senior High, Miami, FL • Hialeah Senior High, ADA Upgrades, Miami, FL • Carol City Senior, Miami, FL • John F. Kennedy, Miami, FL • Allapattah Middle School, Miami, FL TYPES OF PROJECTS • General Contracting • CM@Risk • Design-Build • Construction Management EDUCATION • Level 3 Blueprint GUSTAVO PASCUAL | FOREMAN • 25+ years of experience of successfully managing subcontractors/ craft workforce to meet deadlines • Proactive problem solver with the innate ability to anticipate challenges RFQ# 19-7646 – Collier County - General Contractors for Public Transit Construction Projects | 5 - 10 Brandy is responsible for or the Design & Implementation of all Marketing Efforts across all applicable functions to further enhance the Company’s growth strategy. EMPLOYMENT EXPERIENCE Waypoint Contracting, Inc., Miami, Florida, 2019 - Present Marketing Director • Developing a comprehensive Bid and Proposal Process (managing from start to finish). • Coordination & writing of proposals. • Attending pre-proposal/bid opening meetings. • Implement Tracking and metrics to continually measure bid performance. • Maintain various logs related to marketing (i.e. RFQ log, licenses and certifications, project history). • Create/Update all signage. • Create & update resumes, project profiles. • Compliance review. • Work with Internal & External Team to build presentations. • Establish metrics to for bid/proposal processes. Lemartec Corporation, a MasTec Company, Miami, Florida, 2018 - 2019 Marketing Coordinator • Responsible for the implementation and production/coordination of marketing initiatives to help position the Lemartec across all target markets & territories. Serves as an ambassador of the Lemartec brand, and also supports sales initiatives from the graphic design and/or communications standpoints. Bermello Ajamil & Partners, Inc., Miami, Florida, 2017 - 2018 Senior Proposal Coordinator • Responsible working collaboratively with our proposal team to create compelling InDesign proposals and qualification packages that convincingly tell the B&A story and that are graphically appealing. Bermello Ajamil & Partners, Inc., Miami, Florida, 2014 - 2017 Graphic Designer & Marketing Coordinator • Responsible supporting Marketing Director with the preparation of: Proposals, qualifications packages, presentations, collateral material, and updating project records, resume data, etc. TYPES OF PROJECTS • General Contracting • CM@Risk • Design-Build • Construction Management EDUCATION • Bachelor of Science in Graphic Communications, Florida Agricultural & Mechanical University PROFESSIONAL REGISTRATIONS & CERTIFICATIONS • First Aid/CPR BRANDY PLEAS | OUTREACH COORDINATOR • Lead on all Marketing & Outreach activities • Bachelor’s Degree in Graphic Communications • 5+ years experience in the Construction Industry Tab 6 REQUIRED FORMS: FORM 2: VENDOR CHECK LIST FORM 3: CONFLICT OF INTEREST AFFIDAVIT FORM 4: VENDOR DECLARATION STATEMENT FORM 5: IMMIGRATION AFFIDAVIT CERTIFICATION FORM 6: VENDOR SUBSTITUTE W – 9 Waypoint Contracting, Inc. did an excellent job at Popular Dadeland Branch. We want to give 5 Stars to ...who was in charge of the job at our Branch. His professionalism and positive attitude was really appreciated by the Dadeland staff. ... always has a smile on his face and was ready to accomplish his job on time taking care at all time that all our needs. - Keren Tellez Manager, Popular Bank„„ RFQ# 19-7646 – Collier County - General Contractors for Public Transit Construction Projects | 6 - 1 REQUIRED FORMS FORM 2: VENDOR CHECK LIST RFQ# 19-7646 – Collier County - General Contractors for Public Transit Construction Projects | 6 - 2 FORM 3: CONFLICT OF INTEREST AFFIDAVIT RFQ# 19-7646 – Collier County - General Contractors for Public Transit Construction Projects | 6 - 3 FORM 4: VENDOR DECLARATION STATEMENT 6th August 19 RFQ# 19-7646 – Collier County - General Contractors for Public Transit Construction Projects | 6 - 4 RFQ# 19-7646 – Collier County - General Contractors for Public Transit Construction Projects | 6 - 5 FORM 5: IMMIGRATION AFFIDAVIT CERTIFICATION RFQ# 19-7646 – Collier County - General Contractors for Public Transit Construction Projects | 6 - 6 FORM 6: VENDOR SUBSTITUTE W – 9 RFQ# 19-7646 – Collier County - General Contractors for Public Transit Construction Projects | 6 - 7 SIGNED ADDENDA Waypoint Contracting, Inc. Phone: 786.608.1406 Office: 1324 NW 29th St, Miami, FL 33142 Mailing: PO Box 420008, Miami, FL 33242 www.waypointci.com